%lg&rqwdfw mackenzie ross -fidler $gguhvv 101 ne 3rd ......watercad and/or sewercad for projects...

158
Thornton Tomasetti Bid Contact MacKenzie Ross - Fidler [email protected] Ph 954 - 218 - 4428 Address 101 NE 3rd Avenue Fort Lauderdale, FL 33301 Item # Line Item Notes Unit Price Qty/Unit Total Price Attch. Docs PNC2115981P1 -- 01 - 01 Professional Consultant Services for Airport Studies, Evaluations and Assessment Supplier Product Code: Supplier Notes: Section 3 Vendor Reference Verification Forms have been included in the PDF Section 9 Thornton Tomasetti Forms_Final First Offer - 1 / each Y Y Supplier Total $0.00 PNC2115981P1 Broward County Board of County Commissioners BidSync 6/19/2018 p. 1

Upload: others

Post on 14-Feb-2020

4 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

55

66

Thornton Tomasetti

Bid Contact MacKenzie Ross -Fidler

[email protected]

Ph 954-218 -4428

Address 101 NE 3rd Avenue

Fort Lauderdale, FL 33301

Item # Line Item Notes Unit Price Qty/Unit Total Price Attch. Docs

PNC2115981P1 --01-01 Professional

Consultant

Services for

Airport

Studies,

Evaluations

and

Assessment

Supplier Product

Code:

Supplier

Notes: Section 3

Vendor Reference

Verification Forms

have been included in

the PDF Section 9

Thornton Tomasetti

Forms_Final

First Offer - 1 / each Y Y

Supplier Total $0.00

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 1

Page 2: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

55

66

Thornton Tomasetti

Item: Professional Consultant Services for Airport Studies, Evaluations and Assessment

Attachments

_ThorntonTomasettiQuals_20180615.docx

Section 9_Thornton Tomasetti Forms_Final.pdf

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 2

Page 3: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Proposal for Professional Consultant Services Airport Studies, Evaluations and Assessment

Solicitation PNC2115981P1

Broward County Board of County

Commissioners

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 3

Page 4: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Table of Contents

Section 1 Ability of Professional Personnel

Section 2 Project Approach

Section 3 Past Performance

Section 4 Specialized Experience and Capabilities

Section 5 Workload of the Firm

Section 6 Location

Section 7 Willingness to Meet Time and Budget Requirements

Section 8 Volume of Previous Work

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 4

Page 5: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

1

ABILITY OF PROFESSIONAL PERSONNEL

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 5

Page 6: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

1 | Qualifications

1. Ability of Professional Personnel - Organization

and Qualification Describe the qualifications and relevant experience of the prime Consultant’s Project Manager and all key staff that are intended to be assigned to this project.

About Thornton Tomasetti

Thornton Tomasetti is a 1,300-person, “ENR Top 125,” privately

held firm that provides a full range of structural design and

engineering services for major projects in the U.S. and overseas.

From the tallest buildings and the longest spans, to innovative

building systems, materials and analysis, we are committed

to creating the best solutions through our technical ingenuity,

pursuit of excellence, and responsiveness to client needs. We

are leaders in engineering innovation and aspire to be one of

the most sustainable firms in our industry in the way we design

our projects and in how we operate as a responsible business.

Dating back to 1949, today we are an organization of

engineers, architects, sustainability practitioners and support

professionals collaborating from offices across the United

States, Canada and in Asia-Pacific, Europe, Latin America and

the Middle East.

Thornton Tomasetti provides structural engineering design, investigation and analysis services to clients worldwide on projects of every size and level of complexity. The firm addresses the full life cycle of the structure through our 10 complementary practices, including Structural Engineering, Façade Engineering, Sustainability, Construction Engineering, Renewal, Forensics, Property Loss Consulting, Weidlinger Applied Science, Weidlinger Protective Design, and Weidlinger Transportation. Dating back to 1949, today we are a 1,300-person organization of engineers, architects, and support professionals collaborating from offices across the world, including offices in Dallas and Austin.

Building Evaluations, Feasibility, and Renovation Expertise

Thornton Tomasetti’s team for Broward County Board of County Commissioners System brings extensive experience in performance investigations, condition assessments, pre- purchase due diligence surveys, feasibility studies and peer reviews. We design repairs, renovations and alterations and oversee their execution. Our wealth of our firm’s renewal expertise comes from decades of investigation, design and construction experience covering all major building systems. This broad base enables us to assemble the most qualified team for every project. As needed, our team will draw on the specialty skills and resources that reside in our other practices, including façade engineering, energy modeling and sustainability.

We start by asking the right questions to understand our clients’ objectives, project requirements and the history of their buildings. We manage schedule and budget constraints, occupancy requirements and site logistics to help meet those objectives.

Aviation Expertise

Thornton Tomasetti has built a stellar reputation for developing

innovative, cost-effective solutions to the most rigorous

structural challenges of aviation design. We work closely with

architects to provide the structural systems, forms and quality

necessary to achieve an envisioned building’s concept and

geometry. Thornton Tomasetti excels at optimizing structural

system design to reduce structural weight while also addressing

constructability. We have worked at over 60 airports around the

globe and provide design services for both terminals and

for airport support structures such as hangars, cargo facilities

and air traffic control towers. In addition to our firm experience,

the team selected for this submittal has extensive aviation

experience. Please see the attached resumes.

10 practices

11 market sectors

60 countries

projects on six continents

1,300 employees

41 offices worldwide

one firm

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 6

Page 7: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

2 | Qualifications

1. Ability of Professional Personnel - Organization and Qualification (Continued)

Subconsultants

Thornton Tomasetti has included two subconstulants on our team for this pursuit including Gurri Matute and Craven Thompson & Associates (CTA). Below is information about each firm.

Gurri Matute (Architecture)

Gurri Matute PA is a high-energy, award-winning architectural and interior design studio established since 1996. Founding partner, Daphne I. Gurri, AIA, LEED AP initially started the practice as a sole proprietor and in the year 2000, Jose G. Matute, AIA, LEED AP, CGC joined as Partner, and as a result, the Firm changed its name to Gurri Matute PA (GMPA). GMPA is a Florida registered corporation and is headquartered in Miami, Florida with a satellite office in Fort Lauderdale, Florida. GMPA is authorized to provide architectural and interior design services in the State of Florida and Texas.

Our team of architects and designers believe in authentic, genuine storytelling that is manifested in the design of space.

We bridge an individual or a company’s brand into physical space-branding through the creation of space. We are passionate about our creative process for designing space. At the core of our creative process is the collaborative effort. We celebrate working in unison and in collaboration through a design charrette process where we focus on what matters most to people- connecting to other people and nature, and connecting to a rich and diverse culture.

Our mission is to conceptualize, strategize, and identify innovative design solutions for our clients, and we do this by keeping our fingers on the pulse of technology, new products, and design trends. This enables us to create a fresh approach for even the most complex of projects. Because we care deeply about the built environment, our designs are both socially responsible and responsible to the environment.

At Gurri Matute, we create beautiful places and spaces to live work and play that are evocative and make you feel good.

Craven Thompson & Associates (Civil Engineering)

Craven Thompson and Associates, Inc. is a well-seasoned, multi-disciplinary consulting firm which combines the expertise of surveying, civil engineering, land planning and landscape architecture to creatively solve the challanges of our public and private clients. Founded over 50 years ago as a small surveying and civil engineering firm, Craven Thompson has flourished into a one of the leading multi-disciplinary firms in South Florida.

Currently employing over 60 persons, Craven Thompson offers a wide variety of services such as infrastructure analysis and design, Geographic Information Services (GIS), master planning, 3d Laser Scanning, municipal consulting, site, landscape and irrigation design, streetscape design as well as a multitude of other services.

Every project at Craven Thompson is considered a team effort in order to utilize the diverse experience base of our employees here at CTA. We are extemely fortunate to have a very large number of long term employees which is rare in the ever-changing South Florida market. That alone says volumes on the working environment we provide for our employees to

inable them to best serve our clients. We rely on their valuable expertise to solve the challanges that our clients face in a quick, responsive manner. The relationships and outstanding reputation that we have built over the last 50 years is paramount to the success of Craven Thompson and our clients.

Team Qualifications

Qualifications of our team members can be found on the following pages.

Include resumes for the Project Manager and all key staff described. Include the qualifications and relevant experience of all subconsultants’ key staff to be assigned to this project.

Resumes for each key team member are on the following pages.

Include the qualifications and relevant water resources modeling experience of all subconsultants’ key staff to be assigned to this project. The Aviation Department expects to receive signed and sealed reports when and where necessary.

Craven Thompson & Associates, Inc. (CTA) has provided water modeling, and/or wastewater modeling, for the Fort Lauderdale/ Hollywood International Airport – Wastewater Study, the Broward County Water & Wastewater Services (BCWWS) projects UAZ 124, 308, and 310 Projects, and is currently working on UAZs 108 and 122/123.

They have provided both water & wastewater modeling and ICPR stormwater modeling services to BCWWS on the South County Neighborhood Improvement Project (SCNIP), the Central County Neighborhood Improvement Project (CCNIP), and the North Central County Neighborhood Improvement Project (NCCNIP). This totals over five-thousand (5,000) acres of utility improvement modeling for BCWWS.

CTA have also provided water and/or sewer modeling using WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades, and Lake Worth over recent years.

CTA has recently created ICPR stormwater models for the City of Hallandale Beach (2,816 Acres), and for a major portion of the City of Greenacres known as Original Section (250 Acres). These projects included master planning with the development of scheduled improvements to be implemented over a number of fiscal years to mitigate flooding conditions.

CTA is currently working as the Prime with our sub-consultant, Hazen and Sawyer, on the Comprehensive Stormwater Master Plan for Aventura; and we are a sub-consultant to Hazen and Sawyer (the Prime) on the City of Fort Lauderdale Stormwater Master Plan & Implementation, as well as serving as the District Drainage Engineers for the Central Broward Water Control District (CBWCD) and the Tindall Hammock Irrigation and Soil Conservation District (THISCD).

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 7

Page 8: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

3 | Qualifications

Derek A. Wassink, P.E., R.A., S.I., LEED AP

Principal in Charge Summary

Mr. Wassink joined Thornton Tomasetti in 2015 with more than 25 years of experience in structural

design, project management and coordination, and business development. His experience includes

residential, healthcare, education, municipal, hospitality and parking structures. He brings expertise

in concrete post-tension structures, particularly high- and mid-rise residential and hotel buildings. Mr.

Wassink is both a licensed engineer and an architect, which gives him insight how, as a structural

engineer, he can assist architects to achieve their goals.

Education

• M.C.E., Structural Engineering, 1998, Villanova University

• B.S.E., Architecture and Engineering, 1987,

Princeton University

Registrations

• Licensed Professional Engineer in Florida and Pennsylvania

• Licensed Special Inspector in Florida

• Registered Architect in New York

• LEED Accredited Professional

• Structures Specialist (StS2), Federal Emergency

Management Agency (FEMA) Urban Search and Rescue

(USAR) Florida Task Force 1

Teaching

• Adjunct Faculty, Florida International University (FIU), 2013

Select Project Experience

Terminal 1, Concourse B and C. Fort Lauderdale–

Hollywood International Airport, Fort Lauderdale, FL.*

Structural design services for the expansion of the airport.

Jetscape Westside Development, Fort Lauderdale, FL.

Structural engineering services for a three-story terminal

building, totaling 25,000 square feet with a porte-cochère on the

front and a structural covered area on the rear. There are two

hangars totaling 30,000 square feet each with a 5,000-square-

foot custom designed office space.

Wayman Aviation Academy, North Perry Airport, Pembroke

Pines, FL. Structural engineering services for a new

9,600-square-foot prefabricated metal building pilot training

center which includes exposed structural ceilings in lobby and

dispatch room.

Parking Garage Investigation, Greater Orlando Aviation

Authority, Orlando, FL. Structural investigation and review of a

newly constructed 2,500 car parking garage.

Miami Beach Police Headquarters Visitors Garage Vertical

Expansion Feasibility Study, Miami Beach, FL. Prime

Consultant and structural engineering services to determine

if two additional levels could be added on top of an existing

four-story, 136-space concrete garage built circa 1984.

Thornton Tomasetti managed the overall study and hired and

directed the architect, MEP and cost subconsultants. The

scope of work

included review of the building code and structural requirements

of the current code to confirm that an additional 113 spaces

within two levels was possible.

City of Sunrise Public Safety Complex and Fire Station,

Sunrise, FL.* Structural design and threshold inspection services

for a 132,000-gross-square-foot public safety complex and fire

station. The complex, hardened to withstand a low Category-4

hurricane, includes facilities for the police department, fire-

rescue administration, a municipal emergency operations center

and a joint training center that includes a weapons firing range.

* Denotes work performed with previous employer.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 8

Page 9: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

4 | Qualifications

Claudia Mazzocchetti, P.E., Ing.

Project Manager Summary

Ms. Mazzocchetti joined Thornton Tomasetti in 2015 with seven years of previous experience.

Her background includes structural analysis, design and coordination of a variety of building types

projects, including airports, long-span roof structures, high-rise buildings and mixed-use transportation

hubs. She worked extensively on international projects, finite element analysis of complex structures

and design of structures per American, European and Middle East codes and markets. She is

interested in linear and non-linear analysis for vibration, wind and seismic design and sustainability

design. Ms. Mazzocchetti is responsible for structural coordination with a multidisciplinary design team,

management of the structural project team and contract document preparation.

Education

• B.S. and M.Eng. with Honors, Structural Engineering and

Architecture, 2007, University of Rome Tor Vergata, Rome, Italy

Registrations

• Licensed Professional Engineer in Connecticut

• Licensed Professional Engineer in Italy

Professional Activities

• Member, Florida Structural Engineers Association

Select Project Experience

Azerbaijan Airlines, International Terminal, Baku, AZE.*

Concept design of a new terminal building at the Heydar Aliyev

International Airport. The project has a triangular plan with sides

approximately 300 meters. The roof design is a complex diagrid

steel structure supported by internal columns and regularly

spaced columns on the building’s perimeter.

King Abdulaziz International Airport, Passenger Terminal

Building, Jeddah, KSA.* Structural design of a passenger

terminal at an airport. Scope included design of the foundation

of the concourses, each of which is approximately 40 meters

wide and 550 meters long. Each concourse is essentially an

independent structure for the transfer of gravity and lateral loads,

however the foundations are continuous with no joints in order to

minimize differential displacements and control joint widths.

King Abdulaziz International Airport, Automated People

Mover and Maintenance Facilities Canopy, Jeddah, KSA.*

Structural engineering services for an automated people mover

and a maintenance facilities canopy.

SAVE, Marco Polo Airport, Venice, ITA.* Feasibility study of the

expansion of a terminal at an airport and the creation of a link

from the terminal to a high-speed railway station and water port.

Scope included the baggage handling system addressing the

short distance between the airport and the sea.

Dongdaegu Mixed-Use Transportation Hub, Daegu, KOR.*

Structural design of a mixed-use transportation hub that includes

a shopping mall, bus terminal, water park and cinemas. Scope

included vibration analysis and integration of the building with

the subway system. The site constraints and integration with the

subway station and tunnel require complex analysis of the

portions of the building with 90-meter spans.

Nuova Stazione per l’Alta Velocità, Florence, ITA.* Structural

validation of concrete elements of a high-speed train station.

Validation of the project mainly focused on the diagonal concrete

slab structural design to provide future users with access to the

platform level.

* Denotes work performed with previous employer.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 9

Page 10: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5 | Qualifications

Thomas D. Poulos, P.E., S.E., SECB, MLSE

Quality Assurance / Quality Control Summary

Tom D. Poulos joined Thornton Tomasetti in 1997. His role as a Senior Principal reflects his years of

experience and technical expertise in leading complex projects. His diverse background in all types of

structures, including design-build, enables him to create innovative, efficient structural solutions. Tom

is recognized for his inherent ability to conquer complex structural challenges; he possesses strong

leadership skills that keep projects within a client’s schedule and budget constraints.

Tom is Thornton Tomasetti’s National Aviation Sector Leader.

Education

• M.S.E., 1999, Illinois Institute of Technology

• Post-Graduate Certificate, 1998, Earthquake and

Wind Engineering Design, Illinois Institute of

Technology

• B.S.C.E., 1987, Purdue University

Registrations

• Licensed Structural Engineer in Illinois and Arizona

• Licensed Professional Engineer in Illinois, Iowa,

Georgia, Colorado, Michigan, Ohio, Pennsylvania,

Tennessee, and Wisconsin

• Certification in the Practice of Structural Engineering by the

Structural Engineering Certification Board (SECB)

• Model Law Structural Engineer (MLSE), National Council

of Examiners for Engineering and Surveying (NCEES)

Professional Activities

• Member, Structural Engineers Association of Illinois (SEAOI)

• Member, Airport Consultants Council (ACC)

• Member, American Institute of Steel Construction, TC-10

Stability Committee

• Member, American Concrete Institute (ACI)

• Chairman, Structural Engineers Association of

Illinois, Continuing Education Committee, 2000 -

2004

• Member, Structural Engineering Institute (SEI)

• Member, American Institute of Steel Construction

Teaching

• Adjunct Assistant Professor of Civil and Architectural

Engineering, Illinois Institute of Technology, Chicago, Illinois,

2002 - 2003

• Guest Lecturer, 2002 Graduate Seminar Series, Illinois Institute

of Technology, Chicago, Illinois

• Guest Lecturer, Structural Engineers Association of Illinois

Student Chapter, University of Illinois at Urbana-

Champaign, 2005

Select Project Experience

O’Hare International Airport, Terminal 2 E / F Upgrades,

Chicago, IL. Feasibility studies and concept design for an existing

31-gate terminal. The project scope included the development

of several schemes with the architect to upgrade and modernize

the building to improve the passenger experience. The schemes

varied from simple architectural improvements to complete

reconstruction of the structure above the boarding level. The

project included evaluation of the existing 50-year-old building

structure to conform to modern building codes.

Detroit Metropolitan Wayne County Airport, Feasibility

Study, Detroit, MI. Study and analysis to determine the

feasibility of converting the existing Smith Terminal into an

administration facility for the airport.

Detroit Metropolitan Wayne County Airport, North Terminal

Redevelopment, Detroit, MI. Structural engineering and blast

services for a two-level, 720,000-square-foot terminal that

includes 26 gates. The one-half mile complex connects to an

existing parking garage via an enclosed skywalk.

Detroit Metropolitan Wayne County Airport, Feasibility Study,

Detroit, MI. Study and analysis to determine the feasibility of

converting the existing Smith Terminal into an administration

facility for the airport.

Indianapolis International Airport, Col. H. Weir Cook Terminal,

Indianapolis, IN. Structural design of an award-winning, LEED

certified, 40-gate, 1.2-million-square-foot terminal building.

Memphis International Airport, Concourse B Modernization,

Memphis, TN. Structural engineering services for the

modernization of an airport concourse. The renovation will

replace the existing roof creating a wider column-free space.

Moving walkways, a new curtain wall and strategically positioned

skylights in the raised ceilings will be added. All three

concourses will be consolidated into one, significantly improving

passenger flow. In total, the airport will have 60 gates at the end

of the renovation compared to the 80 it had before.

O’Hare International Airport, American Airlines, 747 Hangar

Investigation, Chicago, IL. Structural engineering consulting

services for the investigation of wind damage incurred by an

American Airlines 747 hangar that was built in 1969.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 10

Page 11: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

6 | Qualifications

John T. Boyer, Sr., P.E., P.Eng., EXWsm, CPD, GBE, CEM, CEA, CDSM, Assoc. AIA, MEP Leader

Summary

Mr. Boyer specializes in MEP forensics and design with experience in HVAC, plumbing, fire

suppression/protection and electrical systems. He joined Thornton Tomasetti in 2012 with more than

25 years of experience working on a variety of projects including commercial, industrial,

educational and institutional facilities. His responsibilities include MEP/FP forensic and property loss

investigations, building system performance issues, engineering design, building code expertise,

expert witness, testimony / litigation support, consulting and business development.

Education

• Bachelor of Architectural Engineering, Environmental Systems

Option (five-year professional degree program), 1985, The

Pennsylvania State University, University Park, PA

Registrations

• Licensed Professional Engineer in Alabama, California,

Connecticut, Delaware, District of Columbia, Florida,

Georgia, Illinois, Indiana, Kentucky, Louisiana, Maine,

Maryland, Massachusetts, Michigan, Mississippi, New

Hampshire, New Jersey, New York, North Carolina, Ohio,

Pennsylvania, South Carolina, Tennessee, Texas, Vermont,

Virginia, West Virginia, Wisconsin, Guam and Manitoba

Province, Canada

Certifications

• Certified Engineering Expert Witness (EXWsm), American

Council of Engineering Companies (ACEC)

• Certified Plumbing Designer (CPD), American Society

of Plumbing Engineers (ASPE)

• Certified Green Building Engineer (GBE), Association of

Energy Engineers (AEE)

• Certified Energy Manager (CEM), Association of

Energy Engineers (AEE)

• Certified Energy Auditor (CEA), Association of

Energy Engineers (AEE)

• Certified Demand Side Manager (CDSM), Association

of Energy Engineers (AEE)

• International Registry Certified for International Practice,

USCIEP / NCEES and EMF / APEC

Professional Activities

• National Society of Professional Engineers (NSPE)

• New York State Society of Professional Engineers

• American Institute of Architects (AIA), Associate Member

• National Council of Examiners for Engineering and

Surveying (NCEES)

* Denotes work performed with previous employer.

Select Project Experience

Pittsburgh International Airport, PAARNG Pgh CSMS,

Pittsburgh, PA.* Design of MEP and fire suppression for an Army

National Guard maintenance facility (PA DGS 963-51). The facility

is pending LEED Silver certification.

Saint Francis University, St. Elizabeth / Amichi / Ave

Maria Dormitories, Loretto, PA.* Mechanical, HVAC and fire

suppression renovations of existing multistory dormitory

buildings to modernize and improve ventilation rates and life-

safety systems.

UTC Fire & Security, Fire Innovation & Test Center, Electrical

Room Water Damage Assessment, Jupiter, FL. Damage

assessment of an electrical room in a commercial space that

experienced water damage as a result of a sprinkler failure.

Confidential Projects, New York, NY. Structural stability

and MEP assessment of buildings following CAT-90 Sandy.

Scope included evaluation and performance of calculations to

determine if the property damage being claimed was consistent

with wind and flood damage.

New York State Office of General Services, Manhattan

Psychiatric Center Regional Center for Excellence, Third

Party Document Review, Wards Island, NY. Third party

document review of a 350,000-square-foot interior gut renovation

of an existing 16-story building. The scope of work includes review

of the architectural, site / civil, structural, HVAC, electrical,

plumbing, and fire protection drawings and specifications.

Pennsylvania State Altoona, Holtzinger Science Building,

Altoona, PA.* Professional engineering services for the

replacement of all MEP and fire safety systems as part of the

renovation and repurposing of a laboratory facility. The existing

laboratories were upgraded to combustion and explosives,

physical and chemical science laboratories, requiring a high-

performance fire protection system.

The Visionaire, Transition Study, Battery Park City, New York,

NY. Comprehensive report detailing a luxury high rise’s electrical

infrastructure and operations. The building is certified as LEED

Platinum and includes green energy feature such as microturbine

and photovoltaic array.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 11

Page 12: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

7 | Qualifications

Jorge E. Rodriguez, E.E., P.E.

Electrical Engineer Summary

Jorge Rodriguez joined Thornton Tomasetti’s Property Loss Consulting practice in 2017 with 19 years

of experience as professional engineer. Jorge is skilled in the design of MV/LV power systems in

collaboration with the MEP and Architecture disciplines. His electrical, lighting and fire alarm system

design accomplishments include projects for large industrial and commercial clients, such as Nextel,

Sprint, Indus, BellSouth, Airadigm, University of Miami, Florida International University, and the Miami

International Airport.

Jorge is also licensed in Colombia, South America.

Education

• BS, Electrical Engineering, University of Pereira,

Colombia, South America, 1973

Registrations

• Licensed Professional Engineer in Florida and Puerto Rico

• Certification, National Council Engineering Examiners

and Surveyors (NCEES), #17-022-39

• Certification, Accreditation Board for Engineering and

Technology (ABET)

Professional Activities

• Institute of Electrical and Electronics Engineers, Inc. (IEEE)

Publications

• “General Concepts on Reactive Power Generated by H.V.

Power Transmission Lines”, National Congress of Engineering,

Bogota, Colombia, 1980

Select Project Experience

Miami International Airport, Concourses D and F, Miami-Dade

County, FL.* Design of power supply for the electrical, fire alarm,

lighting, and HVAC systems. The project included design of the

lighting protection system, medium voltage transformers and

switchgear.

Daytona Beach International Airport, Daytona Beach, FL.*

Design of critical power supply for the expansion of the airport’s

newest security camera system, UPS sets and standby

emergency generator.

Water Utility Department, Various Projects, Palm Beach

County, FL.* Electrical design.

Confidential, Damage Assessment. Fire damage assessment

of a hotel casino under construction with three towers and an

eight-story podium. Services included evaluation of the electrical

plant and services; fireproofing affected by soot; and peer review

of repair solutions.

The Hemispheres, Hallandale Beach, FL. MEP services for

multiple condo buildings.

18201 Collins Avenue, Trump Royale, Sunny Isles Beach, FL.

W Hotel, Pool Heater, Miami Beach, FL. Electrical design for a

building addition, including a new transformer and switchgear.

740 West Chimes Street, Baton Rouge, LA. Assessment of

MEP conditions.

AT&T/BellSouth, Florida.* Electrical design for new and

existing buildings.

Hilton Hotel, Orlando, FL.* Electrical design for a new building,

including transformers, a switchgear and lighting system.

Orlando Police Department, Orlando, FL.* Design of a new fire

alarm system.

United States Agency for International Development,

Various Projects, Kabul, AFG.* Electrical design of a medium

voltage substation and electrical distribution for the renovation of

the University of Kabul.

* Denotes work performed with previous employer.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 12

Page 13: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

2

PROJECT APPROACH

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 13

Page 14: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

8 | Qualifications

2. Project Approach

Fort Lauderdale-Holywood International Airport (FLL)

Thornton Tomasetti has considerable local and regional design

experience, as both a subconsultant and the prime consultant,

and fully understands each consultant’s role and the coordination

that is necessary. Thornton Tomasetti has the ability to act in a

definitive and leadership role as the prime in collaboration with

Gurrie Matute, our architectural subconsultant.

As structural engineers, Thornton Tomasetti collaborates with

architects, owners and builders to achieve elegant structural

solutions to meet the rigorous demands of the most technically

challenging projects. Our team designs structural systems

for buildings and related structures of all types and sizes, for

new facilities as well as for renovations and conversions. We

integrate programmatic requirements and develop structural

solutions that best achieve multiple objectives: form, function,

schedule, sustainability, constructability and budget. We apply

both traditional and cutting-edge building materials and structural

systems, and consider both indigenous and newly introduced

construction methods.

Our team instinctively approaches projects with a light hand,

striving to minimize impact on the building and disruption to the

occupants. We begin by investigating and learning as much as

possible about the structure, history and maintenance using our

experience and knowledge of similar structures, materials and

characteristics synthesizing this into an informed diagnosis. Our

hands-on approach to assessment and design enables us to

creatively consider various treatment and resolution options.

Based on a design foundation, our team can then build a holistic

approach for the entire project that manages budget, schedule

and occupant impact, as well as building performance and the

quality of the design.

Thornton Tomasetti provides clients with in-depth services

in investigating, evaluating, recommending and developing

remedial procedures for problems in existing buildings.

Our history of providing engineering and design services

has provided our staff with unique insights and a thorough

understanding of investigating problems in existing buildings.

Clients have retained Thornton Tomasetti to evaluate and

rectify a variety of building problems ranging from deteriorating

exterior wall systems, leaking roofs, deteriorated parking decks,

inefficient and costly heating/air-conditioning systems to

reinforcement of distressed structural components. Our survey

and repair work has involved virtually every system contained in

a building, including exterior walls, windows, roofing assemblies,

superstructure and foundations, heating plant, air-conditioning

and ventilation, electrical service, elevator upgrades, plumbing

and fire-protection alterations and utilities.

Structural Evaluation and Rehabilitation

Thornton Tomasetti assists building owners and managers

to maintain, upgrade and evaluate their buildings by offering

complete engineering services including structural alterations,

condition assessments and due diligence surveys, materials

testing and development of repair strategies/programs, life-cycle

analyses, structural investigations, peer reviews and construction

administration services.

Structural Stabilization and Deconstruction

We conduct structural condition assessment and monitoring for

existing structures to prevent damage by future neighboring

construction. For deconstruction services, we calculate

the footprint of the demolition and its debris, and develop

and oversee a demolition plan that is expeditious, safe and

appropriate for the environs.

Building Envelope Evaluation and Remediation Design

Our staff possesses the unique skills and experience to provide

consulting, design, investigation and remediation services for

every type of building façade and roofing project, from new

metal and glass curtain walls to the restoration of vintage

masonry construction.

Building Vulnerability Assessments

Our in-house capabilities allow us to predict and assess the

response of structures, structural elements, masonry, windows

and glazing to loads associated with blast or other threats to

improve the protection level in existing and new facilities.

Feasibility Studies

Feasibility studies at project inception are essential to

determining a building’s constructability. Our compiled data on

similar projects enables us to evaluate feasibility quickly and

effectively before detailed calculations are performed.

North Perry Airport (HWO)

Zig

gym

arley01

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 14

Page 15: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

9 | Qualifications

2. Project Approach (Continued)

Principal in Charge

Derek Wassink,

P.E., R.A., S.I., LEED AP (25+ Years of Experience)

Quality Assurance /

Quality Control

Thomas D. Poulos, P.E., S.E., SECB, MLSE

(30+ Years of Experience)

Project Manager

Claudia Mazzocchetti,

P.E., Ing. (10 Years of Experience)

Gurri Matute (Architecture Subconsultant and

CBE Team Member)

Craven Thompson & Associates

(Civil Engineer Subconsultant)

Mechancial Engineering

John T. Boyer, Sr., P.E., P.Eng., EXWsm,

CPD, GBE, CEM, CEA, CDSM, Assoc. AIA

(25+ Years of Experience)

Electrical Engineering

Jorge Rodriguez,

E.E., P.E. (20+ Years of Experience)

Additional Project Staff

Additional engineering and BIM staff will work on this project under the direction of the

team leadership to meet schedule requirements. Thornton Tomasetti has a

Florida staff of 45+ and 1300+ worldwide to support the project.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 15

Page 16: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

3

PAST PERFORMANCE

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 16

Page 17: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

10 | Qualifications

3. Past Performance

Thornton Tomasetti, Inc. optimizes the design and

performance of structures, materials and systems

for projects of every size and level of complexity. An

employee-owned organization of engineers, scientists,

architects and other professionals collaborating from

offices worldwide, we support clients by drawing on

the diverse expertise of our integrated practices. We are

committed to be a sustainable and enduring organization

and the global driver of innovation in our industry. We

are known for our ability to be structurally innovative

in the interest of expressed project goals, including

construction economy, avoidance of site construction

problems, realization of architectural function and form,

and desired owner image.

We have held on-call contracts and provided services repeatedly

at more than 60 world-class airports around the United States

and internationally, including:

• Chicago O’Hare International Airport

• Los Angeles International Airport OC

• Newark Liberty International Airport OC

• George Bush Intercontinental Airport OC

• San Francisco International Airport OC

• Washington Dulles International Airport

• Denver International Airport

• Logan International Airport OC

• LaGuardia Airport

• Worcester Regional Airport

• Detroit Metropolitan Wayne County Airport

• John F. Kennedy International Airport

• Ronald Reagan Washington National Airport

• Memphis International Airport

• Hartsfield-Jackson Atlanta International Airport

• Miami International Airport

• San Diego International Airport

• Dallas / Fort Worth International Airport OC

• Philadelphia International Airport

Top 30 airport engineering firms

Rank Company 2016 Airport

Revenue

1

2

3

4

5

6

7 Thornton Tomasetti $10,382,597

8

9

10

11

12

Our experience in executing complex structural systems for

long-span aviation facilities includes:

• Air-supported, tensile structures

• Space frames

• Space trusses

• Stressed-skin systems

• Long-span trusses

• Long-span joist systems

• Arches

• Laminated long-span wood systems

• Cable-suspended systems

• Hybrids

We provide the full spectrum of engineering services for airport

terminals, hangars, parking structures and cargo facilities.

Our services include feasibility studies, design, peer review,

construction administration, computer analysis, wind analysis,

seismic design, value engineering and quality control, failure

investigation, building-envelope investigation and analysis, blast

mitigation, rehabilitation recommendation and design, and

retrofits and renovations.

With Worked at

Denotes experience providing work within an On-Call contract.

> 40 Years in Aviation

> 50 Airports

OC

OC

OC

OC

OC

OC

Danie

la M

ac A

dden

Sourc

e:

Top 3

0 a

irport

engin

eering f

irm

s,

Build

ing D

esig

n+

Constr

uction,

Octo

ber

3, 2017; T

able

Reduced.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 17

Page 18: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

11 | Qualifications

Wayman Aviation Academy, North Perry Airport Pembroke Pines, Florida

Thornton Tomasetti provided structural engineering services for a

new 9,600-square-foot prefabricated metal building pilot training

center which includes exposed structural ceilings in lobby and

dispatch room.

Owner

Wayman Aviation Academy

Architect

Cartaya & Associates

Architects P.A.

