REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION

Similar documents
1. Project Information 1.1. Project Location: Northwest Corner of Dickman Road and Elsberry RoadApollo Beach, Florida in Hillsborough County

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION. RFSOQ No.

Department of Health Design and Construction Department PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS)

Florida Department of Health Design and Construction Department

REQUESTING QUALIFICATIONS FOR PROFESSIONAL SERVICES

REQUESTING QUALIFICATIONS FOR PROFESSIONAL DESIGN SERVICES

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES. Substance Abuse and Mental Health Program Office. Certified Recovery Peer Specialist Training

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Department of Military Affairs. Construction Facility Management Office PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS)

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

SECOND REQUEST FOR PROPOSALS. for

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

Department of Military Affairs. Construction Facility Management Office PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS)

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

APPLICATION FOR CERTIFICATION AS A CONSULTANT TO PROVIDE PROFESSIONAL SERVICES IN ACCORDANCE WITH THE CONSULTANTS COMPETITIVE NEGOTIATIONS ACT

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

REQUEST FOR QUALIFICATIONS

A. INTRODUCTION Architects and engineers are selected to provide services under the following types of contracts:

Dakota County Technical College. Pod 6 AHU Replacement

ADDENDUM No. 1. FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Procurement Section 3800 Commonwealth Boulevard, MS#93 Tallahassee, Florida

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

SECTION 9: FORMAL PROCEDURES

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

Request for Qualifications. Continuing Contracts Mechanical/Electrical/Plumbing Engineering Services, Central Florida Region RFQ-REDM17/18-001

Request for Qualifications Gulf Environmental Benefit Fund Support Services

REQUEST FOR QUALIFICATIONS

Request for Qualifications. Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/ ADDENDUM #1

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR CONSTRUCTION CONTRACTORS

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

REQUEST FOR QUALIFICATIONS

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

Request for Qualifications. North Broward Regional Service Center, Replace Columnade Roof Membrane RFQ-REDM17/ ADDENDUM #1

Florida Gulf Coast University Professional Qualifications Supplement (PQS)

Florida International University Project Fact Sheet Construction Manager Continuing Services Contact

FLORIDA ATLANTIC UNIVERSITY PROFESSIONAL QUALIFICATIONS SUPPLEMENT (FAUPQS)

REQUEST FOR INFORMATION (RFI) DEP Posting Number:

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

PROJECT FACT SHEET CAMPUS WIDE SUB-METERING EQUIPMENT AND ENERGY MANAGEMENT SOFTWARE UNIVERSITY OF SOUTH FLORIDA SAINT PETERSBURG

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD CARE REGULATION AND BACKGROUND SCREENING

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR PROPOSAL AUDITING SERVICES RFP #

AUTHORITY: Sections (3)(p), , F. S. Rules 6C , 6C , and 6C , F.A.C.

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

General Procurement Requirements

Request for Proposals

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

Florida School for the Deaf & the Blind

All proposals must be received by August 30, 2016 at 2:00 PM EST

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES OFFICE OF CHILD WELFARE

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR QUALIFICATIONS

A. PROJECT INFORMATION

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES REAL ESTATE DEVELOPMENT AND MANAGEMENT PUBLIC ANNOUNCEMENT FOR PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS for the Development of Sidewalk Inventory for the DVRPC Region

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES DELTONA MIDDLE 250 ENTERPRISE ROAD DELTONA, FLORIDA MASTER PLAN PROJECT NO.

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES WESTSIDE ELEMENTARY 1210 JIMMY ANN DRIVE DAYTONA BEACH, FLORIDA 32117

Exhibit A. Purchasing Department School District of Osceola County, Florida

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

1 INTERNAL AUDIT SERVICES RFP

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR PROPOSAL AUDITING SERVICES. Chicago Infrastructure Trust

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

LEGAL NOTICE Request for Proposal for Services

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

NOTICE OF REQUEST FOR PROPOSALS

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

Request for Quotes (RFQ) for Quality Assurance & Quality Control Services for Photogrammetric Base Map Update

Request for Qualifications. Parking Garage 50, Structural Repair - A/E RFQ-REDM17/ ADDENDUM #1

2016 Park Assessment

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

City of Malibu Request for Proposal

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

PROCUREMENT POLICY & PROCEDURE

MOBILE ASSET DATA COLLECTION. Pavement Condition Index Ground Penetrating Radar Deflection Testing. Contact Information:

REQUEST FOR INFORMATION (RFI) HARMFUL ALGAL BLOOM REMEDIATION RESPONSE. DEP Solicitation Number: C

REQUEST FOR PROPOSAL FOR DESIGN-BUILD SERVICES

Ontario School District 8C

REQUEST FOR LETTERS OF INTEREST

Transcription:

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR PROFESSIONAL SERVICES FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION RFSOQ No. FWC 14/15-92 The Florida Fish and Wildlife Conservation Commission (FWC) is soliciting Statements of Qualifications from qualified surveying and mapping firms in accordance with Section 287.055, Florida Statutes for a wide range of projects. Expression of Interests applications are to be sent to: Florida Fish and Wildlife Conservation Commission Purchasing Office 2590 Executive Center Circle, Suite 100 Tallahassee, Florida 32301 Phone: (850) 488-6551 The application shall be plainly marked on the outside with: Project Number and the response due Date and Time. Project Number: FWC 14/15-92 Project Name: Environmental Sensitivity Index Maps for Florida Response Due Date: April 2, 2015 Public Opening: April 3, 2015 @ 3:00 p.m. 1. Project Information 1.1. Project Location: State of Florida Coastal Zone including state waters (9 miles on the west coast and 3 miles on the east coast) Individual project task locations will be by ESI Atlas zone http://response.restoration.noaa.gov/maps-and-spatial-data/esicoverage-florida-and-gulf-mexico.html Contact Person: Direct all questions/inquiries to: Ms. Gerri L. Faircloth, Procurement Manager Florida Fish & Wildlife Conservation Commission Tallahassee Purchasing Office 2590 Executive Center Circle, Suite 100 Tallahassee, Florida 32301 850-488-6551 Gerri.Faircloth@MyFWC.com Page 1 of 24

Contract Manager: Susan Murphy Florida Fish and Wildlife Conservation Commission Fish and Wildlife Research Institute 100 8 th Ave SE St Petersburg, FL 33701 Phone: (727) 502-4759/ Fax (727) 550-4222 E-mail: Susan.Murphy@MyFWC.com 2. Term The contract will be effective for a period of (5) five years from the date of execution to June 30, 2020. 3. Description of Work Being Procured: 3.1. The FWC is requesting Statements of Qualifications to provide services on a task assignment basis for comprehensive multi-disciplinary professional services (surveying and mapping services, environmental consulting services) per the Attachment C Scope of Work. Firms must have expertise in the planning, design and implementation of environmental mapping directly related to the NOAA Environmental Sensitivity Index. http://response.restoration.noaa.gov/maps-and-spatial-data/environmentalsensitivity-index-esi-maps.html 3.2. Projects will be located anywhere in coastal areas of the state of Florida and may occur in a variety of environmentally and archeologically sensitive areas. Respondents do not need to be located within a certain region to be considered. 4. General Instructions for Preparation of the Response: 4.1. Number of Copies to be Submitted: Four (4) signed copies of the response must be submitted for review by FWC. Each copy is to be bound individually. One (1) copy of the response shall bear original signatures. Use of legible reproductions of signed originals is authorized for all other copies of the response. 4.2. Acknowledgement Form: The Request for Statements of Qualifications Contractual Services Acknowledgement Form (provided in the solicitation package as Attachment-A) shall be completed as instructed. The originally signed copy shall be submitted in one (1) copy of the response package marked "Original". Four (4) photocopies of the signed original Attachment A shall be made, and one (1) copy shall be provided in each of the four (4) additional response packages submitted to FWC. Failure to submit a fully completed, originally signed RFSOQ Contractual Services Acknowledgement Form shall result in the response being deemed non-responsive and therefore, rejected. Page 2 of 24

In the event that respondents submit a response as a joint venture, each member of the joint venture must complete and sign a separate Acknowledgement Form. 4.3. Ownership of the Materials: All materials submitted by prospective consultants responding to this RFSOQ will become the property of the Commission and be subject to the provisions of Chapter 119, Florida Statutes. 5. Standard Qualifying Data And Forms: 5.1. Architect-Engineer Qualifications (Standard Form 330): These forms may be acquired from the: U.S. Superintendent of Documents Government Printing Office Washington, DC 20401 or online at: http://www.gsa.gov. 5.2. Professional Qualifications Supplement (PQS): The PQS form is provided in the solicitation package as Attachment- B. 5.3. Certifications: 5.3.1. A reproduction of the firm s current professional registration certificate(s) is required for the services offered and must be in the name of the firm offering said services. Firms must be properly registered at the time of application to practice their profession in the State of Florida and with the appropriate State Board governing the services offered. A verification of the current status with the appropriate State Board is made before the recommendation and approval of a firm s selection is finalized. 5.3.2. If the firm offering services is a corporation, the corporation must be properly chartered with the Department of State to operate in Florida. A copy of the firm s current Florida Corporate Charter must be provided. 5.3.3. The Contractor must demonstrate previous or current experience with ESI mapping; and delivery and acceptance of ESI products by NOAA s Office of Response and Restoration. The project requirements and specifications have been outlined in the attached Scope of Work. 5.4. Subconsultants: Page 3 of 24

