LIVINGSTON PARISH COUNCIL. Request for Qualifications for. Professional Services for the Livingston Parish Road Overlay Project

Similar documents
RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

Respondent: Date: I acknowledge receipt and consideration of the following addenda to the submittal documents: Addenda Numbers:

MARCH 27, 2019 INVITATION FOR BIDS

COVER PAGE. Bid Proposal # Ready Mix Concrete

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana

Diesel Engine Replacement for. Gillig Low Floor Buses

Request for Qualifications. General Counsel Legal Services for Clackamas River Water. October 2016

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

COUNTY OF LOUISA, VIRGINIA

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

PUBLIC BID LAW. Erin Day Assistant Attorney General Louisiana Department of Justice

PUBLIC PROCUREMENT AND CONCESSIONS REGULATIONS

Invitation to Bid (ITB) For Lawn Care Services ITB No: DMS 14/ The State of Florida Department of Management Services

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

Capital Area Council of Governments REQUEST FOR PROPOSALS For Capital Area Emergency Communications District (CAECD)

Request for Qualifications RFQ #

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES

REQUEST FOR QUALIFICATIONS FOR ALTERNATE MUNICIPAL JUDGE. Submission Deadline: August 7, 2017

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES GENERALLY; EXCEPTIONS

I-64 HAMPTON ROADS BRIDGE-TUNNEL EXPANSION PROJECT

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

Summary. Project Objectives. Background

ST. TAMMANY PARISH COUNCIL ORDINANCE ON THE 1 DAY OF SEPTEMBER, 2011 ***PLEASE SEE ATTACHED FOR COMPLETE DOCUMENT***

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES RFQ NO. NBV

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

NAVAJO NATION DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS

The lowest or any Tender will not necessarily be accepted, and the Township reserves the right to award any portion of this Tender.

REQUEST FOR PROPOSAL: No. RFP/SWEST/2017/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF. [Documentary movie production]

Request for Proposal. For. Redistricting Consultant

ASSOCIATION EXECUTIVE SECRETARY Request for Proposal. Municipal Treasurers Association of Wisconsin (MTAW)

Template for Request for Expressions of Interest (REOI)

TURKS AND CAICOS ISLANDS GOVERNMENT MINISTRY OF TOURISM, ENVIRONMENT, HERITAGE AND CULTURE DEPARTMENT OF ENVIRONMENT AND COASTAL RESOURCES (DECR)

INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO: DMS-14/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

ADDENDUM ACKNOWLEDGEMENT FORM DC ITB A D D E N D U M # 1

KENTUCKY EDUCATIONAL DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS. for. Guaranteed Energy Savings Contracts. Addendum #1

Request for Proposals (RFP) Inspection and Engineering Services for Iowa City Water Division Collector Well Maintenance Project February 14, 2018

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTES (RFQ) PURCHASE AND SALE OF ONE (1) FORKLIFT AUGUST 28, 2008

REQUEST FOR PROPOSALS PUBLIC RELATIONS/COMMUNICATIONS SERVICES MAY 2018 FACILITIES BOND

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL FOR FEDERAL & STATE LEGISLATIVE LOBBYIST SERVICES RFP #

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES

Masconomet Regional School District Audit Services Request for Quote

THE BOROUGH OF EAST RUTHERFORD REQUEST FOR QUALIFICATIONS

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SUNCOAST REGION

March 9, 2018 REQUEST FOR PROPOSALS TO TRANSPORT AND RECYCLE ELECTRONIC WASTE FOR THE SONOMA COUNTY WASTE MANAGEMENT AGENCY

Location & Subject Matter Substance of Change Proposed Changes

THE AGREEMENT between The REGENTS of NEW MEXICO STATE UNIVERSITY and the ARCHITECT