Completion Date

2018

Total Area

9,600 sf

Services

Structural Engineering

Image c

ourt

esy o

f Thorn

ton T

om

asetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 18

Page 19: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

12 | Qualifications

Jetscape Westside Development Fort Lauderdale, Florida

Thornton Tomasetti is providing structural engineering services

for a three-story terminal building, totaling 25,000 square feet

with a porte-cochère on the front and a structural covered area

on the rear. There are two hangars totaling 30,000 square feet

each with a 5,000-square-foot custom designed office space.

Owner

Jetscape Services

Architect

Cartaya & Associates

Architects P.A.

Completion Date

2019

Total Area

Terminal: 25,000 sf

Hangars: 30,000 sf each

Office Space: 5,000 sf

Services

Structural Engineering

Image c

redit g

oes h

ere

.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 19

Page 20: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

13 | Qualifications

Memphis International Airport, Concourse B Modernization Memphis, Tennessee

Thornton Tomasetti is providing structural engineering, façade

engineering and sustainability services for the Concourse B

Modernization Program at Memphis International Airport. This

integrated design approach will provide a more energy efficient

space that will also elevate the flying experience as passengers

move through the newly renovated terminal.

The project scope includes a renovation of the entire concourse

that will replace the existing roof with a wider column-free space.

This will allow for more open pathways so passengers can more

easily reach their destinations. Moving walkways and a new

curtain wall will be added, as well as natural lighting, which will

come from skylights strategically positioned in the raised

ceilings. All three concourses will be consolidated into one,

significantly improving passenger flow. In total, the airport will

have 60 gates at the end of the renovation compared to the 80 it

had before the renovation.

The renovation will also include a seismic upgrade to meet

the requirements for Seismic Design Category D of the 2009

International Building Code.

Owner

Memphis-Shelby County

Airport Authority

Client / Architects

UrbanARCH Associates and

Alliance Architecture

Completion Date

2020

Construction Cost

$140 million

Total Area

350,000 sf

Renderings c

ourt

esy o

f U

rbanA

RC

H w

ith A

lliia

nce

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 20

Page 21: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

14 | Qualifications

O’Hare International Airport,

American Airlines L Concourse Stinger Chicago, Illinois

Client

Corgan

Completion Date

2018 (estimated)

Total Area

50,000 sf

Construction Cost

$80 million

Services

Structural Engineering

Construction Engineering

Sustainability

Facade Engineering

Thornton Tomasetti is providing structural, facade and

construction engineering services, as well as sustainability

consulting, for a 50,000-square-foot American Airlines L

Concourse Stinger expansion at O’Hare International Airport. The

five new regional gates in the expansion are accessed from the

existing Terminal 3 building via a 600 foot three-span pedestrian

walkway.

The new Stinger Concourse building and the bridge are

located within a tightly confined site and required coordination

with major existing underground utilities including a 180 foot

long by 80 foot wide underground water reservoir. In order to

avoid impacting the underground water reservoir, a major

portion of

the Stinger building is supported by a combination of story-deep

and long span roof trusses. The pedestrian bridge is designed as

a three-span continuous box truss between isolated foundations.

These systems of trusses minimize the number of foundations to

reduce the occurrence of conflicts with existing utilities.

During the design phase, an extensive potholing and surveying

program was undertaken by the CMR to verify as-built utility

information, which was incorporated into the final design of the

foundation and superstructure.

A modified design to the existing façade will accommodate the

new construction. Through studying substantial differential

movement between the new and existing structures, the

structural and facade teams were able to develop concept

details and construction sequencing suggestions that enabled

continued use of the existing facade in a condition not originally

considered. In addition, evaluation of the imposed loads

informed accurate sizing of the supporting frame.

Thornton Tomasetti also performed a thermal comfort analysis

for the expansive glass in the extension to alleviate thermal

discomfort caused by direct radiation. Strategies such as

shading, fritted glass, electrochromic glass, Phase Change

Materials and radiant cooling were evaluated.

As part of the Owner’s overall Construction Manager-At-Risk

project delivery, Thornton Tomasetti provided integrated

Construction Engineering services, which included structural

steel connection design and a fully detailed Tekla model which

was shared on “the cloud” in real-time with the steel fabricator.

This integrated service reduced the overall construction schedule

by four months and allowed the Owner to realize a short

24-month design and construction schedule.

Images c

ourt

esy o

f C

org

an

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 21

Page 22: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

15 | Qualifications

O’Hare International Airport,

United Airlines, Polaris and United Club Lounges Chicago, Illinois

Owner

United Airlines

Architect

Solomon Cordwell Buenz

Completion Date

2016

Total Area

Polaris (C16): 12,700 sf

B6: 13,000 sf renovation,

plus 10,000 sf addition

B18: 10,000 sf renovation

Services

Structural Engineering

Construction Engineering

Façade Engineering

Thornton Tomaseti provided engineering services for three

United Club lounges at the O’Hare International Airport, including

the airline’s system-wide first premium club, Polaris Lounge.

Thornton Tomasetti was the original Engineer of Record for the

terminal in 1988.

Polaris Lounge near Gate C16

The 12,700-square-foot premium club offers the experience and

amenities of a four-star hotel as part of United Airlines’ new

Polaris product, an upgrade for first-class and business-class

passengers.

Thornton Tomasetti provided structural, façade and construction

engineering services for the entryway to the new club, a

160-square-foot, glass enclosed vestibule leading to a

secondary marble clad archway. We coordinated with and

reinforced the existing structure to ensure the integrity of these

features.

In order to meet the strict schedule for opening, we issued

complete, fabrication-ready structural steel shop drawings to the

steel fabricator, allowing them to begin fabrication immediately, a

significant schedule advantage

United Club near Gate B6

Thornton Tomasetti provided structural, construction, and façade

engineering services for the B6 Club, which underwent a

complete interior renovation and a 10,000-square-foot addition

to the club. The addition was located in a new mezzanine above

the south security checkpoint, which was originally designed by

Thornton Tomasetti in 2007, in anticipation of this future addition.

Interior renovations included new stairs, escalators, rooftop units

and extensive MEP penetrations through the existing steel roof

beams to maximize architectural ceiling heights in the club.

This mezzanine overlooks the terminal by way of a glass

partition, for which Thornton Tomasetti provided façade

engineering services for the curtain wall. Thornton Tomasetti also

provided full structural steel shop drawings with the structural bid

documents to streamline the fabrication process and meet the

tight project schedule.

United Club near Gate B18

Thornton Tomasetti provided structural services for several minor

renovations, including reconfiguring the interior stairway.

Image c

ourt

esy o

f Thorn

ton T

om

asetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 22

Page 23: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

16 | Qualifications

Los Angeles World Airports, On-Call Engineering Services Ontario and Los Angeles, California

Owner

City of Los Angeles

Architect

HOK

Completion Date

Design: 2011

Construction: 2016

Construction Cost

$350 million

Contract Amount

$2.75 million

Services

Structural Engineering

Thornton Tomasetti has provided complete on-call engineering

design services for various projects at Los Angeles International

Airport, Ontario International Airport, Van Nuys Airport, and

Palmdale Regional Airport since 2006. Tasks performed include:

• Task 001: Los Angeles International Airport, Los

Angeles, CA. Structural investigation and design services

for the modernization and upgrade of 96 escalators and

four moving walkways.

• Task 002: Ontario International Airport, Ontario, CA.

Structural engineering for various interior renovations to

Terminal 1A for Delta Airlines. Thornton Tomasetti provided

repair drawings and designed supports for a new roof

screen and additional new mechanical units.

• Task 003: Los Angeles International Airport, Los

Angeles, CA. Scope of services included As-built drawing

research, field investigation, and documentation of 65

escalators and six moving walkways.

• Task 006: Ontario International Airport, Ontario, CA.

Investigation of an existing pedestrian bridge and existing

rail bridge for their ability to support new signage. The

project included construction of several new street-level

signs.

• Task 008: Ontario International Airport, Ontario, CA.

Structural assessment of Lockheed Martin Building 10.

• Task 015: Los Angeles International Airport, Los

Angeles, CA. Structural investigation and design of

Continental Airport Phase 1.

• Task 016: Los Angeles International Airport, Los Angeles,

CA. Structural engineering for the development of a building

analysis report for a proposed conversion of a Continental

Airlines training center to office use and to meet building

codes.

• Task 021: Los Angeles International Airport, Los

Angeles, CA. Structural investigation and design of the

Cater Air Building evaluation.

Mark

Lueth

i

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 23

Page 24: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

17 | Qualifications

Fort Lauderdale, Florida

The Terminal 4 was being transformed into the largest international terminal at Fort Lauderdale-Hollywood

International Airport. The configuration of the existing aircraft gates, and the limited available Customs and

Border inspection facilities, limited the number of international flights arriving and departing from this facility.

The new terminal was completely remodeled and transformed in 2 phases while maintaining operations

without reduction in the number of flights.

Gurri Matute PA was the Life Safety Consultant of the PGAL/Zyscovich Team. The project scope includes the

reconfiguration and operational phasing of the existing Terminal 4 in order to achieve the ultimate 14-gate

configuration of the new International Concourse G. The scope of GMPA’s services cover Schematic Design

and Design Development for the ultimate 14-gate configuration, and Construction Documents, Permitting,

Bidding and Construction Administration for the Western and Eastern Expansion of Terminal 4. Some of the

programmatic elements of the project scope include:

•Security screening checkpoint expansion, including temporary conditions required for operational

phasing

•Expansion of the current CBP Area

•Relocation of BCAD offices

•New T3 connector , including required modifications in Terminal 3 for connection

•Reconfiguration of Existing Concession Area and incorporation of New Concession Areas in the

Western and Eastern Expansion.

Terminal 4 Gate Replacement Permit Packages

• Eastern/Central Expansion

and H Demolition(ongoing)

• Western Expansion and T-3

Connector

• Security Screening

Checkpoint Early

Demo/Relocation Package

• Overall Life Safety Design &

Technical Specifications for

Terminal 4 Gate

Replacement Package

• ATO/FIS Expansion

Package

• Baggage Area & Emergency

Stair Package

Relevance to this RFP: The project required the overall Life Safety design for all levels of the entire Terminal

4 in its final configuration. The Life Safety Design was therefore implemented in phases as the existing

Terminal is remodeled to its final configuration. This project involved the visioning and resolution of a master

plan and the implementation of the design in phases while maintaining the building operational throughout the

construction process.

Terminal 4 Gate Replacement Project Fort Lauderdale – Hollywood International Airport

Owner: Broward County Aviation

Department

100 Aviation Department

Fort Lauderdale, FL. 33315

Client Contact:

PGAL and

Zyscovich Architects

Mr. Jim Vallejo

T. 561- 988-4002

F. 561-988-3002

[email protected]

Project Size: 400,000 SF

Period of Performance:

1/2004 – 12/2015

Delivery Method:

Design-Bid-Build

Construction Costs: (Budget)

$200,000,000.00

Construction Completion: 2015

Consultant: Gurri Matute PA Role of theFirm: Life Safety Consultant

Design Fees for GMPA: $341,961.00

Key Persons: Jose G. Matute, AIA, LEED AP, CGC, Architect of Record Daphne I. Gurri, AIA, LEED AP, Fabio Segre, Project Architect

LEED: LEEDSilver

Registered LEED Silver

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 24

Page 25: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

18 | Qualifications

Automated People Mover

Maintenanceand Storage Facility Finish-out and Control Room

Miami International Airport, Miami, Florida

The Maintenance and Storage Facility was

constructed on levels 4 and 5 of the new

expansion building between concourses C and

D at Miami International Airport to provide

support facilities for the new Automated People

Mover system.

The project consists of the interior finish-out of

approximately 87,000 sq. ft. of shell space and

provides housing for the operation,

maintenance and service systems associated

with the APM vehicles, passenger stations and

interface systems in general. Scope of work

includes the interior tenant partitions layout,

finishes and relevant MEP/FP systems.

Programming Spaces include: Maintenance

Track Area, Light APM Maintenance, Guideway

Equipment Storage, Bogie Workshop,

Mechanical and Machine Workshop, Brake Test

Room, Tire Storage, Electrical Workshop Men's

and Women's Toilet rooms and Locker Rooms,

Offices, Break Room, Utility Room, Welding

Room, Oil and Grease Storage Room, Central

Control Room, Computer Equipment Room with

Raised Flooring, Offices, File Storage, Training

Room, Mechanical Room, CCR UPS Room,

and Future Spaces. Extensive coordination took

place during the Design Phase with adjacent

projects including the shell design of the

building.

Relevance to this RFP: Gurri Matute PA was

the Prime for this Project, which included the

design of the control room for the APM

(Automated People Mover) that runs over the

North Terminal, from Concourse A to D. The

design of the control room included a raised

floor, indirect lighting, and similar acoustical

treatment and finishes were designed in this

project as will be required for this RFP.

Owner/Client: American Airlines &

Miami Dade Aviation Dept.

Client Contact: Mr. Juan Carlos Arteaga

[email protected]

Mr. Spiros Dimitropoulous

Tel. 786-229-4334

SDimitropoulos@miami-

airport.com

MDAD ContractNo.:

B769A

Period of Performance:

4/2001 – 6/2011

Project Size: 87,000 SF

GMPA Design Fees:

$710,694.00

Delivery Method: Design-Bid-Build

Construction Costs: (Budget)

$3,800,000.000

Construction Costs: (Actual)

$4,110,000.00

Construction Completion:

September 2011

Consultant: Gurri Matute PA

Role of theFirm:

Prime, Aviation Planning; Architect of Record, Project Management

Key Persons: Jose G. Matute, AIA, LEED AP, CGC, Architect of Record, Daphne I. Gurri, AIA, LEED AP, Fabio Segre, PA LEED: Not Applicable

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 25

Page 26: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

19 | Qualifications

Automated People Mover

Miami International Airport, Miami, Florida

Continued page 2

Relevance to this RFP:

Gurri Matute PA was the

Prime for this Project which

included the design of a

control room for the

management of the APM

(Automated People Mover)

system.

Programming Spaces similar

to this RFP included the

design of the Central Control

Room and Computer

Equipment Room with

Raised Flooring, Support

Offices, File Storage, Training

Room, Server Room, and

CCR UPS Room.

The design of the APM

Central Control Room

includes a raised flooring

system for data cable

management. Similar

acoustical treatment, lighting

system, and floor finishes for

static control were designed

for this project as will be

required of this RFP.

Maintenanceand Storage Facility Finish-out and Control Room

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 26

Page 27: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

20 | Qualifications

Miami International Airport, Miami, Florida

Jose G. Matute, AIA, LEED AP,

CGC is the Architect of Record for

this new three story building

(60,000 SF) built as an addition to

the existing Terminal and

connecting back to Concourse G

and H. The building houses the

new baggage system to support

the entire southern half of the

airport. This project is partially

funded by TSA and Miami Dade

County Aviation Department.

Gurri Matute PA (GMPA) is a sub-consultant to Burns & McDonnell on this contract. Our scope of services

includes the complete design, preparation of construction documents, assistance in bidding phase, permitting,

and construction administration phase services including site inspections. The project is current in the

permitting phase.

The programmatic spaces include: EDX Matix Area, CBRA Room, OSR Room, Tools Room, IT Room,

Control Room, OSR Server Room, Employee Break Room, General Office Space, Staff Restrooms, Secured

Passenger Corridor, Planned Future Concession Spaces, and building support spaces including electrical

rooms, telephone rooms, mechanical penthouse, etc.

Relevance to this RFP: GMPA is the Architect of Record for the project. This project required extensive

coordination between engineering systems and building systems as is required in this RFP.

New CBIS/CBRA/BHS Building at Miami International Airport

Owner:

Miami Dade Aviation Dept.

Ricardo Solorzano, Project

Manager w/MDAD

[email protected]

Aida Bao-Garciga, ID. IIDA,

CGC, LEED AP, Chief Contracts

& Construction w/MDAD

T: (305)869-1622

C:(305)794-9740

abao-garciga@miami-

airport.com

Client Contact:

Burns & McDonnell

Mr. Tom Beckenbaugh, Project

Manager

O 816.448.7531

M 816.223.2682

[email protected]

om

MDAD Contract #: A14-

MDAD-01 MDADProject No.:

T042A

Period of Performance:

7/2015 – ongoing

Project Size: 60,000 SFbuilding

area, plus apron/site work

Construction Budget: $160M

Delivery Method:

Construction Manager at Risk

GMPA Design Fees:

$652,034.00

Consultant: Gurri Matute PA

Role of the Firm: Design, CD’s

and CA, Architect of Record, &

Project Management

Key Persons: Jose G. Matute,

AIA, LEED AP, CGC, Architect

of Record, Daphne I. Gurri,

AIA, LEED AP, Fabio Segre,

Santiago Tejada

Registered LEED Silver

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 27

Page 28: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

21 | Qualifications

RELEVANT PROJECT EXPERIENCE

PROJECT NAME

OWNER

CLIENT

PROJECT START /

COMPLETION DATE

PROJECT SUMMARY

Airport Planning Consultant Services

Fort Lauderdale ǀ Hollywood International Airport

Monica Capelluto AIA LEED AP, NCARB Expansion Project Administrator

Broward County Aviation Department

Fort Lauderdale-Hollywood International Airport

4101 Ravenswood Road, Suite #401, Fort Lauderdale, FL 33312

Phone: 954-359-2302 Fax: (954) 791-3160

Email: [email protected]

Mr. David Ramacorti, C.M., Director Ricondo & Associates, Inc.

1000 NW 57th Court, Suite 920, Miami, Florida 33126

Phone: (305) 260-2727 (Ext. 251), Fax: (305) 260-2728

Email: [email protected]

2016 - Present

Craven Thompson & Associates, Inc. (CTA) is a sub-consultant to Ricondo & Associates, Inc. on the Airport

Planning Consulting Services project for the Fort Lauderdale/Hollywood International Airport Master Plan

update. CTA performed an existing utility inventory including: water, wastewater, stormwater/drainage,

electrical, fuel lines, gas, telephone, communications, and electrical utilities. CTA created updated utility

the utility maps at the airport.

The next step involves development of conceptual engineering plans for expansion alternatives along with cost

estimates for each alternative.

CRAVEN THOMPSON & ASSOCIATES, INC. | 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 | P 954.739.6400

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 28

Page 29: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

22 | Qualifications

RELEVANT PROJECT EXPERIENCE

Wastewater System Master Plan

Fort Lauderdale ǀ Hollywood International Airport

Mr. Carlos Hernandez, Project Manager

Broward County Aviation Department

100 Aviation Boulevard

Fort Lauderdale, Florida 33315

Phone: (954) 829-0599

Email: [email protected]

The airport is sub-divided into three (3) main wastewater collection areas labeled per their

geographical position as Northside, Eastside and Westside. These regions are serviced by a total of

11 lift stations which eventually discharge into a master pump station through a network of gravity

and force main systems. The objective of this study was to evaluate the Airport’s wastewater

collection/transmission system based on current actual loading conditions, theoretical design flows,

and projected flows from the Terminal 4 Expansion. A special emphasis was placed on evaluating

the lift stations and force mains to confirm adequate capacity for future expansion.

To aid in developing a comprehensive understanding of the existing system, Craven Thompson &

Associates, Inc. (CTA) developed a computer model to analyze and identify the pressures and

velocities at various locations within the force main system. This software enabled an examination of

the force main dynamics by closely representing the operating conditions of fluctuating pressures

and velocities due to the cumulative effect of various frequencies of different lift stations running,

which helped identify both the typical and critical conditions within the system.

CRAVEN THOMPSON & ASSOCIATES, INC. | 3563 NW 53rd STREET, FORT LAUDERDALE, FL 33309 | P 954.739.6400

PROJECT NAME

OWNER

PROJECT SUMMARY

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 29

Page 30: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

4

SPECIALIZED EXPERIENCE AND CAPABILITIES

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 30

Page 31: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

23 | Qualifications

4. Specialized Experience and Capabilities

4.1 A. Describe the firm’s experience in dealing

and obtaining permits/licenses/approval with the

following regulatory agencies/divisions: South Florida

Water Management District (SFWMD), Department of

Environmental Protection and Growth Management

(BCEPGMD), FDOT, FAA, Broward County Water and Waste

Water Services (BCWWS), FEMA & FDEP

Craven Thompson & Associates, Inc. (CTA) has vast

experience with permitting and obtaining approvals from the

South

Florida Water Management District (SFWMD), the Broward

County Department of Environmental Protection and Growth

Management Department (BCEPGMD), FDOT, FAA, Broward

County Water and Waste Water Services (BCWWS), FEMA and

FDEP. For over fifty-six (56) years CTA has been providing civil

engineering services primarily in Broward County. This includes

thousands of acres of utility infrastructure rehabilitation and/

or replacement for BCWWS since 1993, and they have been

involved in FLL projects since the late 1990s. Their numerous

Broward County projects have involved obtaining permits/

approvals through one or more of these agencies.

A small sampling of clients includes: BCHCED, BCWWS, BCAD,

Port Everglades, the Cities of Fort Lauderdale, Hollywood, Dania

Beach, and many more. Many of their private sector projects

were located within our client’s jurisdiction and subject to

approval by many of the previously referenced agencies.

4.2 Describe the firm’s experience in dealing with the

Florida Fire Prevention Code (FFPC) and Broward

County Land Development Code?

Craven Thompson & Associates, Inc. (CTA) has worked on a

wide variety and vast amount of both public and private sector

projects subject to the Florida Fire Prevention Code (FFPC),

Chapter 18 – Fire Department Access and Water Supply, and

the Broward County Land Development Code, Chapter 27 –

Pollution Control, Article I. – Natural Resource Protection. These

projects encompass sites thousands of acres in size to as small

as

one-acre sites.

This chapter of the FFC (Chapter 18), deals with civil/site

access (site entry) access roads, access to buildings, road

required: radii, surfaces, and grades. In addition, fire flow

requirements, and the number and location of hydrants on the

site are addressed.

The Broward County Land Development Code, Chapter 27 –

Pollution Control, Article I. – Natural Resource Protection defines

the requirements for approvals through the Broward County –

Environmental Protection and Growth Management Department

(EPGMD) for wastewater and stormwater drainage (including

water quality and quantity). The Broward County Public Health

Unit will issue the approval for water distribution.

4.3 The firm will be required to develop, maintain and

update a computerized water distribution system hydraulic

network analysis model of the existing water network.

Describe briefly the firm’s experience in water distribution

modeling and in the use of software (such as Info Water).

Craven Thompson & Associates, Inc. (CTA) has provided water

modeling, and/or wastewater modeling, for the Fort Lauderdale/

Hollywood International Airport – Wastewater Study, the Broward

County Water & Wastewater Services (BCWWS) projects UAZ

124, 308, and 310 Projects, and is currently working on UAZs

108 and 122/123.

They have provided both water & wastewater modeling and

ICPR stormwater modeling services to BCWWS on the South

County Neighborhood Improvement Project (SCNIP), the Central

County Neighborhood Improvement Project (CCNIP), and the

North Central County Neighborhood Improvement Project

(NCCNIP). This totals over five-thousand (5,000) acres of utility

improvement modeling for BCWWS.

CTA has also provided water and/or sewer modeling using

WaterCAD and/or SewerCAD for projects in the cities of

Fort Lauderdale, Oakland Park, Hallandale Beach, Davie,

Port Everglades, and Lake Worth over recent years.

CTA has recently created ICPR stormwater models for the City

of Hallandale Beach (2,816 Acres), and for a major portion of

the City of Greenacres known as Original Section (250 Acres).

These projects included master planning with the development

of scheduled improvements to be implemented over a number

of fiscal years to mitigate flooding conditions.

CTA is currently working as the Prime with their sub-consultant,

Hazen and Sawyer, on the Comprehensive Stormwater Master

Plan for Aventura; and they are a sub-consultant to Hazen and

Sawyer (the Prime) on the City of Fort Lauderdale Stormwater

Master Plan & Implementation, as well as serving as the District

Drainage Engineers for the Central Broward Water Control

District (CBWCD) and the Tindall Hammock Irrigation and Soil

Conservation District (THISCD).

4.5 The firm will be required to develop, maintain and

update a computerized system of the waste water collection

and distribution system at the Airport. Describe briefly the

firm’s experience in wastewater modeling and in the use of

software (such as Info SWMM).

See 4.3 for more information.

4.6 The firm will be required to maintain, update and run

simulations of stormwater management system systems

at the Airport. Describe briefly the firm’s experience in

stormwater modeling and in the use of software such as

ICPR?

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 31

Page 32: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

24 | Qualifications

4. Specialized Experience and Capabilities (Continued)

See 4.3 for this experience and explanation.

4.7 The Firm will be required to maintain and update as

necessary the electrical and communication master plans

in step with BCAD’s development and growth needs.

Describe briefly the firm’s experince in handling an

electrical and communication master plan update.

• As required by the Client, Thornton Tomasetti has the

capacity of maintaining and updating as necessary the

electrical and communication master plans in step with

BCAD’s development and growth needs. All computer aided

design options are at our disposal including BIM (Building

Information Modeling) to establish, maintain and update

existing master plans in live document format. This would all

be accomplished in accordance with pertinent Federal, and

Local Agencies, including all the applicable

Utilities/Agencies for electrical development (Electrical

Distribution and Power Supply systems, Fire alarm systems,

Communications / IT systems, Security Systems, Security

Master Plan) per applicable codes.

• Thornton Tomasetti would participate in project stages

such as Development (Preplanning, Planning), Design,

Construction, and Commissioning, in accordance with the

Client’s plans.

• Thornton Tomasetti would participate in identification of

sensitive issues that could impact the development plans so

the proposed solutions are more likely to be Cost-Effective.

Likewise, security features that have been coordinated

early in the Planning and Design process with FAA, TSA,

and other concerned Agencies, as well as with Airport

Tenants (e.g., Airlines, and other Aircraft Operators, Ground

Handlers, Repair Stations, Catering, and Concessions),

and End Users (e.g., Law Enforcement, Public Safety and

Regulatory Agencies, Airport Operations and Maintenance

Personnel).

• Thornton Tomasetti’s personnel including engineers,

architects, planners, and electrical designers are diligent

in examining and considering all potential avenues

before selecting the solution that best addresses the

Airport’s

unique needs and operational environment, in a responsive

and cost effective manner

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 32

Page 33: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

WORKLOAD OF FIRM

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 33

Page 34: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

25 | Qualifications

5. Workload of Firm

Schedule Adherence

Schedule control is collaborative. With support of 40 dedicated

local staff and 1200 professionals firmwide, we are committed

to on-time delivery of this project, just as you are. We have an

excellent track record in schedule control, which we maintain by

keeping timing issues at the forefront of the design process,

resolving key issues at the appropriate times, keeping changes

to a minimum, and predicting where changes are likely to occur.

Scheduling can have significant impact both on construction cost

and real estate projections.

When we begin the project, we will establish a clear

understanding of your management philosophy and your stated

project goals. Building on that knowledge, we will develop a

specific project approach that defines each phase of this project

and outlines the most appropriate ways to implement each

phase.

A project management work plan, developed at the start of the

project, includes a list of primary tasks and a detailed schedule

for accomplishing design activities and meeting deadlines. Once

approved, this schedule will become the timeline and road map

for the entire project team.

The detailed schedule established at the beginning of the project

is confirmed and updated at the weekly meetings. We establish

procedures for approving each stage and phase, including the

individuals responsible for sign-off, the method of approval

documentation, and a clear understanding of what each approval

means in terms of the next step on the project. You will receive

executive reports and summaries, giving a project overview.

When the scope of work on a project changes at the client’s

request, the manager documents the change and confers

with the client. Even a minor increase or change in scope

can affect the staff hour budget, and may require additional

or supplemental fees. When a fee increase is necessary, the

client’s written approval must be obtained before any additional

hours are charged to the project or fees are expended.

Strategies to Improve the Schedule

Our experience has taught us that getting involved early is the

key. By doing so, we are better able to understand the project as

it relates to owners’ needs and expectations. The best facilities

and development planning requires a combination of practicality

and creativity. Over half of the jobs that we design at Thornton

Tomasetti are done using this method, and the results speak for

themselves. Identification of long lead items, determination of the

availability of specialty items, development of phasing plans, and

sequencing of critical path activities are essential in the

preconstruction phase.

Permit and Procurement Expediting

Obtaining permits and the development of bid packages,

including workable early bid packages, is critical to expedite

the construction process. Since a Master Permit can take 4-6

months to obtain after filing, we suggest filing for an Early

Foundation Permit to mitigate delays.

• Benefits of Early Foundation Permit:

x Filing allows the issuance of a foundation-only (early

start) permit prior to the approval of the final plan for

the entire project.

x The overall project can advance to 100% Design

Development to 50% Construction Development

Phases.

x The permit process is closer to a 1-2 month duration.

x Advances construction several months earlier than

anticipated as opposed to waiting for the Master

Permit.

• Early Procurement Package:

x If steel framing is selected as the preferred material

for construction, we can offer an early procurement

package and collaborate with the team to prepare

and distribute a Tekla Model for steel detailing

acceleration.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 34

Page 35: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

26 | Qualifications

5. Workload of Firm (Continued)

Thornton Tomasetti’s Active Projects

Thornton Tomasetti is currently working on over 50 projects in

Florida. Our project team will be fully committed to Broward

County Aviation Department to ensure a successful project

delivery.

Thornton Tomasetti’s Completed Projects During the Past Five Years

Thornton Tomasetti has worked on over 415 projects during

the past five years. Below are highlights from our project

experience:

Elysee, 700 N.E. 23rd Street, Miami, FL. Structural engineering

services for a 500,000-square-foot, 57-story residential tower.

The building will include parking, amenities and a pool deck.

American Express, Regional Headquarters, Sunrise, FL.

Structural engineering services for two glass office buildings

connected by an atrium. The headquarters will total 440,000

square feet and sit on a 40-acre site. The new campus will allow

the company to consolidate operations and provide flexibility for

expansion. The project is being designed to LEED standards.

City of Coral Springs, City Hall, Coral Springs, FL. Structural

design of a five-story, 80,000-square-foot municipal office

building, which will house a central energy plant and a post

office. The building features a structural steel grand stair and

exterior canopy. The four-story, parking garage will accommodate

600 cars. Connecting the two structures is a seventy foot long

structural steel pedestrian bridge.

Dania Jai Alai Renovation, Dania Beach, FL. Structural

engineering services for the renovation and conversion of an

existing jai alai facility into a casino and entertainment venue,

while maintaining a small viewing area for jai alai, which will still

be played in the facility. Scope includes retrofitting the building

with new shear walls to bring the lateral system up to code.

Florida International University, Residence at University City,

Sweetwater, FL. Structural engineering services for a mixed-use

project private student housing development with multiple levels

of parking, ground floor retail, a sixth floor recreation deck with

residential units and nine additional levels of residential units.

Due to the different residential and parking column grids, a

transfer level will be necessary below the sixth floor. The overall

gross square footage of the building is approximately 505,000

square feet.

Resorts World Miami, Miami, FL. Structural design services

through concept design phase for a 10-million-square-foot mixed-

use development. Scope included 3.5 million square feet of retail

and entertainment space with meeting facilities on an eight-level

podium; three million square feet of hotel space in four towers;

and 1.7 million square feet of residential condominiums in two

towers over a three-story, 1.9-million-square-foot basement and a

3.6-acre rooftop lagoon.

American Express, Regional Headquarters

Ste

ve H

all

@ H

edrich B

lessin

g P

hoto

gra

phers

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 35

Page 36: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

6

LOCATION

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 36

Page 37: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Broward County Board of County Commissioners

Bid PNC2115981P1

RFP-RFQ-RLI LOCATION ATTESTATION FORM (EVALUATION CRITERIA)

The completed and signed form and supporting information (if applicable, for Joint Ventures) should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit this form and supporting information may affect the Vendor’s evaluation. Provided information is subject to verification by the County.

A Vendor’s principal place of business location (also known as the nerve center) within Broward County is considered in accordance with Evaluation Criteria. The County’s definition of a principal place of business is:

1. As defined by the Broward County Local Preference Ordinance, “Principal place of business

means the nerve center or center of overall direction, control and coordination of the activities of the bidder [Vendor]. If the bidder has only one (1) business location, such business location shall be considered its principal place of business.”

2. A principal place of business refers to the place where a corporation's officers direct, control,

and coordinate the corporation's day-to-day activities. It is the corporation's ‘nerve center’ and in practice it should normally be the place where the corporation maintains its headquarters; provided that the headquarters is the actual center of direction, control, and coordination, i.e., the ‘nerve center’, and not simply an office where the corporation holds its board meetings (for example, attended by directors and officers who have traveled there for the occasion).

The Vendor’s principal place of business in Broward County shall be the Vendor’s “Principal Address” indicated with the Florida Department of State Division of Corporations, for at least six months prior to the solicitation’s due date.

Check one of the following:

X The Vendor certifies that it has a principal place of business location (also known as the nerve

center) within Broward County, as documented in Florida Department of State Division of Corporations (Sunbiz), and attests to the following statements:

1. Vendor’s address listed in its submittal is its principal place of business as defined by Broward

County;

2. Vendor’s “Principal Address” listed with the Florida Department of State Division of Corporations is the same as the address listed in its submittal and the address was listed for at least six months prior to the solicitation’s opening date. A copy of Florida Department of State Division of Corporations (Sunbiz) is attached as verification.

3. Vendor must be located at the listed “nerve center” address (“Principal Address”) for at least six (6) months prior to the solicitation’s opening date;

4. Vendor has not merged with another firm within the last six months that is not headquartered in Broward County and is not a wholly owned subsidiary or a holding company of another firm that is not headquartered in Broward County;

5. If awarded a contract, it is the intent of the Vendor to remain at the referenced address for the

duration of the contract term, including any renewals, extensions or any approved interim contracts for the services provided under this contract; and

6. The Vendor understands that if after contract award, the County learns that the attestation

was erroneous, and upon investigation determines that the error was willful or intentional on

5/1/2018 11:55 AM p. 26

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 37

Page 38: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Broward County Board of County Commissioners

Bid PNC2115981P1

the part of the Vendor, the County may, on that basis exercise any contractual right to terminate the contract. Further any misleading, inaccurate, false information or documentation submitted by any party affiliated with this procurement may lead to suspension and/or debarment from doing business with Broward County as outlined in the Procurement Code, Section 21.119.

