Loading...
Agenda 06/10/2025 Item #16B 1 (RPS for Contract #24-8286 "Desing Services for the Immokalee Road & Livingston Road Flyover")6/10/2025 Item # 16.B.1 ID# 2025-1435 Executive Summary Recommendation to approve the selection committee’s ranking and authorize staff to begin contract negotiations with DRMP, Inc., related to Request for Professional Services (“RPS”) No. 24-8286, “Design Services for Immokalee Road and Livingston Road Flyover,” so staff can bring a proposed agreement back for the Board’s consideration at a future meeting. OBJECTIVE: To approve the selection committee’s ranking for RPS No. 24-8286 and to direct staff to negotiate an agreement to engage professional design services for the Immokalee Road and Livingston Road Flyover project. CONSIDERATIONS: Transportation Planning completed the “Immokalee Road Corridor Congestion Study” in August 2021 to identify and evaluate potential improvements to reduce congestion and delays along Immokalee Road (County Road 846) from Livingston Road to Logan Boulevard. One of the study’s recommendations is to construct a four-lane, grade-separated flyover with Livingston Road bridging over Immokalee Road. On January 13, 2025, the Procurement Services Division issued RPS No. 24-8286, “Design Services for Immokalee Road and Livingston Road Flyover.” The Procurement Division extended the submission deadline for an additional eight days to increase competition. The County received three proposals by the February 26, 2025, submission due date. All three firms were found to be responsive and responsible. A selection committee met on April 7, 2025, and after deliberation, scored the proposals and shortlisted the three firms to move to step 2. On April 21, 2025, the selection committee reconvened for step 2 presentations and ranked the firms as shown below. Firm Names Final Ranking DRMP, Inc. 1 HNTB Corporation 2 BCC Engineering, LLC 3 Staff is recommending that the Board approve the selection committee’s ranking and authorize staff to begin contract negotiations with the top-ranked firm, DRMP, Inc. DRMP has been providing professional engineering services in Florida for over 50 years and has previously satisfactorily performed services on various County projects. If staff is unable to reach a proposed agreement with DRMP, Inc., staff will continue negotiating with the remaining ranked firms consistent with Florida Statutes, § 287.055, the Consultants’ Competitive Negotiation Act, to bring a proposed agreement back for the Board’s consideration. The completed project will be consistent with the Collier County strategic plan objective to design and maintain an effective transportation system to reduce traffic congestion and improve the mobility of our residents and visitors. FISCAL IMPACT: Approval of this item does not result in a direct fiscal impact; however, the source of funding for the future contract (subject to the Board’s approval at a subsequent meeting) is a Transportation Regional Incentive Program (TRIP)/ County Incentive Grant Program (CIGP) State-Funded Grant Agreement supported by the Transportation Grants Fund (1841) and Transportation Match Fund (1842), Project 60268. GROWTH MANAGEMENT IMPACT: The completed project will be consistent with the Long-Range Transportation Plan and Objective 1 of the Transportation Element of the Collier County Growth Management Plan to maintain the major roadway system at an acceptable Level of Service. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT Page 719 of 2218 6/10/2025 Item # 16.B.1 ID# 2025-1435 RECOMMENDATIONS: To approve the selection committee’s ranking and authorize staff to begin contract negotiations with DRMP, Inc., related to RPS No. 24-8286 for “Design Services for Immokalee Road and Livingston Road Flyover,” so that a proposed agreement can be brought to the Board for consideration at a future meeting. PREPARED BY: Ray G. Girgis, PE, Project Manager III, Transportation Engineering Division ATTACHMENTS: 1. 24-8286 - Solicitation 2. 24-8286 NORA 3. 24-8286 Final Ranking 4. 24-8286 DRMP, Inc Proposal Page 720 of 2218 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS GRANT FUNDED REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR Design Services for Immokalee Road and Livingston Road Flyover RPS NO.: 24-8286 MATTHEW WEBSTER, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8491 Matthew.webster@colliercountyfl.gov (Email) This proposal solicitation document is prepared in a Microsoft Word format (rev 8/16/17). Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 721 of 2218 SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSIONAL SERVICES (RPS) NUMBER: 24-8286 PROJECT TITLE: Design Services for Immokalee Road and Livingston Road Flyover RPS OPENING DAY/DATE/TIME: February 17, 2025 at 3:00 P.M. EST PLACE OF RPS OPENING: Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/ INTRODUCTION As requested by the Transportation Engineering Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Professional Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. BACKGROUND The Collier County Transportation Planning Division had completed the Immokalee Road Corridor Congestion Study in August 2021 to identify and evaluate potential improvements to reduce congestion and delays along a segment of Immokalee Road (County Road 846) in unincorporated Collier County. This Study was located in northwestern Collier County Immokalee Road, a major east-west arterial corridor that serves both urban and coastal Collier County, as well as areas of Golden Gate Estates and Immokalee City, and is a designated Collier County Evacuation Route. One of the Study’s recommendations is to construct a four-lane, grade-separated overpass with Livingston Road bridging over Immokalee Road. The full study report is attached to this solicitation and is incorporated as part of the design considerations. Refer to the illustration below. There may be other projects under construction in the vicinity of this project while the design progresses. The CONSULTANT shall incorporate all future improvements by “others” as an existing condition unless otherwise directed by the Project Manager. TERM OF CONTRACT The County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval Page 722 of 2218 of the final payment. Prices shall remain firm for the term of the awarded contract. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK 1 PURPOSE The purpose of this exhibit is to describe the scope of work and the responsibilities of the CONSULTANT and the COUNTY in connection with the design and preparation of a complete set of construction contract documents and incidental engineering services, as necessary, for improvements to the transportation facility described herein. Major work mix includes: • 0020 New Bridge Construction • 0221 Widen & Resurface Existing Lanes • 0205 Sidewalk • 0715 Traffic Engineering Study • 0716 Traffic Signals • 0774 Signing/Pavement Markings • 0777 Lighting Major work groups include: • 2.0 Project Development and Environmental (PD&E) Studies • 3.2 Major Highway Design • 4.2 Minor Bridge Design Minor work groups include: • 4.1 Miscellaneous Structures • 6.3 ITS Analysis & Design • 7.1 Signing, Pavement Marking & Channelization • 7.2 Lighting • 7.3 Signalization • 8.1 Control Surveying • 8.2 Design, Right of Way Construction Surveying • 8.4 Right of Way Mapping • 9.1 Soil Exploration • 9.2 Geotechnical Classification Lab Testing • 9.4 Foundation Studies • 9.5 Geotechnical Specialty Lab Testing For the design phase of the project, the Florida Department of Transportation (FDOT) is partnering with the County through two (2) grant programs, a Transportation Regional Incentive Program (TRIP) and a County Incentive Grant Program (CIGP). Furthermore, at a minimum the Prime Firm must be pre-qualified through FDOT in the following work groups: • Group 3 - Highway Design – Roadway: 3.2 Minor Highway Design • Group 4 - Highway Design – Bridges: 4.12 Minor Bridge Design Known alternative construction contracting methods include: N/A The general objective is for the CONSULTANT to prepare a set of contract documents including plans, specifications, cost estimates, supporting engineering analysis, calculations, permits, and other technical documents in accordance with FDOT and COUNTY policy, procedures, and requirements. These Contract documents will be used by the contractor to build the project and test the project components. These Contract documents will be used by the COUNTY or its Construction Engineering Inspection (CEI) representatives for inspection and final acceptance of the project. The CONSULTANT shall follow a systems engineering process to ensure that all required project components are included in the development of the contract documents and the project can be built as designed and to specifications. The Scope of Services establishes which items of work in the FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance (Florida Greenbook), COUNTY Code and other pertinent manuals are specifically prescribed to accomplish the work included in this contract and indicate which items of work will be the responsibility of the CONSULTANT and/or the COUNTY. Page 723 of 2218 The CONSULTANT shall be aware that as a project is developed, certain modifications and/or improvements to the original concepts may be required. The CONSULTANT shall incorporate these refinements into the design and consider such refinements to be an anticipated and integral part of the work. This shall not be a basis for any supplemental fee request(s). The CONSULTANT shall demonstrate good project management practices while working on this project. These include communication with the COUNTY and others as necessary, management of time and resources, and documentation. The CONSULTANT shall set up and maintain throughout the design of the project a contract file in accordance with COUNTY procedures. CONSULTANTs are expected to know the laws and rules governing their profession and are expected to provide services in accordance with current regulations, codes and ordinances and recognized standards applicable to such professional services. The CONSULTANT shall provide qualified technical and professional personnel to perform to COUNTY standards and procedures, the duties and responsibilities assigned under the terms of this agreement. The CONSULTANT shall minimize to the maximum extent possible the COUNTY’s need to apply its own resources to assignments authorized by the COUNTY. The COUNTY will provide contract administration, management services, and technical reviews of all work associated with the development and preparation of contract documents, including Construction documents. The COUNTY’s technical reviews are for high-level conformance and are not meant to be comprehensive reviews. The CONSULTANT shall be fully responsible for all work performed and work products developed under this Scope of Services. The COUNTY may provide job-specific information and/or functions as outlined in this contract, if favorable. It is imperative that all signal, roadway lighting, and signing and pavement marking design be reviewed and approved by Collier COUNTY Traffic Operations at each phase of the project. The designer shall adhere to the current Collier COUNTY Traffic Operations specifications to minimize redesign. 