CITY OF PEACHTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1

City of Springville Public Defender Request for Proposal

REQUEST FOR PROPOSAL Enterprise Asset Management System

INSTRUCTIONS TO BIDDERS Medical Center

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

Request for Proposal. RFP # Non-Profit, Sports Photography

D R A F T - 10/08/09

REQUEST FOR QUALIFICATIONS ( RFQ ) PRE-QUALIFICATION FOR MUNICIPAL MARKETING BROKER SERVICES

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

REQUEST FOR BID # TIRE DISPOSAL SERVICES

City of Tacoma Protest Policy. Excerpt from Purchasing Policy Manual

Legal Services for Representation to Indigent Parents RFP Laramie County

CONSTRUCTION INDUSTRY DEVELOPMENT BOARD

12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM

AGREEMENT. by and between the CITY OF LOS ANGELES. and ERNST & YOUNG INFRASTRUCTURE ADVISORS, LLC. for the DOWNTOWN LA STREETCAR PROJECT

Amendment to Polk County Purchasing Procedures Manual

ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS

RFx Process Terms and Conditions (Conditions of Tendering)

GUIDELINES FOR RECRUITMENT AND SELECTION OF MINORITY BUSINESSES FOR PARTICIPATION IN STATE CONSTRUCTION CONTRACTS

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

1911/1936 & Turner Creek Districts Sanitary Sewer I&I Abatement Project Phase 2

REQUEST FOR QUOTES FOR MAINTENANCE SPARE PARTS FOR THE CITY OF COMMERCE

Office of Business and Financial Services Procurement and Contracts Division Section

The Brooks Act: Federal Government Selection of Architects and Engineers

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

CODE ENFORCEMENT MAGISTRATE RFP

INFORMATION FOR BIDDERS

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

City of Springville Public Defender Request for Proposal

REQUEST FOR LETTERS OF INTEREST

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

EXHIBIT 3 - FORMS REQUIRED FOR SUBMISSION WITH PROPOSAL ATTACHMENT A BUSINESS OVERVIEW AND QUESTIONNAIRE FORM TABLE 1 GENERAL INFORMATION

DOCUMENT INSTRUCTIONS TO BIDDERS

Transcription:

LIVINGSTON PARISH COUNCIL Request for Qualifications for Professional Services for the 2013 Livingston Parish Road Overlay Project August 22, 2013

Table of Contents I. Introduction... 1 II. Submission Instructions... 1 III. SOQ Inquiries... 2 IV. Addendum to the SOQ... 3 V. Rights Reserved... 3 VI. Compensation... 3 VII. Scope of Services... 3 A. Program Completion Phase... 3 B. Schematic / Design Phase... 4 C. Construction Documents Phase... 4 D. Bidding and Contract Phase... 4 E. Construction Administration Phase... 5 F. Construction Close-Out Phase... 5 VIII. Evaluation and Selection... 5 IX. General Qualifications... 6 X. Exhibit A... 7 i

I. Introduction The Livingston Parish Council is hereby soliciting the submittal of Statements of Qualifications (SOQ) from firms interested in and qualified to provide Professional Engineering Services for the Livingston Parish 2013 Road Overlay Project. These services will be provided in accordance with Program requirements and guidelines established by the Livingston Parish Council. This project will be completed in accordance to the Livingston Parish Capital Improvements Procedures Manual for Design and Construction, 2013 Edition, as adopted by the Livingston Parish Council on June 27, 2013 as Ordinance 13-25. II. Submission Instructions Firms who are interested in providing services requested under this SOQ must submit eight (8) hard copies, on 8 ½ x 11 inch paper, of their submittal and an electronic version, such as in PDF format, on compact disc or portable drive. This submittal shall be received by: Livingston Parish Council, 20355 Government Boulevard, Livingston, LA 70754, no later than 4:00 p.m., Wednesday, MONTH, DAY, YEAR. No submittals will be accepted after this deadline. Each SOQ must be delivered at the proposer s expense. FAX or email submissions are not acceptable. Interested firms mailing their proposals should allow sufficient mail delivery time to ensure receipt of their SOQ by the time specified. It is solely the responsibility of each respondent to ensure that their SOQ is delivered at the specified place and prior to the deadline for submission. Submittal packages received after the deadline will not be considered. The Livingston Parish Council reserves the right to reject any and all submissions. SOQ s should list the qualifications and reasons the engineering firm is qualified to perform work on the Livingston Parish 2013 Road Overlay Project. All SOQ s shall have a single prime consultant shall be responsible for all deliverables specified in the SOQ and Scope of Work. If the respondent intends to subcontract for portions of the work, the respondent should identify any sub-consultant relationships and include specific designations of the tasks to be performed by the sub-consultant. Information required of the respondent under terms of this SOQ is also required for each sub-consultant. 1