If the Vendor is submitting a response as a Joint Venture, the following information is required to be submitted:

a. Name of the Joint Venture Partnership b. Percentage of Equity for all Joint Venture Partners c. A copy of the executed Agreement(s) between the Joint Venture Partners

Vendor does not have a principal place of business location (also known as the nerve center) within

Broward County.

Vendor Information:

Vendor Name: Thornton Tomasetti

Vendor’s address listed in its submittal is:

The signature below must be by an individual authorized to bind the Vendor. The signature below is an attestation that all information listed above and provided to Broward County is true and accurate.

Vice President Thornton Tomasetti May 11, 2018

Authorized Signature/Name

Title Vendor Name Date

5/1/2018 11:55 AM p. 27

101 NE Third Ave., Suite 1170 Fort Lauderdale, FL 33301-1199

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 38

Page 39: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

7

WILLINGNESS TO MEET TIME AND BUDGET

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 39

Page 40: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

29 | Qualifications

7. Willingness to Meet Time and Budget Requirements

Schedule Adherence

Schedule control is collaborative. With support of 40 dedicated

local staff and 1300 professionals firmwide, we are committed

to on-time delivery of this project, just as you are. We have an

excellent track record in schedule control, which we maintain by

keeping timing issues at the forefront of the design process,

resolving key issues at the appropriate times, keeping changes

to a minimum, and predicting where changes are likely to occur.

Scheduling can have significant impact both on construction cost

and real estate projections.

When we begin the project, we will establish a clear

understanding of your management philosophy and your stated

project goals. Building on that knowledge, we will develop a

specific project approach that defines each phase of this project

and outlines the most appropriate ways to implement each

phase.

A project management work plan, developed at the start of the

project, includes a list of primary tasks and a detailed schedule

for accomplishing design activities and meeting deadlines. Once

approved, this schedule will become the timeline and road map

for the entire project team.

The detailed schedule established at the beginning of the project

is confirmed and updated at the weekly meetings. We establish

procedures for approving each stage and phase, including the

individuals responsible for sign-off, the method of approval

documentation, and a clear understanding of what each approval

means in terms of the next step on the project. You will receive

executive reports and summaries, giving a project overview.

When the scope of work on a project changes at the client’s

request, the manager documents the change and confers

with the client. Even a minor increase or change in scope

can affect the staff hour budget, and may require additional

or supplemental fees. When a fee increase is necessary, the

client’s written approval must be obtained before any additional

hours are charged to the project or fees are expended.

Strategies to Improve the Schedule

Our experience has taught us that getting involved early is the

key. By doing so, we are better able to understand the project as

it relates to owners’ needs and expectations. The best facilities

and development planning requires a combination of practicality

and creativity. Over half of the jobs that we design at Thornton

Tomasetti are done using this method, and the results speak for

themselves. Identification of long lead items, determination of the

availability of specialty items, development of phasing plans, and

sequencing of critical path activities are essential in the

preconstruction phase.

Permit and Procurement Expediting

Obtaining permits and the development of bid packages,

including workable early bid packages, is critical to expedite

the construction process. Since a Master Permit can take 4-6

months to obtain after filing, we suggest filing for an Early

Foundation Permit to mitigate delays.

• Benefits of Early Foundation Permit:

x Filing allows the issuance of a foundation-only (early

start) permit prior to the approval of the final plan for

the entire project.

x The overall project can advance to 100% Design

Development to 50% Construction Development

Phases.

x The permit process is closer to a 1-2 month duration.

x Advances construction several months earlier than

anticipated as opposed to waiting for the Master

Permit.

• Early Procurement Package:

x If steel framing is selected as the preferred material

for construction, we can offer an early procurement

package and collaborate with the team to prepare

and distribute a Tekla Model for steel detailing

acceleration.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 40

Page 41: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

30 | Qualifications

7. Willingness to Meet Time and Budget Requirements (Continued)

Budget Requirements

Thornton Tomasetti is known for cost-cutting structural

innovations and effective management of structurally complex

projects. Cost and constructability concerns are monitored

through our project analysis and quality assurance programs.

Thornton Tomasetti is committed to innovation, efficiency and

economy in design.

For this project, we have assigned a key staff team highly

experienced in renovations and familiar with the needs of clients

to assure the success of this project. The team will start the

project with a condition survey to determine the condition of the

structure and a load analysis to determine if the existing floor

framing can support new loads imposed.

We will work closely with the project team to study and

recommend alternative structural systems that are suited to the

project’s design, budget, and construction objectives. This effort

occurs primarily during the schematic design phase when the

pros and cons of the systems are delineated and their desired

interface with the work of other disciplines is coordinated.

Thornton Tomasetti has a reputation for its technical expertise in

optimizing designs to reduce costs, simplify erection procedures

and speed up construction. We are internationally recognized

for our ability to innovate in order to meet a project’s special

requirements, whether financial or functional.

Design Budget Control System

Thornton Tomasetti uses a Budgetary Control System to monitor

and control all projects in the office. This is a management

information system designed to provide all personnel associated

with the project, as well as management personnel, the past,

present and future man hour information known about the

project. Thornton Tomasetti form sheets are filled out daily and

the specific project costs are aggregated bi-1 for review.

Input Forms

Project Budget Input Form: This form is input at the beginning

of a project. It contains the budget (in hours), the average hourly

rate, and the key staff names by department. It also contains the

direct charges to be budgeted. If changes in scope occur after

the project is initiated, a revised budget form is prepared with

applicable adjustments.

Estimate of Manhours: This form is filled in bimonthly by

project managers. It contains the percentage of work complete,

the estimate of hours expended for the previous four week

period, and the estimate of the required manpower required for

the next four weeks.

Output Reports

Company Project Status: This weekly report of all active

projects is designed to give key personnel (project managers)

primary information pertaining to the status of all projects.

Project Status Reports: A report of each project, containing

information about each department involved in the project and its

percentage completion. It is designed primarily to give Project

Managers information concerning the schedule of their projects.

Project Status by Project Manager: This report of project

information sequenced by Project Managers is designed

primarily for review by Principals and other Management

personnel.

Report of Project Over and Under Budget: This exception

report lists those projects with an index outside of specified limits.

It is primarily an upper management report executed by

principals to control internal budgets.

These controls enable our client, our management and the

project team to be continuously informed of the status of the

project.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 41

Page 42: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

8

VOLUME OF PREVIOUS WORK

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 42

Page 43: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Broward County Board of County Commissioners

Bid PNC2115981P1

VOLUME OF PREVIOUS WORK ATTESTATION FORM

The completed and signed form should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to provide timely may affect the Vendor’s evaluation. This completed form must be included with the Vendor’s submittal at the time of the opening deadline to be considered for a Tie Breaker criterion (if applicable).

The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years. If the Vendor is submitting as a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. The Vendor attests to the following:

Item

No.

Project Title

Solicitation/

Contract

Number:

Department

or Division

Date

Awarded

Paid to Date

Dollar

Amount

1 N/A

2

3

4

5

Grand Total

Has the Vendor been a member/partner of a Joint Venture firm that was awarded a contract by the County?

Yes No X

If Yes, Vendor must submit a Joint Vendor Volume of Work Attestation Form.

Vendor Name:

Title Date

5/1/2018 11:55 AM p. 43

Vice President May 11, 2018

Thornton Tomasetti

Authorized Signature/ Name

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 43

Page 44: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

9

ADDITIONAL FORMS AND INFORMATION

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 44

Page 45: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

29 | Qualifications

9. Additional Forms and Information

We have included our forms and financial documents as a

separate PDF for your review since they are not part of the

Evaluation Criteria. Our financial documents are to remain

confidential.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 45

Page 46: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

PN

C2

11

59

81

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c6

/19

/20

18

p.

46

Page 47: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

, North Perry Airport

PN

C2

11

59

81

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c6

/19

/20

18

p.

47

Page 48: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Vendor Reference Verification Form

Broward County Solicitation No. and Title:

Reference for:

Organization/Firm Name providing reference:

Contact Name: Reference date:

Contact Phone: Contact Email:

Name of Referenced Project:

Contract No. Date Services Provided: Project Amount:

Vendor’s role in Project: Prime Vendor Subconsultant/Subcontractor

Would you use this vendor again? Yes No If No, please specify in Additional Comments (below).

Description of services provided by Vendor:

Please rate your experience with the referenced Vendor:

Needs Improvement

Satisfactory Excellent Not Applicable

1. Vendor’s Quality of Servicea. Responsiveb. Accuracyc. Deliverables

2. Vendor’s Organization:a. Staff expertiseb. Professionalismc. Turnover

3. Timeliness of:a. Projectb. Deliverables

4. Project completed within budget

5. Cooperation with:a. Your Firmb. Subcontractor(s)/Subconsultant(s)c. Regulatory Agency(ies)

Additional Comments: (provide on additional sheet if needed)

All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code.

to

Title:

***THIS SECTION FOR COUNTY USE ONLY***

Verified via: ____EMAIL ____VERBAL Verified by: ______________________________ Division: _______________ Date: _____________

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 42

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 48

Page 49: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Vendor Reference Verification Form

Broward County Solicitation No. and Title:

Reference for:

Organization/Firm Name providing reference:

Contact Name: Reference date:

Contact Phone: Contact Email:

Name of Referenced Project:

Contract No. Date Services Provided: Project Amount:

Vendor’s role in Project: Prime Vendor Subconsultant/Subcontractor

Would you use this vendor again? Yes No If No, please specify in Additional Comments (below).

Description of services provided by Vendor:

Please rate your experience with the referenced Vendor:

Needs Improvement

Satisfactory Excellent Not Applicable

1. Vendor’s Quality of Servicea. Responsiveb. Accuracyc. Deliverables

2. Vendor’s Organization:a. Staff expertiseb. Professionalismc. Turnover

3. Timeliness of:a. Projectb. Deliverables

4. Project completed within budget

5. Cooperation with:a. Your Firmb. Subcontractor(s)/Subconsultant(s)c. Regulatory Agency(ies)

Additional Comments: (provide on additional sheet if needed)

All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code.

to

Title:

***THIS SECTION FOR COUNTY USE ONLY***

Verified via: ____EMAIL ____VERBAL Verified by: ______________________________ Division: _______________ Date: _____________

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 42

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 49

Page 50: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Vendor Reference Verification Form

Broward County Solicitation No. and Title:

Reference for:

Organization/Firm Name providing reference:

Contact Name: Reference date:

Contact Phone: Contact Email:

Name of Referenced Project:

Contract No. Date Services Provided: Project Amount:

Vendor’s role in Project: Prime Vendor Subconsultant/Subcontractor

Would you use this vendor again? Yes No If No, please specify in Additional Comments (below).

Description of services provided by Vendor:

Please rate your experience with the referenced Vendor:

Needs Improvement

Satisfactory Excellent Not Applicable

1. Vendor’s Quality of Servicea. Responsiveb. Accuracyc. Deliverables

2. Vendor’s Organization:a. Staff expertiseb. Professionalismc. Turnover

3. Timeliness of:a. Projectb. Deliverables

4. Project completed within budget

5. Cooperation with:a. Your Firmb. Subcontractor(s)/Subconsultant(s)c. Regulatory Agency(ies)

Additional Comments: (provide on additional sheet if needed)

All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code.

to

Title:

***THIS SECTION FOR COUNTY USE ONLY***

Verified via: ____EMAIL ____VERBAL Verified by: ______________________________ Division: _______________ Date: _____________

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 42

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 50

Page 51: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Vendor Reference Verification Form

Broward County Solicitation No. and Title:

Reference for:

Organization/Firm Name providing reference:

Contact Name: Reference date:

Contact Phone: Contact Email:

Name of Referenced Project:

Contract No. Date Services Provided: Project Amount:

Vendor’s role in Project: Prime Vendor Subconsultant/Subcontractor

Would you use this vendor again? Yes No If No, please specify in Additional Comments (below).

Description of services provided by Vendor:

Please rate your experience with the referenced Vendor:

Needs Improvement

Satisfactory Excellent Not Applicable

1. Vendor’s Quality of Servicea. Responsiveb. Accuracyc. Deliverables

2. Vendor’s Organization:a. Staff expertiseb. Professionalismc. Turnover

3. Timeliness of:a. Projectb. Deliverables

4. Project completed within budget

5. Cooperation with:a. Your Firmb. Subcontractor(s)/Subconsultant(s)c. Regulatory Agency(ies)

Additional Comments: (provide on additional sheet if needed)

All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward CountyProcurement Code.

to

Title:

***THIS SECTION FOR COUNTY USE ONLY***

Verified via: ____EMAIL ____VERBAL Verified by: ______________________________ Division: _______________ Date: _____________

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 42

5/2015 ongoing $ 177 M

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 51

Page 52: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

55

66

AFFILIATED ENTITIES OF THE PRINCIPAL(S) CERTIFICATION FORM

The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a primeVendor with the County.

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performanceevaluations and the compliance history with the County ’s Small Business Program, including CBE,DBE and SBE goal attainment requirements.  “Affiliated entities” of the principal(s) are those entitiesrelated to the Vendor by the sharing of stock or other means of control, including but not limited to asubsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliatedentities of the Vendor's principals in its review and determination of responsibility.

The Vendor hereby certifies that: (select one)

No principal of the proposing Vendor has prior affiliations that meet the criteria defined as “Affiliated entities ”

Principal(s) listed below have prior affiliations that meet the criteria defined as “Affiliated entities ”

Principal ’s Name:

Names of Affiliated Entities:

Principal ’s Name:

Names of Affiliated Entities:

Principal ’s Name:

Names of Affiliated Entities:

Authorized Signature Name:

Title:

Vendor Name:

Date:

55

66

55

66

55

66

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 21

X

Thornton Tomasetti

May 11, 2018

Vice President

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 52

Page 53: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Agreement Exception Form

Thornton Tomasetti reserves its rights, should it be awarded the project, to negotiate the terms and conditions of any final proposed agreements, including the County’s Agreement, after an opportunity to review such documents and after final agreement on the proposed scope of services to be performed.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 53

Page 54: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

55

66

AGREEMENT EXCEPTION FORM

The completed form(s) should be returned with the Vendor ’s submittal. If not provided with submittal, it shall be deemed an affirmation by the Vendor that it accepts the terms and conditions of the County ’s Agreement as disclosed in the solicitation.

The Vendor must either provide specific proposed alternative language on the form below. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

Vendor Name:

There are no exceptions to the terms and conditions of the County Agreement as referenced in the solicitation; or

The following exceptions are disclosed below: (use additional forms as needed; separate each Article/ Section number)

Term or Condition

Article / Section

Insert version of exception or

specific proposed alternative

language

Provide brief justification

for change

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 22

*Please see the attached response on the following page.

Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 54

Page 55: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

55

66

DOMESTIC PARTNERSHIP ACT CERTIFICATION FORM (REQUIREMENT AND TIEBREAKER)

Refer to Special Instructions to identify if Domestic Partnership Act is a requirement of the solicitation or acts

only as a tiebreaker. If Domestic Partnership is a requirement of the solicitation, the completed and signed form

should be returned with the Vendor ’s submittal. If the form is not provided with submittal, the Vendor must

submit within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully

comply within stated timeframes. To qualify for the Domestic Partnership tiebreaker criterion, the Vendor must

currently offer the Domestic Partnership benefit and the completed and signed form must be returned at time of

solicitation submittal.

The Domestic Partnership Act, Section 16 ½  -157, Broward County Code of Ordinances, requires all Vendors

contracting with the County, in an amount over $100,000 provide benefits to Domestic Partners of its employees,

on the same basis as it provides benefits to employees ’ spouses, with certain exceptions as provided by the

Ordinance.

For all submittals over $100,000.00, the Vendor, by virtue of the signature below, certifies that it is aware of the

requirements of Broward County ’s Domestic Partnership Act, Section 16-½   -157, Broward County Code of

Ordinances; and certifies the following: (check only one below).

1. The Vendor currently complies with the requirements of the County ’s Domestic Partnership Act

and provides benefits to Domestic Partners of its employees on the same basis as it provides

benefits to employees ’ spouses

2. The Vendor will comply with the requirements of the County ’s Domestic Partnership Act at time of

contract award and provide benefits to Domestic Partners of its employees on the same basis as

it provides benefits to employees ’ spouses.

3. The Vendor will not comply with the requirements of the County ’s Domestic Partnership Act at

time of award.

4. The Vendor does not need to comply with the requirements of the County ’s Domestic Partnership

Act at time of award because the following exception(s) applies: (check only one below).

The Vendor is a governmental entity, not-for-profit corporation, or charitable organization.

The Vendor is a religious organization, association, society, or non -profit charitable or

educational institution.

The Vendor provides an employee the cash equivalent of benefits. (Attach an affidavit in

compliance with the Act stating the efforts taken to provide such benefits and the amount of

the cash equivalent).

The Vendor cannot comply with the provisions of the Domestic Partnership Act because it

would violate the laws, rules or regulations of federal or state law or would violate or be

inconsistent with the terms or conditions of a grant or contract with the United States or State

of Florida. Indicate the law, statute or regulation (State the law, statute or regulation and

attach explanation of its applicability).

Authorized

Signature/Name

Title Vendor Name Date

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 23

Vice President Thornton Tomasetti 5/11/2018

X

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 55

Page 56: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

55

66

LITIGATION HISTORY FORM

The completed form(s) should be returned with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

There are no material cases for this Vendor; or

Material Case(s) are disclosed below:

Is this for a: (check type)

Parent, Subsidiary, or

Predecessor Firm?

If Yes, name of Parent/Subsidiary/Predecessor:

Or No

PartyCase Number, Name,

and Date FiledName of Court or other tribunal

Type of Case Bankruptcy Civil Criminal Administrative/Regulatory

Claim or Cause of Action and Brief description of

each CountBrief description of the

Subject Matter and Project Involved

Disposition of Case

(Attach copy of any applicable Judgment,

Settlement Agreement and Satisfaction of Judgment.)

Pending Settled Dismissed

Judgment Vendor ’s Favor Judgment Against Vendor

If Judgment Against, is Judgment Satisfied? Yes No

Opposing CounselName:

Email:

Telephone Number:

Vendor Name:

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 24

*Please see the attached response on the following page.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 56

Page 57: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Litigation History

From time to time our firm has been brought into lawsuits involving projects on which we have performed services. Most of these cases involve personal injury / site safety issues, which are not our responsibility. Accordingly, we have often had the cases dismissed as against our firm by filing an affidavit of noninvolvement or by speaking with the plaintiff’s attorney. In other instances, we decided to contribute towards settlement to avoid litigation costs, expending the time of our key staff, or the risk of an adverse court decision. On rare occasions, and only after patient accommodation of our client, the firm has found it necessary to file claims to secure payment of long-overdue professional fees.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 57

Page 58: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

55

66

LOBBYIST REGISTRATION REQUIREMENT CERTIFICATION FORM

The completed form should be submitted with the solicitation response but must be submitted within three business

days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

The Vendor certifies that it understands if it has retained a lobbyist(s) to lobby in connection with a competitive

solicitation, it shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies

that each lobbyist retained has timely filed the registration or amended registration required under Broward County

Lobbyist Registration Act, Section 1-262, Broward County Code of Ordinances; and it understands that if, after awarding

a contract in connection with the solicitation, the County learns that the certification was erroneous, and upon

investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis,

exercise any contractual right to terminate the contract for convenience.

The Vendor hereby certifies that: (select one)

It has not retained a lobbyist(s) to lobby in connection with this competitive solicitation; however, if retained after

the solicitation, the County will be notified.

It has retained a lobbyist(s) to lobby in connection with this competitive solicitation and certified that each lobbyist

retained has timely filed the registration or amended registration required under Broward County Lobbyist

Registration Act, Section 1-262, Broward County Code of Ordinances.

It is a requirement of this solicitation that the names of any and all lobbyists retained to lobby in connection

with this solicitation be listed below:

Name of Lobbyist:

Lobbyist ’s Firm:

Phone:

E-mail:

Name of Lobbyist:

Lobbyist ’s Firm:

Phone:

E-mail:

Authorized Signature/Name: Date:

Title:

Vendor Name:

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 25

X

Vice President

Thornton Tomasetti

May 11, 2018

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 58

Page 59: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

RFP-RLI-RFQ LOCAL PREFERENCE AND TIE BREAKER CERTIFICATION FORM

The completed and signed form should be returned with the Vendor ’s submittal to determine Local Preference eligibility, however it must be returned at time of solicitation submittal to qualify for the Tie Break criteria. If not provided with submittal, the Vendor must submit within three business days ofCounty ’s request for evaluation of Local Preference. Proof of a local business tax should be submitted with this form. Failure to timely submit this form or local business tax receipt may render the business ineligible for application of the Local Preference or Tie Break Criteria.

In accordance with Section 21.31.d. of the Broward County Procurement Code, to qualify for the Tie Break Criteria, the undersigned Vendor hereby certifies that (check box if applicable):

The Vendor is a local Vendor in Broward County and:

a. has a valid Broward County local business tax receipt;

b. has been in existence for at least six-months prior to the solicitation opening;

c. at a business address physically located within Broward County;

d. in an area zoned for such business;

e. provides services from this location on a day-to-day basis, and

f. services provided from this location are a substantial component of the services offeredin the Vendor's proposal.

In accordance with Local Preference, Section 1-74, et. seq.,Broward County Code of Ordinances, a local business meeting the below requirements is eligible for Local Preference. To qualify for the Local Preference, the undersigned Vendor hereby certifies that (check box if applicable):

The Vendor is a local Vendor in Broward and:

a. has a valid Broward County local business tax receipt issued at least one year prior tosolicitation opening;

b. has been in existence for at least one-year prior to the solicitation opening;

c. provides services on a day-to-day basis, at a business address physically locatedwithin the Broward County limits in an area zoned for such business; and

d. the services provided from this location are a substantial component of the servicesoffered in the Vendor's proposal.

Local Business Address:

Vendor does not qualify for Tie Break Criteria or Local Preference, in accordance with the above requirements. The undersigned Vendor hereby certifies that (check box if applicable):

The Vendor is not a local Vendor in Broward County.

55

66

AUTHORIZED

SIGNATURE/ NAME

TITLE COMPANY DATE

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 28

X

X

101 NE Third Avenue, Suite 1170Fort Lauderdale, FL 33301-1199

Vice President Thornton Tomasetti May 11, 2018

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 59

Page 60: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

RFP-RLI-RFQ LOCAL PREFERENCE AND TIE BREAKER CERTIFICATION FORM

The completed and signed form should be returned with the Vendor ’s submittal to determine Local Preference eligibility, however it must be returned at time of solicitation submittal to qualify for the Tie Break criteria. If not provided with submittal, the Vendor must submit within three business days ofCounty ’s request for evaluation of Local Preference. Proof of a local business tax should be submitted with this form. Failure to timely submit this form or local business tax receipt may render the business ineligible for application of the Local Preference or Tie Break Criteria.

In accordance with Section 21.31.d. of the Broward County Procurement Code, to qualify for the Tie Break Criteria, the undersigned Vendor hereby certifies that (check box if applicable):

The Vendor is a local Vendor in Broward County and:

a. has a valid Broward County local business tax receipt;

b. has been in existence for at least six-months prior to the solicitation opening;

c. at a business address physically located within Broward County;

d. in an area zoned for such business;

e. provides services from this location on a day-to-day basis, and

f. services provided from this location are a substantial component of the services offeredin the Vendor's proposal.

In accordance with Local Preference, Section 1-74, et. seq.,Broward County Code of Ordinances, a local business meeting the below requirements is eligible for Local Preference. To qualify for the Local Preference, the undersigned Vendor hereby certifies that (check box if applicable):

The Vendor is a local Vendor in Broward and:

a. has a valid Broward County local business tax receipt issued at least one year prior tosolicitation opening;

b. has been in existence for at least one-year prior to the solicitation opening;

c. provides services on a day-to-day basis, at a business address physically locatedwithin the Broward County limits in an area zoned for such business; and

d. the services provided from this location are a substantial component of the servicesoffered in the Vendor's proposal.

Local Business Address:

Vendor does not qualify for Tie Break Criteria or Local Preference, in accordance with the above requirements. The undersigned Vendor hereby certifies that (check box if applicable):

The Vendor is not a local Vendor in Broward County.

55

66

AUTHORIZED

SIGNATURE/ NAME

TITLE COMPANY DATE

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 29

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 60

Page 61: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

PN

C2

11

59

81

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c6

/19

/20

18

p. 6

1

Page 62: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

55

66

3 4

SCRUTINIZED COMPANIES LIST REQUIREMENT CERTIFICATION FORM

The completed and signed form(s) should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Vendor may be deemed nonresponsive for failure to fully comply within stated timeframes.  

Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor, by virtue of the signature below, certifies that:

a. The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and215.4725 Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in SudanList, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the ScrutinizedCompanies that Boycott Israel List; and

b. The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on eitherthe Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in theIran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List;  and

c. If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing ifany of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the ScrutinizedCompanies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies thatBoycott Israel List.

Authorized Signature/Name

 Title Vendor Name Date

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 33

Vice President Thornton Tomasetti May 11, 2018

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 62

Page 63: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

3 4

SUBCONTRACTORS/SUBCONSULTANTS/SUPPLIERS REQUIREMENT FORMRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

The following forms and supporting information (if applicable) should be returned with Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

A. The Vendor shall submit a listing of all subcontractors, subconsultants and major materialsuppliers (firms), if any, and the portion of the contract they will perform. A major materialsupplier is considered any firm that provides construction material for construction contracts, or commodities for service contracts in excess of $50,000, to the Vendor.

B. If participation goals apply to the contract, only non-certified firms shall be identified on theform. A non-certified firm is a firm that is not listed as a firm for attainment of participationgoals (ex. County Business Enterprise or Disadvantaged Business Enterprise), if applicable to the solicitation.

C. This list shall be kept up -to-date for the duration of the contract. If subcontractors,subconsultants or suppliers are stated, this does not relieve the Vendor from the primeresponsibility of full and complete satisfactory performance under any awarded contract.

D. After completion of the contract/final payment, the Vendor shall certify the final list of non-certified subcontractors, subconsultants, and suppliers that performed or provided servicesto the County for the referenced contract.  

E. The Vendor has confirmed that none of the recommended subcontractors, subconsultants, orsuppliers ’   principal(s), officer(s), affiliate(s) or any other related companies have beendebarred from doing business with Broward County or any other governmental agency.

If none, state “none” on this form. Use additional sheets as needed. Vendor should scan and upload any additional form(s) in BidSync.

1. Subcontracted Firm’s Name:

Subcontracted Firm’s Address:

Subcontracted Firm’s Telephone Number:

Contact Person’s Name and Position:

Contact Person’s E-Mail Address:

Estimated Subcontract/Supplies Contract Amount:

Type of Work/Supplies Provided:

2. Subcontracted Firm’s Name:

Subcontracted Firm’s Address:

Subcontracted Firm’s Telephone Number:

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 35

None

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 63

Page 64: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with

submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):

4. Dun and Bradstreet No.:

5. Website address (if applicable):

6. Principal place of business address:

7. Office location responsible for this project:

8. Telephone no.: Fax no.:

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name):

11. List name and title of each principal, owner, officer, and major shareholder:

a)

b)

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name:

Title:

E-mail:

Telephone No.:

Name:

Title:

E-mail:

Telephone No.:

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or

its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators,

and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing,possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the

actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:

a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required bysubparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition ofemployment on a covered contract, the employee shall:

a. Abide by the terms of the statement; andb. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for aviolation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice undersubdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The

notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of thefollowing actions with respect to an employee who is convicted of a drug abuse violation occurring in the

workplace:a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or otherappropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of

subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:

Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward

County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County

Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s)

with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized

Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran

Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized

Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name:

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate asto Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written orotherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge thatinaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as thebasis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify thatthe Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm orperson submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge andaccept all of the solicitation pages as well as any special instructions sheet(s).

55

66

55

66

13. Has your firm, its principals, officers or predecessor organization(s) been debarred

or suspended by any government entity within the last three years? If yes, specifydetails in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been

debarred or suspended by any government entity? If yes, specify details in anattached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products duringthe last three (3) years? If yes, specify details in an attached written response.

Yes No

16. Is your firm or any of its principals or officers currently principals or officers ofanother organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against yourfirm, its parent or subsidiaries or predecessor organizations during the last threeyears? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or

have Performance and/or Payment Bond claims been made to your firm or itspredecessor's sureties during the last three years? If yes, specify details in anattached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/ordelivery of products during the last three (3) years? If yes, specify details in anattached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? Ifyes, specify details in an attached written response.

Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are aresult of the Ordinance for this solicitation, provide the following for informationalpurposes only. Response is not considered in determining the award of this

contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by % or decreased the pricing by

%.

*AUTHORIZED SIGNATURE/NAME TITLE DATE

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 36

Thornton Tomasetti, Inc.

13-1251070

06251397

N/A

www.thorntontomasetti.com

51 Madison Avenue, New York, NY 10010

101 NE Third Ave., Suite 1170, Fort Lauderdale, FL 33301

954.903.9300 954.903.9301

X New York

F96000003493

Thomas Scarangello, Chairman/CEO

Raymond Daddazio, President Aine Brazil, Vice Chairman Dennis Poon, Vice Chairman

There are additional principals and shareholders not listed. If requested, Thornton Tomasetti can provide a complete list of these individuals.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 64

Page 65: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with

submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):

4. Dun and Bradstreet No.:

5. Website address (if applicable):

6. Principal place of business address:

7. Office location responsible for this project:

8. Telephone no.: Fax no.:

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name):

11. List name and title of each principal, owner, officer, and major shareholder:

a)

b)

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name:

Title:

E-mail:

Telephone No.:

Name:

Title:

E-mail:

Telephone No.:

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or

its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators,

and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing,possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the

actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:

a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required bysubparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition ofemployment on a covered contract, the employee shall:

a. Abide by the terms of the statement; andb. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for aviolation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice undersubdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The

notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of thefollowing actions with respect to an employee who is convicted of a drug abuse violation occurring in the

workplace:a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or otherappropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of

subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:

Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward

County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County

Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s)

with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized

Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran

Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized

Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name:

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate asto Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written orotherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge thatinaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as thebasis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify thatthe Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm orperson submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge andaccept all of the solicitation pages as well as any special instructions sheet(s).

55

66

55

66

13. Has your firm, its principals, officers or predecessor organization(s) been debarred

or suspended by any government entity within the last three years? If yes, specifydetails in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been

debarred or suspended by any government entity? If yes, specify details in anattached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products duringthe last three (3) years? If yes, specify details in an attached written response.

Yes No

16. Is your firm or any of its principals or officers currently principals or officers ofanother organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against yourfirm, its parent or subsidiaries or predecessor organizations during the last threeyears? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or

have Performance and/or Payment Bond claims been made to your firm or itspredecessor's sureties during the last three years? If yes, specify details in anattached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/ordelivery of products during the last three (3) years? If yes, specify details in anattached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? Ifyes, specify details in an attached written response.

Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are aresult of the Ordinance for this solicitation, provide the following for informationalpurposes only. Response is not considered in determining the award of this

contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by % or decreased the pricing by

%.

*AUTHORIZED SIGNATURE/NAME TITLE DATE

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 37

X

X

X

X

X

X

X

X

Derek Wassink

Vice President [email protected]

954.903.9300

MacKenzie Ross-Fidler

[email protected]

954.903.9300

Senior Associate

X

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 65

Page 66: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with

submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):

4. Dun and Bradstreet No.:

5. Website address (if applicable):

6. Principal place of business address:

7. Office location responsible for this project:

8. Telephone no.: Fax no.:

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name):

11. List name and title of each principal, owner, officer, and major shareholder:

a)

b)

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name:

Title:

E-mail:

Telephone No.:

Name:

Title:

E-mail:

Telephone No.:

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or

its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators,

and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing,possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the

actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:

a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required bysubparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition ofemployment on a covered contract, the employee shall:

a. Abide by the terms of the statement; andb. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for aviolation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice undersubdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The

notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of thefollowing actions with respect to an employee who is convicted of a drug abuse violation occurring in the

workplace:a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or otherappropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of

subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:

Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward

County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County

Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s)

with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized

Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran

Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized

Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name:

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate asto Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written orotherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge thatinaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as thebasis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify thatthe Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm orperson submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge andaccept all of the solicitation pages as well as any special instructions sheet(s).

55

66

55

66

13. Has your firm, its principals, officers or predecessor organization(s) been debarred

or suspended by any government entity within the last three years? If yes, specifydetails in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been

debarred or suspended by any government entity? If yes, specify details in anattached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products duringthe last three (3) years? If yes, specify details in an attached written response.

Yes No

16. Is your firm or any of its principals or officers currently principals or officers ofanother organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against yourfirm, its parent or subsidiaries or predecessor organizations during the last threeyears? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or

have Performance and/or Payment Bond claims been made to your firm or itspredecessor's sureties during the last three years? If yes, specify details in anattached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/ordelivery of products during the last three (3) years? If yes, specify details in anattached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? Ifyes, specify details in an attached written response.

Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are aresult of the Ordinance for this solicitation, provide the following for informationalpurposes only. Response is not considered in determining the award of this

contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by % or decreased the pricing by

%.