2 PROJECT DESCRIPTION Collier County Transportation Planning Division (hereafter, “the County”) had completed the Immokalee Road Corridor Congestion Study (Study) in August 2021 to identify and evaluate potential improvements to reduce congestion and delays along a segment of Immokalee Road (County Road 846) in unincorporated Collier County. This Study was located in northwestern Collier County Immokalee Road is a major east-west arterial corridor that serves both urban and coastal Collier County, as well as areas of Golden Gate Estates and Immokalee City, and is a designated Collier County Evacuation Route. The one of the Study’s recommendations is to construct a four-lane, grade-separated overpass with Livingston Road bridging over Immokalee Road. The full study report is attached to this solicitation and is incorporated as part of the design considerations. Refer to the illustration below. There may be other projects under construction in the vicinity of this project while the design progresses. The CONSULTANT shall incorporate all future improvements by “others” as an existing condition unless otherwise directed by the Project Manager. 2.1 Project General and Roadway (Activities 3, 4, and 5) Page 724 of 2218 Public Involvement: See Public Involvement Scope, Section 3.1 Other Agency Presentations/Meetings: See Public Involvement Scope, Section 3.1 Joint Participation Agreements: The FDOT is providing funding for the design phase of this project in the form of a CIGP and TRIP in their fiscal year 2024. For the County to encumber these funds, the FDOT and the County will enter into a Joint Participation Agreement (JPA). The Consultant is expected to become familiar with this Agreement prior to the start of any design work. The Consultant shall ensure requirements of the JPA are incorporated into the project as applicable. Local Agency Program Agreement: N/A Specification Package Preparation: The most current FDOT Standard Specification for Road and Bridge Construction shall be used for this project. See Specifications Package Preparation, Section 3.3 Value Engineering: Value Engineering/Independent Peer Review services will be conducted by an independent CONSULTANT for this project. Please review Section 3.5 for details. Plan Type: Plan/Profile: The CONSULTANT shall provide all plans and details necessary for construction of the project described herein. The CONSULTANT is expected to follow all design criteria and processes provided in the latest version of the FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance (commonly known as the Florida Greenbook). Additional criteria from the Construction Standards Handbook for Work Within the Public Right-of- way Collier COUNTY, Florida, and the Collier COUNTY Urban Land Development Code (CCULDC) should also be utilized. The latest version of the FDOT Design Manual (FDM) criteria as well as the American Association of State and Highway Transportation Officials (AASHTO), Urban Bikeway Design Guide should be considered for best practice. Deviations from the criteria and processes provided in the FDM must be approved by the COUNTY in writing. Typical Section: CONSULTANT shall develop a Typical Section Package (TSP) showing the required roadway configuration based on the recommendations in the “Immokalee Road Corridor Congestion Study Report” adhering to the governing design manuals and standards. The TSP must be approved by the County before incorporating these elements into the 30% or final design. Bike lanes and keyholes shall be provided. Pavement Design: The CONSULTANT shall provide all pavement designs required for the project. The CONSULTANT shall submit a signed and sealed Pavement Design Package before the 30% plan submittal for COUNTY approval. Pavement Type Selection Report(s): N/A. Cross Slope Correction: The CONSULTANT shall evaluate any necessary modifications to cross slopes of existing pavement to be retained as part of this project. Access Management Classification: The CONSULTANT shall determine the proper access classification and standard to be applied to the project and coordinate with the COUNTY’s Project Manager for review and approval. Transit Route Features: There is a local transit system along both arterials. The Consultant shall coordinate with Public Transit Neighborhood Enhancement (PTNE) Division to determine if there are any impacts and incorporate a mitigation plan. Major Intersections/Interchanges: Immokalee Road and Livingston Road. Roadway Alternative Analysis: The CONSULTANT shall evaluate the recommended concept layouts, executive summary report, and technical report provided in all supplied Reference Exhibits and make recommendations for any necessary modifications and/or improvements to the concepts prior to proceeding with 30% plans. Level of TTCP: The CONSULTANT shall provide Temporary Traffic Control Plans sufficient to assure constructability. Appropriate maintenance of traffic during construction is critical to the public, local businesses, and emergency services. The CONSULTANT shall develop maintenance of traffic plans beginning with the 60% plans submittal. It is anticipated that the project will require Level III Plans, as defined by FDOT FDM. Temporary Lighting: The CONSULTANT is responsible for any temporary lighting designs necessary for the project. Temporary Signals: The CONSULTANT is responsible for any temporary signals designs necessary for the project. Temporary Drainage: The CONSULTANT is responsible for any temporary drainage designs necessary for the project. Design Variations/Exceptions: The CONSULTANT is responsible for preparing and obtaining Design Variations/Exceptions necessary for the project (when/if required). Page 725 of 2218 Back of Sidewalk Profiles: As required. Selective Clearing and Grubbing: N/A Landscaping: N/A 2.2 Drainage (Activities 6a and 6b) Drainage System Type: The storm water systems shall be designed to meet the permitting requirements of all applicable permitting agencies. The storm water system designs shall consider best management practices, open system, closed system, lateral ditches, exfiltration, etc., or a combination thereof, within or outside the existing right-of-way. The design/coordination of all water quality and quantity treatment requirements is part of the Scope of Services. The CONSULTANT shall develop all hydraulic requirements, designs and Construction Contract Documents for all hydraulic features, such as but not limited to all storm water conveyance, storage and treatment facilities, required for the project. The design/coordination of any off-site ponds and/or shared- use ponds is part of this Scope of Services. CONSULTANT will prepare a Stormwater Management Report prior to 60% design to present the proposed drainage design strategy to the COUNTY including the County Maintenance Department. The intent is to obtain approval and support for the drainage concept prior to detailed design of the system at 60%. All existing drainage structures and features shall be shown on the construction plans and should be inspected for scour, erosion, structural integrity and accumulation of sediments as necessary. Treatments should be coordinated with the COUNTY’s Project Manager before being added to the Construction Contract Documents. 2.3 Utilities Coordination (Activity 7) The CONSULTANT is responsible for certifying that all necessary arrangements for utility work on this project have been made and will not conflict with the physical construction schedule. The CONSULTANT should coordinate with COUNTY personnel to coordinate transmittals to Utility Companies and meet production schedules. The CONSULTANT shall ensure FDOT, and COUNTY standards, policies, procedures, practices, and design criteria are followed concerning utility coordination. The CONSULTANT may employ more than one individual or utility engineering CONSULTANT to provide utility coordination and engineering design expertise. The CONSULTANT shall identify a dedicated person responsible for managing all utility coordination activities. This person shall be contractually referred to as the Utility Coordination Manager and shall be identified in the CONSULTANT proposal. The Utility Coordination Manager shall be approved by the COUNTY’s Project Manager and is required to satisfactorily demonstrate to the COUNTY’s Project Manager that they have the following knowledge, skills, and expertise:  A minimum of 4 years of experience performing utility coordination in accordance with FDOT, Federal Highway Administration (FHWA), and American Association of State Highway and Transportation Officials (AASHTO) standards, policies, and procedures.  A thorough knowledge of the FDOT plans production process and District utility coordination process.  A thorough knowledge of FDOT agreements, standards, policies, and procedures.  The Utility Coordination Manager shall be responsible for managing all utility coordination, including the following:  Assuring that Utility Coordination and accommodation is in accordance with the FDOT, FHWA, and AASHTO standards, policies, procedures, and design criteria.  Assisting the engineer of record in identifying all existing utilities and coordinating any new installations. Assisting the Engineer of Record with resolving utility conflicts.  Scheduling and performing utility coordination meetings, keeping and distribution of minutes/action items of all utility meetings, and ensuring expedient follow-up on all unresolved issues.  Distributing all plans, conflict matrixes and changes to affected utility owners and making sure this information is properly coordinated and documented.  Identifying and coordinating the completion of any COUNTY or utility owner agreement that is required for reimbursement, or accommodation of the utility facilities associated with the project.  Review and certify to the COUNTY Project Manager that all Utility Work Schedules are correct and in accordance with the COUNTY’s standards, policies, and procedures.  Prepare, review and process all utility related reimbursable paperwork inclusive of betterment and salvage determination. The CONSULTANT’s utility coordination work shall be performed and directed by the Utility Coordination Manager that was identified and approved by COUNTY’s Project Manager. Any proposed change of the approved Utility Coordination Manager shall be subject to review and approval by COUNTY’s Project Manager prior to any change being made to this Page 726 of 2218 contract. Anticipated utilities include: • Florida Power and Light • Lee County Electric Cooperative • Hotwire Communications • Resource Conservation Systems • Qwest Communications • Comcast • CenturyLink/Lumen • Summit Broadband, Inc. • TECO Peoples Gas • Crown Castle Fiber • Collier County IT • Collier County Public Utilities (Water, Wastewater, and Irrigation Quality Water) • Collier County Traffic Operations • Collier County ITS / ATMS • Collier County Schools The CONSULTANT shall be responsible for identifying and coordinating with all Utility Agency Owners (UAO) within the project limits and obtain the final signed and sealed Utility Work Schedules (UWS) shall as part of the construction package. The CONSULTANT shall coordinate with Phase 8 of the Western Interconnect (see attached) and Existing ARVs (see below) that should be considered. 