All respondents utilizing subconsultants shall supply written proof of subconsultant arrangements for this solicitation. Documentation shall be supplied for each subconsultant which the respondent intends to utilize and for which the respondent has identified the qualifications and experience of in their response. The written documentation shall be a one (1) page letter supplied by the subconsultant on its letterhead stationery, clearly identifying FWC Solicitation No. FWC 14/15-92, the project title, and the prime contractor with whom the firm intends to subcontract. Failure to submit a letter of commitment from an intended subconsultant identified in the response shall result in the disallowance of the qualifications and experience of that subconsultant from consideration in the evaluation process. 6. Selection Procedures The selection of the vendors will be accomplished in accordance with Section 287.055, Florida Statutes (Consultant s Competitive Negotiation Act). 6.1. Selection Committee: The selection committee, made up of a minimum of Three (3) FWC employees, will then assess each complete application. Each SOQ will be evaluated and ranked in accordance with the evaluation factors outlined below. 6.2. Evaluation: The Selection Committee shall evaluate qualifications, interest and availability by reviewing all written responses received that express an interest in performing the services, and when deemed necessary, by conducting formal interviews of selected responses that are determined to be best qualified based upon the Selection Committee s evaluation of written responses. The evaluations shall be based upon the following criteria, and respondents are requested to provide, as a minimum, the information listed under each criterion. Failure to provide adequate information on any criterion may result in rejection of proposal as nonresponsive. Respondents are encouraged to arrange their responses in a format that will offer ready review and evaluation of each criterion. The criteria to be used by the Selection Committee to evaluate the proposals are: 6.2.1. Past Performance: - 50 points The Contractor must demonstrate previous or current experience with ESI mapping; and delivery and acceptance of ESI products by NOAA s Office of Response and Restoration. Contact: Jill Peterson, NOAA-Hazmat (ORR), 7600 Sand Point Way NE, Seattle, WA 98115. Past Performance data will be considered only for the past five years as of July 1st of the current year, except in cases where no performance data are on file for the applicant s firm for the past five Page 4 of 24

year period. Members of the Selection Committee may take into consideration internal agency knowledge of a firm s past performance, but this must be documented in the selection file. 6.2.2 Organization Profile and Qualifications 10 Points Ability to perform required services (knowledge, equipment) Performance history on natural resource mapping projects Projects completed on time and within budget Relevancy of references 6.2.3 Technical and Management Approach 20 Points Quality and soundness of proposal Commitment of staff and resources Quality Assurance practices 6.2.4 Project Team Qualifications - 20 Points Ability of proposed personnel (Qualifications/Experience relevant to role/function) Specific experience on ESI mapping projects Experience in field surveying Relevant education and training 6.3. Selection of Short List: The Selection Committee shall rate and determine a short list of the firms. The selection committee will determine if oral discussions are needed before determining final ranking. FWC may award this project to multiple mapping firms. 6.4. Notification: 6.4.1. Tabulation of Results, with the recommended short list, will be posted for review by interested parties at the location where responses were received and on the Vendor Bid System (VBS) web site and will remain posted for a period of seventy-two (72) hours, which does not include weekends or State observed holidays. Any respondent who desires to protest the recommended award must file a notice of protest and formal protest with FWC Purchasing Office, 2590 Executive Center Circle, Suite 100, Tallahassee, Florida 32301, within the time prescribed in Section 120.57(3), Florida Statutes, and Chapter 28-110, Florida Administrative Code. Notices delivered by hand delivery or delivery service shall be to FWC Purchasing Office at the above address. 6.4.2. There is no work guaranteed to any consultant as a result of being selected. The Commission, at its discretion, will negotiate and assign task orders to the selected consultants. 6.5. Protests: Page 5 of 24

See Attachment A, General Conditions, Item 7, Disputes. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the bond or other security required by law within the time frame allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Written notices, formal protests and proceedings must conform with the requirements set forth in Chapter 28-110, Florida Administrative Code. Protests must be filed with FWC Purchasing Office, Room 364, Bryant Building, 620 South Meridian Street, Tallahassee, Florida 32399-1600, within the time prescribed in Section 120.57(3), Florida Statutes, and Chapter 28-110, Florida Administrative Code. Notices delivered by hand delivery or delivery service shall be to FWC Purchasing Office at the above address Any person who files an action protesting a decision or intended decision pertaining to contracts administered by FWC pursuant to Section 120.57(3), F.S. shall post with FWC at the time of filing the formal written protest a bond payable to FWC in an amount equal to 1 percent of FWC s estimate of the total volume of the contract or $5,000, whichever is less, which bond shall be conditioned upon the payment of all costs which may be adjudged against him in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. In lieu of a bond, FWC may accept a cashier's check or money order in the amount of the bond. FAILURE TO FILE THE PROPER BOND AT THE TIME OF FILING THE FORMAL PROTEST WILL RESULT IN A DENIAL OF THE PROTEST. 7. Conflict of Interest: The respondent covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which would conflict in any manner or degree with the performance of the services required to be performed under the contract. The selected engineering firm shall be required to provide written notification to FWC within five (5) working days of the discovery of a potential conflict-of-interest; FWC shall determine whether or not a conflict-of-interest exists. 8. Vendor Registration: Prior to entering into a contract with FWC, the selected contractor must be registered with the Florida Department of Management Services Vendor Registration System. A prospective contractor may contact DMS at telephone number (850) 487-4634 or register on the DMS Vendor Web Site at http://www.myflorida.com. The selected contractor must also be registered with the Florida Department of State Division of Corporation. Please see the following website for more information on how to register or to make sure you are registered http://www.sunbiz.org/index.html. Page 6 of 24

9. General: 9.1. FWC reserves the right to accept or reject any or all responses received and reserve the right to make an award without conducting discussions with each and every firm submitting a response. Therefore, response should be submitted initially in the most favorable manner. 9.2. A non-responsive SOQ shall include, but not be limited to, those that: a) are irregular or are not in conformance with the requirements and instructions contained herein; b) fail to utilize or complete prescribed forms; or c) have improper or undated signatures. A NON- RESPONSIVE SOQ WILL NOT BE CONSIDERED. 9.3. FWC may waive minor irregularities in the responses received where such are merely a matter of form and not substance, and the corrections of which ARE NOT PREJUDICIAL to other respondents. 9.4. The respondents shall have the capability to provide work products in an electronic format compatible with existing standard software used by FWC. Page 7 of 24