Unless provided for in a contract with the Parish, the prime consultant shall not contract with any other party for any services herein contracted without the express written approval of the Livingston Parish Council. The respondent is not required to list sub-consultants that will be used for supplementary services as outlined in the Livingston Parish Capital Improvements Procedures Manual for Design and Construction, 2013 Edition, as adopted by the Livingston Parish Council on June 27, 2013, as Ordinance 13-25. These services shall be by majority vote and written authorization approved by the Livingston Parish Council prior to proceeding with said services. All SOQ submittals shall contain a sworn affidavit in accordance with provisions of Louisiana Revised Statue 38:2212.10 III. SOQ Inquiries Written questions regarding the SOQ requirements or scope of services must be submitted to the SOQ coordinator as listed below: Lisa Frederick Livingston Parish Council Clerk 20355 Government Boulevard Livingston, LA 70754 Email: lfrederick@lpcgov.com The Livingston Parish Council will consider written inquiries and requests for clarification of the content of this SOQ received from interested firms. Written inquires shall be made no later than five (5) working days before deadline submission. Only the SOQ coordinator shall have the authority to officially respond to the written inquiries on behalf of the Parish. Any communications from any other individuals will not be binding on the Parish. The Livingston Parish Council reserves the right to change the submission deadline or revise any part(s) of the SOQ by issuing an addendum to the SOQ at any time. 2

IV. Addendum to the SOQ This SOQ shall not be modified in any way except by a written Addendum. Any such written Addendum shall be prepared by the Livingston Parish Council and shall be transmitted by mail, fax, email, or other means, to each Engineer recorded by the Parish as receiving this SOQ package. Any Engineer submitting a proposal must acknowledge the receipt of any and all written Addendums in the cover letter to the SOQ proposal. V. Rights Reserved This RFQ in no way constitutes a commitment by the Livingston Parish Council to award a contract. The Livingston Parish Council reserves the right to reject any or all applications, or portions of applications received, if the Livingston Parish Council determines that it is in the Livingston Parish Council s best interest to do so. The Livingston Parish Council further reserves the right to cancel this RFQ award in part or all of the RFQ services to one or more Applicant(s). VI. Compensation Compensation for these required services shall be in accordance with the Livingston Parish Capital Improvements Procedures Manual for Design and Construction, 2013 Edition, as adopted by the Livingston Parish Council on June 27, 2013 as Ordinance 13-25. Compensation for additional and supplementary services shall be in accordance to the Livingston Parish Capital Improvements Procedures Manual for Design and Construction, 2013 Edition, as adopted by the Livingston Parish Council on June 27, 2013, as Ordinance 13-25. VII. Scope of Services The Livingston Parish Council seeks to proceed with the Livingston Parish 2013 Road Overlay Project. This project shall proceed in accordance to the Livingston Parish Capital Improvements Procedures Manual for Design and Construction, 2013 Edition, as adopted by the Livingston Parish Council on June 27, 2013 as Ordinance 13-25. The scope of services is to include but not be limited to: A. Program Completion Phase The Livingston Parish Council shall provide the Engineer a road list and working construction budget. The Engineer will rank the roads and give an engineer s opinion of probable construction cost of each road for the Council to consider and decide which 3