2.4 Environmental Permits and Environmental Clearances (Activity 8) The CONSULTANT shall coordinate with all appropriate regulatory agencies to obtain all necessary permits, which may include but not limited to: • Environmental Resource Permit (SFWMD) • Right-of-way Occupancy Permit (SFWMD/BCB) • National Discharge Pollutant Elimination System General Permit (FDEP) • Florida Department of Environmental Protection, Section 404 Permit • Florida Fish and Wildlife Conservation Commission (FWC) • United States Fish and Wildlife Service (USFWS) The CONSULTANT is responsible for identifying and applying for all necessary permits for the project. The CONSULTANT is responsible for all permit coordination and revisions necessary to obtain the required permits. The CONSULTANT shall obtain a COUNTY review of the plans and application before submitting to the permitting agencies and assist the COUNTY in developing the permitting strategy for the project. All application and processing fees associated with permitting activities shall be paid for by the COUNTY directly to each applicable agency. The COUNTY will direct the use of mitigation banks as required. 2.5 Structures (Activities 9 – 18) Bridge: The Consultant shall provide all necessary design services, obtain a new bridge number from the FDOT and deliver construction documents for the new bridge defined below with a new structure. The length of the new structure is dependent on-site constraints, the requirements defined herein and the requirements to be established by the permitting agencies. Bridge Number: TBD Typical Section: The suggested proposed bridge typical section shall comprise 4-12-ft lanes, 6-ft shoulders, 6-ft sidewalk on both sides with a 32” vertical face barrier with Post “C” Railing (per FDOT index 423), and a standard 1’-61/2” wide traffic railing. The superstructure shall be comprised of 6” min. deck overlay with 15” prestressed slab units. Type of Bridge Structure Work: • Bridge Type Study to verify the suggested bridge type geometry • Bridge Development Report (BDR) – N/A • Temporary Bridge - NA • Short Span Concrete- As applicable • Medium Span Concrete - As applicable Retaining Walls: The CONSULTANT shall provide all design services and deliver construction documents for any temporary and/or permanent retaining walls required for the project. Page 727 of 2218 Noise Barrier Walls: (TBD) Miscellaneous: The CONSULTANT shall provide all design services and deliver construction documents for the following miscellaneous structures if required for the project: o Proposed Mast Arms o Existing Spanwire signal system o Special Foundation for Light Poles 2.6 Signing and Pavement Markings (Activities 19 & 20) The CONSULTANT shall provide all design services and deliver construction documents for all signing and pavement markings required for the project in accordance with the MUTCD. However, The CONSULTANT shall coordinate with COUNTY’s Traffic Operations Section to maintain integrity of COUNTY’s sign asset database. The CONSULTANT shall include the following notes in the contract documents, “Contractor to follow Traffic Operations Signing and Pavement Markings special provision details which include using a 2.5” x 2.5” galvanized metal square tubular signpost.” 2.7 Signalization (Activities 21 & 22) A signal warrant study at the intersection of Immokalee Road and Livingston Road shall be completed, and this Scope of Services shall include the design of modification of a new or existing signalized intersections. The CONSULTANT shall provide all design services and deliver construction documents for all signalization required for the project. The design should reflect Collier County Traffic Operations latest Traffic Technical Special Provisions and Supplemental Terms and Conditions. Proposed Signalized Intersection: shall be the following: • Exclusive offset lefts on all approaches The CONSULTANT shall refer to the approved “Immokalee Rd Corridor Study Report” for the recommended intersection configuration. Traffic Data Collection: The CONSULTANT shall update the traffic data collected during the Immokalee Road Corridor Study if required. Traffic Studies: The CONSULTANT shall review the existing traffic data from the “Immokalee Rd Corridor Study Report” to carry out traffic analysis for this Project and determine whether additional or updated data may be needed. The CONSULTANT shall update the Corridor Congestion Study for the intersection traffic capacity and level of service in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memoranda. Count Stations: N/A. Traffic Monitoring Sites: N/A 2.8 Lighting (Activities 23 & 24): The CONSULTANT shall provide design services only for interchange lighting. Existing lighting will be replaced and updated to support the proposed improvements. The CONSULTANT shall ensure the lighting design reflects Collier County Traffic Operations latest Roadway Lighting Technical Special Provisions. 2.9 Landscape (Activities 25 & 26) – N/A 2.10 Survey (Activity 27) Design Survey: The survey limits listed are approximate, the CONSULTANT shall provide all survey services necessary for the project. It is anticipated this will include a detailed topographic and control survey for Immokalee Road to and Livingston Road including all access points in between, within Collier COUNTY existing ROW. • Immokalee Road: 1500 feet east and west of the intersection with Livingston Road. • Livingston Road: 2000 feet north and south of the intersection with Immokalee Road. The lateral extent of the survey shall extend at a minimum 200 feet north and 130 feet south of the roadway centerline of Immokalee Road; 250 feet west and 150 east of the centerline of Livingston Road. At the minor intersecting streets and/or driveways, the limits of survey shall extend approximately 50 feet beyond the existing right-of-way. At the Cocohatchee Golden Gate Canal, the survey limits shall be a minimum of 1000 feet (west and east) on each side from the centerline of the proposed bridge. Boring Layout: Boring locations will be provided for proposed strain poles or mast-arms. Subsurface Utility Exploration: Page 728 of 2218 The CONSULTANT is responsible for designating all utilities within the project limits. When applicable, Subsurface Utility Engineering (SUE) per the American Society of Civil Engineers accepted guidelines for the collection and depiction of existing subsurface utility data using Quality Level “A” at any proposed strain pole foundations in an area two (2) times the proposed drilled shaft diameter prior to the final design. Additional SUE locations to be determined at proposed drainage locations or any potential locations of conflict with underground facilities. Right of Way Survey: The CONSULTANT is responsible for all Right of Way Surveys and defining all official County maintained right of ways necessary for the project. Pond Site and Floodplain Compensation Area: - Pond Site is anticipated for this project Prepare a boundary and topographic survey for the proposed pond site and pond outfall to the Cocohatchee Canal. Spot elevations will be collected on a 100’ +/- grid and extend 100’ beyond the parcel external boundary. Prepare a topographical survey for the proposed floodplain compensation area and outfall to the proposed pond. Spot elevations will be collected on a 50’ +/- grid. Vegetation Survey: Mature trees and palms greater than 4” diameter at breast height within the construction limits shall be identified by the CONSULTANT on the design plans. Coordinate all landscaping to be removed or relocated with Landscaping Operations Manager Pam Lulich (239.252.6291 or Pamela.Lulich@colliercountyfl.gov) Bathymetric Survey: the CONSULTANT shall provide a bathymetric survey along the Cocohatchee canal. The Bathymetric survey shall be performed in conformance with South Florida Water Management District (SFWMD). 2.11 Photogrammetry (Activity 28) - N/A 2.12 Mapping (Activity 29) Project Control Sheets: The CONSULTANT shall provide a project control sheet(s) for the project limits. Right of Way Sketches: The CONSULTANT shall be responsible for all Right of Way Sketches and Technical Memorandums for right of way acquisitions, including condemnation, necessary for the project. Obtaining any Title Searches that may be required is the responsibility of the CONSULTANT. Legal Descriptions: The CONSULTANT shall be responsible for all Legal Descriptions and sketches and Technical Memorandums required for right-of-way acquisition. The sketch and description shall meet the Accuracy Standards as adopted by ALTA and ACSM and the Minimum Technical Standards of the State of Florida in effect on the date of certification. All Sketches accompanying Descriptions shall include but not limited to a graphical depiction of the location of all utility easements that encumber the described parcel. Sketches shall also include a reference to the Official Records Book and page number of each utility easement. Maintenance Map: As required. Miscellaneous Items: As required. 2.13 Terrestrial Mobile LiDAR (Activity 30) – NA. 2.14 Architecture (Activity 31) -NA. 2.15 Noise Barriers (Activity 32) – N/A 2.16 Intelligent Transportation Systems (Activities 33 & 34) - As required. 2.17 Geotechnical (Activity 35) The CONSULTANT is responsible for all Pavement Coring and Geotechnical services associated with this project. Perform subsurface investigation, prepare geotechnical report for the proposed improvements. Soil borings are anticipated for roadway widening areas, bridge foundations, miscellaneous sign structures, ponds, culvert extensions, mast arms, etc. A subsoil investigation plan shall be submitted to COUNTY for approval before the site investigation. Muck and cap rock conditions are typical to Southwest Florida. Not encountering muck and cap rock is outside the norm in Collier County. The presence of both must be identified and quantified in the soils report for the project when encountered by Geotechnical Investigation. Where cap rock is expected to be encountered in the installation of stormwater pipe and other structures, the horizontal and vertical extents of the "Rock Trench Excavation" and "muck removal" shall be estimated based on the Geotechnical Investigation. The Soils Report shall contain a signed statement by the geotechnical engineer that they have walked the project site and verified to the best of their ability that information provided in the report is representative of what the surface conditions and vegetation suggest would exist below. Page 729 of 2218 The CONSULTANT shall be responsible for all necessary geotechnical activities associated with/required for this project. Types of borings anticipated for roadway, structures, storm pipe, lighting, and signals. 