ATTACHMENT A ACKNOWLEDGEMENT FORM SUBMIT SOQ TO: FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION PURCHASING OFFICE 2590 Executive Center Circle TALLAHASSEE, FLORIDA 32301 PHONE: (850) 488-6551 REQUEST FOR STATEMENTS OF QUALIFICATIONS (RFSOQ) CONTRACTUAL SERVICES ACKNOWLEDGEMENT FORM SOQs WILL BE OPENED AT August 12, 2014 at 2:00 PM EST AND MAY NOT BE WITHDRAWN WITHIN 90 DAYS AFTER SUCH DATE AND TIME. SOLICITATION NO. FWC 14/15-92 RFSOQ TITLE: Environmental Sensitivity Index Maps for Florida CONSULTANT NAME: REASON FOR NOT SUBMITTING SOQ: CONSULTANT MAILING ADDRESS: CITY STATE ZIP CODE: AREA CODE/TELEPHONE NUMBER: AREA CODE/FAX NUMBER: FEID NUMBER: I certify that this SOQ is submitted without prior understanding, agreement, or connection with any corporation, firm, or person submitting a response for the same professional services, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this SOQ and certify that I am authorized to sign this acknowledgement for the respondent. AUTHORIZED SIGNATURE (MANUAL) AUTHORIZED SIGNATURE (TYPED) TITLE A Request for Statements of Qualifications (RFSOQ) is the first step in the process for selecting a contractor(s) for a specific project or group of similar projects. Following determination and ranking of the best qualified firms, no less than the top three firms may be requested to submit proposals for the specific project(s) and/or will be requested to participate in oral discussions. GENERAL CONDITIONS SEALED RESPONSE: All SOQ sheets and this form must be executed and submitted in a sealed envelope. The face of the envelope shall contain, in addition to the address, the date and time of the opening and the solicitation number. All SOQs are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. 1. EXECUTION OF SOQ: SOQs must contain a manual signature of the authorized representative in the space provided above. The SOQ must be typed. 2. NO RESPONSE SUBMITTED: If not submitting a response, return only this acknowledgement form, and explain the reason in the space provided above. Failure to respond three times in succession without justification shall be cause for removal of the firm's name from the mailing list without further notice. Page 8 of 24

3. SOQ OPENING: The opening shall be public, on the date, location and the time specified on the acknowledgement form. It's the responder's responsibility to assure that his SOQ is delivered at the proper time and place of opening. SOQs which for any reason are not so delivered, will not be considered. Offers by telegram, telephone or facsimile are not acceptable. A SOQ may not be altered after opening. 4. INTERPRETATIONS: Any questions concerning conditions and specifications shall be directed in writing to this office for receipt no later than ten (10) days prior to the opening. Inquiries must reference the date of opening and the solicitation number. No interpretation shall be considered binding unless provided in writing by the Department of Environmental Protection Contracts Office. 5. CONFLICT OF INTEREST: This process is subject to the provisions of Chapter 112, Florida Statutes. Responders must disclose with their SOQ the name of any officer, director, or agent who is also an employee of the State of Florida, or any of its agencies. Further, all responders must disclose the name of any State employee who owns, directly or indirectly, an interest of five percent (5%) or more in the proposer's firm or any of its branches. In accordance with Chapter 287, Florida Statutes, no person or firm receiving a contract that has not been procured pursuant to Section 287.057(1), (2) or (3) to perform a feasibility study of the potential implementation of a subsequent contract, participating in the drafting of an invitation to bid or request for proposals, or developing a program for future implementation shall be eligible to contract with the agency for any other contracts dealing with the specific subject matter; nor shall any firm in which such person has any interest be eligible to receive such a contract. Responders must disclose with their response any such conflict of interest. 6. AWARDS: See special conditions contained in the RFSOQ. 7. DISPUTES: Any actual or prospective responder who disputes the reasonableness, necessity or competitiveness of the terms and conditions of this RFSOQ, selections, or award recommendation shall file such protest in accordance with Section 120.57(3), Florida Statutes, and applicable agency rules. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings. 8. LEGAL REQUIREMENTS: Applicable provisions of all federal, state, county or local laws, and of all ordinances, rules and regulations shall govern development, submittal and evaluation of all SOQs received in response hereto and shall govern any and all claims and disputes which may arise between person(s) submitting an SOQ hereto and the State of Florida, by and through its officers, employees and authorized representatives, or any other person, natural or otherwise, and lack of knowledge by any proposer shall not constitute a cognizable defense against the legal effect thereof. 9. PUBLIC ENTITY CRIMES: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, F.S., for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. 10. DISCRIMINATORY VENDOR LIST: An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, many not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor or consultant under contract with any public entity, and may not transact business with any public entity. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and intends to post the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity at 850/487-0915. NOTE: ANY AND ALL SPECIAL CONDITIONS AND SPECIFICATIONS ATTACHED HERETO WHICH VARY FROM THESE GENERAL CONDITIONS SHALL HAVE PRECEDENCE. FWC FORM RFSOQ-A (Rev. 9/01) Page 9 of 24