roads are to be overlaid. The Livingston Parish Council, by majority vote and written authorization, will determine the final road list to be improved. NO WORK SHALL PROCEED BEYOND this phase UNTIL THE LIVINGSTON PARISH COUNCIL by majority vote and written authorization instructs the Parish President in writing to proceed with the authorized roads. B. Schematic / Design Phase 1. The Engineer shall finalize a timeline for the design process. 2. The Engineer shall proceed with such supplementary services as geotechnical investigations, topographic surveys, and other site related information necessary for the design of this project. The Livingston Parish Council, by majority vote and written authorization, will approve all fees for supplementary services, prior to proceeding with said services. 3. The Engineer shall prepare Schematic Design Documents consisting of drawings, outline specifications, geotechnical reports, and other site related information. 4. The Engineer shall notify the Livingston Parish Council in writing if the engineer s opinion of probable construction cost shall differ from the Program Completion Phase due to analyzing additional information obtained during the Schematic / Design Phase. C. Construction Documents Phase 1. The Engineer shall complete all working drawings, dimensioned plans, sections, and other civil plans. 2. The Engineer shall complete the technical specifications. 3. The Engineer shall complete the bidding and construction contract forms. 4. The Engineer shall update the Livingston Parish Council of any changes. D. Bidding and Contract Phase 1. Once the Construction Documents Phase is completed, the Livingston Parish Council, by majority vote and written authorization, shall authorize the Parish to advertise the Project for bids. 2. The Engineer shall assist the Parish in obtaining bids. 3. The Engineer shall furnish and distribute copies of the Construction Documents, process Requests for Information, and prepare and issue all addenda. 4. The Engineer shall arrange, prepare, and conduct a pre-bid conference. 4

5. The Engineer shall analyze the bids and make a written recommendation to the Livingston Parish Council. E. Construction Administration Phase 1. The Engineer shall provide administration of the construction contract. 2. The Engineer shall provide written monthly updates to the Livingston Parish Council and be available to attend the public meetings. 3. The Engineer shall visit the Project as often as necessary to become generally familiar with the progress and quality of the work in order to proceed in accordance with the contract documents. 4. The Engineer shall process the contractor s application and issue certificates of payment accordingly. 5. The Engineer shall proceed with such supplementary services such as resident inspections and QA/QC services provided by a testing laboratory. The Livingston Parish Council, by majority vote and written authorization, will approve all fees for supplementary services, prior to proceeding with said services. F. Construction Close-Out Phase After acceptance of the Project by the Livingston Parish Council, the Engineer shall prepare a Final Report and two sets of Record Drawings. VIII. Evaluation and Selection A. The evaluation of the SOQ s will be accomplished by the Livingston Parish Council Bids and Procurement Committee (The Committee) which will determine the response most advantageous to the Parish, taking into consideration all evaluation factors set forth in this SOQ. The Committee may ask others for input in the evaluation process. The Committee will make a recommendation to the entire Livingston Parish Council that, by majority vote, determines the successful interested firm. B. The Livingston Parish Council will notify the successful firm and authorize the Livingston Parish President to proceed in finalizing a contract with said firm. Unsuccessful firms will be notified in writing accordingly. 5

IX. General Qualifications A. Each interested firm shall have a Licensed Louisiana Professional Engineer (PE) on staff. B. Each interested firm shall be in good standing with the State and hold all applicable licenses. C. Each interested firm shall be in good standing with the Parish. To this end a Good Standing score will be determined. This is considered separate from the technical, cost and any other requirement for said desired business. 1. A possible maximum score of twenty (20) points out of a one hundred (100) point system may be awarded. If the accumulated total is greater than twenty (20), still the maximum score that can be reached is twenty (20). 2. A combined score of 17 or higher must be scored to be considered in Good Standing. Failure to score a 17 or higher will DISQUALIFY the applicant from further consideration! 3. Good Standing Scoring Criteria Outlined in Section I of the Statement of Qualification Score Card. 6