2.18 3D Modeling (Activity 36) – N/A 2.19 Project Schedule The anticipated design schedule for the project is 730 calendar days from the date of Notice to Proceed (NTP). Within ten (10) days after the Notice-To-Proceed, and prior to the CONSULTANT beginning work, the CONSULTANT shall provide the COUNTY a detailed project activity/event schedule in Microsoft Project for the COUNTY and the CONSULTANT to meet the completion date for design. For the purpose of scheduling, the CONSULTANT shall allow for a 21 calendar days review time for each phase submittal and any other submittals as appropriate. The schedule shall indicate, at a minimum, submission dates for 30% plans, 60% plans, 90% plans and 100% (Final) plan. Post Design services are included as part of this scope of services, and it is estimated to be 728 calendar days. Notice to Stop/Start Work will be utilized to stop the Design Services and initiate the Post Design Services. All fees and price proposals are to be based on a contract schedule of 1458 calendar days for final construction contract documents and post design services. In no event shall the contract deadline exceed 1458 calendar days from the date of initial Notice to Proceed. Periodically, throughout the life of the contract, the project schedule and payout reports shall be reviewed as requested by the COUNTY and, with the approval of the COUNTY, adjusted as necessary to incorporate changes in the Scope of Services and progress to date. The approved schedule and schedule status report, along with progress and payout reports, shall be submitted with the monthly progress report and invoice. The schedule shall be submitted in Microsoft Project format. 2.20 Submittals-Deliverables The CONSULTANT shall furnish documents as required by the COUNTY to adequately control, coordinate, and approve the work concepts. At each submittal phase, the CONSULTANT shall provide all plans, specifications, design calculations and cost estimates in strict conformance to the FDOT Design Manual sequence of plans preparation. Partial phase deliverables will not be accepted. To expedite the design reviews, the COUNTY prefers to use the Bluebeam Revu software platform or approved equal. The CONSULTANT shall set up studio project collaboration sessions in Bluebeam at each phase. The CONSULTANT shall manage the marked- up documents so that comments can be tracked and are easily organized for hard copy print outs. The CONSULTANT shall be responsible to setup Bluebeam Session for soliciting COUNTY’s comments on each submittal. The CONSULTANT’s Bluebeam setup shall include comment tracking and response mechanism. The CONSULTANT shall provide session access to COUNTY’s staff (and other independent CONSULTANT’s) as identified by COUNTY’s Project Manager. The CONSULTANT shall provide response to each comment until comment is identified marked with a “CLOSED” status by the Reviewer. The CONSULTANT shall maintain copies of all Session files and submit to COUNTY as supplementary files to the Final Deliverable. Use of Bluebeam Sessions for submittal reviews (including setup, upload and maintain comment records) is considered as part of the design approval process; subsequently no separate payment shall be made for Bluebeam Sessions. If the CONSULTANT does not have the use of Bluebeam, a File Transfer server should be used to submit deliverables in Adobe PDF format. All submitted documents shall be digitally signed and sealed in accordance with applicable Florida Statutes. All documents shall be developed and submitted in accordance with the latest edition of the Florida Greenbook unless otherwise directed by the COUNTY in writing. Each submittal shall include one (1) digital copy of all documents required for the submittal as defined herein. Method of delivery must be approved by the COUNTY. In addition to the delivery of the files produced during the course of project development, the COUNTY requires the inclusion of Engineering Data files (prepared by or for the CONSULTANT) for critical geometrics in the design. These can include the alignments, profiles, cross sections, surfaces, etcetera necessary to create the corridor model(s). Critical roadway geometric items, such as the centerlines and profiles of the proposed mainline, side streets, special ditches, and utilities, must be included. These Engineering Data files are considered “Project Documents” as defined in the contract and shall be provided when requested by the COUNTY. Drawings files shall be provided in most current versions of a fully functional MicroStation V8i (.dgn) or AutoCAD 2019(.dwg) or later software format, and also plotted or scanned to an Adobe Acrobat (.pdf) format in individual sheets. Specifications shall be provided in Microsoft Word 2003 or later. The CONSULTANT shall use the most current FDOT CADD Manual to produce engineering plans preparation. The CADD Manual addresses the requirements to utilize Computer Aided Design and Drafting (CADD) for production and delivery of digital project data. Page 730 of 2218 2.21 Provisions for Work All work shall be prepared with English units in accordance with the latest editions of standards and requirements utilized by the COUNTY which include, but are not limited to, publications such as: • General: o Title 29, Part 1910, Standard 1910.1001, Code of Federal Regulations (29 C.F.R. 1910.1001) – Asbestos Standard for Industry, U.S. Occupational Safety and Health Administration (OSHA) o 29 C.F.R. 1926.1101 – Asbestos Standard for Construction, OSHA o 40 C.F.R. 61, Subpart M - National Emission Standard for Hazardous Air Pollutants (NESHAP), Environmental Protection Agency (EPA) o 40 C.F.R. 763, Subpart E – Asbestos-Containing Materials in Schools, EPA o 40 C.F.R. 763, Subpart G – Asbestos Worker Protection, EPA o Americans with Disabilities Act (ADA) Standards for Accessible Design o AASHTO – A Policy on Design Standards Interstate System o AASHTO – Roadside Design Guide o AASHTO – Roadway Lighting Design Guide o AASHTO – A Policy for Geometric Design of Highways and Streets o AASHTO – Highway Safety Manual o Rule Chapter 5J-17, Florida Administrative Code (F.A.C.), Standards of Practice for Professional Surveyors and Mappers o Chapter 469, Florida Statutes (F.S.) – Asbestos Abatement o Rule Chapter 62-257, F.A.C., Asbestos Program o Rule Chapter 62-302, F.A.C., Surface Water Quality Standards o Code of Federal Regulations (C.F.R.) o Florida Administrative Codes (F.A.C.) o Chapters 20, 120, 215, 455, Florida Statutes (F.S.) – Florida COUNTY of Business & Professional Regulations Rules o Florida COUNTY of Environmental Protection Rules o FDOT Basis of Estimates Manual o FDOT Computer Aided Design and Drafting (CADD) Manual o FDOT Standard Plans o FDOT Flexible Pavement Design Manual o FDOT - Florida Roundabout Guide o FDOT Handbook for Preparation of Specifications Package o FDOT Standard Plans Instructions o FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (“Florida Greenbook”) o FDOT Materials Manual o FDOT Pavement Type Selection Manual o FDOT Design Manual o FDOT Procedures and Policies o FDOT Procurement Procedure 001-375-030, Compensation for CONSULTANT Travel Time on Professional Services Agreements o FDOT Project Development and Environment Manual o FDOT Project Traffic Forecasting Handbook o FDOT Public Involvement Handbook o FDOT Rigid Pavement Design Manual o FDOT Standard Specifications for Road and Bridge Construction o FDOT Utility Accommodation Manual o Manual on Speed Zoning for Highways, Roads, and Streets in Florida o Federal Highway Administration (FHWA) - Manual on Uniform Traffic Control Devices (MUTCD) o FHWA – National Cooperative Highway Research Program (NCHRP) Report 672, Roundabouts: An Informational Guide o FHWA Roadway Construction Noise Model (RCNM) and Guideline Handbook o Florida Fish and Wildlife Conservation Commission - Standard Manatee Construction Conditions 2005 o Florida Statutes (F.S.) o Florida’s Level of Service Standards and Guidelines Manual for Planning o Model Guide Specifications – Asbestos Abatement and Management in Buildings, National Institute for Building Sciences (NIBS) o Quality Assurance Guidelines o Safety Standards o Any special instructions from the COUNTY Page 731 of 2218 • Roadway o FDOT – Florida Intersection Design Guide o FDOT - Project Traffic Forecasting Handbook o FDOT - Quality/Level of Service Handbook o Florida’s Level of Service Standards and Highway Capacity Analysis for the SHS o Transportation Research Board (TRB) - Highway Capacity Manual • Permits o Chapter 373, F.S. – Water Resources o US Fish and Wildlife Service Endangered Species Programs o Florida Fish and Wildlife Conservation Commission Protected Wildlife Permits o Bridge Permit Application Guide, COMDTPUB P16591.3C o Building Permit • Drainage o FDOT Bridge Hydraulics Handbook o FDOT Culvert Handbook o FDOT Drainage Manual o FDOT Erosion and Sediment Control Manual o FDOT Exfiltration Handbook o FDOT Hydrology Handbook o FDOT Open Channel Handbook o FDOT Optional Pipe Materials Handbook o FDOT Storm Drain Handbook o FDOT Stormwater Management Facility Handbook o FDOT Temporary Drainage Handbook o FDOT Drainage Connection Permit Handbook o FDOT Bridge Scour Manual • Survey and Mapping o All applicable Florida Statutes and Administrative Codes o Applicable Rules, Guidelines Codes and authorities of other Municipal, COUNTY, State and Federal Agencies. o FDOT Aerial Surveying Standards for Transportation Projects Topic 550-020-002 o FDOT Right of Way Mapping Handbook o FDOT Surveying Procedure Topic 550-030-101 o Florida COUNTY of Transportation Right of Way Procedures Manual o Florida COUNTY of Transportation Surveying Handbook o Right of Way Mapping Procedure 550-030-015 o Traffic Engineering and Operations and ITS o AASHTO - An Information Guide for Highway Lighting o AASHTO - Guide for Development of Bicycle Facilities o FHWA Standard Highway Signs Manual o FDOT Manual on Uniform Traffic Studies (MUTS) o FDOT Median Handbook o FDOT Traffic Engineering Manual o National Electric Safety Code o National Electrical Code o Florida’s Turnpike Enterprise o Florida’s Turnpike Plans Preparation and Practices Handbook (TPPPH) o Florida’s Turnpike Lane Closure Policy o Florida’s Turnpike Drainage Manual Supplement o Rigid Pavement Design Guide for Toll Locations with Electronic Toll Collection o Flexible Pavement Design Guide for Toll Locations with Electronic Toll Collection • Florida’s Turnpike General Tolling Requirements (GTR) o Additional Florida’s Turnpike Enterprise standards, guides, and policies for design and construction can be found on the FTE Design Website: http://design.floridasturnpike.com Page 732 of 2218 • Traffic Monitoring o American Institute of Steel Construction (AISC) Manual of Steel Construction, referred to as “AISC Specifications” o American National Standards Institute (ANSI) RP-8-00 Recommended Practice for Roadway Lighting o AASHTO AWS D1.1/ANSI Structural Welding Code – Steel o AASHTO D1.5/AWS D1.5 Bridge Welding Code o FHWA Traffic Detector Handbook o FDOT General Interest Roadway Data Procedure o FHWA Traffic Monitoring Guide o FDOT’s Traffic/Polling Equipment Procedures • Structures o AASHTO Load and Resistance Factor Design (LRFD) Bridge Design Specifications and Interims o AASHTO LRFD Movable Highway Bridge Design Specifications and Interims o AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals, and Interims. o AASHTO/-AWS-D1. 