*AUTHORIZED SIGNATURE/NAME TITLE DATE

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 38

X

X

X

X

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 66

Page 67: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with

submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):

4. Dun and Bradstreet No.:

5. Website address (if applicable):

6. Principal place of business address:

7. Office location responsible for this project:

8. Telephone no.: Fax no.:

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name):

11. List name and title of each principal, owner, officer, and major shareholder:

a)

b)

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name:

Title:

E-mail:

Telephone No.:

Name:

Title:

E-mail:

Telephone No.:

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or

its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators,

and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing,possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the

actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:

a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required bysubparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition ofemployment on a covered contract, the employee shall:

a. Abide by the terms of the statement; andb. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for aviolation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice undersubdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The

notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of thefollowing actions with respect to an employee who is convicted of a drug abuse violation occurring in the

workplace:a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or otherappropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of

subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:

Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward

County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County

Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s)

with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized

Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran

Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized

Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name:

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate asto Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written orotherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge thatinaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as thebasis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify thatthe Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm orperson submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge andaccept all of the solicitation pages as well as any special instructions sheet(s).

55

66

55

66

13. Has your firm, its principals, officers or predecessor organization(s) been debarred

or suspended by any government entity within the last three years? If yes, specifydetails in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been

debarred or suspended by any government entity? If yes, specify details in anattached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products duringthe last three (3) years? If yes, specify details in an attached written response.

Yes No

16. Is your firm or any of its principals or officers currently principals or officers ofanother organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against yourfirm, its parent or subsidiaries or predecessor organizations during the last threeyears? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or

have Performance and/or Payment Bond claims been made to your firm or itspredecessor's sureties during the last three years? If yes, specify details in anattached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/ordelivery of products during the last three (3) years? If yes, specify details in anattached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? Ifyes, specify details in an attached written response.

Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are aresult of the Ordinance for this solicitation, provide the following for informationalpurposes only. Response is not considered in determining the award of this

contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by % or decreased the pricing by

%.

*AUTHORIZED SIGNATURE/NAME TITLE DATE

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 39

X

X

X

X

X

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 67

Page 68: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with

submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:

2. Doing Business As/ Fictitious Name (if applicable):

3. Federal Employer I.D. no. (FEIN):

4. Dun and Bradstreet No.:

5. Website address (if applicable):

6. Principal place of business address:

7. Office location responsible for this project:

8. Telephone no.: Fax no.:

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious

name):

11. List name and title of each principal, owner, officer, and major shareholder:

a)

b)

c)

d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name:

Title:

E-mail:

Telephone No.:

Name:

Title:

E-mail:

Telephone No.:

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or

its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators,

and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing,possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the

actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:

a. The dangers of drug abuse in the workplace;b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required bysubparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition ofemployment on a covered contract, the employee shall:

a. Abide by the terms of the statement; andb. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any

violation of Chapter 893 or of any controlled substance law of the United States or of any state, for aviolation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice undersubdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The

notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of thefollowing actions with respect to an employee who is convicted of a drug abuse violation occurring in the

workplace:a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or otherappropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of

subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:

Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward

County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County

Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s)

with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized

Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran

Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized

Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name:

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate asto Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written orotherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge thatinaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as thebasis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify thatthe Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm orperson submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge andaccept all of the solicitation pages as well as any special instructions sheet(s).

55

66

55

66

13. Has your firm, its principals, officers or predecessor organization(s) been debarred

or suspended by any government entity within the last three years? If yes, specifydetails in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been

debarred or suspended by any government entity? If yes, specify details in anattached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products duringthe last three (3) years? If yes, specify details in an attached written response.

Yes No

16. Is your firm or any of its principals or officers currently principals or officers ofanother organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against yourfirm, its parent or subsidiaries or predecessor organizations during the last threeyears? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or

have Performance and/or Payment Bond claims been made to your firm or itspredecessor's sureties during the last three years? If yes, specify details in anattached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/ordelivery of products during the last three (3) years? If yes, specify details in anattached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? Ifyes, specify details in an attached written response.

Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are aresult of the Ordinance for this solicitation, provide the following for informationalpurposes only. Response is not considered in determining the award of this

contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by % or decreased the pricing by

%.

*AUTHORIZED SIGNATURE/NAME TITLE DATE

Bid PNC2115981P1Broward County Board ofCounty Commissioners

5/1/2018 11:55 AM p. 40

Vice President May 11, 2018

Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 68

Page 69: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

INSR ADDL SUBRLTR INSR WVD

DATE (MM/DD/YYYY)

PRODUCER CONTACTNAME:

FAXPHONE(A/C, No):(A/C, No, Ext):

E-MAILADDRESS:

INSURER A :

INSURED INSURER B :

INSURER C :

INSURER D :

INSURER E :

INSURER F :

POLICY NUMBERPOLICY EFF POLICY EXP

TYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY)

COMMERCIAL GENERAL LIABILITY

AUTOMOBILE LIABILITY

UMBRELLA LIAB

EXCESS LIAB

WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY

DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)

AUTHORIZED REPRESENTATIVE

INSURER(S) AFFORDING COVERAGE NAIC #

Y / N

N / A(Mandatory in NH)

ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED?

EACH OCCURRENCE $DAMAGE TO RENTED

$PREMISES (Ea occurrence)CLAIMS-MADE OCCUR

MED EXP (Any one person) $

PERSONAL & ADV INJURY $

GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER:

PRODUCTS - COMP/OP AGG $

$

PRO-

OTHER:

LOCJECT

COMBINED SINGLE LIMIT$(Ea accident)

BODILY INJURY (Per person) $ANY AUTOOWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS

AUTOS ONLYHIRED PROPERTY DAMAGE $

AUTOS ONLY (Per accident)

$

OCCUR EACH OCCURRENCE $

CLAIMS-MADE AGGREGATE $

DED RETENTION $ $PER OTH-STATUTE ER

E.L. EACH ACCIDENT $

E.L. DISEASE - EA EMPLOYEE $If yes, describe under

E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below

POLICY

NON-OWNED

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS.

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE 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.

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE 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 onthis certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).

COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:

CERTIFICATE HOLDER CANCELLATION

© 1988-2015 ACORD CORPORATION. All rights reserved.

The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03)

ACORDTM CERTIFICATE OF LIABILITY INSURANCE

National Union Fire Ins. Co.

The Continental Insurance Company

New Hampshire Ins. Co.

Syndicate 2623/623 at Lloyd's

3/23/2018

Greyling Ins. Brokerage/EPIC3780 Mansell Road, Suite 370Alpharetta, GA 30022

Jerry Noyola770-552-4225 866-550-4082

[email protected]

Thornton Tomasetti, Inc.51 Madison Ave.New York, NY 10010

19445352892384137540

A XX

X X

5268227 04/01/2018 04/01/2019 1,000,000500,00025,0001,000,0002,000,0002,000,000

AX

X X

4489721 04/01/2018 04/01/2019 1,000,000

B X X

X 10,000

6024446200 04/01/2018 04/01/2019 10,000,00010,000,000

CAA

N

015893793 (AOS)015893794 (CA)015893795 (ME)

04/01/201804/01/201804/01/2018

04/01/201904/01/201904/01/2019

X1,000,000

1,000,0001,000,000

D Professional Liab B0901LB1731196000 06/20/2017 06/20/2018 Per Claim $1,000,000Aggregate $2,000,000

Sample Certificate

1 of 1#S1017451/M1017450

THORTOMAClient#: 25368

JNOY1

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 69

Page 70: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

This page has been left blank intentionally.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 70

Page 71: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Consolidated Financial Statements (Together with Independent Auditors’ Report)

Years Ended December 31, 2016 and 2015

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 71

Page 72: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

C O N T E N T S

Page

INDEPENDENT AUDITORS' REPORT 1

CONSOLIDATED FINANCIAL STATEMENTS

BALANCE SHEETS 2-3

STATEMENTS OF OPERATIONS 4

STATEMENTS OF COMPREHENSIVE INCOME (LOSS) 5

STATEMENTS OF CHANGES IN STOCKHOLDERS’ EQUITY 6

STATEMENTS OF CASH FLOWS 7-8

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS 9-25

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 72

Page 73: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Marks Paneth LLP New York 685 Third Avenue New Jersey New York, NY 10017 Pennsylvania P 212.503.8800 Washington, DC F 212.370.3759 markspaneth.com

INDEPENDENT AUDITORS' REPORT

Board of Directors Thornton Tomasetti, Inc.

We have audited the accompanying consolidated financial statements of Thornton Tomasetti, Inc. (a New York State Corporation) and subsidiaries, which comprise the consolidated balance sheets as of December 31, 2016 and 2015, and the related consolidated statements of operations, comprehensive income, changes in stockholders’ equity, and cash flows for the years then ended, and the related notes to the consolidated financial statements.

Management’s Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these consolidated financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of consolidated financial statements that are free from material misstatement, whether due to fraud or error.

Auditors’ Responsibility Our responsibility is to express an opinion on these consolidated financial statements based on our audits. We conducted our audits in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the consolidated financial statements are free of material misstatement.

An audit includes examining, on a test basis, evidence supporting the amounts and disclosures in the consolidated financial statements. The procedures selected depend on the auditor’s judgment, including the assessment of the risks of material misstatement of the consolidated financial statements, whether due to fraud or error. In making those risk assessments, the auditor considers internal control relevant to the entity’s preparation and fair presentation of the consolidated financial statements in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the entity’s internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the consolidated financial statements. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion.

Basis for Qualified Opinion As more fully described in Note 18 to the financial statements, the Company does not believe it is reasonably possible to determine, and consequently, has not determined and recorded, a liability for certain postretirement benefits (OPEB Accrual) in accordance with accounting principles generally accepted in the United States of America. The effects of this departure on the consolidated financial statements are not reasonably determinable.

Qualified Opinion In our opinion, except for the effects of the lack of OPEB accrual as described in the Basis for Qualified Opinion paragraph, the consolidated financial statements referred to above present fairly, in all material respects, the financial position of Thornton Tomasetti, Inc. and subsidiaries as of December 31, 2016 and 2015, and the results of its operations and its cash flows for the years then ended in accordance with accounting principles generally accepted in the United States of America.

New York, NY April 27, 2017

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 73

Page 74: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

2016 2015CURRENT ASSETS

Cash and cash equivalents 2,459,328$ 4,634,275$ Contracts receivable - trade, less allowance for doubtful accounts

of $6,136,038 and $7,937,439 in 2016 and 2015, respectively 85,128,371 82,266,496 Note receivable - current 200,000 - Due from employees 15,681 35,696 Prepaid expenses and other current assets 6,066,083 5,005,426 Prepaid income taxes 682,774 1,399,252

Total Current Assets 94,552,237 93,341,145

PROPERTY AND EQUIPMENT, at cost, less accumulated depreciation and amortization 13,632,710 14,849,942

OTHER ASSETS Assets of consolidated VIE 1,593,461 - Goodwill, net 6,320,911 6,173,318 Intangible assets, net 2,458,842 3,722,439 Due from stockholders 76,844 113,766 Security deposits 598,051 745,138 Long term investment 442,865 407,486 Cash surrender value - 49,618 Deferred income taxes - noncurrent 7,908,871 5,914,605

Total Other Assets 19,399,845 17,126,370 127,584,792$ 125,317,457$

CONSOLIDATED BALANCE SHEETS

THORNTON TOMASETTI, INC.

ASSETS

December 31,

AND SUBSIDIARIES

See accompanying notes to consolidated financial statements.

- 2 -

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 74

Page 75: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

2016 2015CURRENT LIABILITIES

Current maturities of notes payable to former stockholders 1,085,977$ 1,163,544$ Current maturities of capitalized lease obligations 3,136 534,401 Distribution payable to stockholders of merged corporation - 1,520,421 Note payable to bank 4,700,000 4,028,749 Billings in excess of costs and estimated

earnings on uncompleted contracts 11,067,249 10,433,265 Accounts payable and accrued expenses 13,278,015 13,475,223 Income taxes payable 216,379 480,233 Deferred income taxes 14,902,373 13,720,527 Accrued compensation and fringe benefits 29,160,097 31,251,948

Total Current Liabilities 74,413,226 76,608,311

LIABILITIES OF CONSOLIDATED VIE 290,748 - DEFERRED RENT LIABILITY 3,919,717 3,475,393 CAPITALIZED LEASE OBLIGATIONS, less current maturities - 3,913 NOTES PAYABLE TO FORMER STOCKHOLDERS, less current maturities 2,633,173 1,857,218

Total Liabilities 81,256,864 81,944,835

COMMITMENTS AND CONTINGENCIES

STOCKHOLDERS' EQUITY Common stock, $.01 par value; 500,000 shares authorized, 480,254 shares

issued and 269,732 shares outstanding at December 31, 2016, and 500,000 shares authorized, 480,254 shares issued and 259,890 shares outstanding at December 31, 2015 4,803 4,803 Additional paid-in capital 60,742,071 54,000,847

Retained earnings 20,639,263 20,192,328 Accumulated other comprehensive loss - foreign currency translation (1,545,605) (717,538)

79,840,532 73,480,440 Less: Treasury stock, at cost, 210,522 shares at December 31, 2016 and

220,364 shares at December 31, 2015 (33,512,604) (30,107,818)

Total Stockholders' Equity of Thornton Tomasetti, Inc. 46,327,928 43,372,622

Noncontrolling interest - -

Total Equity 46,327,928 43,372,622

127,584,792$ 125,317,457$

December 31,

LIABILITIES AND STOCKHOLDERS' EQUITY

THORNTON TOMASETTI, INC.

CONSOLIDATED BALANCE SHEETS (Continued)AND SUBSIDIARIES

See accompanying notes to consolidated financial statements.

- 3 -

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 75

Page 76: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

2016 2015ENGINEERING AND ARCHITECTURAL

DESIGNING REVENUE 217,167,110$ 188,734,609$

DIRECT PROJECT COSTS 98,619,098 84,674,471

Gross Profit 118,548,012 104,060,138

OPERATING EXPENSES Professional costs and engineering proposals 7,660,588 7,490,076 General and administrative 109,450,775 92,946,439

Total Operating Expenses 117,111,363 100,436,515

INCOME FROM OPERATIONS 1,436,649 3,623,623

OTHER (EXPENSE) INCOME Revenue of consolidated VIE 705,153 - Expenses of consolidted VIE (2,378,570) - Interest and dividend income 42,551 19,693 Interest expense (363,491) (254,830) Gain (loss) on foreign currency transactions 2,546 (742,320) Miscellaneous income 346,736 63,705

Total Other Expense (1,645,075) (913,752)

INCOME (LOSS) BEFORE INCOME TAX EXPENSE (BENEFIT) (208,426) 2,709,871

INCOME TAX EXPENSE (BENEFIT) (418,109) 2,378,130

NET INCOME 209,683 331,741

NET INCOME (LOSS) ATTRIBUTABLE TO NONCONTROLLING INTEREST (237,252) 18,659

NET INCOME ATTRIBUTABLE TO THORNTON TOMASETTI, INC. 446,935$ 313,082$

THORNTON TOMASETTI, INC.

CONSOLIDATED STATEMENTS OF OPERATIONS

Years Ended December 31,

AND SUBSIDIARIES

See accompanying notes to consolidated financial statements.

- 4 -

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 76

Page 77: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

2016 2015

NET INCOME 209,683$ 331,741$

OTHER COMPREHENSIVE LOSS Change in unrealized loss from foreign currency translation (net of taxes in the amount of $0 and $63,000 in 2016 and 2015, respectively) (828,067) (312,359)

COMPREHENSIVE INCOME (LOSS) (618,384) 19,382

LESS: COMPREHENSIVE INCOME (LOSS) ATTRIBUTABLE TO NONCONTROLLING INTEREST (237,252) 6,260

COMPREHENSIVE INCOME (LOSS) ATTRIBUTABLE TO THORNTON TOMASETTI, INC. (381,132)$ 13,122$

THORNTON TOMASETTI, INC.

CONSOLIDATED STATEMENTS OF COMPREHENSIVE INCOME (LOSS)

Years Ended December 31,

AND SUBSIDIARIES

See accompanying notes to consolidated financial statements.

- 5 -

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 77

Page 78: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

AccumulatedAdditional Other

Common Paid-in Retained Treasury Comprehensive NoncontrollingStock Capital Earnings Stock Loss Interest Total

BALANCE AT DECEMBER 31, 2014 (Restated) (FN 20) 4,803$ 38,025,001$ 19,893,012$ (33,653,272)$ (417,578)$ -$ 23,851,966$ Noncontrolling interest balance at September 10, 2015 - - - - - 567,837 567,837Net income - - 313,082 - - 18,659 331,741Distribution - - - - - (202,663) (202,663)Change in unrealized loss from foreign currency translation - - - - (299,960) (12,399) (312,359)Acquisition of WAI by reissuance of 49,914 shares of treasury stock - 10,044,608 - 5,977,786 - - 16,022,394Acquisition of Noncontrolling interest by reissuance of 1,200 shares of

treasury stock - 241,488 (13,766) 143,712 - (371,434) - Reissuance of 28,416 shares of treasury stock - 5,689,750 - 3,403,148 - - 9,092,898Acquisition of 18,892 shares of treasury stock - - - (5,979,192) - - (5,979,192)

BALANCE AT DECEMBER 31, 2015 4,803$ 54,000,847$ 20,192,328$ (30,107,818)$ (717,538)$ -$ 43,372,622$

Capital contributions by noncontrolling interests in VIE - - - - - 237,252 237,252Net income (loss) - - 446,935 - - (237,252) 209,683Change in unrealized loss from foreign currency translation - - - - (828,067) - (828,067)Reissuance of 33,311 shares of treasury stock - 6,741,224 - 4,551,205 - - 11,292,429Acquisition of 23,469 shares of treasury stock - - - (7,955,991) - - (7,955,991)

BALANCE AT DECEMBER 31, 2016 4,803$ 60,742,071$ 20,639,263$ (33,512,604)$ (1,545,605)$ -$ 46,327,928$

THORNTON TOMASETTI, INC.AND SUBSIDIARIES

CONSOLIDATED STATEMENTS OF CHANGES IN STOCKHOLDERS' EQUITY

YEARS ENDED DECEMBER 31, 2016 AND 2015

See accompanying notes to consolidated financial statements.- 6 -

PN

C2

11

59

81

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c6

/19

/20

18

p. 7

8

Page 79: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

2016 2015CASH FLOWS FROM OPERATING ACTIVITIES

Net income 209,683$ 331,741$ Adjustments to reconcile net income to net

cash provided by (used in) operating activities: Gain on investment of joint venture (125,000) - Loss on disposition of assets 13,721 19,626 Depreciation and amortization 5,831,244 4,126,306 Deferred income taxes provision (1,688,246) 1,410,831 Change in cash surrender value of officers' life insurance 49,618 12,736 Bad debts 3,296,604 3,472,245 Change in:

Contracts receivable (6,869,259) (6,917,557) Prepaid expenses and other current assets (1,236,754) 567,507 Prepaid income taxes 699,116 (1,393,114) Security deposits 122,927 31,615 Due from employees 18,200 14,175 Assets of consolidated VIE (682,099) - Billings in excess of costs and estimated

earnings on uncompleted contracts 633,126 (1,858,649) Accounts payable and accrued expenses 50,057 (2,993,869) Income taxes payable (217,909) (303,214) Accrued compensation and fringe benefits (1,914,820) (1,924,314) Liabilities of consolidated VIE 290,748 - Other non-current liabilities - (307,313) Deferred rent liability 455,660 658,424

Net Cash Used in Operating Activities (1,063,383) (5,052,824)

CASH FLOWS FROM INVESTING ACTIVITIES Capital expenditures (3,427,079) (4,406,168) Note receivable (200,000) - Long term investment - (200,133) Due from stockholders 36,922 638,553

Net Cash Used in Investing Activities (3,590,157) (3,967,748)

CASH FLOWS FROM FINANCING ACTIVITIES Cash received from acquistion of WAI - 4,555,269

Proceeds of note payable to bank 41,500,000 69,816,965 Repayments of notes payable to bank (40,828,749) (71,540,216) Repayment of notes payable to former stockholders (1,631,898) (566,024) Repayment of distributions payable (1,520,421) - Principal payments under capital lease obligations (535,178) (762,596) Proceeds from issuance of treasury stock 11,292,429 9,092,898 Purchase of treasury stock (5,625,705) (4,944,042) Contributions from noncontrolling interest 237,252 - Distribution to noncontrolling interest stockholders - (202,663)

Net Cash Provided by Financing Activities 2,887,730 5,449,591

EFFECT OF EXCHANGE RATE CHANGES ON CASH (409,137) (220,271)

NET DECREASE IN CASH AND CASH EQUIVALENTS (2,174,947) (3,791,252)

CASH AND CASH EQUIVALENTS Beginning of year 4,634,275 8,425,527

End of year 2,459,328$ 4,634,275$

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

CONSOLIDATED STATEMENTS OF CASH FLOWS

Years Ended December 31 ,

See accompanying notes to consolidated financial statements.

- 7 -

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 79

Page 80: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

2016 2015SUPPLEMENTAL DISCLOSURES OF CASH FLOW INFORMATION:

Cash paid during the year for: Income taxes 524,581$ 2,240,405$ Interest expense 345,455$ 254,830$

SUPPLEMENTAL DISCLOSURES OF NON CASH INVESTING AND FINANCING ACTIVITIES:

In September 2015, the Company acquired WAI by issuing treasury stock: Cash received -$ 4,555,269$ Accounts receivable - 22,802,973 Prepaid expenses and other current assets - 1,258,610 Fixed assets - 4,113,203 Goodwill - 6,367,527 Intangible assets - 2,745,984 Security deposits - 220,108 Notes receivable from stockholders - 752,319 Investments - 207,353 Cash surrender value - 62,354 Due from employee - 38,856 Note payable to bank - (5,752,000) Capitalized lease obligation - (15,325) Distribution payable to stockholders - (1,520,422) Loans payable to stockholders - (1,510,998) Billing in excess of costs and estimated earnings on uncompleted contracts - (1,720,655) Accounts payable and accrued expenses - (6,040,216) Insurance financing payable - (282,313) Deferred income taxes - (5,857,934) Accrued compensation and fringe benefits - (3,834,462) Noncontrolling interest - (567,837) Total assets and liabilities acquired: - 16,022,394 Less: Cash - (4,555,269)

Treasury stock issued for the acquisition -$ 11,467,125$

In December 2015, the Company acquired 15% of noncontrolling interest by issuing treasury stock: -$ 385,200$

AND SUBSIDIARIESCONSOLIDATED STATEMENTS OF CASH FLOWS (Continued)

THORNTON TOMASETTI, INC.

Years Ended December, 31

During the year ended December 31, 2016, the Company wrote off computer hardware of $2,043 and leasehold improvements of $4,080. For the year ended December 31, 2015, the Company wrote off furniture and fixtures of $362,549 and leasehold improvements of $536,528.

During the years ended December 31, 2016 and 2015, the Company purchased treasury stock in the amount of $2,330,286 and $1,035,150, respectively by issuing notes payable.

During the year ended December 31, 2016 intangible assets with a carrying value of $911,362 were transferred by the Company to TTWiiN. For balance sheet purposes, this meant reclassifying intangible assets of $911,362 to assets of consolidated VIE.

During the year ended December 31, 2016, assets in the amount of $128,831 were reclassified from prepaid expenses to property and equipment.

During the year ended December 31, 2016, the final determination of the acquisition resulted in the recognition of $874,847 additional goodwill and deferred tax liability.

See accompanying notes to consolidated financial statements.

- 8 -

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 80

Page 81: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 9 -

1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES

Thornton Tomasetti, Inc. (the “Company”), its wholly owned subsidiaries, Weidlinger Associates, Inc. (WAI), Thornton Tomasetti Ltd. (“TT Ltd.”), Thornton Tomasetti Consulting (Shanghai) Co., Ltd. (“TTCSCL”), Thornton Tomasetti Consulting (Beijing) Co., Ltd. (“TTCBCL”), its ninety nine percent owned subsidiary Thornton Tomasetti Brasil Engenharia (Brazil), Ltda. (“TTBEL”), Thornton Tomasetti Consulting (India), Ltd. (“TTIN”), Thornton Tomasetti Consulting (Vietnam), Ltd. (“TTVN”), Thornton Tomasetti Defence Ltd. (“TTDL”) formerly known as Weidlinger Associates, Ltd and Thornton Tomasetti Canada, Inc. (“TTCA”), are engineering and architectural design firms servicing clients throughout the United States and several foreign countries. The Company has offices in New York, Illinois, Texas, New Jersey, California, Florida, Washington DC, Pennsylvania, Maine, Colorado, Missouri, Massachusetts, Connecticut, New Mexico, Washington, Hong Kong, China, Russia, United Arab Emirates, India, Canada, Vietnam, New Zealand, United Kingdom and Brazil.

The operations of TT Ltd., TTCSCL, TTCBCL, TTBEL, TTIN, TTVN, TTDL and TTCA began in November 2006, February 2007, December 2011, September 2012, January 2015, January 2015, September 9, 2015, and February 2016, respectively.

On September 9, 2015, WAI and its 85% ownership subsidiary, Weidlinger Associates, Ltd. merged into TT (see Note 2). On December 30, 2015, TT purchased the remaining 15% ownership from the noncontrolling interest party (see Note 15).

As more fully described in Note 3, on April 15, 2016 the Company acquired a preferred equity interest in newly formed entity TTWiiN, LLC (“TTWiiN”), which develops and operates technology related businesses. The Company has assessed TTWiiN to be a variable interest entity of which the Company is the primary beneficiary. Consequently the operations of TTWiiN are included in these consolidated financial statements.

Principles of Consolidation

All significant intercompany transactions and balances have been eliminated in consolidation.

Revenue and Cost of Revenues

Engineering and architectural design revenues are recognized on the percentage-of-completion method, measured by the percentage of technical salary costs incurred to date to estimated total technical salary costs for each contract. Claims by the Company for additional work relating to contracts are recognized as income when claims are approved. Revenues from time-basis contracts are recognized as costs are incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined.

Direct project costs include labor and other costs related to contract performance. Selling, general and administrative costs are charged to expense as incurred. Changes in job performance and estimated profitability may result in material revisions to costs and revenue in the next year.

The liability “Billings in excess of costs and estimated earnings on uncompleted contracts” represents amounts billed in excess of contract revenues recognized.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 81

Page 82: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 10 -

1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (continued)

The Company has certain contracts which are subjected to audit by various government agencies. In the opinion of management, any adjustments resulting from these audits will not have a material effect on the accompanying financial statements.

In accordance with normal industry practice, the Company includes in current assets and current liabilities amounts relating to contracts realizable and payable over a period in excess of one year. The length of the Company’s contracts vary and are typically under one year, however some contracts may extend up to a longer period.

Cash and Cash Equivalents

Cash equivalents are highly liquid short-term investments which are readily convertible to known amounts of cash and have original maturities within three months or less from their date of purchase.

Contracts Receivable and Allowance for Doubtful Accounts

Contracts receivable are based on amounts billed to customers. The Company provides an allowance for doubtful accounts for all receivables not expected to be collected. The Company generally does not require collateral. The Company evaluates the collectability of its accounts receivable based on a combination of factors. In circumstances when the Company is aware of a specific customer's inability to meet its financial obligations, the Company records a specific reserve for bad debts against amounts due. For all other instances, the Company recognizes reserves based on historical experience and review of the individual accounts.

Depreciation and Amortization

Property and equipment, including assets acquired under capital leases, are recorded at cost and depreciated using accelerated methods over the estimated useful lives of the related assets as described in Note 7. Leasehold improvements are amortized over the term of the lease using the straight-line method. Expenses for maintenance and repairs are charged against income as incurred and renewals or betterments are capitalized.

Goodwill

The Company made an accounting policy election to apply the accounting alternative for goodwill. Goodwill relating to the business combination in 2015 shall be amortized on a straight line basis over 10 years. Goodwill will be tested for impairment when a triggering event occurs that indicates the fair value may be below its carrying amount.

Intangible Assets

The Company’s intangible assets consist of customer lists, business expertise, name recognition and other proprietary rights are amortized over their estimated useful lives of fifteen years; intellectual property is amortized over its estimated useful life of five years; software was amortized over its estimated useful life of eight years; tradename is amortized over its estimated useful life of two years and the grandfathered professional engineering corp. has an indefinite life and is not placed in services as it is held for sale.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 82

Page 83: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 11 -

1. SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (continued)

Income Taxes

The Company recognizes deferred tax assets and liabilities for temporary differences between amounts recorded for financial statement and tax purposes.

The Company follows FASB Accounting Standard Codification, (“ASC”) 740, Income Taxes, which provides standards for establishing and classifying any tax provisions for uncertain tax positions and recognizing any interest and penalties related to unrecognized tax benefits as income tax expense.

Foreign Currency Transactions and Translation

The functional currencies of the Company's foreign subsidiaries in United Kingdom, China, Brazil, India, Vietnam and Canada are operated in the local currencies. The financial statements of these foreign subsidiaries have been translated to the U.S. dollar. All balance sheet accounts have been translated using the exchange rates in effect at the balance sheet date. Income statement amounts have been translated using the average exchange rates for the year. Accumulated net translation adjustments have been reported separately in other comprehensive income (loss) in the consolidated financial statements. The financial statements of the Company's foreign locations in Hong Kong, Russia, Dubai, New Zealand, and Abu Dhabi are prepared using the U.S. dollar as the functional currency. As a result, the transactions of those operations that are denominated in foreign currencies are remeasured into U.S. dollars, and any resulting gains or losses are included in earnings.

Treasury Stock

Treasury stock is stated at cost.

Use of Estimates

The preparation of financial statements in conformity with accounting principles generally accepted in the United States of America (“GAAP”) requires management to make estimates and assumptions that affect certain reported amounts and disclosures. Actual results may differ from those estimates.

Reclassification

Certain 2015 amounts have been reclassified to conform to current year presentation.

2. BUSINESS COMBINATION

On September 9, 2015, the Company acquired the outstanding stock of Weidlinger Associates Inc. by issuing 49,914 shares of TT treasury stock valued at $16,022,394.

Weidlinger Associates Inc. is a consulting, engineering and technology firm. It provides applied mechanics consulting and structural engineering services primarily through contracts with commercial clients and governmental agencies, which includes the design and rehabilitation of buildings, bridges and infrastructure. It also provides specialized services in vulnerability assessment, risk analysis and blast engineering. It provides its services to customers throughout the United States and the European Union.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 83

Page 84: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 12 -

2. BUSINESS COMBINATION (continued)

The purchase price was allocated to the assets and liabilities acquired as follows:

Cash $ 4,555,269 Accounts receivable (a) 22,802,973 Prepaid expenses 1,258,610 Other assets 1,280,990 Property and equipment 4,113,203 Goodwill 6,367,527 Other intangible assets 2,745,984 Current liabilities (b) (20,144,031)Long-term liabilities (c) (6,390,294) Noncontrolling interest (567,837) Total purchase price $ 16,022,394

(a) Includes $2,993,930 unbilled. (b) Includes $465,673 payable to the former stockholders, $1,520,421 distribution payable to the

stockholders, and $1,676,691 billed not earned. (c) Includes $1,045,326 payable to the former stockholders.

The Company paid $6,367,527 for the excess of the identified WAI assets over the liabilities assumed because of the expected added value from WAI’s reputation in the industry, existing customer relationships, a skilled workforce in place and synergies expected to come from having a subsidiary that operates in a related but different line than the Company’s pre-existing operations.

The transaction was not treated as an asset purchase for United States income tax purposes. Goodwill recognized in the transaction is not deductible or amortizable for income tax purposes.

When the financial statements for the year ended December 31, 2015 were issued, the Company had not yet determined the income tax status of certain acquired assets and assumed liabilities. The final determination of this information resulted in the recording of an additional $874,847 of deferred tax liabilities along with an equal amount of additional goodwill. Pursuant to the Company’s adoption of FASB Accounting Standards Update Number 2015-16 Business Combinations (Topic 805) these amounts were recorded in 2016.

3. VARIABLE INTEREST ENTITY – TTWiiN, LLC

As stated in Note 1, in April 15, 2016 the Company, along with several of its shareholders who collectively owned a majority of the Company’s shares, formed TTWiiN whose purpose is to operate a business to develop and market certain technologies based on proprietary software that had been owned by the Company. The Company contributed proprietary software with a carrying value of $911,362 in exchange for Series A Preferred Units in TTWiiN. The Company shareholders paid $237,252 for the Common Units. Because the transfer of the proprietary software was between entities under common control, there was no adjustment of the carrying value to fair value.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 84

Page 85: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 13 -

3. VARIABLE INTEREST ENTITY – TTWiiN, LLC (continued)

Under the terms of TTWiiN’s LLC Agreement, the Company was given credit for a capital contribution of $1,825,000 and as the Series A Preferred Unit holder is entitled to all distributions until it has received the $1,825,000 deemed contribution plus a 3% per annum compounded preferred return. After that the Series A Preferred Units receive 5% of all distributions and the Common Units receive 95%.

Aside from the initial cash contribution by the Common Unit holders, the operations of TTWiiN have been funded by loans from the Company. Because TTWiiN could not fund its activities without subordinated financial support from the Company in the form of Preferred Units and loans substantially in excess of common equity from the Company and will continue to need further loans at least into 2017, management has judged TTWiiN to be what GAAP refers to as a variable interest entity. TTWiiN is governed by a Board of Managers on which the Company appoints one member. The other members of the Board of Managers elected by the Common Unit holders, who are all also Company shareholders. Although no one party is able to direct the activities that most significantly affect TTWiiN’s performance, as a group, the Common Unit holders and the Company do hold such power, and in this related party group the Company is the most closely associated with TTWiiN because of TTWiiN’s dependence on the Company for financing along with the Company having as much representation on the Board of Managers as any other party. As a result, the Company is judged to be the primary beneficiary of TTWiiN and GAAP requires that the Company’s financial statements include TTWiiN as a consolidated subsidiary.