INSTRUCTIONS: ATTACHMENT-B FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION PROFESSIONAL QUALIFICATIONS SUPPLEMENT (PQS) Type accurately; instruction numbers correspond to the numbers on the form; additional pages corresponding to any of the numbered items may be attached. For the APPLICANT ONLY: attach a copy of the current Florida Department of Professional Regulation License(s) with the appropriate Board(s) for each of the license numbers listed in Number 3. 1. Complete the project number and name as it appears in the Public Announcement for Professional Services advertised in the Florida Administrative Weekly. 2. Provide the complete Firm Name of the applicant as it appears on the Corporate Seal (if your firm is incorporated), the address and the telephone number of the office where the work is to be done. 3. For the APPLICANT and the PROPOSED CONSULTANTS, place an X by the service(s) to be provided on the project. Enter the firm s appropriate Department of Professional Regulation license number*. If the firm is a corporation, enter the Florida Corporate Charter Number as issued by the Division of Corporations, Department of State. * Use the license number in accordance with the name of the firm as presented on the firm s letterhead. Use individual license numbers only when applicable. 4. List, for the APPLICANT firm only, each project currently under contract including contracts as a consultant to another firm. For projects on hold for twelve (12) months or longer, enter the amount of fees remaining (unearned) in the Fees on Hold column. Attach a letter from the owner stating how long the project has been on hold and how much longer it is expected to remain on hold. For all of the other projects, enter the fees (unearned) in the Fees Remaining column. Fees for additional services are to be included. Do not include fees to consultants. Projects shown as On Hold, but for which a letter from the owner is not submitted, will be added to the Fees Remaining column. Divide the sum of these fees by the number of licensed personnel, graduate design professionals, lead draftsmen, specification writers and designers. Exclude portions of fees paid to consultants. Also, exclude draftsmen and CADD operators from the number of technical staff. 5. 5a) For the APPLICANT: list all contracts with the Florida Fish and Wildlife Conservation Commission for ALL offices. Indicate total fees on contract(s) executed for the periods noted. 5b) Indicate number of Florida licensed personnel and fee per person (licensed personnel). Page 10 of 24

6. For the APPLICANT and PROPOSED CONSULTANTS, indicate with an X if applicant is certified with the Department of Labor and Employment Security, Minority Business Advocacy and Assistance Office (MBAAO), and include a copy of the firms minority certificate. 7. List projects comparable to this specific project and related experience accomplished by the applicant. Indicate name of project, completion date, its location, construction cost and phase of project at this time, if applicable. 8. Designate the proposed project team key personnel for the applicant and consultants. For each individual listed, show their discipline(s) of licensure/training and their residence. 9. Sign and date the form; type the name and title of the individual signing. 1. PROJECT NUMBER PROJECT NAME 2. FIRM NAME (as shown on corporate seal) ADDRESS OF PROPOSED OFFICE IN CHARGE PHONE NO. FAX NO: Page 11 of 24

3. INDICATE SERVICES TO BE PROVIDED ON THE PROJECT: APPLICANT PROPOSED CONSULTANTS Service(s) Offered FL State License No. Corporate Charter No. Name of Consultant FL State License No. Corporate Charter No. Architectural Landscape Architecture Civil Engineering Electrical Engineering Mechanical Engineering Structural Engineering Land Surveying Other 4. WORKLOAD FOR APPLICANT FIRM ONLY: Define each project the APPLICANT is handling as of the deadline for the submittal on this project (exclude portions of fees paid to Consultants). Specify number of all principals and technical staff in the firm (excluding staff drafting/cadd operators personnel and Consultants). Page 12 of 24

FEES FOR CURRENT PROJECTS Projects Fees on Hold Fees Remaining TOTALS $ $ Total Persons (Principals & Technical Staff): Total divided by Total Persons = $ 5a Fees of Applicant (excluding portions of fees paid to Consultants) under contract(s) with the Florida Fish and Wildlife Conservation Commission listed according to date of agreements for the periods noted as of July 1 of the current year. Period Total Fee Factor Portion of Fee Considered (1) From July 1 to current date $ x 1.0 $ Page 13 of 24

(2) First year past (July 1 - June 30) date $ x 0.8 $ (3) Second year past (July 1 - June 30) date $ x 0.6 $ (4) Third year past (July 1 - June 30) date $ x 0.4 $ (5) Fourth year past (July 1 - June 30) date $ x 0.2 $ Total Fee Considered: $ 5b. Number of Florida licensed personnel Fee Per Person: $ 6. Indicate any minority participation and include copies of certificates: APPLICANT: Is applicant a minority firm? yes no PROPOSED CERTIFIED MINORITY CONSULTANTS: Services Offered Name Page 14 of 24

7. SPECIFIC RELATED EXPERIENCE (projects of comparable type, size and complexity): PROJECT COMPLETION DATE LOCATION CONSTRUCTION COST PHASE Page 15 of 24

8. KEY PERSONNEL OF PROPOSED TEAM TO BE USED ON THE PROJECT: APPLICANT.S Principal(s)-in-charge Professional/Technical Staff CONSULTANT(S) or in-house staff Principal(s)-in-charge Professional/Technical Staff 9. Signature Type Name and Title of Signer Date Page 16 of 24