5M/D1.5: An American National Standard Bridge Welding Code o AASHTO Guide Specifications for Structural Design of Sound Barriers o AASHTO Manual for Condition Evaluation and Load and Resistance Factor Rating (LRFR) of Highway Bridges o FDOT Bridge Load Rating Manual o FDOT Structures Manual o FDOT Structures Design Bulletins (available on FDOT Structures web site only) • Geotechnical o FHWA Checklist and Guidelines for Review of Geotechnical Reports and Preliminary Specifications o Manual of Florida Sampling and Testing Methods o Soils and Foundation Handbook • Landscape Architecture o Florida COUNTY of Agriculture and Consumer Services Grades and Standards for Nursery Plants • Architectural o Building Codes o Florida Building Code: o Building o Fuel Gas o Mechanical o Plumbing o Existing Building o Florida Accessibility Code for Building Construction o Rule Chapter 60D, F.A.C., Division of Building Construction o Chapter 553, F.S. – Building Construction Standards o ANSI A117.1 2003 Accessible and Usable Building and Facilities o Titles II and III, Americans with Disabilities Act (ADA), Public Law 101-336; and the ADA Accessibility Guidelines (ADAAG) o Architectural – Fire Codes and Rules o National Fire Protection Association (NFPA) - Life Safety Code o NFPA 70 - National Electrical Code o NFPA 101 - Life Safety Code o NFPA 10 - Standard for Portable Fire Extinguishers o NFPA 11 - Standard for Low-Expansion Foam Systems o NFPA 11A - Standard for High- and Medium-Expansion Foam Systems o NFPA 12 - Standard for Carbon Dioxide Extinguishing Systems o NFPA 13 - Installation of Sprinkler Systems o NFPA 30 - Flammable and Combustible Liquids Code o NFPA 54 - National Gas Fuel Code o NFPA 58 - LP-Gas Code o Florida Fire Prevention Code as adopted by the State Fire Marshal – Consult with the Florida State Fire Marshal’s office for other frequently used codes. • Architectural – Extinguishing Systems o NFPA 10 - Fire Extinguishers Page 733 of 2218 o NFPA 13 - Sprinkler o NFPA 14 - Standpipe and Hose System o NFPA 17 - Dry Chemical o NFPA 20 - Centrifugal Fire Pump o NFPA 24 - Private Fire Service Mains o NFPA 200 - Standard on Clean Agent Fire Extinguishing Systems o Architectural – Detection and Fire Alarm Systems o NFPA 70 - Electrical Code o NFPA 72 - Standard for the Installation, Maintenance and Use of Local Protective Signaling Systems o NFPA 72E - Automatic Fire Detectors o NFPA 72G - Installation, Maintenance, and Use of Notification Appliances o NFPA 72H -Testing Procedures for Remote Station and Proprietary Systems o NFPA 74 - Household Fire Warning Equipment o NFPA 75 - Protection of Electronic Computer Equipment • Architectural – Mechanical Systems o NFPA 90A - Air Conditioning and Ventilating Systems o NFPA 92A - Smoke Control Systems o NFPA 96 - Removal of Smoke and Grease-Laden Vapors from Commercial Cooking Equipment o NFPA 204M - Smoke and Heating Venting o Architectural – Miscellaneous Systems o NFPA 45 - Laboratories Using Chemicals o NFPA 80 - Fire Doors and Windows o NFPA 88A - Parking Structures o NFPA 105- Smoke and Draft-control Door Assemblies o NFPA 110 - Emergency and Standby Power Systems o NFPA 220 - Types of Building Construction o NFPA 241 - Safeguard Construction, Alteration, and Operations o Rule Chapter 69A-47, F.A.C., Uniform Fire Safety for Elevators o Rule Chapter 69A-51, F.A.C., Boiler Safety o Architectural – Energy Conservation o Rule Chapter 60D-4, F.A.C., Rules for Construction and Leasing of State Buildings to Insure Energy Conservation o Section 255.255, F.S., Life-Cycle Costs o Architectural – Elevators o Rule Chapter 61C-5, F.A.C., Florida Elevator Safety Code o ASME A-17.1, Safety Code for Elevators and Escalators o Architectural – Floodplain Management Criteria o Section 255.25, F.S., Approval Required Prior to Construction or Lease of Buildings o Rules of the Federal Emergency Management Agency (FEMA) • Architectural – Other o Rule Chapter 64E-6, F.A.C., Standards for On Site Sewage Disposal Systems (Septic Tanks) o Rule Chapter 62-600, F.A.C., Domestic Wastewater Facilities o Rule Chapter 62-761, F.A.C., Underground Storage Tank Systems o American Concrete Institute o American Institute of Architects - Architect’s Handbook of Professional Practice o American Society for Testing and Materials - ASTM Standards o Brick Institute of America o DMS - Standards for Design of State Facilities o Florida Concrete Products Association o FDOT – ADA/Accessibility Procedure o FDOT – Building Code Compliance Procedure o FDOT – Design Build Procurement and Administration o LEED (Leadership in Energy and Environmental Design) Green Building Rating System o National Concrete Masonry Association o National Electrical Code o Portland Cement Association - Concrete Masonry Handbook o United State Green Building Council (USGBC) o Services to be Performed by the COUNTY When appropriate and /or available, the COUNTY will provide project data including: o All certifications necessary for project letting. o All information pertaining to future improvements as part of the COUNTY’s Planning or forecast projects. o All future information that may become available to the COUNTY during the term of the Page 734 of 2218 CONSULTANT’s Agreement, which in the opinion of the COUNTY is necessary for the execution of the work. o Available traffic and planning data. o Engineering standards review services. o All available information in the possession of the COUNTY pertaining to utility companies whose facilities may be affected by the proposed construction. o All future information that may become available to the COUNTY pertaining to subdivision plans so that the CONSULTANT may take advantage of additional areas that can be utilized as part of the existing right of way. o Previously constructed Highway Beautification or Landscape Construction Plans o Existing right of way maps (if available) o PD&E Documents (if available) o Design Reports (if available) o Letters of authorization designating the CONSULTANT as an agent of the COUNTY in accordance with F.S. 337.274. o Phase reviews of plans and engineering documents. o Regarding Environmental Permitting Services: o Approved Permit Document when available. o Approval of all contacts with environmental agencies. o General philosophies and guidelines of the COUNTY to be used in the fulfillment of this contract. Objectives, constraints, budgetary limitations, and time constraints shall be completely defined by the COUNTY’s Project Manager. o Appropriate signatures on application forms. 2.22 Services to be Performed by the COUNTY When appropriate and /or available, the COUNTY will provide project data including: • All certifications necessary for project letting. • All information that may come to the COUNTY pertaining to future improvements. • All future information that may come to the COUNTY during the term of the CONSULTANT’s Agreement, which in the opinion of the COUNTY is necessary for the prosecution of the work. • Available traffic and planning data. • Engineering standards review services. • All available information in the possession of the COUNTY pertaining to utility companies whose facilities may be affected by the proposed construction. • All future information that may come to the COUNTY pertaining to subdivision plans so that the CONSULTANT may take advantage of additional areas that can be utilized as part of the existing right of way. • Previously constructed Highway Beautification or Landscape Construction Plans • Existing right of way maps (if available) • PD&E Documents (if available) • Design Reports (if available) • Letters of authorization designating the CONSULTANT as an agent of the COUNTY in accordance with F.S. 337.274. • Phase reviews of plans and engineering documents. • Regarding Environmental Permitting Services: • Approved Permit Document when available. • Approval of all contacts with environmental agencies. • General philosophies and guidelines of the COUNTY to be used in the fulfillment of this contract. Objectives, constraints, budgetary limitations, and time constraints will be completely defined by the Project Manager. • Appropriate signatures on application forms. 3 PROJECT COMMON AND PROJECT GENERAL TASKS Project Common Tasks: Project Common Tasks, as listed below, are work efforts that are applicable to many project activities, 4 (Roadway Analysis) through 36 (3D Modeling). These tasks are to be included in the project scope in each applicable activity when the described work shall be performed by the CONSULTANT. Project Research: The CONSULTANT shall perform research of existing PD&E Studies, Developer Contribution Agreement (DCA), Planned Urban Development (PUD) and Development of Regional Impact (DRI) documents for developments adjacent Page 735 of 2218 to the project for commitments regarding Right-of-way, Stormwater Management, Roadway Improvements, or any other commitments involving the interests of the COUNTY. Cost Estimates: The CONSULTANT shall be responsible for producing an Opinion of Probable Cost (OPC) estimate, reviewing and updating it at each project milestones – Phase I (30%), II (60%), III (90%), and IV (100% or final) including the bid schedule. The CONSULTANT shall be responsible for inputting the pay items and quantities into a Summary of Pay Items sheet with all required Plans submittals as required. Technical Special Provisions: The CONSULTANT shall provide Technical Special Provisions for all items of work not covered by the FDOT Standard Specifications for Road and Bridge Construction (2021) and recurring special provisions. Standard Specifications, recurring special provisions and supplemental specifications should not be modified unless absolutely necessary to control project specific requirements. The first nine sections of the FDOT standard specifications, recurring special provisions and supplemental specifications shall not be modified without written approval of the COUNTY. The Technical Special Provisions shall provide a description of work, materials, equipment and specific requirements, method of measurement, and basis of payment. When printed or copied, these provisions shall be formatted on 8 1/2"x11" sheets. Technical Special Provisions will be