The loans made by the Company to TTWiiN mature on October 31, 2018 and will accrue interest at the prime rate plus 2%. The loan balance, including accrued interest at December 31, 2016 was $1,825,533 but is eliminated in consolidation in these financial statements. The Company believes that TTWiiN’s business has significant potential and expects to continue funding its development. The Company’s creditors have no direct access to the assets of TTWiiN, only an indirect access through the Company’s ownership of the Series A Preferred Units and the loans receivable. TTWiiN assets, including TTWiiN’s cash, are consequently included in the consolidated balance sheets as separate non-current assets. Likewise, the creditors of TTWiiN have no access to the general credit of the Company and TTWiiN’s liabilities are depicted as a single line item on the Company’s consolidated balance sheet.

TTWiiN’s total loss for the year-ended December 31, 2016 was $1,673,417, of which $237,252 (Note 15) is allocable to the non-controlling interest and $1,436,165 to the Company.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 85

Page 86: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 14 -

3. VARIABLE INTEREST ENTITY – TTWiiN, LLC (continued)

The following are a summarized balance sheet of TTWiiN at December 31, 2016 and income statement for the year then ended:

Cash 627,679$ Intangible assets 911,362 Other non-current assets 54,420 Total assets 1,593,461$

Accounts payable 21,920 Deferred revenue 268,828 Total liabilites 290,748

Non-controlling interest (common units) - Thornton Tomasetti interest * 1,302,713 Total equity 1,302,713

Total liabilities and equity 1,593,461$

Revenue 705,153$

Direct project costs 788,522

Gross profit (loss) (83,369)

General and administrative 1,475,388 Research and development 114,660 Total operating expenses 1,590,048

Net loss (1,673,417)

Net loss attributable to non-controlling interest 237,252

Net loss atributable to Thornton Tomasetti (1,436,165)$

BALANCE SHEET

INCOME STATEMENT

* The Thornton Tomasetti interest consists of preferred units and an intercompany loan that is eliminated in consolidation.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 86

Page 87: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 15 -

4. CASH AND CASH EQUIVALENTS

Cash and cash equivalents that potentially subject the Company to a concentration risk include cash accounts with a bank that exceed the Federal Deposit Insurance Corporation (“FDIC”) insurance limits. Interest bearing and noninterest bearing United States accounts are insured up to $250,000 per depositor. At December 31, 2016 and 2015, approximately $1,411,000 and $3,337,000 of the Company’s cash balances were in excess of FDIC limits. These amounts were on deposit in one bank at December 31, 2016 and two banks at December 31, 2015.

At December 31, 2016 and 2015, the Company’s cash balances in overseas locations total approximately $2,643,000 and $3,531,000, respectively, and were not covered by any foreign government insurance that is similar to FDIC. No more than $757,000 and $1,162,000 of these amounts were on deposit in any one bank.

5. CONTRACTS RECEIVABLE, NET

Contracts receivable consists of the following:

2016 2015

Contracts billed 88,165,754$ 85,254,312$ Contracts unbilled 956,864 2,944,700Retainage receivable 2,141,791 2,004,923

91,264,409 90,203,935

Less : Allowance for doubtful accounts 6,136,038 7,937,439

85,128,371$ 82,266,496$

December 31,

6. COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS

2016 2015

Costs incurred on uncompleted contracts 79,758,602$ 68,874,733$ Estimated earnings 109,240,677 111,702,455

188,999,279 180,577,188

Less: Billings to date 200,066,528 191,010,453 Billings in excess of costs and estimatedearnings on uncompleted contracts (11,067,249)$ (10,433,265)$

December 31,

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 87

Page 88: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 16 -

7. PROPERTY AND EQUIPMENT

Major classes of property and equipment consist of the following:

2016 2015

Furniture, fixtures and equipment $29,254,762 $26,233,512 5-7Equipment under capital leases 632,927 632,927 5-7Leasehold improvements 14,421,795 13,909,217 Term of Lease

44,309,484 40,775,656

Less : Accumulated depreciation and amortization 30,676,774 25,925,714

$13,632,710 $14,849,942

December 31, Estimated Useful Life in Years

Depreciation and amortization expenses totaled $4,751,757 and $3,722,644 for the years ended December 31, 2016 and 2015, respectively. Equipment under capital leases have been fully depreciated for the years ended December 31, 2016 and 2015.

8. GOODWILL

Goodwill is as follows:

2016 2015

Goodwill 7,242,374$ 6,367,527$ Less: Accumulated amortization (921,463) (194,209)

6,320,911$ 6,173,318$

December 31,

Amortization expense for goodwill for the years ended December 31, 2016 and 2015 was $727,254 and $194,209, respectively. The amortization expense for the next five years will be $727,254 per year.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 88

Page 89: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 17 -

9. INTANGIBLE ASSETS

Intangible assets consists of the following:

2016 2015 Grandfathered professional engineering corp:

Cost $ 1,231,483 $ 1,231,483 Accumulated amortization - -

Net $ 1,231,483 $ 1,231,483

Software: Cost $ - $ 1,012,000 Accumulated amortization - (51,443)

Net $ - $ 960,557

Intellectual property: Cost $ 253,500 $ 253,500 Accumulated amortization (97,500) (19,500)

Net $ 156,000 $ 234,000

Tradename: Cost $ 249,000 $ 249,000 Accumulated amortization (162,473) (37,972)

Net $ 86,527 $ 211,028

Customer lists, business expertise, etc.: Cost $ 1,508,081 $ 1,508,081 Accumulated amortization (523,249) (422,710)

Net $ 984,832 $ 1,085,371

Total:Cost $ 3,242,064 $ 4,254,064 Accumulated amortization (783,222) (531,625)

Net $ 2,458,842 $ 3,722,439

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 89

Page 90: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 18 -

9. INTANGIBLE ASSETS (Continued)

As stated in Note 3, in 2016 the Company contributed software with a carrying value of $911,362, consisting of $1,012,000 cost and $100,638 accumulated amortization, in exchange for an ownership interest in TTWiiN. The value of this intangible asset is shown on the consolidated balance sheet under the caption “Assets of consolidated VIE”.

Amortization expenses for intangible assets for the years ended December 31, 2016 and 2015 were $352,233 and $209,453, respectively.

The estimated annual amortization for the next five years is as follows:

Years Ending December 31, 2017 $ 265,000 2018 179,000 2019 101,000 2020 101,000 2021 101,000

10. NOTE PAYABLE TO BANK

In November 2015, the Company established an accounts receivable revolving credit agreement with two banks collateralized by substantially all of the Company’s assets. The maximum amount available of $40,000,000, which includes a $5,000,000 letter of credit sub facility, is based on a percentage of eligible accounts receivable. The maturity date of the agreement is October 31, 2018. Interest is due and payable at borrower’s choice of either the LIBOR rate plus 1.75% or the higher of the Prime rate minus .50% or the Federal Funds rate plus .50%. The revolving credit agreement requires the Company to meet certain financial covenants. At December 31, 2016, letters of credit of approximately $2,443,000 and borrowings against the line of credit of approximately $4,700,000 were outstanding. As of April 27, 2017, $18,377,613 was borrowed by the Company.

11. NOTES PAYABLE TO FORMER STOCKHOLDERS December 31, 2016 2015 Notes payable to former stockholders of TT for redemption of common stock due in various installments through October 2020, plus interest ranging from 3.25 to 3.5%. $ 2,882,881 $ 1,670,226

Notes payable to former stockholders of WAI for redemption of common stock. TT is required to make payments in 48 consecutive equal monthly installments through February 2021 or otherwise defined in the agreement. 836,269 1,350,536 3,719,150 3,020,762 Less : Current maturities 1,085,977 1,163,544 $ 2,633,173 $ 1,857,218

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 90

Page 91: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 19 -

11. NOTES PAYABLE TO FORMER STOCKHOLDERS (Continued)

Scheduled maturities of long-term debt as of December 31 are as follows:

2017 1,085,977$2018 1,081,4052019 821,5562020 592,0292021 138,183

3,719,150$

12. INCOME TAXES

Effective January 1, 2009, the Company changed its accounting method for tax filing purposes from the accrual method to the cash receipts and disbursements method. As of December 31, 2016, the Company has a federal net operating loss of approximately $6,843,000 which is available as a carryforward to offset future taxable income, expiring in 2034 through 2036. The Company also had charitable contributions carryforwards totaling approximately $1,291,000 expiring 2017 through 2021, foreign tax credit carryforwards totaling approximately $1,427,000, research and development tax credits totaling approximately $2,766,000 and alternative minimum tax credit carryforwards totaling approximately $453,000. The Company has various state net operating loss carryforwards available to offset future taxable income which expire 2034 to 2036.

In 2016, the effective tax rate is negative because the benefits of research and development credits and changes in the estimates of effective state tax rates and allocation factors exceed the effects of expenses not deductible for income tax purposes. In 2015, the effective tax rate is higher than what would be obtained by application of the statutory rates to income before income tax primarily due to a change in the 2014 estimate as to how foreign tax credits generated in 2014 would be utilized.

The estimate of deferred tax assets at December 31, 2014 was based on the assumption that approximately $1,733,000 of foreign tax credits would be used in the future to reduce income tax expense dollar for dollar. Instead the foreign taxes were taken as a deduction on the Company’s tax return which resulted in a certain immediate cash benefit at the Company’s federal income tax rate rather than a probable but uncertain full benefit several years in the future. This change in estimate resulted in additional income tax expense of $1,127,000 in the year ended December 31, 2015. The effective rate in 2015 also exceeded the statutory rates because of certain expenses being non-deductible for income tax purposes.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 91

Page 92: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 20 -

12. INCOME TAXES (continued)

The provision for income taxes (benefit) and deferred income taxes consist of the following components:

In 2016 and 2015, deferred taxes result from the recognition of temporary differences between financial reporting and income tax reporting for bad debts, depreciation, charitable contributions, unrealized foreign currency transactions, deferred rent, foreign tax credits, research and development tax credits, net operating loss carry forwards, and cash to accrual adjustments.

13. STOCKHOLDERS' EQUITY

In 2016 and 2015, the Company issued 33,311 and 79,530 shares of treasury stock for $11,292,429 and $25,500,492, respectively, and purchased 23,469 and 18,892 shares of treasury stock for $7,955,991 and $5,979,192.

December 31, 2016 2015 Current Federal $ 6,164 $ (146,555) State and local 112,403 113,353 Foreign 1,151,570 988,789 1,270,137 955,587

Deferred - current operations Federal $ (2,754,895) $ 1,499,730 State and local 1,060,803 (118,622) Foreign 5,846 41,435 (1,688,246) 1,422,543 $ (418,109) $ 2,378,130

The components of deferred income taxes consist of the following: December 31, 2016 2015

Deferred tax assets $ 36,918,852 $ 19,657,748

Deferred tax liabilities (43,912,354) (27,463,670)

$ (6,993,502) $ (7,805,922)

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 92

Page 93: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 21 -

14. FOREIGN CURRENCY TRANSACTIONS

Foreign currency net gain (loss) of $2,546 and $(742,320) for the years ended December 31, 2016 and 2015, respectively, resulted from the transactions of those operations in foreign locations that were denominated in foreign currencies and were remeasured into U.S. dollars. The loss on foreign currency transactions was presented on the consolidated statements of income and retained earnings.

15. NONCONTROLLING INTEREST

On December 30, 2015, the Company purchased the remaining 15% noncontrolling interest in Weidlinger Associates Ltd. from the noncontrolling interest party by issuing 1,200 shares of treasury stock for a total purchase price of $385,200. The net income attributable to the noncontrolling interest, for the period September 9, 2015 through December 30, 2015, is included on the income statement net of income taxes.

As discussed in Note 3 on April 15, 2016 the Company acquired a preferred equity investment in TTWiiN. Concurrently, investors, all of whom were shareholders and directors of the Company, acquired the common equity interest in TTWiiN for capital contributions netting $237,252. In consolidating TTWiiN the common equity interest recorded as a noncontrolling interest. The noncontrolling interest was allocated the first $237,252 of TTWiiN’s loss reducing the noncontrolling interest to zero at December 31, 2016.

16. RETIREMENT PLANS

The Company has a profit sharing plan and a cash or deferred arrangement ("CODA") qualified under IRS section 401(k) covering all eligible salaried employees. The Company has the option to make a profit sharing contribution each year based on maximum compensation to eligible employees. No contributions were made for the 2016 and 2015 plan years. Individuals who have attained the age of twenty-one and who have completed 1,000 hours of service during a twelve month period become eligible to participate in the CODA plan. Under this plan, for each dollar contributed by the individual, the Company will match the individual contribution with fifty cents up to a maximum of 3.5% of their annual compensation. TT Ltd. has a defined contribution profit sharing plan which provides for a matching contribution between 1% - 5% of an employee’s basic salary. The total combined expense under the Company’s CODA plan and the TT Ltd.’s profit sharing plan was $3,371,830 and $2,656,369 for the years ended December 31, 2016 and 2015, respectively.

17. COMMITMENTS

Purchase of Stock

The Company has agreements with all shareholders to purchase their stock over a period of years prior to their retirement. The purchase price is based on an independent valuation.

Leases

The Company is obligated under various operating leases for office space at various locations under leases that expire at various dates through January 2033. In additional to minimum annual rent, some of the leases provide for additional rent based on increases in real estate taxes and operating costs.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 93

Page 94: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 22 -

17. COMMITMENTS (continued)

Future minimum lease payments under non-cancelable operating leases are as follows:

2017 $ 10,820,0002018 10,417,0002019 9,587,0002020 9,408,0002021 5,349,0002022 and thereafter 28,600,000

$ 74,181,000

Total rent expense including escalation charges and related taxes for the years ended December 31, 2016 and 2015 amounted to $13,141,243 and $10,323,749, respectively (net of a real estate tax abatement of approximately $49,000 and $35,000 for the year ended December 31, 2016 and 2015, respectively).

The Company subleased part of office spaces to non-affiliated lessees through February 2021, which generated rental income in the amount of $1,383,312 and $1,091,864, for the years ended December 31, 2016 and 2015, respectively. Future minimum annual rental income under the noncancellable operating leases are as follow:

2017 1,365,000$ 2018 1,160,0002019 830,000 2020 843,000 2021 70,000

4,268,000$

In June 2014, WAI entered into an equipment financing in the amount of $27,840. The lease term is thirty-six months with monthly payments of $784, including monthly interest at 0.92%. At December 31, 2015, the lease equipment had remaining payable balances of $12,470. The depreciation of leased equipment is included in depreciation expense. 2017 $ 3,136Less amount representing interest (9)Present value of minimum lease payments $ 3,127

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 94

Page 95: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 23 -

17. COMMITMENTS (continued)

Sales - Leaseback

In January 2012, the Company entered into an equipment sale-leaseback agreement in the amount of $858,840. The lease term is thirty-six months with monthly payments of $25,003, including monthly interest at 3.25%. The last payment was made in February of 2015. In September 2013, the Company entered into two additional equipment sale-leaseback agreements in the amount of $2,110,502. The leases each have thirty-six month terms with total monthly payments of $61,739, including interest at 3.40%. The last payment was made in September 2016. The depreciation of leased equipment is included in depreciation expense.

18. POSTRETIREMENT BENEFITS

The Company was obligated under the prior stockholders’ agreement to provide certain former and current employees/shareholders and their dependents with postretirement medical benefits equivalent to those benefits received by active employees of the Company. The stockholders’ agreement was recently revised and does not include these benefits; however those that were previously granted these benefits will continue to be entitled to them and through a separate agreement new managing principals will also receive these benefits as well.

Generally accepted accounting principles require the Company to recognize as a liability an obligation to provide benefits that are attributed to service by the employee/shareholders provided to the Company through the balance sheet date. In management’s opinion, it is not practicable to reasonably estimate such a liability; accordingly no liability for this future benefit has been included in these financial statements. Management’s opinion is based partially on the uncertainties inherent in all postemployment health plans which include, among other matters; 1) the beginning date of each participant’s benefit is unknown, 2) the duration of each participant’s benefit is unknown and 3) the cost of future health plans is unknown. In the Company’s situation, the difficulty in making a reasonable estimate is compounded by the fact that the participants are not entitled to fixed benefits but rather are only entitled to those benefits that the Company grants to active employees.

The extent and nature of those future benefits are unknown because, among other reasons, 1) the Company offerings have changed over time and will likely continue to change over time and could be eliminated, 2) the full effect of the Patient Protection and Affordable Care Act is still uncertain and other changes may be enacted in the future, 3) changes to Medicare could occur and 4) the Company could adopt new insurance vehicles such as health saving accounts.

The Company’s policy is to recognize the expense when the obligations for specific health or insurance services are rendered to the recipient. Amounts due are paid from general Company funds. No amounts are specifically set aside or accumulated for the payment of future benefits. The Company recorded an expense for retiree health benefits of $483,322 and $194,625 in the years ended December 31, 2016 and 2015, respectively. These amounts are included in medical insurance in general and administration expenses on the income statement. The effect on the financial statements of not recording a liability for the obligation for future health benefits for employee/shareholders has not been determined.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 95

Page 96: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 24 -

19. CONTINGENCIES AND GUARANTEES

The Company is involved in litigations in the ordinary course of business. Management is of the opinion that the Company is adequately insured in these additional matters and the resolution of any such litigation will not have a material effect on either operations or the financial position of the Company.

The Company is the guarantor of bank loans to various Shareholders. The loans totaled $7,995,726 and $5,405,032 at December 31, 2016 and 2015, respectively. The Shareholders’ stock in the Company collateralizes their bank loans and the Company’s guarantee. As of April 27, 2017, the outstanding balance was $7,522,553

20. PRIOR PERIOD ADJUSTMENT

Retained earnings at the beginning of 2015 have been adjusted to correct an error in the total of deferred tax assets as of the end of 2013. During 2016 the Company determined that foreign tax credits totaling $1,039,430 to which it believed it was entitled were not valid because the same foreign taxes that gave rise to the credits had been deducted on the Company’s 2013 corporate income tax return. Retained earnings as of the beginning of 2014, originally reported as $20,932,442, have been restated to $19,893,012. Total equity at that date, originally reported as $24,891,396, has been restated to $23,851,966.

The following sets forth the previously reported and restated amounts of selected items within the balance sheet as of December 31, 2015:

Selected Balance Sheet Data as of December 31, 2015: As Previously

Reported As Restated Deferred income taxes – noncurrent $ 6,954,035 $ 5,914,605 Total other assets 18,195,791 17,126,370 Total assets 126,356,887 125,317,457 Retained earnings 21,231,758 20,192,328 Total stockholders’ equity of Thornton Tomasetti, Inc. 44,412,052 43,372,622 Total equity 44,412,052 43,372,622 Total liabilities and stockholders’ equity 126,356,887 125,317,457

The prior period adjustment had no effect on the statements of operations or cash flows for the year ended December 31, 2015.

21. SUBSEQUENT EVENTS

Management has evaluated, for potential recognition and disclosure, events subsequent to the date of the consolidated balance sheet through April 27, 2017 the date the consolidated financial statements were available to be issued.

On January 6, 2017, the Company completed the acquisition of 100% of the outstanding share capital of Swallow Acoustic Consultants Ltd., a corporation organized and existing under the laws of Canada (“SACL”), pursuant to the terms of a Share Purchase Agreement dated December 15, 2016. The total purchase price of the acquisition is approximately $700,000, which consists of 500 shares of common stock of the Company (valued at $169,500), $377,500 in cash and two interest-free promissory notes in the amount of $76,500 each, due from the Company one year and two years from the closing date.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 96

Page 97: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

THORNTON TOMASETTI, INC. AND SUBSIDIARIES

NOTES TO CONSOLIDATED FINANCIAL STATEMENTS

December 31, 2016

- 25 -

21. SUBSEQUENT EVENTS (Continued)

SACL is a specialist in acoustics, noise and vibration control engineering based in Mississauga, Ontario, Canada. The addition of Swallow will bolster the Company’s structural engineering and forensics practices as well as its Canadian presence. The transaction will be accounted for as a business combination. Due to the close proximity of the acquisition date and the Company’s issuance of its financial statements for the year ended December 31, 2016, the initial determination of the amounts recognized as of the acquisition date for each major class of assets acquired and liabilities assumed has not been performed. Such information will be included in the Company’s 2017 financial statements.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 97

Page 98: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Consolidated Financial Statements

December 31, 2017 and 2016

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 98

Page 99: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Index

1

Page

Independent Auditor's Report 2

Consolidated Financial Statements

Consolidated Balance Sheets 4

Consolidated Statements of Income 6

Consolidated Statements of Comprehensive Income (Loss) 7

Consolidated Statements of Changes in Stockholders' Equity 8

Consolidated Statements of Cash Flows 9

Notes to Consolidated Financial Statements 11

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 99

Page 100: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

2

Independent Auditor's Report

To the Board of Directors Thornton Tomasetti, Inc.

We have audited the accompanying consolidated financial statements of Thornton Tomasetti, Inc. and Subsidiaries, which comprise the consolidated balance sheet as of December 31, 2017, and the related consolidated statements of income, comprehensive income (loss), changes in stockholders' equity and cash flows for the year then ended, and the related notes to the consolidated financial statements.

Management's Responsibility for the Financial Statements

Management is responsible for the preparation and fair presentation of these consolidated financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement, whether due to fraud or error.

Auditor's Responsibility

Our responsibility is to express an opinion on these consolidated financial statements based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the consolidated financial statements are free of material misstatement.

An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the consolidated financial statements. The procedures selected depend on the auditor's judgment, including the assessment of the risks of material misstatement of the consolidated financial statements, whether due to fraud or error. In making those risk assessments, the auditor considers internal control relevant to the entity's preparation and fair presentation of the consolidated financial statements in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the consolidated financial statements.

We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion.

Basis for Qualified Opinion

As more fully described in Note 12 to the consolidated financial statements, the Company does not believe it is reasonably possible to determine and, consequently, has not determined and recorded a liability for certain postretirement benefits ("OPEB Accrual") in accordance with accounting principles generally accepted in the United States of America. The effects of this departure on the consolidated financial statements are not reasonably determinable.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 100

Page 101: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

3

Qualified Opinion

In our opinion, except for the effects on the lack of OPEB Accrual as described in the Basis for Qualified Opinion paragraph, the consolidated financial statements referred to above present fairly, in all material respects, the financial position of Thornton Tomasetti, Inc. and Subsidiaries as of December 31, 2017, and the results of their operations and their cash flows for the year then ended in accordance with accounting principles generally accepted in the United States of America.

Prior Period Financial Statements

The consolidated financial statements of Thornton Tomasetti, Inc. and Subsidiaries as of December 31, 2016, were audited by other auditors whose opinion dated April 27, 2017, on those statements was qualified because of the departure from generally accepted accounting principles described in the Basis for Qualified Opinion paragraph.

Eatontown, New Jersey May 3, 2018

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 101

Page 102: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Consolidated Balance Sheets December 31, 2017 and 2016

4

2017 2016

Current assetsCash and cash equivalents 11,123,705$ 2,459,328$ Contracts receivable, less allowance for doubtful accountsof $6,248,173 and $6,136,038 in 2017 and 2016, respectively 94,338,822 85,128,371 Notes receivable, current - 200,000 Due from employees 35,324 15,681 Prepaid expenses and other current assets 7,389,189 6,066,083 Prepaid income taxes 442,902 682,774

Total current assets 113,329,942 94,552,237

Equipment and improvements, net 13,143,289 13,632,710 Other assets - 682,099 Goodwill, net 5,794,649 6,320,911 Intangible assets, net 1,737,527 3,370,204 Due from stockholders 19,218 76,844 Security deposits 650,552 598,051 Long-term investments 608,849 442,865 Deferred income taxes 4,649,206 7,908,871

Total 139,933,232$ 127,584,792$

Assets

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 102

Page 103: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Consolidated Balance Sheets December 31, 2017 and 2016

See Notes to Consolidated Financial Statements.

5

2017 2016

Current liabilitiesCurrent maturities of notes payable to former stockholders 2,053,991$ 1,085,977$ Capitalized lease obligations - 3,136 Note payable to bank - 4,700,000 Billings in excess of costs and estimated earnings on uncompleted contracts 18,217,828 11,067,249 Accounts payable and accrued expenses 19,151,758 13,278,015 Software deferred revenue 555,546 268,828 Income taxes payable 153,446 216,379 Deferred income taxes 6,922,263 14,902,373 Note payable to former stockholder 103,540 - Accrued compensation and fringe benefits 36,422,737 29,160,097

Total current liabilities 83,581,109 74,682,054

Other liabilities - 21,920 Deferred rent liability 4,035,601 3,919,717 Notes payable to former stockholders, less current maturities 2,518,111 2,633,173

Total liabilities 90,134,821 81,256,864

Commitments and contingencies

EquityThornton Tomasetti, Inc. and Subsidiaries equity

Common stock, $.01 par value; 500,000 shares authorized, 480,254 shares issued and 276,580 and 269,732 shares outstanding, respectively 4,803 4,803 Additional paid-in capital 64,462,400 60,742,071 Retained earnings 21,363,255 20,639,263 Accumulated other comprehensive loss, foreigncurrency translation (1,138,130) (1,545,605)

84,692,328 79,840,532

Less treasury stock at cost, 203,674 and 210,522 shares, respectively (34,893,917) (33,512,604)

Total Thornton Tomasetti, Inc. and Subsidiaries equity 49,798,411 46,327,928

Noncontrolling interest - -

Total equity 49,798,411 46,327,928

Total 139,933,232$ 127,584,792$

Liabilities and Equity

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 103

Page 104: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Consolidated Statements of Income Years Ended December 31, 2017 and 2016

See Notes to Consolidated Financial Statements.

6

2017 2016

Engineering and architectural designing revenues 236,956,568$ 217,872,263$

Direct project costs 101,452,092 99,407,620

Gross profit 135,504,476 118,464,643

Operating expensesProfessional costs and engineering proposals 8,829,592 7,660,588 General and administrative 128,327,522 110,926,163 Research and development 1,658,172 114,660

Total 138,815,286 118,701,411

Loss from operations (3,310,810) (236,768)

Other income (expense)Interest and dividend income 306,255 42,551 Interest expense (533,394) (363,491) Gain (loss) on foreign currency transactions (206,471) 2,546 Gain on sale of Grandfather license 868,517 - Miscellaneous income 427,520 346,736

Total 862,427 28,342

Loss before income tax benefit (2,448,383) (208,426)

Benefit for income taxes (3,172,375) (418,109)

Net income 723,992 209,683

Loss attributable to noncontrolling interest - (237,252)

Income attributable to Thornton Tomasetti, Inc. 723,992$ 446,935$

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 104

Page 105: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Consolidated Statements of Comprehensive Income (Loss) Years Ended December 31, 2017 and 2016

See Notes to Consolidated Financial Statements.

7

2017 2016

Net income 723,992$ 209,683$

Other comprehensive income (loss)Currency translation adjustment 407,475 (828,067)

Total other comprehensive income (loss) 1,131,467 (618,384)

Comprehensive loss attributable to noncontrolling interest - (237,252)

Comprehensive income (loss)attributable to Thornton Tomasetti, Inc. 1,131,467$ (381,132)$

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 105

Page 106: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Consolidated Statements of Changes in Stockholders' Equity Years Ended December 31, 2017 and 2016

See Notes to Consolidated Financial Statements.

8

AccumulatedAdditional other Total

paid-in Retained comprehensive Noncontrolling stockholders'Shares Amount capital earnings Shares Amount loss interest equity

Balance, January 1, 2016 259,890 4,803$ 54,000,847$ 20,192,328$ 220,369 (30,107,818)$ (717,538)$ -$ 43,372,622$

Capital contributions by noncontrolling interests in VIE - - - - - - - 237,252 237,252

Net income (loss) - - - 446,935 - - - (237,252) 209,683

Change in unrealized loss from foreign currency translation - - - - - - (828,067) - (828,067)

Reissuance of treasury stock 33,311 - 6,741,224 - (33,311) 4,551,205 - - 11,292,429

Acquisition of treasury stock (23,469) - - - 23,464 (7,955,991) - - (7,955,991)

Balance, December 31, 2016 269,732 4,803 60,742,071 20,639,263 210,522 (33,512,604) (1,545,605) - 46,327,928

Net income - - - 723,992 - - - - 723,992

Change in unrealized income from foreign currency translation - - - - - - 407,475 - 407,475

Reissuance of treasury stock 20,367 - 3,720,329 - (20,367) 3,242,185 - - 6,962,514

Acquisition of treasury stock (13,519) - - - 13,519 (4,623,498) - - (4,623,498)

Balance, December 31, 2017 276,580 4,803$ 64,462,400$ 21,363,255$ 203,674 (34,893,917)$ (1,138,130)$ -$ 49,798,411$

Treasury stockCommon stock

PN

C2

11

59

81

P1

Bro

wa

rd C

ou

nty

Bo

ard

of

Co

un

ty C

om

mis

sio

ne

rs

Bid

Syn

c6

/19

/20

18

p. 1

06

Page 107: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Consolidated Statements of Cash Flows Years Ended December 31, 2017 and 2016

9

2017 2016

Cash flows from operating activitiesNet income 723,992$ 209,683$ Adjustments to reconcile net income to net cashprovided by (used in) operating activities

Gain on investment of joint venture - (125,000) (Gain) loss on disposition of assets (868,517) 13,721 Depreciation and amortization 5,996,249 5,831,244 Deferred income taxes provision (4,725,312) (1,688,246) Changes in cash surrender value of officers' life insurance - 49,618 Bad debts 2,684,979 3,296,604 Deferred rent liability 113,704 455,660 Changes in operating assets and liabilities

Contracts receivable (10,643,220) (6,869,259) Prepaid expenses and other current assets (1,241,523) (1,236,754) Prepaid income taxes 266,961 699,116 Security deposits (35,718) 122,927 Due from employees - 18,200 Other assets 627,679 (682,099) Billings in excess of costs and estimatedearnings on uncompleted contracts 7,073,810 633,126 Accounts payable and accrued expenses 5,660,778 50,057 Software deferred revenue 286,718 268,828 Income taxes payable (19,326) (217,909) Accrued compensation and fringe benefits 6,910,992 (1,914,820) Other liabilities - 21,920

Net cash provided by (used in) operating activities 12,812,246 (1,063,383)

Cash flows from investing activitiesCapital expenditures (4,439,265) (3,427,079) Acquisition of business (375,516) - Proceeds from sale of Grandfather license 2,100,000 - Repayment of notes receivable - (200,000) Advances to employees (19,852) - Long-term investment (165,983) - Repayment from stockholders 57,626 36,922

Net cash used in investing activities (2,842,990) (3,590,157)

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 107

Page 108: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Consolidated Statements of Cash Flows Years Ended December 31, 2017 and 2016

See Notes to Consolidated Financial Statements.

10

2017 2016

Cash flows from financing activitiesProceeds from note payable to bank -$ 41,500,000$ Repayment of notes payable to bank (4,700,000) (40,828,749) Advances from former stockholders 1,093,644 - Repayment of notes payable to former stockholders (3,007,962) (1,631,898) Repayment of distributions payable - (1,520,421) Principal payments under capital lease obligations (3,136) (535,178) Proceeds from issuance of treasury stock 6,793,014 11,292,429 Purchase of treasury stock (1,856,228) (5,625,705) Contributions from noncontrolling interest - 237,252 Note payable to former stockholder (51,173) -

Net cash provided by (used in) financing activities (1,731,841) 2,887,730

Net increase (decrease) in cash and cash equivalents 8,237,415 (1,765,810)

Effect of exchange rate changes on cash 426,962 (409,137)

Cash and cash equivalents, beginning 2,459,328 4,634,275

Cash and cash equivalents, end 11,123,705$ 2,459,328$

Supplementary disclosure of cash flow informationInterest paid 533,394$ 345,455$

Income taxes paid 1,142,406$ 524,581$

Supplementary schedule of noncash investing and financing activities

Purchased treasury stock by issuing notes payable 2,767,270$ 2,330,286$

Write-off of equipment and improvements -$ 6,123$

Reclass from prepaid expenses toequipment and improvements -$ 128,831$

Acquisition of business with stock and notes payable 324,213$ -$

During the year ended December 31, 2016, the final determination of the acquisition resulted in the recognition of $874,847 of additional goodwill and deferred tax liability.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 108

Page 109: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Notes to Consolidated Financial Statements December 31, 2017 and 2016

11

Note 1 - Nature of operations

Thornton Tomasetti, Inc. ("TT" or the "Company") and its wholly owned subsidiaries, Thornton Tomasetti Ltd. ("TT Ltd.") and its wholly owned subsidiary, Thornton Tomasetti A/S (Denmark) ("TTDM"), Thornton Tomasetti Consulting (Shanghai) Co., Ltd. ("TTCSCL"), Thornton Tomasetti Consulting (Beijing) Co., Ltd. ("TTCBCL"), Thornton Tomasetti Brasil Engenharia (Brazil), Ltda. ("TTBEL"), its 99% owned subsidiary Thornton Tomasetti Consulting (India), Ltd. ("TTIN"), Thornton Tomasetti Consulting (Vietnam), Ltd. ("TTVN"), Thornton Tomasetti Defence Ltd. ("TTDL"), Ltd., Thornton Tomasetti Canada, Inc. ("TTCA") and its wholly owned subsidiary Swallow Acoustic Consultants Ltd. ("SACL"), and The Thornton Tomasetti Group Limited (Hong Kong) ("TTGL"), are engineering and architectural design firms servicing clients throughout the United States and several foreign countries. The Company has offices in New York, Illinois, Texas, New Jersey, California, Florida, Washington DC, Pennsylvania, Maine, Colorado, Missouri, Massachusetts, Connecticut, New Mexico, Washington, Arizona, Ohio, China, Russia, United Arab Emirates, India, Canada, Vietnam, New Zealand, United Kingdom and Brazil.