ATTACHMENT C FWC 14/15-92 Scope of Work Environmental Sensitivity Index (ESI) Maps for Florida The Florida Fish and Wildlife Conservation Commission is seeking Statements of Qualifications for Environmental Sensitivity Index (ESI) mapping for the state of Florida. This is a multi-year contract and several vendors may be deemed qualified. Assignments will be by task and subject to budgetary constraints. The Contractor/s must demonstrate previous or current experience with ESI mapping, and delivery and acceptance of ESI products by NOAA s Office of Response and Restoration. NOAA s Office of Response and Restoration (OR&R) is responsible for the development of Environmental Sensitivity Index (ESI) maps and data. These data provide a concise summary of coastal resources that are at risk if an oil spill occurs nearby. The mapping requirements are clearly spelled out on NOAA s ESI website and copied here. FWC is following the NOAA mapping protocols for this project. The NOAA contact for ESI mapping is Jill Peterson, NOAA-Hazmat (ORR), 7600 Sand Point Way NE, Seattle, WA 98115. She can answer technical mapping questions in addition to FWC. The project requirements and specifications have been outlined in the following Overview and Tasks. 1. Overview The contractor/s will be responsible for one or more of the following components of ESI mapping (Shoreline or Biological and Human Use Classification) depending upon the area of Florida and the funding available. The ESI classification scheme is a national standard that has evolved over the past 30 years and has been used to map the entire U.S. coastline, including the U.S. territories. It is documented in NOAA Technical Memorandum NOS OR&R 11, Environmental Sensitivity Index Guidelines, version 3.0. All work done under this contract shall adhere to these standards. The document can be viewed in its entirety and downloaded at: http://response.restoration.noaa.gov/esi_guidelines There are four basemap components: a hydro layer, which is a polygonal representation of the land/water interface at Mean High water; a hydro line layer, where features such as rivers, piers and breakwaters narrower than 10 meters may be presented as a single line; an ESI polygon layer which delineates and classifies the intertidal areas and wetlands as polygons; and an ESI line layer. The ESI line layer uses the same line as the hydro layer, segmented to show where changes in shoreline type occur. Each segment is classified, based on its Page 17 of 24

sensitivity to oiling. A standardized scale ranging from 1 to 10 (with modifiers for most numeric values, e.g. 1A, 6A, 10B, etc., resulting in a total of 27 possible shoreline types) is used. Values of 1 represent the least sensitive shoreline types, values of 10 the most sensitive. The second component of ESI mapping includes updating digital information representing the biological and human use of the specific project area. The ESI data will feature vulnerable species represented by polygons, lines or points, as appropriate. These features will be attributed with monthly seasonality, Threatened/Endangered status, concentration, life stage seasonality and the sources of the geographic and seasonality information. Biological habitats will also be included. A list of species that have been mapped in the past can be found at: http://response.restoration.noaa.gov/maps-and-spatial-data/esi-species-list.html This master species list should be used when assigning species numbers during the mapping process but is for reference only; the ESI is not intended to be an inventory of species present, but a product that focuses on rare, threatened and endangered and oil vulnerable species, or species that occur in high numbers or exhibit critical life stages in the area, or for some other reason are deemed to be important to include. Human-use and management data will be mapped as polygons (management layer), points, or lines (socecon layer). Mapped resources are those that are particularly vulnerable to oiling or resources that may be useful in the event of a response. Biological and human use data will be collected by researching and identifying the authoritative expert(s) for individual species or groups of species. Correspondence with these experts will result in transfer of their information and knowledge to an ESI appropriate representation. The data will be reviewed by the data providers and other local experts before the final digital map data is produced. The Environmental Sensitivity Index Guidelines, Version 3.0 (Petersen et al. 2002) defines the minimal information required, as well as the structure of the final data tables and layers. The data delivered shall include the spatial extent and life stages/activities for the following elements: Fishes Invertebrates (polygon and point as appropriate) Birds (nests-point, polygon) Reptiles and Amphibians Marine Mammals Terrestrial Mammals Biological habitats Benthic habitats Socio-economic features (line, point) The mapped biology and human use data should be presented as an integrated, logical product incorporating the data from the various sources as well as the ESI hydro and ESI classified shorelines. Page 18 of 24