developed using Microsoft Word (.doc). Furnishing electronic copies in a format other than Microsoft Word or Adobe Acrobat (.pdf) will not be accepted. Field Reviews: Includes all trips required to obtain necessary data for all project elements identified in this scope of work. Technical Meetings: The CONSULTANT shall attend all technical meetings necessary to execute the Scope of Services of this contract. This includes but not limited to meetings with the COUNTY and FDOT or other Agency staff between disciplines and CONSULTANT’S, such as access management, pavement design, local governments, progress/phase review, and all other miscellaneous meetings. The CONSULTANT shall prepare, and submit to the COUNTY’S Project Manager for review, the meeting agenda at least 3 days prior each meeting. The meeting minutes are due within five (5) working days of attending the meeting. The CONSULTANT shall revise the meeting minutes as required within 2 days of receipt of comments from attendees. Quality Assurance/Quality Control: The CONSULTANT shall be accountable for the professional quality, technical accuracy, and quality of their work. CONSULTANT-prepared surveys, construction plans, and contract documents that contain errors or omissions and result in cost and time overruns on a construction project may result in a claim against the CONSULTANT per F.S. 337.015 (3). The CONSULTANT shall, through all stages of design and project construction, without additional compensation, correct all errors or deficiencies in the designs, maps, drawings, specifications and/or other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan 10 days after Design NTP letter is issued that describes the procedures to be utilized to verify, independently check, and review all maps, design drawings, calculations, specifications, and other documentation prepared as a part of the contract. It shall be signed by the CONSULTANT’s Project Manager and the CONSULTANT’s QC Manager. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan shall be one specifically designed for this project. The Quality Control Plan shall include the names and resumes of the CONSULTANT’s staff that will perform the quality control reviews. The Quality Control reviewer shall be a Florida Licensed Professional Engineer fully prequalified under F.A.C. 14-75 in the work type being reviewed. A marked-up set of prints from a Quality Control Review indicating the reviewers for each component (structures, roadway, drainage, signals, geotechnical, signing and marking, lighting, surveys, etc.) and a written resolution of comments on a point-by-point basis will be required, if requested by the COUNTY, with each phase submittal. The responsible Professional Engineer, Landscape Architect, or Professional Surveyor & Mapper that performed the Quality Control review shall sign a statement certifying that the review was conducted and found to meet required specifications. Independent Peer Review: The COUNTY will furnish the Independent Peer Review tasks under a separate contract. The CONSULTANT shall provide to the Independent Peer Reviewer access to all project plans and documents when requested. The independent peer review does not relieve the CONSULTANT from the responsibility of their internal quality control process and shall remain accountable for the professional quality and technical accuracy of their work product. Independent Peer Review and a Constructability/Biddability Review for design Phase Plans document submittals are required on this project. These separate reviews shall be completed by someone who has not worked on the plan component that is being reviewed. These could include but are not limited to a separate office under the Prime’s umbrella, a SUBCONSULTANT that is qualified in the work group being reviewed, or a CEI. It does not include persons who have knowledge of the day-to-day design efforts. The Constructability/Biddability Review shall be performed by a person with experience working on COUNTY construction projects (CEI, Contractor, etc.). The Independent Peer Review for design Phase Plans submittals shall ensure the plans meet the FDM, the FDOT Manual of Page 736 of 2218 Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (“Florida Greenbook”), Standard Plans and FDOT CADD Manual. The Constructability/Biddability Review shall ensure the project can be constructed and paid for as designed. Constructability/Biddability Reviews should be conducted prior to the 90% and Final submittals, using the FDOT Phase Review Checklist (Guidance Document 1-1-A) from the Construction Project Administration Manual (CPAM) as a minimum guideline. The CONSULTANT shall submit this checklist, as well as the “marked-up” set of plans during this review, and review comments and comment responses from any previous Constructability/Biddability reviews. These items will be reviewed by COUNTY’s Project Manager. Supervision: The CONSULTANT shall supervise all technical design activities. Coordination: The CONSULTANT shall coordinate with all disciplines of the project to produce a final set of construction documents. Project General Tasks: Project General Tasks, described in Sections 3.1 through 3.7 below, represent work efforts that are applicable to the project as a whole and not to any one or more specific project activity. The work described in these tasks shall be performed by the CONSULTANT when included in the project scope. 3.1 Public Involvement The CONSULTANT shall prepare for and attend (2) public meetings, one after the 30% Phase and one after the 60% Phase as directed by the COUNTY. Public involvement includes communicating information regarding the development of the project to all interested persons, groups, and government organizations. The CONSULTANT shall coordinate all public meetings with the COUNTY’s Public Information Officer (PIO) and obtain approvals on all publicly shared documents prior to distribution. The CONSULTANT shall provide to the COUNTY drafts of all Public Involvement documents (i.e., newsletters, property owner letters, advertisements, etc.) associated with the following tasks for approval at least five (5) business days prior to printing and/or distribution. Public needs will heavily influence construction schedule, construction phasing and maintenance of traffic for the project defined herein. The CONSULTANT shall develop coordinated project solutions that will maintain necessary public access during construction. The first public meeting will be scheduled after the 30% submittal. The goal of the public meeting will be to introduce the design phase of the project including the initial proposed access management plan to the public and receive feedback. The second public meeting will be scheduled after the 60% submittal and may be a public workshop. The goal of the public meeting will be to show all of the design components of the project to the public and receive feedback. The CONSULTANT shall process the public information received, discuss the results and integrate the needs of the public into the project while being mindful of economic feasibility and the needs of the project defined herein. The CONSULTANT shall develop and provide all necessary exhibits for the public meetings. Collect Public Input – This activity occurs throughout the life of the project, requiring the CONSULTANT to maintain files, newspaper clippings, letters, emails, and any record of direct contact before, during and after the Public Workshops. Input will be gathered during the Public Workshops, or by other methods, such as personal contact, letters, surveys, visits, phone calls, website comments in response to, or following said meeting. Comments and Coordination Report – A comments and coordination report shall be prepared, containing documentation of the public participation accomplished throughout the design period. This report should summarize and respond to the comments received from the public involvement workshops, agency coordination, etc. 3.1.1 Public Involvement Plan The CONSULTANT shall prepare a written Public Involvement Plan (PIP) for the project. Within 30 calendar days after receiving Notice to Proceed and submit to the COUNTY for approval. The PIP shall outline each element of the project’s public involvement strategy. The plan shall be updated and amended throughout the contract and indicate the basic public involvement approach for the project. It shall list the contact information for public individuals, media officials, and agencies as well as the means to engage them in the project. It shall also include providing the COUNTY with samples of public meeting exhibits and handouts in file size and format suitable for posting on the COUNTY’s project website. 3.1.2 Notifications Page 737 of 2218 Upon receipt of the COUNTY’s written approval of the Public Involvement Plan, a notification letter shall be prepared and mailed by the CONSULTANT to local elected and officials, property owners within 300-feet (minimum) of the project limits, and other stakeholders as identified. The notification letter shall be consistent with the Public Involvement Plan, introducing the CONSULTANT and informing stakeholders of the project. The notification letters will be sent on COUNTY letterhead and mailed in envelopes displaying the COUNTY logo. The CONSULTANT shall notify and coordinate with the COUNTY’s Project Manager prior to sending notifications. 3.1.3 Preparing Mailing Lists At the beginning of the project, The CONSULTANT shall identify all impacted property owners and tenants (within a minimum of 300 feet of the project corridor) The CONSULTANT will develop and maintain a computerized database of contacts, beginning with a list of those notified in the Kickoff Notification Process, Public officials, community service organizations, environmental agencies, local and regional transportation officials, and special interest groups shall be identified by the CONSULTANT as those individuals or groups to be affected by the project. The CONSULTANT shall prepare a mailing list of all such entities and shall update the mailing list as needed during the life of the project. 3.1.4 Median Modification Letters (N/A) 3.1.5 Driveway Modification Letters The CONSULTANT shall prepare a driveway modification letter to be sent to property owners along the corridor. In addition, the CONSULTANT shall prepare a sketch of each proposed driveway modification for inclusion in the letter. The letters will be sent on COUNTY letterhead and mailed in envelopes displaying the COUNTY logo. The CONSULTANT shall notify and coordinate with the PIO and COUNTY’s Project Manager prior to sending letters. 3.1.6 Newsletters The CONSULTANT shall prepare two newsletters for distribution to elected officials, public officials, property owners along the corridor, and other interested parties. Newsletter drafts shall be submitted to the COUNTY’s PIO and PM for review and approval at least 14 business days prior to printing and/or distribution. The newsletters shall be sent by the CONSULTANT. 