The operations of TT Ltd., TTCSCL, TTCBCL, TTBEL, TTIN, TTVN, TTDL, TTCA, SACL, TTDM and TTGL began in November 2006, February 2007, December 2011, September 2012, November 2015, January 2015, September 9, 2015, February 2016, January 6, 2017, August 2017 and May 2002, respectively.

As more fully described in Note 4, on April 15, 2016 the Company acquired a preferred equity interest in a newly formed entity TTWiiN, LLC ("TTWiiN"), which develops and operates technology related businesses. The Company has assessed TTWiiN to be a variable interest entity of which the Company is the primary beneficiary. Consequently, the operations of TTWiiN are included in these consolidated financial statements.

As more fully described in Note 3, on January 6, 2017, the Company completed the acquisition of 100% of the outstanding share capital of Swallow Acoustic Consultants Ltd., a corporation organized and existing under the laws of Canada, pursuant to the terms of a Share Purchase Agreement dated December 15, 2016.

Note 2 - Summary of significant accounting policies

Principles of consolidation All significant intercompany transactions and balances have been eliminated in consolidation.

Use of estimates The preparation of financial statements in conformity with accounting principles generally accepted in the United States of America ("GAAP") requires management to make estimates and assumptions that affect certain reported amounts and disclosures. Accordingly, actual results could differ from those estimates.

Operating cycle The length of the Company's contracts varies, and are typically under one year; however, some contracts may extend up to a longer period. Assets and liabilities relating to long-term contracts are included in current assets and current liabilities in the accompanying consolidated balance sheets as they will be liquidated in the normal course of contract completion.

Revenues and cost of revenues Engineering and architectural design revenues are recognized on the percentage-of-completion method, measured by the percentage of technical salary costs incurred to date to estimated total

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 109

Page 110: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Notes to Consolidated Financial Statements December 31, 2017 and 2016

12

technical salary costs for each contract. Claims by the Company for additional work relating to contracts are recognized as income when claims are approved. Revenues from time-basis contracts are recognized as costs are incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined.

Direct project costs include labor and other costs related to contract performance. Selling, general and administrative costs are charged to expense as incurred. Changes in job performance and estimated profitability may result in material revisions to costs and revenue in the next year.

The asset "Costs in excess of billings and estimated earnings on uncompleted contracts" represents costs incurred in excess of billings and contract revenues recognized. The liability "Billings in excess of costs and estimated earnings on uncompleted contracts" represents amounts billed in excess of contract revenues recognized. In accordance with normal industry practice, the Company includes in current assets and current liabilities amounts relating to contracts realizable and payable over a period in excess of one year.

The Company has certain contracts which are subjected to audit by various government agencies. In the opinion of management, any adjustments resulting from these audits will not have a material effect on the accompanying consolidated financial statements.

Cash and cash equivalents The Company considers all cash accounts, which are not subject to withdrawal restrictions or penalties, and all highly liquid debt instruments purchased with a maturity of three months or less to be cash and cash equivalents.

Contracts receivable Contracts receivable are based on amounts billed to customers. The Company provides an allowance for doubtful accounts for all receivables not expected to be collected. The Company generally does not require collateral. The Company evaluates the collectability of its accounts receivable based on a combination of factors. In circumstances when the Company is aware of a specific customer's inability to meet its financial obligations, the Company records a specific reserve for bad debts against amounts due. For all other instances, the Company recognizes reserves based on historical experience and review of the individual accounts.

Equipment and improvements Equipment and improvements, including assets acquired under capital leases, are recorded at cost and depreciated using accelerated methods over the estimated useful lives of the related assets as described in Note 7. Leasehold improvements are amortized over the term of the lease using the straight-line method. Expenses for maintenance and repairs are charged against income as incurred and renewals or betterments are capitalized.

Goodwill The Company made an accounting policy election to apply the accounting alternative for goodwill. Goodwill is amortized on a straight-line basis over ten years. Goodwill will be tested for impairment when a triggering event occurs that indicates the fair value may be below its carrying amount.

Intangible assets The Company's intangible assets consist of customer lists, business expertise, name recognition and other proprietary rights that are amortized over their estimated useful lives of fifteen years; intellectual property is amortized over its estimated useful life of five years; tradename was

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 110

Page 111: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Notes to Consolidated Financial Statements December 31, 2017 and 2016

13

amortized over its estimated useful life of two years; and the grandfathered professional engineering corporation which had an indefinite life and was sold during 2017.

Impairment of long-lived assets The Company reviews its long-lived assets for impairment whenever events or changes in circumstances indicate that the carrying amount of an asset may not be recoverable. In performing a review for impairment, the Company compares the carrying value of the assets with their estimated future undiscounted cash flows. If it is determined that an impairment has occurred, the loss would be recognized during that period. The impairment loss is calculated as the difference between the asset carrying values and the present value of estimated net cash flows or comparable market values, giving consideration to recent operating performance and pricing trends. As a result of its review, the Company does not believe that any material impairment currently exists related to its long-lived assets.

Fair value of financial instruments The carrying amounts reflected in the consolidated balance sheets for cash and cash equivalents, contracts receivable and payables approximate fair value at December 31, 2017 and 2016 due to the short maturity of these instruments. Based on the interest rates available to the Company, the carrying values of the line of credit borrowings and long-term debt are a reasonable estimation of fair value.

Income taxes The Company accounts for income taxes pursuant to the asset and liability method which requires deferred tax assets and liabilities be computed annually for differences between the financial statement and tax bases of assets and liabilities that will result in taxable or deductible amounts in the future based on enacted tax laws and rates applicable to the periods in which the differences are expected to affect taxable income. Valuation allowances are established when necessary to reduce deferred tax assets to the amount expected to be realized. Income tax expense is the tax payable or refundable for the period plus or minus the change during the period in deferred tax assets and liabilities.

The Company has no unrecognized tax benefits at December 31, 2017 and 2016. The Company's U.S. Federal and state income tax returns prior to 2014 are closed and management continually evaluates expiring statutes of limitations, audits, proposed settlements, changes in tax law and new authoritative rulings.

If necessary, the Company recognizes interest and penalties associated with tax matters as part of the income tax provision and includes accrued interest and penalties with the related tax liability in the consolidated balance sheets.

Foreign currency transaction and translation The functional currencies of the Company's foreign subsidiaries in United Kingdom, China, Brazil, India, Vietnam, New Zealand and Canada are operated in the local currencies. The financial statements of these foreign subsidiaries have been translated to the U.S. dollar. All balance sheet accounts have been translated using the exchange rates in effect at the balance sheet date. Income statement amounts have been translated using the average exchange rates for the year. Accumulated net translation adjustments have been reported separately in other comprehensive income (loss) in the consolidated financial statements. The financial statements of the Company's foreign locations in China (Hong Kong), Russia, New Zealand, and United Arab Emirates are prepared using the U.S. dollar as the functional currency. As a result, the transactions of those

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 111

Page 112: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Notes to Consolidated Financial Statements December 31, 2017 and 2016

14

operations that are denominated in foreign currencies are remeasured into U.S. dollars, and any resulting gains or losses are included in earnings.

Treasury stock Treasury stock is stated at cost.

Reclassifications Amounts related to variable interest entity (see Note 4) in the 2016 consolidated financial statements have been reclassified to conform with the 2017 presentation.

As previously reported Adjustments As reclassified

Total current liabilities 74,413,226$ 268,828$ 74,682,054$

Engineering and architectural designing revenues 217,167,110$ 705,153$ 217,872,263$

Gross profit 118,548,012$ (83,369)$ 118,464,643$

Operating expenses 117,111,363$ 1,590,048$ 118,701,411$

Income (loss) from operations 1,436,649$ (1,673,417)$ (236,768)$

Other income (expense) (1,645,075)$ 1,673,417$ 28,342$

Net income 209,683$ -$ 209,683$

Subsequent events The Company has evaluated subsequent events through May 3, 2018, the date the consolidated financial statements were available to be issued.

Note 3 - Business combination

On January 6, 2017, the Company completed the acquisition of 100% of the outstanding share capital of Swallow Acoustic Consultants Ltd., a corporation organized and existing under the laws of Canada, pursuant to the terms of a Share Purchase Agreement dated December 15, 2016. The total purchase price of the acquisition is approximately $720,000, which consists primarily of 500 shares of common stock of the Company (valued at $169,500), $377,500 in cash and two interest-free promissory notes in the amount of $76,500 each, due from the Company one year and two years from the closing date. As of December 31, 2017, one of the two promissory notes in the amount of $76,500 was paid.

The purchase price was allocated to the assets and liabilities acquired approximately as follow:

Working capital 509,000$ Goodwill 223,000 Other (12,000)

Total 720,000$

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 112

Page 113: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Notes to Consolidated Financial Statements December 31, 2017 and 2016

15

Note 4 - Variable interest entity - TTWiiN, LLC

As stated in Note 1, on April 15, 2016 the Company, along with several of its stockholders who collectively owned a majority of the Company's shares, formed TTWiiN whose purpose is to operate a business to develop and market certain technologies based on proprietary software that had been owned by the Company. The Company contributed proprietary software with a carrying value of $911,362 in exchange for Series A Preferred Units in TTWiiN. The Company stockholders paid $237,252 for the Common Units. Because the transfer of the proprietary software was between entities under common control, there was no adjustment of the carrying value to fair value.

Under the terms of TTWiiN's LLC Agreement, the Company was given credit for a capital contribution of $1,825,000 and as the Series A Preferred Unit holder is entitled to all distributions until it has received the $1,825,000 deemed contribution plus a 3% per annum compounded preferred return. Thereafter, the Series A Preferred Units receive 5% of all distributions and the Common Units receive 95%.

Management has judged TTWiiN to be what GAAP refers to as a variable interest entity. TTWiiN is governed by a Board of Managers on which the Company appoints one member. The other members of the Board of Managers elected by the Common Unit holders, who are all also Company shareholders. Although no one party is able to direct the activities that most significantly affect TTWiiN's performance, as a group, the Common Unit holders and the Company do hold such power, and in this related party group the Company is the most closely associated with TTWiiN because of TTWiiN's dependence on the Company for financing along with the Company having as much representation on the Board of Managers as any other party. As a result, the Company is judged to be the primary beneficiary of TTWiiN and GAAP requires that the Company's consolidated financial statements include TTWiiN as a consolidated subsidiary.

The loans made by the Company to TTWiiN mature on October 31, 2018 and will accrue interest at the prime rate plus 2%. The loan balance, including accrued interest at December 31, 2017 and 2016 was $7,833,402 and $1,825,533, respectively, but is eliminated in consolidation in these consolidated financial statements. The Company believes that TTWiiN's business has significant potential and expects to continue funding its development. The Company's creditors have no direct access to the assets of TTWiiN, only an indirect access through the Company's ownership of the Series A Preferred Units and the loans receivable.

TTWiiN's net loss for the years ended December 31, 2017 and 2016 was $5,557,194 and $1,673,417 of which $-0- and $237,252 (see Note 15) is allocable to the noncontrolling interest and $5,557,194 and $1,436,165 to the Company, respectively.

The following tables summarize the carrying amounts of the assets and liabilities of TTWiiN included in the accompanying consolidated balance sheets at December 31, 2017 and 2016:

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 113

Page 114: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Notes to Consolidated Financial Statements December 31, 2017 and 2016

16

2017 2016

Cash 1,411,609$ 627,679$ Contracts receivable 361,267 - Prepaid expenses and other current assets 19,770 - Equipment and improvements, net 41,304 - Other non-current assets - 54,420 Intangible assets 775,236 911,362

Total assets 2,609,186$ 1,593,461$

Accounts payable and accrued expenses 261,683$ 21,920$ Deferred revenue 555,546 268,828 Accrued compensation and fringe benefits 19,432 -

Total liabilities 836,661 290,748

Noncontrolling interest (common units) - - Thornton Tomasetti interest* 1,772,525 1,302,713

Total equity 1,772,525 1,302,713

Total liabilities and equity 2,609,186$ 1,593,461$

Revenue 1,023,285$ 705,153$

Direct project costs 909,070 788,522

Gross profit (loss) 114,215 (83,369)

Professional costs and engineering proposals 1,642,074 - General and administrative 2,066,603 1,475,388 Research and development 1,658,172 114,660

Total operating expenses 5,366,849 1,590,048

Loss from operations (5,252,634) (1,673,417)

Other expenseInterest expense (276,026) - Loss on foreign currency transactions (28,534) -

Total (304,560) -

Net loss (5,557,194) (1,673,417)

Net income attributable to noncontrolling interest - 237,252

Net loss attributable to Thornton Tomasetti, Inc. (5,557,194)$ (1,436,165)$

* The Thornton Tomasetti interest consists of preferred units and an intercompany loan that have been eliminated in consolidation.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 114

Page 115: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Notes to Consolidated Financial Statements December 31, 2017 and 2016

17

Note 5 - Contracts receivable

Contracts receivable consist of the following at December 31, 2017 and 2016:

2017 2016

Contracts billed 95,722,564$ 88,165,754$ Contracts unbilled 2,388,355 956,864 Retainage 2,476,076 2,141,791

100,586,995 91,264,409 Less allowance for doubtful accounts (6,248,173) (6,136,038)

Total 94,338,822$ 85,128,371$

At December 31, 2017, retainage receivable includes approximately $1,434,000 that is not expected to be collected within one year.

Note 6 - Costs and estimated earnings on uncompleted contracts

Costs and estimated earnings on uncompleted contracts consist of the following at December 31, 2017 and 2016:

2017 2016

Costs incurred on uncompleted contracts 86,942,671$ 79,758,602$ Estimated earnings 119,943,812 109,240,677

206,886,483 188,999,279 Less billings to date (225,104,311) (200,066,528)

Total (18,217,828)$ (11,067,249)$

The above amounts are included in the accompanying consolidated balance sheets under the following captions at December 31, 2017 and 2016:

2017 2016

Billings in excess of costs and estimated earnings on uncompleted contracts (18,217,828)$ (11,067,249)$

Total (18,217,828)$ (11,067,249)$

Management believes it has established adequate procedures for estimating costs to complete on open contracts, it is at least reasonably possible that additional significant costs could occur on contracts prior to completion.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 115

Page 116: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Notes to Consolidated Financial Statements December 31, 2017 and 2016

18

Note 7 - Equipment and improvements

Major classes of equipment and improvements at December 31, 2017 and 2016 were as follows:

Useful life 2017 2016

Furniture, fixtures and equipment 5 - 7 34,369,784$ 29,254,762$ Equipment under capital leases 5 - 7 632,927 632,927 Leasehold improvements Terms of leases 15,542,175 14,421,795

50,544,886 44,309,484 Less accumulated depreciation and amortization (37,401,597) (30,676,774)

Total 13,143,289$ 13,632,710$

Depreciation and amortization expenses totaled $4,845,798 and $4,751,757 for the years ended December 31, 2017 and 2016, respectively. Equipment under capital leases have been fully depreciated for the years ended December 31, 2017 and 2016.

Note 8 - Goodwill

Goodwill is as follows:

2017 2016

Goodwill 7,465,696$ 7,242,374$ Less accumulated amortization (1,671,047) (921,463)

Total 5,794,649$ 6,320,911$

Amortization expense for goodwill for the years ended December 31, 2017 and 2016 was $749,584 and $747,254, respectively. Amortization expense for the next five years will be $746,570 per year.

See Note 3 for additional goodwill incurred in connection with a business acquisition in 2017.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 116

Page 117: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Notes to Consolidated Financial Statements December 31, 2017 and 2016

19

Note 9 - Intangible assets

Intangible assets consist of the following:

2017 2016Grandfathered professional engineering corporation

Cost -$ 1,231,483$ Accumulated amortization - -

Total -$ 1,231,483$

Intellectual propertyCost 253,500$ 253,500$ Accumulated amortization (175,500) (97,500)

Total 78,000$ 156,000$

TradenameCost 249,000$ 249,000$ Accumulated amortization (249,000) (162,473)

Total -$ 86,527$

Customer lists, business expertise, etc.Cost 1,508,081$ 1,508,081$ Accumulated amortization (623,790) (523,249)

Total 884,291$ 984,832$

SoftwareCost 911,362$ 911,362$ Accumulated amortization (136,126) -

Total 775,236$ 911,362$

TotalCost 2,921,943$ 4,153,426$ Accumulated amortization (1,184,416) (783,222)

Total 1,737,527$ 3,370,204$

As stated in Note 4, in 2016 the Company contributed software with a carrying value of $911,362, consisting of $1,012,000 cost and $100,638 accumulated amortization, in exchange for an ownership interest in TTWiiN.

Amortization expenses for intangible assets for the years ended December 31, 2017 and 2016 were $401,194 and $352,233, respectively. Amortization expense for the next five years will be $178,583 for 2018 and $100,539 per year from 2019 through 2022.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 117

Page 118: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Notes to Consolidated Financial Statements December 31, 2017 and 2016

20

Note 10 - Lines of credit

In November 2015, the Company established an accounts receivable revolving credit agreement with two banks collateralized by substantially all of the Company's assets. The maximum amount available of $40,000,000, which includes a $5,000,000 letter of credit sub facility, is based on a percentage of eligible accounts receivable. The maturity date of the agreement is October 31, 2018. Interest is due and payable at borrower's choice of either the LIBOR rate plus 1.75% or the higher of the Prime rate minus .50% or the Federal Funds rate plus .50%. The revolving credit agreement requires the Company to meet certain financial covenants. At December 31, 2017, outstanding letters of credit amount to approximately $2,545,000 and there were no borrowings against the line of credit. As of April 26, 2018, $17,500,000 was borrowed by the Company.

Note 11 - Notes payable to former stockholders

2017 2016

Notes payable to former stockholders of TT (andformer shareholders of a company acquired in 2015)for redemption of common stock due in variousinstallments through December 2021, plus interestranging from 3.25% to 4.5%. 4,572,102$ 3,719,150$

Less current portion 2,053,991 1,085,977

Long-term debt 2,518,111$ 2,633,173$

Principal payment requirements due on the above obligations in each of the years subsequent to December 31, 2017 are as follows:

2018 2,053,991$ 2019 1,157,245 2020 849,801 2021 511,065

4,572,102$

Note 12 - Retirement plans

401(k)/profit-sharing plan The Company has a profit sharing plan and a cash or deferred arrangement ("CODA") qualified under IRS Section 401(k) covering all eligible salaried employees. The Company has the option to make a profit sharing contribution each year based on maximum compensation to eligible employees. No contributions were made for the 2017 and 2016 plan years. Individuals who have attained the age of 21 becomes eligible to participate in the CODA plan. Under this plan, for each dollar contributed by the individual, the Company will match the individual contribution with fifty cents up to a maximum of 3.5% of their annual compensation. TT Ltd., TT, TTDL, TTCA and SACL have a defined contribution profit sharing plan which provides for a matching contribution between 1% - 5% of an employee's base salary. The total combined expense under the Company's CODA plan and the profit sharing plan was $3,663,708 and $3,371,830 for the years ended December 31, 2017 and 2016, respectively.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 118

Page 119: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Notes to Consolidated Financial Statements December 31, 2017 and 2016

21

Postretirement benefits The Company was obligated under the prior stockholders' agreement to provide certain former and current employees/shareholders and their dependents with postretirement medical benefits equivalent to those benefits received by active employees of the Company. The stockholders' agreement was revised and does not include these benefits; however, those that were previously granted these benefits will continue to be entitled to them.

GAAP requires the Company to recognize as a liability an obligation to provide benefits that are attributed to service by the employee/shareholders provided to the Company through the balance sheet date. In management's opinion, it is not practicable to reasonably estimate such a liability; accordingly, no liability for this future benefit has been included in these consolidated financial statements. Management’s opinion is based partially on the uncertainties inherent in all postemployment health plans which include, among other matters; 1) the beginning date of each participant’s benefit is unknown, 2) the duration of each participant’s benefit is unknown and 3) the cost of future health plans is unknown. In the Company’s situation, the difficulty in making a reasonable estimate is compounded by the fact that the participants are not entitled to fixed benefits but rather are only entitled to those benefits that the Company grants to active employees.

The extent and nature of those future benefits are unknown because, among other reasons, 1) the Company offerings have changed over time and will likely continue to change over time and could be eliminated, 2) the full effect of the Patient Protection and Affordable Care Act is still uncertain and other changes may be enacted in the future, 3) changes to Medicare could occur and 4) the Company could adopt new insurance vehicles such as health saving accounts.

The Company's policy is to recognize the expense when the obligations for specific health or insurance services are rendered to the recipient. Amounts due are paid from general Company funds. No amounts are specifically set aside or accumulated for the payment of future benefits. The Company recorded an expense for retiree health benefits of $556,588 and $483,322 in the years ended December 31, 2017 and 2016, respectively. These amounts are included in medical insurance in general and administrative expenses on the consolidated statement of income. The effect on the consolidated financial statements of not recording a liability for the obligation for future health benefits for employee/shareholders has not been determined.

Note 13 - Income taxes

Effective January 1, 2009, the Company changed its accounting method for tax filing purposes from the accrual method to the cash receipts and disbursements method. The Company also had charitable contributions carryforwards totaling approximately $1,410,000 expiring in 2018 through 2021, foreign tax credit carryforwards totaling approximately $1,862,000, and research and development tax credits totaling approximately $3,282,000. The Company has various state net operating loss carryforwards available to offset future taxable income which expire 2034 through 2036.

In 2017, the amount of tax benefit differs from the amount of benefit that would result from applying the statutory rates to pre-tax income (loss) primarily due to temporary differences between the basis of accounting used in filing the Company's tax return (cash basis method) and the basis of accounting used in the preparation of these consolidated financial statements (accrual method) and certain nondeductible expenses and research and development credits. In 2016, the effective tax rate is negative because the benefits of research and development credits and changes in the estimates of effective state tax rates and allocation factors exceed the effects of expenses not deductible for income tax purposes.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 119

Page 120: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Notes to Consolidated Financial Statements December 31, 2017 and 2016

22

On December 22, 2017, the Tax Cuts and Jobs Act (the "Tax Act") was signed and became effective. The Tax Act, among other things, lowered the U.S. corporate income tax rate from 34% to 21% effective January 1, 2018. The impact of the change in the rate amounted to an approximate net reduction of $2,986,000 in deferred tax assets and liabilities as of December 31, 2017.

The Company's deferred tax assets and liabilities at December 31, 2017 and 2016 consist of the following:

2017 2016

Deferred tax assets 27,204,466$ 36,918,852$ Deferred tax asset valuation allowance (1,861,707) - Deferred tax liabilities (27,615,816) (43,912,354)

Deferred tax liabilities, net (2,273,057)$ (6,993,502)$

During the year ended December 31, 2017, the valuation allowance on the deferred tax asset increased by $1,861,707, which is related to foreign tax credit carryforwards. The increase was the result of determining that it is more likely than not that foreign tax credit carryforwards will not be utilized prior to expiration.

The components of the benefit for income taxes for years ended December 31, 2017 and 2016 are as follows:

2017 2016Current

Federal 306,000$ 6,164$ State and local 355,984 112,403 Foreign 890,914 1,151,570

1,552,898 1,270,137

Deferred - current operationsFederal (4,384,706) (2,754,895) State and local (329,587) 1,060,803 Foreign (10,980) 5,846

(4,725,273) (1,688,246)

(3,172,375)$ (418,109)$

In 2017 and 2016, deferred taxes result from the recognition of temporary differences between financial reporting and income tax reporting for bad debts, depreciation, charitable contributions, unrealized foreign currency transactions, deferred rent, foreign tax credits, research and development tax credits, net operating loss carryforwards, and cash to accrual adjustments.

Note 14 - Stockholders' equity

In 2017 and 2016, the Company issued 20,367 and 31,311 shares of treasury stock for $6,962,514 and $11,292,429, respectively, and purchased 13,519 and 23,464 shares of treasury stock for $4,623,498 and $7,955,991, respectively.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 120

Page 121: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Notes to Consolidated Financial Statements December 31, 2017 and 2016

23

Note 15 - Noncontrolling interest

As discussed in Note 4, on April 15, 2016 the Company acquired a preferred equity investment in TTWiiN. Concurrently, investors, all of whom were stockholders and directors of the Company, acquired the common equity interest in TTWiiN for capital contributions netting $237,252. In consolidating TTWiiN the common equity interest was recorded as a noncontrolling interest. The noncontrolling interest was allocated the first $237,252 of TTWiiN's loss reducing the noncontrolling interest to zero at December 31, 2017 and 2016.

Aside from the initial cash contribution by the Common Unit holders, the operations of TTWiiN have been funded by loans from the Company. TTWiiN could not fund its activities without subordinated financial support from the Company in the form of Preferred Units and loans substantially in excess of common equity from the Company and will continue to need further loans at least into 2018.

Note 16 - Commitments and contingencies

Purchase of stock The Company has agreements with stockholders to purchase their stock over a period of years prior to retirement. The purchase price is based on an independent valuation.

Lease commitments The Company is obligated under various operating leases for office space at various locations under leases that expire at various dates through January 2033. In addition to minimum annual rent, some of the leases provide for additional rent based on increases in real estate taxes and operating costs. Future minimum lease payments in each of the five years subsequent to December 31, 2017 and thereafter are as follows:

2018 11,193,000$ 2019 11,084,000 2020 10,871,000 2021 6,879,000 2022 5,799,000 Thereafter 25,690,000

Total 71,516,000$

Total rent expense including escalation charges and related taxes for the years ended December 31, 2017 and 2016 amounted to $13,638,853 and $13,141,243, respectively, net of real estate tax abatement of approximately $92,000 and $49,000 for the years ended December 31, 2017 and 2016, respectively.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 121

Page 122: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

Thornton Tomasetti, Inc. and Subsidiaries

Notes to Consolidated Financial Statements December 31, 2017 and 2016

24

The Company subleased part of their office spaces to nonaffiliated lessees through February 2021, which generated rental income in the amount of $1,498,163 and $1,383,312 for the years ended December 31, 2017 and 2016, respectively. Future minimum annual rental income under the noncancellable operating leases are as follow:

2018 1,160,000$ 2019 830,000 2020 843,000 2021 70,000

Total 2,903,000$

Sales-leaseback In September 2013, the Company entered into two equipment sale-leaseback agreements in the amount of $2,110,502. The leases each have 36-month terms with total monthly payments of $61,739, including interest at 3.40%. The last payment was made in September 2016. The depreciation of leased equipment is included in depreciation expense.

Litigation The Company is subject to various claims and legal proceeding covering a wide range of matters that arise in the ordinary course of its business activities. Management believes that any liability that may ultimately result from the resolution of these matters will not have a material effect on the consolidated financial condition or results of operations of the Company.

Guarantees The Company is the guarantor of bank loans to various stockholders. The loans totaled $7,279,582 and $7,995,726 at December 31, 2017 and 2016, respectively. The stockholders' stock in the Company collateralizes their bank loans and the Company's guarantee. As of April 20, 2018, the outstanding balance was $5,972,630.

Note 17 - Concentration risks

Credit risk Financial instruments that potentially subject the Company to concentrations of credit risk consist primarily of cash and cash equivalents and contracts receivable.

The Company maintains cash and cash equivalent balances in several financial institutions. Accounts at each institution are insured by the Federal Deposit Insurance Corporation. From time-to-time, the Company's balances may exceed these limits. At December 31, 2017, the Company's uninsured bank balances totaled approximately $7,142,000. The Company limits its credit risk by selecting financial institutions considered to be highly credit-worthy.

At December 31, 2017 and 2016, the Company's cash balances in overseas locations total approximately $3,743,000 and $2,643,000, respectively, and were not covered by any foreign government insurance that is similar to FDIC. No more than $847,000 and $757,000 of these amounts were on deposit in any one bank.

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 122

Page 123: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 123

Page 124: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Standard Instructions to Vendors

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal

in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor

Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special

Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement

Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County ’s public website or included in a public records request response, unless there is a declaration of “confidentiality ” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor ’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its

submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

Supplier: Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 124

Page 125: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Standard Instructions to Vendors

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal

in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor

Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special

Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement

Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County ’s public website or included in a public records request response, unless there is a declaration of “confidentiality ” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor ’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its

submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

Supplier: Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 125

Page 126: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Standard Instructions to Vendors

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal

in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor

Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special

Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement

Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County ’s public website or included in a public records request response, unless there is a declaration of “confidentiality ” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor ’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its

submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

Supplier: Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 126

Page 127: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Standard Instructions to Vendors

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal

in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor

Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special

Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement

Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County ’s public website or included in a public records request response, unless there is a declaration of “confidentiality ” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor ’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its

submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

Supplier: Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 127

Page 128: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Standard Instructions to Vendors

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal

in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor

Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special

Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement

Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County ’s public website or included in a public records request response, unless there is a declaration of “confidentiality ” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor ’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its

submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

Supplier: Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 128

Page 129: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Standard Instructions to Vendors

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal

in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor

Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special

Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement

Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County ’s public website or included in a public records request response, unless there is a declaration of “confidentiality ” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor ’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its

submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

Supplier: Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 129

Page 130: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Standard Instructions to Vendors

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal

in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor

Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special

Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement

Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County ’s public website or included in a public records request response, unless there is a declaration of “confidentiality ” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor ’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its

submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

Supplier: Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 130

Page 131: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Standard Instructions to Vendors

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal

in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor

Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special

Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement

Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County ’s public website or included in a public records request response, unless there is a declaration of “confidentiality ” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor ’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its

submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

Supplier: Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 131

Page 132: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Standard Instructions to Vendors

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal

in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor

Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special

Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement

Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County ’s public website or included in a public records request response, unless there is a declaration of “confidentiality ” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor ’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its

submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

Supplier: Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 132

Page 133: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Standard Instructions to Vendors

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor ’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal

in order for the County to receive a valid response through BidSync.  Refer to the 

Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors , for

Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement CertificationRefer to Lobbyist Registration Requirement Certification . The completed form should be

submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor ’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional

Responsibility Criteria requirement(s).

1. Litigation History  

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation;

ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation;

iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract;

iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or

v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form .

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information  

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year ’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors , Confidential Material/ Public

Records and Exemptions for instructions on submitting confidential financial statements. The Vendor ’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non-responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor ’s business status based on the information provided in response to this solicitation.

c. It is the Vendor ’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question

No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form .

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for

this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and CertificationsThe following forms and supporting information (if applicable) should be returned with Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor

Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certificationc. Non-Collusion Certificationd. Public Entities Crimes Certificatione. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Formand submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County ’s Agreement shall be considered a part of a Vendor ’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special

Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement

Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall

be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County ’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor ’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor ’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to

submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors , Vendors will be required to

demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. A copy of the demonstration (hard copy, DVD, CD, flash drive or a combination of both) should be given to the Purchasing Agent at the demonstration meeting to retain in the Purchasing files.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor ’s approach to this project and the Vendor ’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88,

Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists ’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division ’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor ’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor ’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County ’s public website or included in a public records request response, unless there is a declaration of “confidentiality ” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute(s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor ’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further

information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor ’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker);3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor ’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division ’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. Protests arising from the decisions and votes of a Selection or Evaluation Committee shall be limited to protests based upon the alleged deviations from established committee procedures set forth in the Broward County Procurement Code and existing written guidelines. Any allegations of misconduct or misrepresentation on the part of a competing Vendor shall not be considered a protest.

6. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee$30,000 - $250,000 $ 500$250,001 - $500,000 $1,000$500,001 - $5 million $3,000Over $5 million $5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County ’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier ’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee ’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its

submittal in order for the County to receive a valid response through BidSync.   It is

the Vendor ’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering

password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division115 South Andrews Avenue, Room 212Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

Supplier: Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 133

Page 134: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

55

66

AFFILIATED ENTITIES OF THE PRINCIPAL(S) CERTIFICATION FORM

The completed form should be submitted with the solicitation response but must be submitted within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor ’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County.

b. The County will review all affiliated entities of the Vendor ’s principal(s) for contract performance evaluations and the compliance history with the County ’s Small Business Program, including CBE, DBE and SBE goal attainment requirements.  “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

The Vendor hereby certifies that: (select one)

No principal of the proposing Vendor has prior affiliations that meet the criteria defined as “Affiliated entities ”

Principal(s) listed below have prior affiliations that meet the criteria defined as “Affiliated entities ”

Principal ’s Name:

Names of Affiliated Entities:

Principal ’s Name:

Names of Affiliated Entities:

Principal ’s Name:

Names of Affiliated Entities:

Authorized Signature Name: Derek Wassink

Title: Vice President

Vendor Name: Thornton Tomasetti

Date: 6/15/18

Supplier: Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 134

Page 135: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

55

66

AGREEMENT EXCEPTION FORM

The completed form(s) should be returned with the Vendor ’s submittal. If not provided with submittal, it shall be deemed an affirmation by the Vendor that it accepts the terms and conditions of the County ’s Agreement as disclosed in the solicitation.