2. Tasks associated with Shoreline or Biological and Human Use Classification Chapters 1 to 3, and the ESI Data Layer section of chapter 5 are particularly relevant, providing descriptions of shoreline types, classification methodology and data table structures. FWC shall provide an example of the schema to be used as it varies slightly from the NOAA standard. http://response.restoration.noaa.gov/esi_guidelines Shoreline Classification a) The contractor will first identify/create a base shoreline. This will be the line used to comprise the hydro and ESI line layers. Scale (no smaller than 1:24,000), and currency should be prime considerations. FWC has detailed shorelines developed from statewide landuse mapping that can be used as a starting point. Shoreline choice will be approved by FWC. Depending on the currency of the shoreline, some areas may need to be updated based on current imagery and overflight information. It may be necessary to use shoreline data from multiple sources in order to cover the entire region; in this case, data from the various sources shall be integrated to present as a seamless shoreline. The base shoreline will include the shorelines of all navigable rivers within the project area. The final shoreline should be continuous and closed to enable the hydro layer to be filled when presented in a GIS system. b) The contractor will next segment and classify the shoreline based on the ESI classification scheme presented in the ESI guidelines cited above. These data will comprise the ESI line data layer. Any previously published Environmental Sensitivity Index data may be of some use as a starting point for the segmentation and classification of the ESI line layer to be delivered for this project. These data can be provided to the contractor if requested. c) The contractor will use existing imagery and photography, contractor conducted aerial surveys, and/or ground observations to identify the location of shoreline type transitions (segmentation) and evaluate the shoreline type(s) present. Where current photography of sufficient quality and required tidal stage (Mean Low to Mean Lower Low Water) is not available, aerial surveys may be conducted at Mean Low or Mean Lower Low Water in order to observe shoreline types in the intertidal region. All shoreline types present between the Mean High Water shoreline and the Mean Low Water extent shall be included in the classification of that shoreline segment. An ESI segment may contain up to three shoreline types. For example a rocky shoreline fronted on the seaward side by a gravel beach fronted on the seaward side by a tidal flat, would be classified as 1A/6A/9A. ESI codes (in the data fields) should be listed landward to seaward from left to right and it should be noted that arc direction is critical to the proper cartographic representation of these features. Page 19 of 24

When required, the area should be flown at an altitude between 300 and 600 feet, and at speeds of 80 to 90 knots. Oblique digital photography, with a ground sample distance no greater than.5 meter, should be collected during overflights for use in classification and verification. All photos acquired as part of this project will be the property of FWC. d) The contractor will then delineate and classify tidal flats (exposed, sheltered) and wetlands. These data will reside in the ESI polygon layer. Wetland data typically comes from sources such as the National Wetland Inventory (NWI), states or other federal agencies. The contractor should modify available wetland data based on fieldwork or current imagery/photography to delete wetlands that no longer exist, or record areas of wetlands that have been modified by coastal engineering or other forces. In areas where digital wetland data doesn t exist, the contractor will identify and record wetland locations through fieldwork or current imagery/photography. Wetland data are classified using ESI types 10A-10E; tidal flats are classified using ESI type 7 and 9 A-C. A crosswalk between the NWI values and the ESI classification is provided in the ESI guidelines. Boundaries of tidal flats and wetlands should be incorporated into the shoreline type of the ESI segment they abut. For instance, an ESI line segment could be classified as 3A/10B to incorporate freshwater marshes that are to the seaward side of a fine to medium grained sand beach. If a patch of wetland or tidal flat is narrower than 10 meters, it does not need to be mapped as a polygon, but can simply be included in the ESI line classification. If it is wider than 10 meters, this area would have the 3A/10B classification in the ESI line data layer, and a polygon with the attribute of 10B, delineating the area, in the ESI polygon data layer. e) The contractor will prepare metadata documentation that adheres to Federal Geographic Data Committee (FGDC) Content Standard for Digital Geospatial Metadata (CSDGM) guidelines. FWC will provide an example metadata document for guidance. 3) Tasks associated with biological and human use classification (Reference Chapter 4 of the NOAA Guidelines: COMPILING BIOLOGY AND HUMAN-USE RESOURCE INFORMATION) http://response.restoration.noaa.gov/esi_guidelines f) The contractor will determine the needs, priorities, technical specifications, geographic scope and scale for biological resource information as applied to ESI maps for Response and Restoration in the region. This task will be defined geographically to include all state waters and coastlines. FWC will determine appropriate expert resources for the contractor. g) The contractor will identify the authoritative source(s) for each species, element, or sub-element. The organization of sub-elements is specified in the ESI guidelines and precedent ESI regional data sets. Sources documented in the previously prepared ESI for the region may, again, serve as a starting point for identifying relevant sources, data sets, agencies and individual experts to contact. Page 20 of 24

These sources should provide information regarding the spatial distribution and seasonality of each species of interest. Ideally the data should be provided by the originator; if the originator is unable to work with the contractor directly, a secondary data provider/repository may be the only option. Input may be in the form of existing hard copy or digital products, or may be provided as expert commentary. Any digitization or derivation required is to be done by the contractor. h) The contractor will gather and compile data into draft versions. Data may be mapped as polygons, lines and/or points, as appropriate for the data content. Data from the various sources shall be compiled into layers and data tables reflecting the elements listed above (birds, fish, etc.) The organization of the biological data will be by element = birds, nests (point data), fish, habitats, invertebrates, reptiles, terrestrial mammals, marine mammals. If some of these features are more appropriately mapped as lines or points, a 2 nd layer of the same element may be necessary. For example, diadromous fish may be best represented as a line, reptile nests as a point, etc. The human use features will be mapped in a management layer (polygonal features) and socecon layer which will include features mapped as points or lines. Typical socecon features are documented in the ESI Guidelines; additionally the data features discussed in the overview should be considered. i) The contractor will conduct this task with a separate, related shoreline task. The shoreline developed will be segmented and classified using the ESI types defined in the ESI Guidelines. The deliverable for this product will be a hydro layer represented as polygons (land/water interface), ESI lines, and ESI polygons. The ESI polygons typically represent ESI types 7 (exposed tidal flats), 9 (sheltered tidal flats), and 10 (vegetated emergent wetlands). These are in addition to the resources mapped in the more detailed biology layer, "habitats. As part of this contract, the shoreline layers will be integrated with the biology and human-use resources to create the final ESI data product. j) The contractor will present draft data products to the data providers and experts for peer-review in on-site meetings. (It may be possible to do some of the review by sharing documents via email or other venues as the data layers are developed) The contractor will confirm that the data accurately reflect the information provided by expert input and other sources, that the data are integrated properly with data for other species and habitats, or revise as needed on a species-byspecies basis. k) The contractor will revise data products based on peer-review, and prepare data layers and tables in the format provided in the ESI guidelines. l) The contractor will prepare FGDC-compliant metadata and include metadata record along with all other final data products. The contractor will prepare a word document that contains narrative information about data sources, species mapped, and any local anecdotal information. Page 21 of 24