3.1.7 Display Exhibits The CONSULTANT shall prepare the plan views in two (2) dimensional exhibits with aerial background on roll plots and typical sections mounted on display boards for use in public meetings. 3.1.8 PowerPoint Presentations If requested by the COUNTY, the CONSULTANT shall prepare PowerPoint presentations for use in public meetings. 3.1.9 Public Meeting Preparations The CONSULTANT shall prepare the necessary materials (including but not limited to printing of informational graphics, charts, venue maps, directional signs, comment boxes, name tags, etc.) for use in all public meetings. Drafts of all Public Involvement documents shall be submitted to the COUNTY for review and approval at least 14 business days prior to printing and/or distribution. The COUNTY will be responsible for identifying a venue for the public meetings, paying for the rental costs of the facilities if any and paying for all legal advertisements for the public meetings. 3.1.10 Public Meeting Attendance and Follow-up The CONSULTANT shall attend the public meeting, assist with meeting setup and take down. The CONSULTANT shall provide to the COUNTY with copies of all materials shown or provided at the public meeting. The CONSULTANT shall attend the meetings with an appropriate number of personnel to assist the COUNTY's Project Manager. The CONSULTANT shall collect and summarize all public comments received during public meetings and/or hearings and assist the COUNTY in responding to public comments and questions. 3.1.11 Other Agency Meetings Page 738 of 2218 In addition to scheduled public meetings the CONSULTANT may be required to participate in meetings with local governing authorities and/or Metropolitan Planning Organization (MPO). The CONSULTANT’s participation may include, but not be limited to, presentations during the meeting, note taking, and summarizing the meeting in a memo to the file. It is estimated for this project there will be two (2) meetings with local governing authorities and/or MPOs during the design. 3.1.12 Web Site CONSULTANT will provide Public Involvement Graphics to COUNTY for the COUNTY Website. 3.2 Joint Project Agreements- N/A 3.3 Specifications Package Preparation The CONSULTANT shall prepare and provide a specifications package for those specifications NOT considered FDOT Standard Specifications. The CONSULTANT will obtain Lighting and Traffic Signal Specifications from the COUNTY’s Traffic Operations website. The specifications package shall address all items and areas of work and include any Mandatory Specifications, Modified Special Provisions, and Technical Special Provisions. The specifications package must be submitted for review to the COUNTY’s Project Manager at least 30 days prior to the 90% plans submittal. This submittal does not require signing and sealing and shall be coordinated through the COUNTY’s Project Manager. The CONSULTANT shall coordinate with the COUNTY on the submittal requirements, but at a minimum shall consist of (1) the complete specifications package, (2) a copy of the marked-up workbook used to prepare the package, and (3) a copy of the final project plans. Final submittal of the specifications package must occur at least 10 working days prior to the Final/100% plan submittal. This submittal shall be signed, dated, and sealed in accordance with applicable Florida Statutes. 3.4 Contract Maintenance and Project Documentation Contract maintenance includes project management effort for complete setup and maintenance of files, electronic folders and documents, developing technical monthly progress reports and schedule updates. Project documentation includes the compilation and delivery of final documents, reports or calculations that support the development of the contract plans; includes uploading files to an FTP server. 3.5 Value Engineering (Multi-Discipline Team) Review The COUNTY may request a Value Engineering Review after the 30% Plans Submittal. At which time, the CONSULTANT will prepare for and participate in a Value Engineering Review of the Plans. 3.6 Prime Consultant Project Manager Meetings Includes only the Prime CONSULTANT Project Manager's time for travel and attendance at Activity Technical Meetings and other meetings listed in the meeting summary for Task 3.6 on tab 3 Project General Task of the staff hour forms. Staff hours for other personnel attending Activity Technical Meetings are included in the meeting task for that specific Activity. 3.7 Plans Update The effort needed for Plans Update services will vary from project to project, depending on size and complexity of the project, as well as the duration of time spent "on the shelf". Specific services will be negotiated as necessary as a contract amendment. 3.8 Post Design Services Post Design Services are included in this contract and may include, but are not limited to, meetings, construction assistance (responding to RFI’s), plans revisions, shop drawing review services, survey services, as-built drawings, permit construction certification, and load ratings. Post Design Services are not intended for instances of CONSULTANT errors and/or omissions. All CONSULTANT contact with the Contractor shall be made through the COUNTY’S Construction Project Manager. The CONSULTANT shall not contact the Contractor directly unless there is a possible immediate threat to public health and/or safety. The COUNTY’S Construction Project Manager must be contacted immediately thereafter. The COUNTY CEI is responsible for confirming that all quality control testing and requirements of the approved Quality Control Plan have been executed and the results are satisfactory per the design requirements. The CONSULTANT shall visit the construction site at key phases of the project to verify as-built conditions. This will Page 739 of 2218 require the CONSULTANT to coordinate with the COUNTY’S Project Manager during construction and attend construction meetings as required or requested by the COUNTY. The CONSULTANT shall meet with the COUNTY’S Project Manager during the Quality Control submittal/review to establish the anticipated stages of construction. The CONSULTANT must notify the COUNTY’S Project Manager of any design related issues as soon as possible. It is important that all significant changes made during construction be documented by the CONTRACTOR in the final as- built plans. The CONTRACTOR shall markup sheets requiring minor (non-engineering analysis) as-built changes and show those changes on the Final Signed and Sealed As-Built Signature Sheet(s). Major changes resulting in issuance of revised contract documents must also be included in the as-built package and recorded appropriately on the Final Signed and Sealed As-built Signature Sheet(s). CONSULTANT will provide electronic Plans to CONTRACTOR for preparation of As-Built Drawings by CONTRACTOR. Any changes proposed by the Contractor must be signed and sealed by the Contractor’s EOR and approved by the CONSULTANT. This may be a Cost Savings Initiative Proposal (CSIP) redesign or an original design of certain components including Shop Drawings. All original documents obtained by the CONSULTANT will be turned over to the COUNTY at the project’s close-out or upon request by the COUNTY. All documents obtained for inclusion in the Final As-Built Documents Package must be Quality Control reviewed by the CONSULTANT to ensure correctness and legibility. The CONSULTANT shall contact the COUNTY if any deficiencies are identified. The Final As-Built Documents Package Certification(s) must be digitally signed and sealed by the CEI CONSULTANT Quality assurance material testing will be the responsibility of the CONTRACTOR. 3.9 Digital Delivery The CONSULTANT shall deliver final contract plans and documents in digital format (PDF and CAD). The final contract plans, and documents shall be digitally signed, and sealed files delivered to the COUNTY on acceptable electronic media, as determined by the COUNTY. Deliverables shall be provided in both pdf and CADD formats. 3.10 Risk Management The CONSULTANT shall identify potential risks associated with design and construction of the project. Risks may include but not be limited to environmental conditions, public opposition, economic conditions, material costs, right of way costs, utility involvement, permitting delays, loss of key personnel, etc. The CONSULTANT shall provide to the COUNTY a Risk Management Plan following the procedures outlined in FDOT’s Project Management Handbook, Chapter 19, preceding the development of 30% design plans. 3.11 Railroad, Transit and/or Airport Coordination – N/A 3.12 Landscape and Existing Vegetation Coordination – N/A 3.13 Transit Coordination The CONSULTANT shall coordinate with the COUNTY’s Project Manager and Transit Coordinator to include any features needed by the Collier Area Transit (CAT). 3.14 Other Project General Tasks The CONSULTANT shall assist the COUNTY during the construction bidding phase of the project including, but not limited to, attending the pre-bid meeting, addressing addendum, evaluating bids and bidders, and providing written letters of recommendation. 4 ROADWAY ANALYSIS The CONSULTANT shall analyze and document Roadway Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 4.1 Typical Section Package The CONSULTANT shall provide a Typical Section Package for approval by the COUNTY prior to the 30% plan submittal as described in Section 2.0. Minor modifications (if required) shall be incorporated and submitted for final approval by the COUNTY. Page 740 of 2218 4.2 Pavement Type Selection Report- N/A 4.3 Pavement Design Package The CONSULTANT shall provide an approved Pavement Design Package at the 30% plan submittal. The COUNTY shall approve the Pavement Design prior to proceeding with the 60% design. 4.4 Cross-Slope Correction-As needed. The CONSULTANT shall investigate the existing pavement to be retained as part of the project and include in the design any required correction of existing cross-slopes. Cross slope information will be collected at 100’ intervals. After the analysis of the cross slopes a recommendation will be p rovided as part of the pavement report. The CONSULTANT will coordinate with Collier COUNTY Maintenance to help identify any known locations which may be deficient. 4.5 Horizontal/Vertical Master Design Files The CONSULTANT shall design the geometrics using the design standards that are most appropriate with proper consideration given to the design traffic volumes, design speed, capacity and levels of service, functional classification, adjacent land use, design consistency and driver expectancy, aesthetics, existing vegetation to be preserved, pedestrian and bicycle concerns, ADA requirements, Safe Mobility For Life Program, access management, PD&E documents, and scope of work. The CONSULTANT shall also develop utility conflict information to be provided to the project Utility Coordinator in the format requested by the COUNTY. 