The Vendor must either provide specific proposed alternative language on the form below. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

Vendor Name:

Supplier: Thornton Tomasetti

There are no exceptions to the terms and conditions of the County Agreement as referenced in the solicitation; or

The following exceptions are disclosed below: (use additional forms as needed; separate each Article/ Section number)

Term or

Condition

Article / Section

Insert version of exception or

specific proposed alternative

language

Provide brief justification for

change

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 135

Page 136: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

55

66

DOMESTIC PARTNERSHIP ACT CERTIFICATION FORM (REQUIREMENT AND TIEBREAKER)

Refer to Special Instructions to identify if Domestic Partnership Act is a requirement of the solicitation or acts

only as a tiebreaker. If Domestic Partnership is a requirement of the solicitation, the completed and signed form

should be returned with the Vendor ’s submittal. If the form is not provided with submittal, the Vendor must

submit within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully

comply within stated timeframes. To qualify for the Domestic Partnership tiebreaker criterion, the Vendor must

currently offer the Domestic Partnership benefit and the completed and signed form must be returned at time of

solicitation submittal.

The Domestic Partnership Act, Section 16 ½  -157, Broward County Code of Ordinances, requires all Vendors

contracting with the County, in an amount over $100,000 provide benefits to Domestic Partners of its employees,

on the same basis as it provides benefits to employees ’ spouses, with certain exceptions as provided by the

Ordinance.

For all submittals over $100,000.00, the Vendor, by virtue of the signature below, certifies that it is aware of the

requirements of Broward County ’s Domestic Partnership Act, Section 16-½   -157, Broward County Code of

Ordinances; and certifies the following: (check only one below).

Supplier: Thornton Tomasetti

1. The Vendor currently complies with the requirements of the County ’s Domestic Partnership Act

and provides benefits to Domestic Partners of its employees on the same basis as it provides

benefits to employees ’ spouses

2. The Vendor will comply with the requirements of the County ’s Domestic Partnership Act at time of

contract award and provide benefits to Domestic Partners of its employees on the same basis as

it provides benefits to employees ’ spouses.

3. The Vendor will not comply with the requirements of the County ’s Domestic Partnership Act at

time of award.

4. The Vendor does not need to comply with the requirements of the County ’s Domestic Partnership

Act at time of award because the following exception(s) applies: (check only one below).

The Vendor is a governmental entity, not-for-profit corporation, or charitable organization.

The Vendor is a religious organization, association, society, or non -profit charitable or

educational institution.

The Vendor provides an employee the cash equivalent of benefits. (Attach an affidavit in

compliance with the Act stating the efforts taken to provide such benefits and the amount of

the cash equivalent).

The Vendor cannot comply with the provisions of the Domestic Partnership Act because it

would violate the laws, rules or regulations of federal or state law or would violate or be

inconsistent with the terms or conditions of a grant or contract with the United States or State

of Florida. Indicate the law, statute or regulation (State the law, statute or regulation and

attach explanation of its applicability).

Derek Wassink Vice President Thornton Tomasetti 6/15/18

Authorized Signature/Name Title Vendor Name Date

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 136

Page 137: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

55

66

Supplier: Thornton Tomasetti

LITIGATION HISTORY FORM

The completed form(s) should be returned with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

There are no material cases for this Vendor; or

Material Case(s) are disclosed below:

Is this for a: (check type)

Parent, Subsidiary, or

Predecessor Firm?

If Yes, name of Parent/Subsidiary/Predecessor:

Or No

PartyCase Number, Name,

and Date FiledName of Court or other tribunal

Type of Case Bankruptcy Civil Criminal Administrative/Regulatory

Claim or Cause of Action and Brief description of

each CountBrief description of the

Subject Matter and Project Involved

Disposition of Case

(Attach copy of any applicable Judgment,

Settlement Agreement and Satisfaction of Judgment.)

Pending Settled Dismissed

Judgment Vendor ’s Favor Judgment Against Vendor

If Judgment Against, is Judgment Satisfied? Yes No

Opposing Counsel Name: Email: Telephone Number:

Vendor Name:

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 137

Page 138: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

55

66

LOBBYIST REGISTRATION REQUIREMENT CERTIFICATION FORM

The completed form should be submitted with the solicitation response but must be submitted within three business

days of County ’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

The Vendor certifies that it understands if it has retained a lobbyist(s) to lobby in connection with a competitive

solicitation, it shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies

that each lobbyist retained has timely filed the registration or amended registration required under Broward County

Lobbyist Registration Act, Section 1-262, Broward County Code of Ordinances; and it understands that if, after awarding

a contract in connection with the solicitation, the County learns that the certification was erroneous, and upon

investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis,

exercise any contractual right to terminate the contract for convenience.

The Vendor hereby certifies that: (select one)

It has not retained a lobbyist(s) to lobby in connection with this competitive solicitation; however, if retained after

the solicitation, the County will be notified.

It has retained a lobbyist(s) to lobby in connection with this competitive solicitation and certified that each lobbyist

retained has timely filed the registration or amended registration required under Broward County Lobbyist

Registration Act, Section 1-262, Broward County Code of Ordinances.

It is a requirement of this solicitation that the names of any and all lobbyists retained to lobby in connection

with this solicitation be listed below:

Name of Lobbyist:

Lobbyist ’s Firm:

Phone:

E-mail:

Name of Lobbyist:

Lobbyist ’s Firm:

Phone:

E-mail:

Authorized Signature/Name: Derek Wassink Date: 6/15/18

Title: Vice President

Vendor Name: Thornton Tomasetti

Supplier: Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 138

Page 139: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

RFP-RFQ-RLI LOCATION ATTESTATION FORM (EVALUATION CRITERIA)

The completed and signed form and supporting information (if applicable, for Joint Ventures) should be returned with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit this form and supporting information may affect the Vendor ’s evaluation. Provided information is subject to verification by the County.

A Vendor ’s principal place of business location (also known as the nerve center) within Broward County is considered in accordance with Evaluation Criteria. The County ’s definition of a principal place of business is:

1. As defined by the Broward County Local Preference Ordinance, “Principal place of business means the nerve center or center of overall direction, control and coordination of the activities of the bidder [Vendor]. If the bidder has only one (1) business location, such business location shall be considered its principal place of business.”

2. A principal place of business refers to the place where a corporation's officers direct, control, and coordinate the corporation's day-to-day activities. It is the corporation's ‘nerve center ’  and in practice it should normally be the place where the corporation maintains its headquarters; provided that the headquarters is the actual center of direction, control, and coordination, i.e., the ‘nerve center ’, and not simply an office where the corporation holds its board meetings (for example, attended by directors and officers who have traveled there for the occasion).

The Vendor ’s principal place of business in Broward County shall be the Vendor ’s “Principal Address” as indicated with the Florida Department of State Division of Corporations, for at least six months prior to the solicitation ’s due date.  

Check one of the following:

The Vendor certifies that it has a principal place of business location (also known as the nerve

center) within Broward County, as documented in Florida Department of State Division of Corporations (Sunbiz), and attests to the following statements:

1. Vendor ’s address listed in its submittal is its principal place of business as defined by Broward County;

2. Vendor ’s “Principal Address”   listed with the Florida Department of State Division of Corporations is the same as the address listed in its submittal and the address was listed for at least six months prior to the solicitation ’s opening date. A copy of Florida Department of State Division of Corporations (Sunbiz) is attached as verification.

3. Vendor must be located at the listed “nerve center” address (“Principal Address”) for at least six (6) months prior to the solicitation ’s opening date;

4. Vendor has not merged with another firm within the last six months that is not headquartered in Broward County and is not a wholly owned subsidiary or a holding company of another firm that is not headquartered in Broward County;

5. If awarded a contract, it is the intent of the Vendor to remain at the referenced address for the duration of the contract term, including any renewals, extensions or any approved interim contracts for the services provided under this contract; and

6. The Vendor understands that if after contract award, the County learns that the attestation was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis exercise any contractual right to terminate the contract. Further any misleading, inaccurate, false information or documentation submitted by any party affiliated with this procurement may lead to suspension and/or debarment from doing business with Broward County as outlined in the Procurement Code, Section 21.119.

If the Vendor is submitting a response as a Joint Venture, the following information is required to be submitted:

a. Name of the Joint Venture Partnershipb. Percentage of Equity for all Joint Venture Partnersc. A copy of the executed Agreement(s) between the Joint Venture Partners

Vendor does not have a principal place of business location (also known as the nerve center)

within Broward County.

Vendor Information:

Vendor Name: Thornton Tomasetti, Inc.

Vendor ’s address listed in its submittal is:   

101 NE Third Avenue, Suite 1170

Fort Lauderdale, FL 33301-1199

The signature below must be by an individual authorized to bind the Vendor. The signature below is an attestation that all information listed above and provided to Broward County is true and accurate.

Supplier: Thornton Tomasetti

Derek Wassink Vice President Thornton Tomasetti 6/15/18

Authorized Signature/Name

Title Vendor Name Date

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 139

Page 140: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

RFP-RFQ-RLI LOCATION ATTESTATION FORM (EVALUATION CRITERIA)

The completed and signed form and supporting information (if applicable, for Joint Ventures) should be returned with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit this form and supporting information may affect the Vendor ’s evaluation. Provided information is subject to verification by the County.

A Vendor ’s principal place of business location (also known as the nerve center) within Broward County is considered in accordance with Evaluation Criteria. The County ’s definition of a principal place of business is:

1. As defined by the Broward County Local Preference Ordinance, “Principal place of business means the nerve center or center of overall direction, control and coordination of the activities of the bidder [Vendor]. If the bidder has only one (1) business location, such business location shall be considered its principal place of business.”

2. A principal place of business refers to the place where a corporation's officers direct, control, and coordinate the corporation's day-to-day activities. It is the corporation's ‘nerve center ’  and in practice it should normally be the place where the corporation maintains its headquarters; provided that the headquarters is the actual center of direction, control, and coordination, i.e., the ‘nerve center ’, and not simply an office where the corporation holds its board meetings (for example, attended by directors and officers who have traveled there for the occasion).

The Vendor ’s principal place of business in Broward County shall be the Vendor ’s “Principal Address” as indicated with the Florida Department of State Division of Corporations, for at least six months prior to the solicitation ’s due date.  

Check one of the following:

The Vendor certifies that it has a principal place of business location (also known as the nerve

center) within Broward County, as documented in Florida Department of State Division of Corporations (Sunbiz), and attests to the following statements:

1. Vendor ’s address listed in its submittal is its principal place of business as defined by Broward County;

2. Vendor ’s “Principal Address”   listed with the Florida Department of State Division of Corporations is the same as the address listed in its submittal and the address was listed for at least six months prior to the solicitation ’s opening date. A copy of Florida Department of State Division of Corporations (Sunbiz) is attached as verification.

3. Vendor must be located at the listed “nerve center” address (“Principal Address”) for at least six (6) months prior to the solicitation ’s opening date;

4. Vendor has not merged with another firm within the last six months that is not headquartered in Broward County and is not a wholly owned subsidiary or a holding company of another firm that is not headquartered in Broward County;

5. If awarded a contract, it is the intent of the Vendor to remain at the referenced address for the duration of the contract term, including any renewals, extensions or any approved interim contracts for the services provided under this contract; and

6. The Vendor understands that if after contract award, the County learns that the attestation was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis exercise any contractual right to terminate the contract. Further any misleading, inaccurate, false information or documentation submitted by any party affiliated with this procurement may lead to suspension and/or debarment from doing business with Broward County as outlined in the Procurement Code, Section 21.119.

If the Vendor is submitting a response as a Joint Venture, the following information is required to be submitted:

a. Name of the Joint Venture Partnershipb. Percentage of Equity for all Joint Venture Partnersc. A copy of the executed Agreement(s) between the Joint Venture Partners

Vendor does not have a principal place of business location (also known as the nerve center)

within Broward County.

Vendor Information:

Vendor Name: Thornton Tomasetti, Inc.

Vendor ’s address listed in its submittal is:   

101 NE Third Avenue, Suite 1170

Fort Lauderdale, FL 33301-1199

The signature below must be by an individual authorized to bind the Vendor. The signature below is an attestation that all information listed above and provided to Broward County is true and accurate.

Supplier: Thornton Tomasetti

Derek Wassink Vice President Thornton Tomasetti 6/15/18

Authorized Signature/Name

Title Vendor Name Date

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 140

Page 141: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

RFP-RLI-RFQ LOCAL PREFERENCE AND TIE BREAKER CERTIFICATION FORM

The completed and signed form should be returned with the Vendor ’s submittal to determine Local Preference eligibility, however it must be returned at time of solicitation submittal to qualify for the Tie Break criteria. If not provided with submittal, the Vendor must submit within three business days ofCounty ’s request for evaluation of Local Preference. Proof of a local business tax should be submitted with this form. Failure to timely submit this form or local business tax receipt may render the business ineligible for application of the Local Preference or Tie Break Criteria.

In accordance with Section 21.31.d. of the Broward County Procurement Code, to qualify for the Tie Break Criteria, the undersigned Vendor hereby certifies that (check box if applicable):

The Vendor is a local Vendor in Broward County and:

a. has a valid Broward County local business tax receipt;

b. has been in existence for at least six-months prior to the solicitation opening;

c. at a business address physically located within Broward County;

d. in an area zoned for such business;

e. provides services from this location on a day-to-day basis, and

f. services provided from this location are a substantial component of the services offered in the Vendor's proposal.

In accordance with Local Preference, Section 1-74, et. seq.,Broward County Code of Ordinances, a local business meeting the below requirements is eligible for Local Preference. To qualify for the Local Preference, the undersigned Vendor hereby certifies that (check box if applicable):

The Vendor is a local Vendor in Broward and:

a. has a valid Broward County local business tax receipt issued at least one year prior to solicitation opening;

b. has been in existence for at least one-year prior to the solicitation opening;

c. provides services on a day-to-day basis, at a business address physically located within the Broward County limits in an area zoned for such business; and

d. the services provided from this location are a substantial component of the services offered in the Vendor's proposal.

Local Business Address: 101 NE Third Avenue, Suite 1170

Fort Lauderdale, FL 33301-1199

Vendor does not qualify for Tie Break Criteria or Local Preference, in accordance with the above requirements. The undersigned Vendor hereby certifies that (check box if applicable):

The Vendor is not a local Vendor in Broward County.

Supplier: Thornton Tomasetti

Derek Wassink Vice President Thornton

Tomasetti

6/15/18

AUTHORIZED SIGNATURE/ NAME TITLE COMPANY DATE

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 141

Page 142: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

RFP-RLI-RFQ LOCAL PREFERENCE AND TIE BREAKER CERTIFICATION FORM

The completed and signed form should be returned with the Vendor ’s submittal to determine Local Preference eligibility, however it must be returned at time of solicitation submittal to qualify for the Tie Break criteria. If not provided with submittal, the Vendor must submit within three business days ofCounty ’s request for evaluation of Local Preference. Proof of a local business tax should be submitted with this form. Failure to timely submit this form or local business tax receipt may render the business ineligible for application of the Local Preference or Tie Break Criteria.

In accordance with Section 21.31.d. of the Broward County Procurement Code, to qualify for the Tie Break Criteria, the undersigned Vendor hereby certifies that (check box if applicable):

The Vendor is a local Vendor in Broward County and:

a. has a valid Broward County local business tax receipt;

b. has been in existence for at least six-months prior to the solicitation opening;

c. at a business address physically located within Broward County;

d. in an area zoned for such business;

e. provides services from this location on a day-to-day basis, and

f. services provided from this location are a substantial component of the services offered in the Vendor's proposal.

In accordance with Local Preference, Section 1-74, et. seq.,Broward County Code of Ordinances, a local business meeting the below requirements is eligible for Local Preference. To qualify for the Local Preference, the undersigned Vendor hereby certifies that (check box if applicable):

The Vendor is a local Vendor in Broward and:

a. has a valid Broward County local business tax receipt issued at least one year prior to solicitation opening;

b. has been in existence for at least one-year prior to the solicitation opening;

c. provides services on a day-to-day basis, at a business address physically located within the Broward County limits in an area zoned for such business; and

d. the services provided from this location are a substantial component of the services offered in the Vendor's proposal.

Local Business Address: 101 NE Third Avenue, Suite 1170

Fort Lauderdale, FL 33301-1199

Vendor does not qualify for Tie Break Criteria or Local Preference, in accordance with the above requirements. The undersigned Vendor hereby certifies that (check box if applicable):

The Vendor is not a local Vendor in Broward County.

Supplier: Thornton Tomasetti

Derek Wassink Vice President Thornton

Tomasetti

6/15/18

AUTHORIZED SIGNATURE/ NAME TITLE COMPANY DATE

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 142

Page 143: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Office of Economic and Small Business Requirements: CBE Goal ParticipationA. In accordance with Broward County Business Opportunity Act of 2012, Ordinance No. 2012-33,

Broward County Code of Ordinances, the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation should utilize, or attempt to utilize, CBE firms to perform at least the assigned participation goal for this contract.

B. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; required forms and information should be submitted with solicitation submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of the Office of Economic and Small Business Development ’s (OESBD) request. Vendor may be deemed non-responsible for failure to fully comply within stated timeframes.

1. Vendor should include in its solicitation submittal a Letter Of Intent Between

Bidder/Offeror and County Business Enterprise (CBE) Subcontractor/Supplier, for each certified CBE firm the Vendor intends to use to achieve the assigned CBE participation goal.  

2. If a Vendor is unable to attain the CBE participation goal, the Vendor should include in its solicitation submittal Application for Evaluation of Good Faith Effort and all of the

required supporting information.

C. The Vendor shall only address the base solicitation amount for CBE goal participation. No alternate/optional item(s) shall be addressed. If the County chooses to exercise the right to award alternate/optional solicitation item(s), the CBE participation goal for this solicitation shall apply to the alternate/optional item(s) recommended to be awarded. The County shall issue a notice to the apparent successful Vendor requiring the Vendor to comply with the CBE participation goal for the alternate/optional item(s); Vendor shall submit all required forms prior to award. Failure to submit the required forms may result in rejection of the solicitation.  

D. The Office of Economic and Small Business Development maintains an on-line directory of CBE f i r m s . T h e o n -l i n e d i r e c t o r y i s a v a i l a b l e f o r u s e b y V e n d o r s a t https://webapps4.broward.org/smallbusiness/sbdirectory.aspx

E. For detailed information regarding the County Business Enterprise Program contact the Office of Economic and Small Business Development at (954) 357-6400 or visit the website at:  http://www.broward.org/EconDev/SmallBusiness/  

F. Requirements for Contracts with CBE Goals: if awarded the contract, the Vendor agrees to and shall comply with all applicable requirements of the CBE Program in the award and administration of the contract.  

1. No party to this contract may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract.  

2. Vendor shall comply with all applicable requirements of the Broward County Small Business Development Program in the award and administration of this contract.  Failure by Vendor to carry out any of these requirements shall constitute a material breach of this contract, which shall permit County to terminate this contract or to exercise any other remedy provided under this contract, under the Broward County Code of Ordinances, or Administrative Code, or under applicable law, with all of such remedies being cumulative.  

3. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from County for such subcontracted work and pay all other subcontractors and suppliers within thirty (30) days following receipt of payment from County for such subcontracted work or supplies. If Vendor withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shall be released and paid within fifteen (15) days following receipt of payment of retained amounts from County. For all other subcontractors or suppliers, if Vendor withholds an amount as retainage, such retainage shall be released and paid within thirty (30) days following receipt of payment of retained amounts from County.

4. Vendor understands that the County will monitor compliance with the CBE requirements. Vendor must report monthly on its CBE participation commitment with its pay requests and is required as a condition of payment.  

Supplier: Thornton Tomasetti

LETTER OF INTENT BETWEEN BIDDER/OFFEROR AND COUNTY BUSINESS

ENTERPRISE (CBE) SUBCONTRACTOR/SUPPLIER

This form(s) should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. This form is to be completed and signed for each CBE firm.  Vendor should scan and upload the completed, signed form(s) in BidSync.

Solicitation Number: PNC2115981P1 Project Title: Professional Consultant Services for

Airport Studies, Evaluations and Assessment

Bidder/Offeror

Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

CBE Subcontractor/Supplier

Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

A. This is a letter of intent between the bidder/offeror on this project and a CBE firm for theCBE to perform subcontracting work on this project.

B. By signing below, the bidder/offeror is committ ing to uti l ize the above-named CBE toperform the work described below.

C. By signing below, the above-named CBE is committ ing to perform the work describedbelow.

D. By signing below, the bidder/offeror and CBE aff irm that i f the CBE subcontracts any of thework described below, it may only subcontract that work to another CBE.

Work to be performed by CBE Firm

Descript ion NAICS

AFFIRMATION: I hereby affi rm that the information above is true and correct.

(Signature) (Ti t le) (Date)

Bidder/Offeror Authorized Representative

(Signature) (Ti t le) (Date)

In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and

Affirmation shall be null and void.

APPLICATION FOR EVALUATION OF GOOD FAITH EFFORT

PURSUANT TO BUSINESS OPPORTUNITY ACT OF 2012, Sec. 1-81.5(e)

If applicable, this form and supporting documentation should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. Vendor should scan and upload the supporting documentation in BidSync.

PNC2115981P1 Professional Consultant Serv ices for Ai rpor t Studies, Evaluations and Assessment

ADDRESS TELEPHONE

The undersigned representative of the prime contractor represents that his/her firm has contacted County Business Enterprise (CBE) certif ied firms in a good faith effort to meet the CBE goal for this solicitation but has not been able to meet the goal. Consistent with the requirements of the Business Opportunity Act of 2012 (the Act), the prime contractor hereby submits documentation (attached to this form) of good faith efforts made and requests to be evaluated under Section 1-81.5(e) of the Act.

The prime contractor understands that a determination of good faith effort to meet the CBE contract participation goal is contingent on both the information provided by the prime contractor as an attachment to this application and the other factors listed in Section 1-81.5(e) of the CBE Act, as those factors are applicable with respect to this solicitation.   The prime contractor acknowledges that the determination of good faith effort is made by the Director of the Office of Economic and Small Business Development, and is not subject to appeal.

* CBE Contract

Amount†

CBE Percentage of

Total Project Value

CBE Subcontractor/Supplier Authorized Representative

* Visit http://www.census.gov/eos/www/naics/ to search. Match type of work with NAICS code as closely as possible.† To be provided only when the solicitation requires that bidder/offer include a dollar amount in its bid-offer.

SOLCITATION NO.: PROJECT NAME:

PRIME CONTRACTOR

SIGNATURE:

PRINT NAME / TITLE:

DATE:

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 143

Page 144: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Office of Economic and Small Business Requirements: CBE Goal ParticipationA. In accordance with Broward County Business Opportunity Act of 2012, Ordinance No. 2012-33,

Broward County Code of Ordinances, the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation should utilize, or attempt to utilize, CBE firms to perform at least the assigned participation goal for this contract.

B. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; required forms and information should be submitted with solicitation submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of the Office of Economic and Small Business Development ’s (OESBD) request. Vendor may be deemed non-responsible for failure to fully comply within stated timeframes.

1. Vendor should include in its solicitation submittal a Letter Of Intent Between

Bidder/Offeror and County Business Enterprise (CBE) Subcontractor/Supplier, for each certified CBE firm the Vendor intends to use to achieve the assigned CBE participation goal.  

2. If a Vendor is unable to attain the CBE participation goal, the Vendor should include in its solicitation submittal Application for Evaluation of Good Faith Effort and all of the

required supporting information.

C. The Vendor shall only address the base solicitation amount for CBE goal participation. No alternate/optional item(s) shall be addressed. If the County chooses to exercise the right to award alternate/optional solicitation item(s), the CBE participation goal for this solicitation shall apply to the alternate/optional item(s) recommended to be awarded. The County shall issue a notice to the apparent successful Vendor requiring the Vendor to comply with the CBE participation goal for the alternate/optional item(s); Vendor shall submit all required forms prior to award. Failure to submit the required forms may result in rejection of the solicitation.  

D. The Office of Economic and Small Business Development maintains an on-line directory of CBE f i r m s . T h e o n -l i n e d i r e c t o r y i s a v a i l a b l e f o r u s e b y V e n d o r s a t https://webapps4.broward.org/smallbusiness/sbdirectory.aspx

E. For detailed information regarding the County Business Enterprise Program contact the Office of Economic and Small Business Development at (954) 357-6400 or visit the website at:  http://www.broward.org/EconDev/SmallBusiness/  

F. Requirements for Contracts with CBE Goals: if awarded the contract, the Vendor agrees to and shall comply with all applicable requirements of the CBE Program in the award and administration of the contract.  

1. No party to this contract may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract.  

2. Vendor shall comply with all applicable requirements of the Broward County Small Business Development Program in the award and administration of this contract.  Failure by Vendor to carry out any of these requirements shall constitute a material breach of this contract, which shall permit County to terminate this contract or to exercise any other remedy provided under this contract, under the Broward County Code of Ordinances, or Administrative Code, or under applicable law, with all of such remedies being cumulative.  

3. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from County for such subcontracted work and pay all other subcontractors and suppliers within thirty (30) days following receipt of payment from County for such subcontracted work or supplies. If Vendor withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shall be released and paid within fifteen (15) days following receipt of payment of retained amounts from County. For all other subcontractors or suppliers, if Vendor withholds an amount as retainage, such retainage shall be released and paid within thirty (30) days following receipt of payment of retained amounts from County.

4. Vendor understands that the County will monitor compliance with the CBE requirements. Vendor must report monthly on its CBE participation commitment with its pay requests and is required as a condition of payment.  

Supplier: Thornton Tomasetti

LETTER OF INTENT BETWEEN BIDDER/OFFEROR AND COUNTY BUSINESS

ENTERPRISE (CBE) SUBCONTRACTOR/SUPPLIER

This form(s) should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. This form is to be completed and signed for each CBE firm.  Vendor should scan and upload the completed, signed form(s) in BidSync.

Solicitation Number: PNC2115981P1 Project Title: Professional Consultant Services for

Airport Studies, Evaluations and Assessment

Bidder/Offeror

Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

CBE Subcontractor/Supplier

Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

A. This is a letter of intent between the bidder/offeror on this project and a CBE firm for theCBE to perform subcontracting work on this project.

B. By signing below, the bidder/offeror is committ ing to uti l ize the above-named CBE toperform the work described below.

C. By signing below, the above-named CBE is committ ing to perform the work describedbelow.

D. By signing below, the bidder/offeror and CBE aff irm that i f the CBE subcontracts any of thework described below, it may only subcontract that work to another CBE.

Work to be performed by CBE Firm

Descript ion NAICS

AFFIRMATION: I hereby affi rm that the information above is true and correct.

(Signature) (Ti t le) (Date)

Bidder/Offeror Authorized Representative

(Signature) (Ti t le) (Date)

In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and

Affirmation shall be null and void.

APPLICATION FOR EVALUATION OF GOOD FAITH EFFORT

PURSUANT TO BUSINESS OPPORTUNITY ACT OF 2012, Sec. 1-81.5(e)

If applicable, this form and supporting documentation should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. Vendor should scan and upload the supporting documentation in BidSync.

PNC2115981P1 Professional Consultant Serv ices for Ai rpor t Studies, Evaluations and Assessment

ADDRESS TELEPHONE

The undersigned representative of the prime contractor represents that his/her firm has contacted County Business Enterprise (CBE) certif ied firms in a good faith effort to meet the CBE goal for this solicitation but has not been able to meet the goal. Consistent with the requirements of the Business Opportunity Act of 2012 (the Act), the prime contractor hereby submits documentation (attached to this form) of good faith efforts made and requests to be evaluated under Section 1-81.5(e) of the Act.

The prime contractor understands that a determination of good faith effort to meet the CBE contract participation goal is contingent on both the information provided by the prime contractor as an attachment to this application and the other factors listed in Section 1-81.5(e) of the CBE Act, as those factors are applicable with respect to this solicitation.   The prime contractor acknowledges that the determination of good faith effort is made by the Director of the Office of Economic and Small Business Development, and is not subject to appeal.

* CBE Contract

Amount†

CBE Percentage of

Total Project Value

CBE Subcontractor/Supplier Authorized Representative

* Visit http://www.census.gov/eos/www/naics/ to search. Match type of work with NAICS code as closely as possible.† To be provided only when the solicitation requires that bidder/offer include a dollar amount in its bid-offer.

SOLCITATION NO.: PROJECT NAME:

PRIME CONTRACTOR

SIGNATURE:

PRINT NAME / TITLE:

DATE:

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 144

Page 145: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Office of Economic and Small Business Requirements: CBE Goal ParticipationA. In accordance with Broward County Business Opportunity Act of 2012, Ordinance No. 2012-33,

Broward County Code of Ordinances, the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation should utilize, or attempt to utilize, CBE firms to perform at least the assigned participation goal for this contract.

B. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; required forms and information should be submitted with solicitation submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of the Office of Economic and Small Business Development ’s (OESBD) request. Vendor may be deemed non-responsible for failure to fully comply within stated timeframes.

1. Vendor should include in its solicitation submittal a Letter Of Intent Between

Bidder/Offeror and County Business Enterprise (CBE) Subcontractor/Supplier, for each certified CBE firm the Vendor intends to use to achieve the assigned CBE participation goal.  

2. If a Vendor is unable to attain the CBE participation goal, the Vendor should include in its solicitation submittal Application for Evaluation of Good Faith Effort and all of the

required supporting information.

C. The Vendor shall only address the base solicitation amount for CBE goal participation. No alternate/optional item(s) shall be addressed. If the County chooses to exercise the right to award alternate/optional solicitation item(s), the CBE participation goal for this solicitation shall apply to the alternate/optional item(s) recommended to be awarded. The County shall issue a notice to the apparent successful Vendor requiring the Vendor to comply with the CBE participation goal for the alternate/optional item(s); Vendor shall submit all required forms prior to award. Failure to submit the required forms may result in rejection of the solicitation.  

D. The Office of Economic and Small Business Development maintains an on-line directory of CBE f i r m s . T h e o n -l i n e d i r e c t o r y i s a v a i l a b l e f o r u s e b y V e n d o r s a t https://webapps4.broward.org/smallbusiness/sbdirectory.aspx

E. For detailed information regarding the County Business Enterprise Program contact the Office of Economic and Small Business Development at (954) 357-6400 or visit the website at:  http://www.broward.org/EconDev/SmallBusiness/  

F. Requirements for Contracts with CBE Goals: if awarded the contract, the Vendor agrees to and shall comply with all applicable requirements of the CBE Program in the award and administration of the contract.  

1. No party to this contract may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract.  

2. Vendor shall comply with all applicable requirements of the Broward County Small Business Development Program in the award and administration of this contract.  Failure by Vendor to carry out any of these requirements shall constitute a material breach of this contract, which shall permit County to terminate this contract or to exercise any other remedy provided under this contract, under the Broward County Code of Ordinances, or Administrative Code, or under applicable law, with all of such remedies being cumulative.  

3. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from County for such subcontracted work and pay all other subcontractors and suppliers within thirty (30) days following receipt of payment from County for such subcontracted work or supplies. If Vendor withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shall be released and paid within fifteen (15) days following receipt of payment of retained amounts from County. For all other subcontractors or suppliers, if Vendor withholds an amount as retainage, such retainage shall be released and paid within thirty (30) days following receipt of payment of retained amounts from County.

4. Vendor understands that the County will monitor compliance with the CBE requirements. Vendor must report monthly on its CBE participation commitment with its pay requests and is required as a condition of payment.  

Supplier: Thornton Tomasetti

LETTER OF INTENT BETWEEN BIDDER/OFFEROR AND COUNTY BUSINESS

ENTERPRISE (CBE) SUBCONTRACTOR/SUPPLIER

This form(s) should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. This form is to be completed and signed for each CBE firm.  Vendor should scan and upload the completed, signed form(s) in BidSync.

Solicitation Number: PNC2115981P1 Project Title: Professional Consultant Services for

Airport Studies, Evaluations and Assessment

Bidder/Offeror

Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

CBE Subcontractor/Supplier

Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

A. This is a letter of intent between the bidder/offeror on this project and a CBE firm for theCBE to perform subcontracting work on this project.

B. By signing below, the bidder/offeror is committ ing to uti l ize the above-named CBE toperform the work described below.

C. By signing below, the above-named CBE is committ ing to perform the work describedbelow.

D. By signing below, the bidder/offeror and CBE aff irm that i f the CBE subcontracts any of thework described below, it may only subcontract that work to another CBE.

Work to be performed by CBE Firm

Descript ion NAICS

AFFIRMATION: I hereby affi rm that the information above is true and correct.

(Signature) (Ti t le) (Date)

Bidder/Offeror Authorized Representative

(Signature) (Ti t le) (Date)

In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and

Affirmation shall be null and void.

APPLICATION FOR EVALUATION OF GOOD FAITH EFFORT

PURSUANT TO BUSINESS OPPORTUNITY ACT OF 2012, Sec. 1-81.5(e)

If applicable, this form and supporting documentation should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. Vendor should scan and upload the supporting documentation in BidSync.

PNC2115981P1 Professional Consultant Serv ices for Ai rpor t Studies, Evaluations and Assessment

ADDRESS TELEPHONE

The undersigned representative of the prime contractor represents that his/her firm has contacted County Business Enterprise (CBE) certif ied firms in a good faith effort to meet the CBE goal for this solicitation but has not been able to meet the goal. Consistent with the requirements of the Business Opportunity Act of 2012 (the Act), the prime contractor hereby submits documentation (attached to this form) of good faith efforts made and requests to be evaluated under Section 1-81.5(e) of the Act.

The prime contractor understands that a determination of good faith effort to meet the CBE contract participation goal is contingent on both the information provided by the prime contractor as an attachment to this application and the other factors listed in Section 1-81.5(e) of the CBE Act, as those factors are applicable with respect to this solicitation.   The prime contractor acknowledges that the determination of good faith effort is made by the Director of the Office of Economic and Small Business Development, and is not subject to appeal.