3. Data Specifications Data table fields and structure must follow the specifications found in the Environmental Sensitivity Index Guidelines, version 3.0 (Petersen et al. 2002). http://response.restoration.noaa.gov/esi_guidelines This document should be used as a reference for all aspects of the project. Any additional fields and/or changes to the format need to be pre-approved by NOAA/ORR. The data layers should complement each other, in that adjacent polygons should share common boundaries (i.e. no slivers) and any polygons that abut the land will utilize the digitized delineation of the (previously identified) shoreline. Small, nonsense polygons that result from any modeling or derivation shall be removed. An example is very tiny polygons resulting from use of bathymetric contouring to delineate polygon boundaries. Data shall be grouped by assemblages (RAR resource at risk groupings) of like species, seasonalities, and data sources. The RAR numbers that reflect these groupings will be generated by the contractor; NOAA/ORR will help give direction if needed. All data should be collected and mapped at a scale no smaller than 1:24,000. The minimal discernible mark (MDM) for the ESI line layer, shall be no greater than 10 meters, though shoreline segments and rivers less than 10 meters wide may be mapped. Attribution and field descriptions for each of the three components are provided in the ESI guidelines. 4. Mapping extent A shapefile will be provided by FWC for the specific study area and each task assigned and include all coastal areas and islands that fall within these boundaries. Inland extent should include bays and navigable rivers, as far as is depicted in the shapefile. 5. Deliverables This section contains the complete list of deliverables associated with the 2 separate components of this project. a) Monthly Reports due on the 7 th of each month. b) The four ESI basemap data layers (ESI lines, ESI polygons, hydro polygons and hydro lines) shall be delivered in an ArcGIS geodatabase format, all deliverables should be in geographic coordinates and use NAD 83 for the horizontal datum. Additionally the SOURCES table must be included to identify source data or processes for each shoreline segment per delivered data layer. c) Metadata as described in Task 2 of this document. Documentation of the data sources, both in the metadata and within the digital data sources table, is a critical element of this project. d) Any photos acquired during field surveys. Page 22 of 24

General Format Instructions ATTACHMENT D Environmental Sensitivity Index (ESI) Maps for a Portion of the West Coast of Florida Introduction The content of this section shall be at the discretion of the respondent. Not to exceed 2 pages. Company Background This section shall provide information on the historical background of the respondent, of the respondent s sub-contractors, and on the respondent s organizational structure. This shall include years in existence and years involved with natural resource mapping, specifically Environmental Sensitivity Index (ESI) Mapping as relevant to the services described in this solicitation. Not to exceed 2 pages per firm. Qualifications and Methodology Must be certified by Florida as per Chapter 472, F.S. for Surveying and Mapping. The respondent must demonstrate knowledge and Environmental Sensitivity Index (ESI) Mapping and GIS. This section shall include also include a summary of the respondent s hardware and software (including versions) as well as methods to be employed for use under the contract resulting from this solicitation. As QA/QC is an important aspect of this project and knowledge of analog and digital methods is desired, the respondent s current practices in these areas shall also be addressed in this section. Not to exceed 10 pages. Project Management FWC expects personnel to be available for work on this project without interference from ongoing contractual obligations which the respondent may have. The respondent shall provide FWC with a listing of current and 6 month projected workload. The FWC technical contact for this project is Kathleen O Keife at the Fish & Wildlife Research Institute, 100 Eighth Ave SE, St Petersburg, FL 33701. Phone: (727) 896-8626 Project Personnel Only key personnel who will be directly responsible for technical aspects of the projects shall be identified. The qualifications and experience of the personnel must be documented. Respondents should include the office locations of the personnel proposed for assignment. Page limit n/a Past Performance The respondent shall list a minimum of five (5) separate and verifiable former Environmental Sensitivity Index (ESI) mapping projects. These projects must have been completed within the past five (5) years by the proposed Project Personnel. Each project should include funding agency contact information for verification purposes. Page limit N/A Other Considerations Page 23 of 24

The respondent may list other capabilities that may influence the selection. These may include the use of new technologies or methodologies. Not to exceed 2 pages Small and Minority Business Utilization Respondents submitting a response under this solicitation which meet the definition of a State of Florida Minority Business Enterprise, and are certified by the State of Florida Office of Supplier Diversity, should submit a copy of their certification with SOQ. Payment Information Respondent must be able to accept State Purchasing Cards. One invoice may be submitted at the completion of the project. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Page 24 of 24