Exhibit A Livingston Parish Council Bids and Procurement Committee Score Card Meeting Date Section I Good Standing Criteria (Maximum 20 total points awarded) Scoring Score What is the Total Years of related experience for the Prime Consultant and/or Principal Engineer of the firm? Max score attainable is 5. 0 yr expertise, score 0 1 yr expertise, score +1 2 yrs expertise, score +2 3 yrs expertise, score +3 4 yrs expertise, score +4 5 yrs expertise, score +5 Has the Prime Consultant, Sub-Consultant(s), representatives of the companies, or agents, or other associated entities been involved in a lawsuit with Livingston Parish in the last three (3) years relating to payment and/or performance issues? If yes, score -2 If no, score +2 Has the Prime Consultant and/or Sub-Consultant previously been charged as the Engineer of Record for work previously performed for Livingston Parish? If yes: Was the work or service finished according to the proposed projected time schedule (deadline)? Was the work or service completed within 5% of the initial proposed estimated budget? Does Livingston Parish have any final judgments against the Prime Consultant, Sub-Consultant(s), representatives of the companies, or agents, or other associated entities in the last three (3) years? Does Livingston Parish have any active legal proceedings against the Prime Consultant, Sub-Consultant(s), representatives of the companies, or agents, or other associated entities? Has Prime Consultant, Sub-Consultant(s), representatives of the companies, or agents, or other associated entities have or had any court proceedings against Livingston Parish in the last three (3) years? Does the Prime Consultant, Sub-Consultant(s), representatives of the companies, or agents, or other associated entities have any positive recommendations from other public bodies for similar previous work? What is the Percentage of employees of the Prime Consultant that live in Livingston Parish Total Score awarded (A combined score of 17 or higher must be scored to be considered in Good Standing. Maximum score that can be applied is 20.) If No, then score +4 If yes: If yes, then score +3 If no, then score -3 If yes, then score +3 If no, then score -3 If yes, then score -5. If no, then score +3. If yes, then score -4. If no, then score +2. If yes, then score -4. If no, then score +2. If yes, then score +2 If no, then score 0 If greater than 49% then score +3 If 1% to 49% then score +1 If no employees live in Livingston then score 0 Insert score into Section II Good Standing Score if earned more than 17 pts. Must have a score of 17 or higher to be considered further for the project. 7

Exhibit A Livingston Parish Council Bids and Procurement Committee Score Card (Cont.) Section II Scorecard Factors (Maximum 100 total points awarded) Possible Score Score from Section I Good Standing Criteria 17-20 Prime Consultant / Sub-Consultant Professional Experience 1) Two (2) Registered Engineers with 5 or more employees (15 Points) 2) Two (2) Registered Engineers with 3 or more employees (10 Points) 3) Two (2) Registered Engineers with 1 employee ( 5 Points) Prime Consultant and/or Principal Engineer Professional Expertise (Combined Years) 1) Over 15 years related experience (15 Points) 2) Over 10 years related experience (10 Points) 3) Less than 5 years related experience ( 5 Points) Prime Consultant / Sub-Consultant Professional References 1) Five or more references (10 Points) 2) Less than 5 references ( 5 Points) 3) Less than 2 references ( 0 Points) Firm Location (Where Work is to be Performed) Qualified firms that maintain an office within Livingston Parish and staffed with an adequate number of qualified employees to do the required work, shall be given priority consideration. Local Project Experience Consideration must be given to Prime Consultants/ Sub-Consultants that can show experience within Livingston Parish. Project Understanding SOQ should identify that the Prime Consultant has a clear understanding of project scope. 1) Excellent (15 Points) 2) Satisfactory (10 Points) 3) Poor ( 5 Points) 0-15 0-15 0-10 0-10 0-15 0-15 TOTAL 100 Submission included a sworn affidavit in accordance with provisions of Louisiana Revised Statue 38:2212.10 Submission acknowledged any addendums to the Statement of Qualifications in Cover Letter Yes Yes No No Committee Member Signature 8