* CBE Contract

Amount†

CBE Percentage of

Total Project Value

CBE Subcontractor/Supplier Authorized Representative

* Visit http://www.census.gov/eos/www/naics/ to search. Match type of work with NAICS code as closely as possible.† To be provided only when the solicitation requires that bidder/offer include a dollar amount in its bid-offer.

SOLCITATION NO.: PROJECT NAME:

PRIME CONTRACTOR

SIGNATURE:

PRINT NAME / TITLE:

DATE:

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 145

Page 146: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Office of Economic and Small Business Requirements: CBE Goal ParticipationA. In accordance with Broward County Business Opportunity Act of 2012, Ordinance No. 2012-33,

Broward County Code of Ordinances, the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation should utilize, or attempt to utilize, CBE firms to perform at least the assigned participation goal for this contract.

B. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; required forms and information should be submitted with solicitation submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of the Office of Economic and Small Business Development ’s (OESBD) request. Vendor may be deemed non-responsible for failure to fully comply within stated timeframes.

1. Vendor should include in its solicitation submittal a Letter Of Intent Between

Bidder/Offeror and County Business Enterprise (CBE) Subcontractor/Supplier, for each certified CBE firm the Vendor intends to use to achieve the assigned CBE participation goal.  

2. If a Vendor is unable to attain the CBE participation goal, the Vendor should include in its solicitation submittal Application for Evaluation of Good Faith Effort and all of the

required supporting information.

C. The Vendor shall only address the base solicitation amount for CBE goal participation. No alternate/optional item(s) shall be addressed. If the County chooses to exercise the right to award alternate/optional solicitation item(s), the CBE participation goal for this solicitation shall apply to the alternate/optional item(s) recommended to be awarded. The County shall issue a notice to the apparent successful Vendor requiring the Vendor to comply with the CBE participation goal for the alternate/optional item(s); Vendor shall submit all required forms prior to award. Failure to submit the required forms may result in rejection of the solicitation.  

D. The Office of Economic and Small Business Development maintains an on-line directory of CBE f i r m s . T h e o n -l i n e d i r e c t o r y i s a v a i l a b l e f o r u s e b y V e n d o r s a t https://webapps4.broward.org/smallbusiness/sbdirectory.aspx

E. For detailed information regarding the County Business Enterprise Program contact the Office of Economic and Small Business Development at (954) 357-6400 or visit the website at:  http://www.broward.org/EconDev/SmallBusiness/  

F. Requirements for Contracts with CBE Goals: if awarded the contract, the Vendor agrees to and shall comply with all applicable requirements of the CBE Program in the award and administration of the contract.  

1. No party to this contract may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract.  

2. Vendor shall comply with all applicable requirements of the Broward County Small Business Development Program in the award and administration of this contract.  Failure by Vendor to carry out any of these requirements shall constitute a material breach of this contract, which shall permit County to terminate this contract or to exercise any other remedy provided under this contract, under the Broward County Code of Ordinances, or Administrative Code, or under applicable law, with all of such remedies being cumulative.  

3. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from County for such subcontracted work and pay all other subcontractors and suppliers within thirty (30) days following receipt of payment from County for such subcontracted work or supplies. If Vendor withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shall be released and paid within fifteen (15) days following receipt of payment of retained amounts from County. For all other subcontractors or suppliers, if Vendor withholds an amount as retainage, such retainage shall be released and paid within thirty (30) days following receipt of payment of retained amounts from County.

4. Vendor understands that the County will monitor compliance with the CBE requirements. Vendor must report monthly on its CBE participation commitment with its pay requests and is required as a condition of payment.  

Supplier: Thornton Tomasetti

LETTER OF INTENT BETWEEN BIDDER/OFFEROR AND COUNTY BUSINESS

ENTERPRISE (CBE) SUBCONTRACTOR/SUPPLIER

This form(s) should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. This form is to be completed and signed for each CBE firm.  Vendor should scan and upload the completed, signed form(s) in BidSync.

Solicitation Number: PNC2115981P1 Project Title: Professional Consultant Services for

Airport Studies, Evaluations and Assessment

Bidder/Offeror

Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

CBE Subcontractor/Supplier

Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

A. This is a letter of intent between the bidder/offeror on this project and a CBE firm for theCBE to perform subcontracting work on this project.

B. By signing below, the bidder/offeror is committ ing to uti l ize the above-named CBE toperform the work described below.

C. By signing below, the above-named CBE is committ ing to perform the work describedbelow.

D. By signing below, the bidder/offeror and CBE aff irm that i f the CBE subcontracts any of thework described below, it may only subcontract that work to another CBE.

Work to be performed by CBE Firm

Descript ion NAICS

AFFIRMATION: I hereby affi rm that the information above is true and correct.

(Signature) (Ti t le) (Date)

Bidder/Offeror Authorized Representative

(Signature) (Ti t le) (Date)

In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and

Affirmation shall be null and void.

APPLICATION FOR EVALUATION OF GOOD FAITH EFFORT

PURSUANT TO BUSINESS OPPORTUNITY ACT OF 2012, Sec. 1-81.5(e)

If applicable, this form and supporting documentation should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. Vendor should scan and upload the supporting documentation in BidSync.

PNC2115981P1 Professional Consultant Serv ices for Ai rpor t Studies, Evaluations and Assessment

ADDRESS TELEPHONE

The undersigned representative of the prime contractor represents that his/her firm has contacted County Business Enterprise (CBE) certif ied firms in a good faith effort to meet the CBE goal for this solicitation but has not been able to meet the goal. Consistent with the requirements of the Business Opportunity Act of 2012 (the Act), the prime contractor hereby submits documentation (attached to this form) of good faith efforts made and requests to be evaluated under Section 1-81.5(e) of the Act.

The prime contractor understands that a determination of good faith effort to meet the CBE contract participation goal is contingent on both the information provided by the prime contractor as an attachment to this application and the other factors listed in Section 1-81.5(e) of the CBE Act, as those factors are applicable with respect to this solicitation.   The prime contractor acknowledges that the determination of good faith effort is made by the Director of the Office of Economic and Small Business Development, and is not subject to appeal.

* CBE Contract

Amount†

CBE Percentage of

Total Project Value

CBE Subcontractor/Supplier Authorized Representative

* Visit http://www.census.gov/eos/www/naics/ to search. Match type of work with NAICS code as closely as possible.† To be provided only when the solicitation requires that bidder/offer include a dollar amount in its bid-offer.

SOLCITATION NO.: PROJECT NAME:

PRIME CONTRACTOR

SIGNATURE:

PRINT NAME / TITLE:

DATE:

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 146

Page 147: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Office of Economic and Small Business Requirements: CBE Goal ParticipationA. In accordance with Broward County Business Opportunity Act of 2012, Ordinance No. 2012-33,

Broward County Code of Ordinances, the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation should utilize, or attempt to utilize, CBE firms to perform at least the assigned participation goal for this contract.

B. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; required forms and information should be submitted with solicitation submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of the Office of Economic and Small Business Development ’s (OESBD) request. Vendor may be deemed non-responsible for failure to fully comply within stated timeframes.

1. Vendor should include in its solicitation submittal a Letter Of Intent Between

Bidder/Offeror and County Business Enterprise (CBE) Subcontractor/Supplier, for each certified CBE firm the Vendor intends to use to achieve the assigned CBE participation goal.  

2. If a Vendor is unable to attain the CBE participation goal, the Vendor should include in its solicitation submittal Application for Evaluation of Good Faith Effort and all of the

required supporting information.

C. The Vendor shall only address the base solicitation amount for CBE goal participation. No alternate/optional item(s) shall be addressed. If the County chooses to exercise the right to award alternate/optional solicitation item(s), the CBE participation goal for this solicitation shall apply to the alternate/optional item(s) recommended to be awarded. The County shall issue a notice to the apparent successful Vendor requiring the Vendor to comply with the CBE participation goal for the alternate/optional item(s); Vendor shall submit all required forms prior to award. Failure to submit the required forms may result in rejection of the solicitation.  

D. The Office of Economic and Small Business Development maintains an on-line directory of CBE f i r m s . T h e o n -l i n e d i r e c t o r y i s a v a i l a b l e f o r u s e b y V e n d o r s a t https://webapps4.broward.org/smallbusiness/sbdirectory.aspx

E. For detailed information regarding the County Business Enterprise Program contact the Office of Economic and Small Business Development at (954) 357-6400 or visit the website at:  http://www.broward.org/EconDev/SmallBusiness/  

F. Requirements for Contracts with CBE Goals: if awarded the contract, the Vendor agrees to and shall comply with all applicable requirements of the CBE Program in the award and administration of the contract.  

1. No party to this contract may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract.  

2. Vendor shall comply with all applicable requirements of the Broward County Small Business Development Program in the award and administration of this contract.  Failure by Vendor to carry out any of these requirements shall constitute a material breach of this contract, which shall permit County to terminate this contract or to exercise any other remedy provided under this contract, under the Broward County Code of Ordinances, or Administrative Code, or under applicable law, with all of such remedies being cumulative.  

3. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from County for such subcontracted work and pay all other subcontractors and suppliers within thirty (30) days following receipt of payment from County for such subcontracted work or supplies. If Vendor withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shall be released and paid within fifteen (15) days following receipt of payment of retained amounts from County. For all other subcontractors or suppliers, if Vendor withholds an amount as retainage, such retainage shall be released and paid within thirty (30) days following receipt of payment of retained amounts from County.

4. Vendor understands that the County will monitor compliance with the CBE requirements. Vendor must report monthly on its CBE participation commitment with its pay requests and is required as a condition of payment.  

Supplier: Thornton Tomasetti

LETTER OF INTENT BETWEEN BIDDER/OFFEROR AND COUNTY BUSINESS

ENTERPRISE (CBE) SUBCONTRACTOR/SUPPLIER

This form(s) should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. This form is to be completed and signed for each CBE firm.  Vendor should scan and upload the completed, signed form(s) in BidSync.

Solicitation Number: PNC2115981P1 Project Title: Professional Consultant Services for

Airport Studies, Evaluations and Assessment

Bidder/Offeror

Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

CBE Subcontractor/Supplier

Name:

Address: City: State: Zip:

Authorized Representat ive: Phone:

A. This is a letter of intent between the bidder/offeror on this project and a CBE firm for theCBE to perform subcontracting work on this project.

B. By signing below, the bidder/offeror is committ ing to uti l ize the above-named CBE toperform the work described below.

C. By signing below, the above-named CBE is committ ing to perform the work describedbelow.

D. By signing below, the bidder/offeror and CBE aff irm that i f the CBE subcontracts any of thework described below, it may only subcontract that work to another CBE.

Work to be performed by CBE Firm

Descript ion NAICS

AFFIRMATION: I hereby affi rm that the information above is true and correct.

(Signature) (Ti t le) (Date)

Bidder/Offeror Authorized Representative

(Signature) (Ti t le) (Date)

In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and

Affirmation shall be null and void.

APPLICATION FOR EVALUATION OF GOOD FAITH EFFORT

PURSUANT TO BUSINESS OPPORTUNITY ACT OF 2012, Sec. 1-81.5(e)

If applicable, this form and supporting documentation should be returned with the Vendor ’s submittal. If not provided with solicitation submittal, the Vendor must supply information within three business days of County ’s request. Vendor should scan and upload the supporting documentation in BidSync.

PNC2115981P1 Professional Consultant Serv ices for Ai rpor t Studies, Evaluations and Assessment

ADDRESS TELEPHONE

The undersigned representative of the prime contractor represents that his/her firm has contacted County Business Enterprise (CBE) certif ied firms in a good faith effort to meet the CBE goal for this solicitation but has not been able to meet the goal. Consistent with the requirements of the Business Opportunity Act of 2012 (the Act), the prime contractor hereby submits documentation (attached to this form) of good faith efforts made and requests to be evaluated under Section 1-81.5(e) of the Act.

The prime contractor understands that a determination of good faith effort to meet the CBE contract participation goal is contingent on both the information provided by the prime contractor as an attachment to this application and the other factors listed in Section 1-81.5(e) of the CBE Act, as those factors are applicable with respect to this solicitation.   The prime contractor acknowledges that the determination of good faith effort is made by the Director of the Office of Economic and Small Business Development, and is not subject to appeal.

* CBE Contract

Amount†

CBE Percentage of

Total Project Value

CBE Subcontractor/Supplier Authorized Representative

* Visit http://www.census.gov/eos/www/naics/ to search. Match type of work with NAICS code as closely as possible.† To be provided only when the solicitation requires that bidder/offer include a dollar amount in its bid-offer.

SOLCITATION NO.: PROJECT NAME:

PRIME CONTRACTOR

SIGNATURE:

PRINT NAME / TITLE:

DATE:

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 147

Page 148: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

55

66

3 4

SCRUTINIZED COMPANIES LIST REQUIREMENT CERTIFICATION FORM

The completed and signed form(s) should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Vendor may be deemed nonresponsive for failure to fully comply within stated timeframes.  

Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor, by virtue of the signature below, certifies that:

a. The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and 215.4725 Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

b. The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List;  and 

c. If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

Supplier: Thornton Tomasetti

Derek Wassink Vice President Thornton Tomasetti 6/15/18Authorized Signature/Name  Title Vendor Name Date

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 148

Page 149: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Security Requirements – Aviation Department

A. Consultant/contractor agrees to observe all security requirements and other requirements of the Federal Aviation Regulations applicable to Consultant/contractor, including  without limitation, all regulations of the United States Department of Transportation, the Federal Aviation Administration and the Transportation Security Administration, and the Consultant/contractor agrees to comply with the County's Airport Security Program and the Air Operations  area (AOA) Vehicle Access Program, and amendments  thereto, and to comply with such other rules and regulations as may be reasonably prescribed by the County, and to take such steps as may be necessary or directed by the County to insure that sub lessees, employees, invitees and guests observe these requirements. If required by the Aviation Department, Consultant/contractor shall conduct background checks of its employees in accordance with applicable Federal regulations.

B. If as a result of the acts or omissions of Consultant/contractor, its sub lessees, employees, invitees or guests, the County incurs  any fines and/or penalties imposed by any governmental agency, including without limitation, the United States Department of Transportation, the Federal Aviation Administration or the Transportation Security Administration, or any expense in enforcing any federal regulations, including without limitation, airport security regulations, or the rules or regulations of the County, and/or any expense in enforcing the County's Airport Security Program, then consultant/contractor agrees to pay and/or reimburse the County all such costs and expenses, including all costs of administrative proceedings, court costs, and attorneys' fees and all costs incurred by County in enforcing this provision.  Consultant/contractor further agrees to rectify any security deficiency or other deficiency as may be determined as such by the County or the United States Department of Transportation, Federal Aviation Administration, the Transportation Security Administration, or any other federal agency. In the event consultant/contractor fails to remedy any such deficiency, the County may do so at the cost and expense of consultant/contractor. The County reserves the right to take whatever action is necessary to rectify any security deficiency or other deficiency.

C. Operation of Vehicles on the AOA:  Before the consultant/contractor shall permit any employee of consultant/contractor or any sub consultant/subcontractor to operate a motor vehicle of any kind or type on the AOA (and unless escorted by an Aviation Department approved escort), the consultant/contractor shall ensure that all such vehicle operators possess current, valid, and appropriate Florida driver's licenses.   In addition, any motor vehicles and equipment of consultant/contractor or of any sub consultant/subcontractor operating on the AOA must have an appropriate vehicle identification permit issued by the Aviation Department, which identification must be displayed as required by the Aviation Department.

D. Consent to Search/Inspection: The consultant/contractor agrees that its vehicles, cargo, goods, and other personal property are subject to being inspected and searched when attempting to enter or leave and while on the AOA.  The consultant/contractor further agrees on behalf of itself and its sub consultant /subcontractors that it shall not authorize any employee or other person to enter the AOA unless and until such employee other person has executed a written consent-to-search/inspection form acceptable to the Aviation Department. Consultant/contractor acknowledges and understands that the forgoing requirements are for the protection of users of the Airport and are intended to reduce incidents of cargo tampering, aircraft sabotage, thefts and other unlawful activities at the Airport.   For this reason, consultant/contractor agrees that persons not executing such consent-to-search/inspection form shall not be employed by the consultant/contractor or by any sub consultant/contractor at the Airport in any position requiring access to the AOA or allowed entry to the AOA by the consultant/contractor or by any sub consultant/contractors.

E. The provisions hereof shall survive the expiration or any other termination of this contract.

Supplier: Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 149

Page 150: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

Security Requirements – Aviation Department

A. Consultant/contractor agrees to observe all security requirements and other requirements of the Federal Aviation Regulations applicable to Consultant/contractor, including  without limitation, all regulations of the United States Department of Transportation, the Federal Aviation Administration and the Transportation Security Administration, and the Consultant/contractor agrees to comply with the County's Airport Security Program and the Air Operations  area (AOA) Vehicle Access Program, and amendments  thereto, and to comply with such other rules and regulations as may be reasonably prescribed by the County, and to take such steps as may be necessary or directed by the County to insure that sub lessees, employees, invitees and guests observe these requirements. If required by the Aviation Department, Consultant/contractor shall conduct background checks of its employees in accordance with applicable Federal regulations.

B. If as a result of the acts or omissions of Consultant/contractor, its sub lessees, employees, invitees or guests, the County incurs  any fines and/or penalties imposed by any governmental agency, including without limitation, the United States Department of Transportation, the Federal Aviation Administration or the Transportation Security Administration, or any expense in enforcing any federal regulations, including without limitation, airport security regulations, or the rules or regulations of the County, and/or any expense in enforcing the County's Airport Security Program, then consultant/contractor agrees to pay and/or reimburse the County all such costs and expenses, including all costs of administrative proceedings, court costs, and attorneys' fees and all costs incurred by County in enforcing this provision.  Consultant/contractor further agrees to rectify any security deficiency or other deficiency as may be determined as such by the County or the United States Department of Transportation, Federal Aviation Administration, the Transportation Security Administration, or any other federal agency. In the event consultant/contractor fails to remedy any such deficiency, the County may do so at the cost and expense of consultant/contractor. The County reserves the right to take whatever action is necessary to rectify any security deficiency or other deficiency.

C. Operation of Vehicles on the AOA:  Before the consultant/contractor shall permit any employee of consultant/contractor or any sub consultant/subcontractor to operate a motor vehicle of any kind or type on the AOA (and unless escorted by an Aviation Department approved escort), the consultant/contractor shall ensure that all such vehicle operators possess current, valid, and appropriate Florida driver's licenses.   In addition, any motor vehicles and equipment of consultant/contractor or of any sub consultant/subcontractor operating on the AOA must have an appropriate vehicle identification permit issued by the Aviation Department, which identification must be displayed as required by the Aviation Department.

D. Consent to Search/Inspection: The consultant/contractor agrees that its vehicles, cargo, goods, and other personal property are subject to being inspected and searched when attempting to enter or leave and while on the AOA.  The consultant/contractor further agrees on behalf of itself and its sub consultant /subcontractors that it shall not authorize any employee or other person to enter the AOA unless and until such employee other person has executed a written consent-to-search/inspection form acceptable to the Aviation Department. Consultant/contractor acknowledges and understands that the forgoing requirements are for the protection of users of the Airport and are intended to reduce incidents of cargo tampering, aircraft sabotage, thefts and other unlawful activities at the Airport.   For this reason, consultant/contractor agrees that persons not executing such consent-to-search/inspection form shall not be employed by the consultant/contractor or by any sub consultant/contractor at the Airport in any position requiring access to the AOA or allowed entry to the AOA by the consultant/contractor or by any sub consultant/contractors.

E. The provisions hereof shall survive the expiration or any other termination of this contract.

Supplier: Thornton Tomasetti

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 150

Page 151: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

3 4

SUBCONTRACTORS/SUBCONSULTANTS/SUPPLIERS REQUIREMENT FORMRequest for Proposals, Request for Qualifications, or Request for Letters of Interest

The following forms and supporting information (if applicable) should be returned with Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit may affect Vendor ’s evaluation.

A. The Vendor shall submit a listing of all subcontractors, subconsultants and major material suppliers (firms), if any, and the portion of the contract they will perform. A major material supplier is considered any firm that provides construction material for construction contracts, or commodities for service contracts in excess of $50,000, to the Vendor.

B. If participation goals apply to the contract, only non-certified firms shall be identified on the form. A non-certified firm is a firm that is not listed as a firm for attainment of participation goals (ex. County Business Enterprise or Disadvantaged Business Enterprise), if applicable to the solicitation.

C. This list shall be kept up -to-date for the duration of the contract. If subcontractors, subconsultants or suppliers are stated, this does not relieve the Vendor from the prime responsibility of full and complete satisfactory performance under any awarded contract.  

D. After completion of the contract/final payment, the Vendor shall certify the final list of non-certified subcontractors, subconsultants, and suppliers that performed or provided services to the County for the referenced contract.  

E. The Vendor has confirmed that none of the recommended subcontractors, subconsultants, or suppliers ’   principal(s), officer(s), affiliate(s) or any other related companies have been debarred from doing business with Broward County or any other governmental agency.

If none, state “none” on this form. Use additional sheets as needed. Vendor should scan and upload any additional form(s) in BidSync.

Supplier: Thornton Tomasetti

1.   Subcontracted Firm’s Name:  

      Subcontracted Firm’s Address:  

      Subcontracted Firm’s Telephone Number:  

      Contact Person’s Name and Position:  

      Contact Person’s E-Mail Address:  

      Estimated Subcontract/Supplies Contract Amount: 

      Type of Work/Supplies Provided:  

2.   Subcontracted Firm’s Name:  

      Subcontracted Firm’s Address:  

      Subcontracted Firm’s Telephone Number:  

      Contact Person’s Name and Position:  

      Contact Person’s E-Mail Address:  

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 151

Page 152: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with

submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:Thornton Tomasetti, Inc.

2. Doing Business As/ Fictitious Name (if applicable):N/A

3. Federal Employer I.D. no. (FEIN):13-1251070

4. Dun and Bradstreet No.:06251397

5. Website address (if applicable): www.thorntontomasetti.com

6. Principal place of business address: 51 Madison Avenue, New York, NY 10010

7. Office location responsible for this project: 101 NE Third Ave., Suite 1170, Fort Lauderdale, FL 33301

8. Telephone no.:954.903.9300 Fax no.:954.903.9301

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):New York

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Thomas Scarangello, Chairman & CEO

b) Raymond Daddazio, President

c) Aine Brazil, Vice Chairman

d) Dennis Poon, Vice Chairman

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Derek Wassink

Title: Vice President

E-mail: [email protected]

Telephone No.: 954.903.9300

Name: MacKenzie Ross-Fidler

Title: Senior Associate

E-mail: [email protected]

Telephone No.: 954.903.9300

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or

its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including

Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;

b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; and

b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:

a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or other

appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:

Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such

officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of

offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that

Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name: Thornton Tomasetti

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

Supplier: Thornton Tomasetti

13. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify

details in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

16. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three

years? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its

predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an

attached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? If

yes, specify details in an attached written response.Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a

result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Derek Wassink Vice President 6/15/18

*AUTHORIZED SIGNATURE/NAME TITLE DATE

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 152

Page 153: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with

submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:Thornton Tomasetti, Inc.

2. Doing Business As/ Fictitious Name (if applicable):N/A

3. Federal Employer I.D. no. (FEIN):13-1251070

4. Dun and Bradstreet No.:06251397

5. Website address (if applicable): www.thorntontomasetti.com

6. Principal place of business address: 51 Madison Avenue, New York, NY 10010

7. Office location responsible for this project: 101 NE Third Ave., Suite 1170, Fort Lauderdale, FL 33301

8. Telephone no.:954.903.9300 Fax no.:954.903.9301

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):New York

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Thomas Scarangello, Chairman & CEO

b) Raymond Daddazio, President

c) Aine Brazil, Vice Chairman

d) Dennis Poon, Vice Chairman

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Derek Wassink

Title: Vice President

E-mail: [email protected]

Telephone No.: 954.903.9300

Name: MacKenzie Ross-Fidler

Title: Senior Associate

E-mail: [email protected]

Telephone No.: 954.903.9300

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or

its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including

Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;

b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; and

b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:

a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or other

appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:

Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such

officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of

offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that

Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name: Thornton Tomasetti

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

Supplier: Thornton Tomasetti

13. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify

details in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

16. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three

years? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its

predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an

attached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? If

yes, specify details in an attached written response.Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a

result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Derek Wassink Vice President 6/15/18

*AUTHORIZED SIGNATURE/NAME TITLE DATE

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 153

Page 154: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with

submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:Thornton Tomasetti, Inc.

2. Doing Business As/ Fictitious Name (if applicable):N/A

3. Federal Employer I.D. no. (FEIN):13-1251070

4. Dun and Bradstreet No.:06251397

5. Website address (if applicable): www.thorntontomasetti.com

6. Principal place of business address: 51 Madison Avenue, New York, NY 10010

7. Office location responsible for this project: 101 NE Third Ave., Suite 1170, Fort Lauderdale, FL 33301

8. Telephone no.:954.903.9300 Fax no.:954.903.9301

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):New York

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Thomas Scarangello, Chairman & CEO

b) Raymond Daddazio, President

c) Aine Brazil, Vice Chairman

d) Dennis Poon, Vice Chairman

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Derek Wassink

Title: Vice President

E-mail: [email protected]

Telephone No.: 954.903.9300

Name: MacKenzie Ross-Fidler

Title: Senior Associate

E-mail: [email protected]

Telephone No.: 954.903.9300

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or

its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including

Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;

b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; and

b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:

a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or other

appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:

Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such

officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of

offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that

Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name: Thornton Tomasetti

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

Supplier: Thornton Tomasetti

13. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify

details in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

16. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three

years? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its

predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an

attached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? If

yes, specify details in an attached written response.Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a

result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Derek Wassink Vice President 6/15/18

*AUTHORIZED SIGNATURE/NAME TITLE DATE

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 154

Page 155: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with

submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:Thornton Tomasetti, Inc.

2. Doing Business As/ Fictitious Name (if applicable):N/A

3. Federal Employer I.D. no. (FEIN):13-1251070

4. Dun and Bradstreet No.:06251397

5. Website address (if applicable): www.thorntontomasetti.com

6. Principal place of business address: 51 Madison Avenue, New York, NY 10010

7. Office location responsible for this project: 101 NE Third Ave., Suite 1170, Fort Lauderdale, FL 33301

8. Telephone no.:954.903.9300 Fax no.:954.903.9301

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):New York

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Thomas Scarangello, Chairman & CEO

b) Raymond Daddazio, President

c) Aine Brazil, Vice Chairman

d) Dennis Poon, Vice Chairman

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Derek Wassink

Title: Vice President

E-mail: [email protected]

Telephone No.: 954.903.9300

Name: MacKenzie Ross-Fidler

Title: Senior Associate

E-mail: [email protected]

Telephone No.: 954.903.9300

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or

its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including

Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;

b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; and

b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:

a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or other

appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:

Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such

officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of

offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that

Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name: Thornton Tomasetti

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

Supplier: Thornton Tomasetti

13. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify

details in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

16. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three

years? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its

predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an

attached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? If

yes, specify details in an attached written response.Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a

result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Derek Wassink Vice President 6/15/18

*AUTHORIZED SIGNATURE/NAME TITLE DATE

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 155

Page 156: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

3 4

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS

Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with

submittal; each response should be numbered to match the question number. The completed questionnaire

and attached responses will become part of the procurement record. It is imperative that the person completing

the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:Thornton Tomasetti, Inc.

2. Doing Business As/ Fictitious Name (if applicable):N/A

3. Federal Employer I.D. no. (FEIN):13-1251070

4. Dun and Bradstreet No.:06251397

5. Website address (if applicable): www.thorntontomasetti.com

6. Principal place of business address: 51 Madison Avenue, New York, NY 10010

7. Office location responsible for this project: 101 NE Third Ave., Suite 1170, Fort Lauderdale, FL 33301

8. Telephone no.:954.903.9300 Fax no.:954.903.9301

9. Type of business (check appropriate box):

Corporation (specify the state of incorporation):New York

Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In)

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Thomas Scarangello, Chairman & CEO

b) Raymond Daddazio, President

c) Aine Brazil, Vice Chairman

d) Dennis Poon, Vice Chairman

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: Derek Wassink

Title: Vice President

E-mail: [email protected]

Telephone No.: 954.903.9300

Name: MacKenzie Ross-Fidler

Title: Senior Associate

E-mail: [email protected]

Telephone No.: 954.903.9300

Cone of Silence Requirement Certification: 

The Cone of Silence Ordinance, Section 1 -266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or

its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning

upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including

Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification:Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about:a. The dangers of drug abuse in the workplace;

b. The offeror's policy of maintaining a drug-free workplace;c. Any available drug counseling, rehabilitation, and employee assistance programs; andd. The penalties that may be imposed upon employees for drug abuse violations occurring in the

workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall:a. Abide by the terms of the statement; and

b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace:

a. Taking appropriate personnel action against such employee, up to and including termination; orb. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation

program approved for such purposes by a federal, state, or local health, law enforcement, or other

appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

The Vendor certifies that it has established a drug free workplace program in accordance with the above

requirements.

Non-Collusion Certification:

Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such

officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of

offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement

and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification:In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list.

The Vendor hereby certifies that: (check box)

The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or

has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification:Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million.

The Vendor hereby certifies that: (check each box)

The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and

215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the

Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of

its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that

Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Vendor Name: Thornton Tomasetti

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on

behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the

County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud.

I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s).

Supplier: Thornton Tomasetti

13. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify

details in an attached written response.

Yes No

14. Has your firm, its principals, officers or predecessor organization(s) ever been debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted.

Yes No

15. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

Yes No

16. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

Yes No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three

years? If yes, specify details in an attached written response.

Yes No

18. Has your firm's surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its

predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

Yes No

19. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an

attached written response.

Yes No

20. Has your firm ever been terminated from a contract within the last three years? If

yes, specify details in an attached written response.Yes No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a

result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract.Living Wage had an effect on the pricing. Yes No

N/A

If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Derek Wassink Vice President 6/15/18

*AUTHORIZED SIGNATURE/NAME TITLE DATE

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 156

Page 157: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

VOLUME OF PREVIOUS WORK ATTESTATION FORM

The completed and signed form should be returned with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to provide timely may affect the Vendor ’s evaluation. This completed form must be included with the Vendor ’s submittal at the time of the opening deadline to be considered for a Tie Breaker criterion (if applicable).

The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years. If the Vendor is submitting as a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. The Vendor attests to the following:

Has the Vendor been a member/partner of a Joint Venture firm that was awarded a contract by the

County?      Yes                                No       

If Yes, Vendor must submit a Joint Vendor Volume of Work Attestation Form.

Vendor Name:  

VOLUME OF PREVIOUS WORK ATTESTATION JOINT VENTURE FORM

If applicable, this form and additional required documentation should be submitted with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit this form and supporting documentation may affect the Vendor ’s evaluation.

The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Volume of Previous Work is not based on the total payments to the Joint Venture firm.  

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years as a member of a Joint Venture. The Vendor attests to the following:

Vendor is required to submit an executed Joint Venture agreement(s) and any amendments for each project listed above. Each agreement must be executed prior to the opening date of this solicitation.

Vendor Name:  

Supplier: Thornton Tomasetti

Item

No.

Project TitleSolicitation/

Contract

Number:

Department or

Division

Date

Awarded

Paid to Date

Dollar

Amount

1

2

3

4

5

Grand Total

Authorized Signature/ Name Title Date

Item

No.Project Title

Solicitation/

Contract

Number:

Department

or DivisionDate

Awarded

JV

Equity %

Paid to

Date

Dollar

Amount

1

2

3

4

5

Grand Total

Authorized Signature/ Name Title Date

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 157

Page 158: %LG&RQWDFW MacKenzie Ross -Fidler $GGUHVV 101 NE 3rd ......WaterCAD and/or SewerCAD for projects in the cities of Fort Lauderdale, Oakland Park, Hallandale Beach, Davie, Port Everglades,

5

6

VOLUME OF PREVIOUS WORK ATTESTATION FORM

The completed and signed form should be returned with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to provide timely may affect the Vendor ’s evaluation. This completed form must be included with the Vendor ’s submittal at the time of the opening deadline to be considered for a Tie Breaker criterion (if applicable).

The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years. If the Vendor is submitting as a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. The Vendor attests to the following:

Has the Vendor been a member/partner of a Joint Venture firm that was awarded a contract by the

County?      Yes                                No       

If Yes, Vendor must submit a Joint Vendor Volume of Work Attestation Form.

Vendor Name:  

VOLUME OF PREVIOUS WORK ATTESTATION JOINT VENTURE FORM

If applicable, this form and additional required documentation should be submitted with the Vendor ’s submittal. If not provided with submittal, the Vendor must submit within three business days of County ’s request. Failure to timely submit this form and supporting documentation may affect the Vendor ’s evaluation.

The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Volume of Previous Work is not based on the total payments to the Joint Venture firm.  

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years as a member of a Joint Venture. The Vendor attests to the following:

Vendor is required to submit an executed Joint Venture agreement(s) and any amendments for each project listed above. Each agreement must be executed prior to the opening date of this solicitation.

Vendor Name:  

Supplier: Thornton Tomasetti

Item

No.

Project TitleSolicitation/

Contract

Number:

Department or

Division

Date

Awarded

Paid to Date

Dollar

Amount

1

2

3

4

5

Grand Total

Authorized Signature/ Name Title Date

Item

No.Project Title

Solicitation/

Contract

Number:

Department

or DivisionDate

Awarded

JV

Equity %

Paid to

Date

Dollar

Amount

1

2

3

4

5

Grand Total

Authorized Signature/ Name Title Date

PNC2115981P1Broward County Board ofCounty Commissioners

BidSync6/19/2018 p. 158