4.6 Access Management The CONSULTANT shall incorporate access management standards for the project in coordination with COUNTY staff. The CONSULTANT shall review the FDOT PD&E Study for any access management recommendations. Signalized intersections were not included in the PD&E study; therefore, the CONSULTANT shall anticipate a reevaluation of the PD&E and coordinate with the FDOT in the reevaluation process. 4.7 Roundabout Evaluation -N/A. 4.8 Roundabout Final Design Analysis – N/A. 4.9 Cross Section Design Files The CONSULTANT shall establish and develop cross section design files in accordance with the FDOT CADD manual. The CONSULTANT shall Coordinate with all utility owners to obtain the location of subsurface facilities. Both existing locations and proposed relocations of all utilities shall be shown on the cross sections. 4.10 Temporary Traffic Control Plan (TTCP) Analysis The CONSULTANT shall design a safe and effective TTCP to move vehicular and pedestrian traffic during all phases of construction. The design shall include construction phasing of roadways ingress and egress to existing property owners and businesses, routing, signing and pavement markings, and detour quantity tabulations, roadway pavement, drainage structures, ditches, front slopes, back slopes, drop offs within clear zone, transit stops, and traffic monitoring sites. Special consideration shall be given to the construction of the drainage system when developing the construction phases. Positive drainage must be maintained at all times. The design shall include construction phasing of roadways to accommodate the construction or relocation of utilities when the contract includes Joint Project Agreements (JPAs). It is anticipated that the plans will be Level II Traffic Control Plans. The CONSULTANT shall investigate the need for temporary traffic signals, temporary highway lighting, detours, diversions, lane shifts, and the use of materials such as sheet piling in the analysis. The Traffic Control Plan shall be prepared by a certified designer who has completed training as required by the COUNTY. Before proceeding with the TTCP, the CONSULTANT shall meet with the appropriate COUNTY personnel. The purpose of this meeting is to provide information to the CONSULTANT that will better coordinate the Preliminary and Final TTCP efforts. The CONSULTANT shall consider the local impact of any lane closures or alternate routes. When the need to close a road is identified during this analysis, the CONSULTANT shall notify the COUNTY's Project Manager as soon as possible. Proposed road closings must be reviewed and approved by the COUNTY. Diligence shall be used to minimize negative impacts by appropriate specifications, recommendations or plans development. Local impacts to consider will be local events, holidays, peak seasons, detour route deterioration and other eventualities. CONSULTANT shall be responsible to obtain local authorities’ permission for use of detour routes not on state highways. Page 741 of 2218 4.11 Master TTCP Design Files The CONSULTANT shall develop master TTCP files showing each phase of the TTCP. This includes all work necessary for designing lane configurations, diversions, lane shifts, signing and pavement markings, temporary traffic control devices, and temporary pedestrian ways. 4.12 Selective Clearing and Grubbing A. Selective Clearing and Grubbing of Existing Vegetation Field Assessment The CONSULTANT shall review information from the COUNTY and conduct a project field assessment of existing vegetation by a certified Arborist hired by the CONSULTANT. At least one of the field assessment visits is to be attended by the COUNTY’s Project Manager. The Arborist shall provide a condition assessment of the existing vegetation along with a determination of its viability. The deliverable for this item is an Excel Matrix identifying the location, genus and species, size (DBH for trees, clear trunk height for palms) and condition rating. Coordinate with surveyor to have trees and vegetation surveyed, per tasks 2.10, 27.28 and 27.29. The Result of the Field Assessments(s) will determine the course of action for Selective Clearing and Grubbing Plans. B. Selective Clearing and Grubbing Site Inventory Analysis of Existing Vegetation and Cross-Discipline Coordination (OPTIONAL SERVICES) The CONSULTANT shall coordinate with the COUNTY’S Public Utility, Stormwater, and Traffic Operation to ensure that preservation of existing vegetation is coordinated between all disciplines. Coordinate with the COUNTY’S Project Manager. Based on the field assessment, the CONSULTANT may be required to do a site inventory analysis of existing vegetation, opportunities for preservation and protection of existing vegetation, relocation options, and selective removal of nuisance and/or non-nuisance vegetation. Coordinate with surveyor to have trees and vegetation tagged and surveyed, per tasks 27.28 or 27.29. C. Selective Clearing and Grubbing- Existing Vegetation Maintenance Report The CONSULTANT shall include in the plans’ instructions for the care and maintenance of the plant preservation areas, and selective clearing and grubbing areas throughout the construction period. The CONSULTANT will coordinate with the Collier COUNTY Landscape Architect to ensure that the intent of the plant preservation areas is in alignment with future highway landscape plans. The CONSULTANT should be knowledgeable in arboricultural practices to the extent that they are able to deliver detailed and informed Selective Clearing and Grubbing Plans. 4.13 Tree Disposition Plans CONSULTANT will prepare a Tree Disposition Plan outlining the requirements for the relocation and protection of trees located within the project boundaries. Will utilize the information collected from the Vegetation Survey and information collected under task 4.12 for Selective Clearing and Grubbing. 4.14 Design Variations and Exceptions The CONSULTANT shall prepare the documentation necessary to gain COUNTY and FDOT approval of all appropriate Design Variations and/or Design Exceptions before the first submittal. 4.15 Design Report The CONSULTANT shall prepare all applicable report(s) as listed in the Project Description section of this scope. The CONSULTANT shall submit to the COUNTY design notes, data, and calculations to document the design conclusions reached during the development of the contract plans. The design notes, data, and computations shall be recorded on size 8½"x11" sheets, fully titled, numbered, dated, indexed and signed by the designer and the checker. Computer output forms and other oversized sheets shall be folded to 8½"x11" size. The data shall be in a hardback folder for submittal to the COUNTY. Digital copies of all paper submittals above shall be provided in pdf or Microsoft Word format. 4.16 Quantities The CONSULTANT shall develop accurate quantities and the supporting documentation, including construction days when required. 4.17 Cost Estimate Page 742 of 2218 The CONSULTANT shall provide the Engineer's Estimate of Probable Cost at each submittal phase. The Engineer's Estimate of Probable Cost shall be updated and adjusted at each submittal to be maintained up to and including final bid documents submittal. 4.18 Technical Special Provisions and Modified Special Provisions The CONSULTANT shall provide Technical Special Provisions for all items of work not covered by the FDOT Standard Specifications for Road and Bridge Construction and recurring special provisions. Standard Specifications, recurring special provisions and supplemental specifications should not be modified unless necessary to control project specific requirements. All modifications to other sections must be justified to the COUNTY to be included in the project's specifications package as Technical Special Provisions. The Technical Special Provisions shall provide a description of work, materials, equipment and specific requirements, method of measurement and basis of payment. These provisions shall be submitted electronically (PDF’s). 4.19 Other Roadway Analyses This scope item is considered an Additional/Optional Service if requested by the COUNTY. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the COUNTY, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 4.20 Field Reviews Field reviews will be conducted upon completion of COUNTY and Independent Peer Reviewer reviews of plans submitted by the CONSULTANT for each submittal period. The anticipated format for these meetings will be an in-office review of COUNTY comments in the morning and may be followed by an afternoon field visit if there are areas of concern at the project site. This item also includes all trips required to obtain necessary data for all elements of the roadway analysis identified in this scope of work. 4.21 Monitor Existing Structures The CONSULTANT shall perform field observations to visually identify existing structures within the project limits which may require settlement, vibration or groundwater monitoring by the contractor during construction in accordance with FDM Chapter 307. The CONSULTANT shall coordinate with and assist the geotechnical engineer and/or structural engineer to identify those structures and develop mitigation strategies (when applicable). The CONSULTANT shall identify the necessary pay items to be included in the bid documents to monitor existing structures. 4.22 Technical Meetings Includes meetings with the COUNTY or other Agency staff, between disciplines and CONSULTANTS, such as access management meetings, pavement design meetings, progress review meetings (phase review), and miscellaneous meetings necessary for all elements of the roadway analysis identified in this scope of work. 4.23 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the CONSULTANT under this contract. 4.24 Independent Peer Review Please see Section 3.0. 4.25 Supervision Includes all efforts required to supervise all technical design activities. 4.26 Coordination Page 743 of 2218 Includes but not limited to all efforts by the CONSULTANT to coordinate all elements of the roadway analysis to produce a final set of construction documents. 5 ROADWAY PLANS The CONSULTANT shall prepare Roadway, Drainage, TTCP, Utility Adjustment Sheets, plan sheets, notes, and details as shown in the FDM Summary of Phase Submittals Table 301.2.2. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 5.1 Key Sheet 5.2 Summary of Pay Items Including Quantity Input 5.3 Drainage Map Sheets 5.4 Typical Section Sheets 5.5 Typical Sections 5.6 Typical Section Details 5.7 General Notes/Pay Item Notes 5.8 Summary of Quantities Sheets 5.9 Summary of Drainage Structures Sheets 5.10 Optional Material Tabulation Sheet 5.11 Project Layout Sheets 5.12 Plan/Profile Sheet 5.13 Profile Sheet -N/A 5.14 Plan Sheet – N/A 5.15 Special Profile 5.16 Back-of-Sidewalk Profile Sheet 5.17 Interchange Layout Sheet – N/A 5.18 Ramp Terminal Details (Plan View) – N/A 5.19 Intersection Layout Details 5.20 Drainage Structure Sheets 5.21 Stormwater Facilities Sheets 5.22 Special Details 5.23 Cross-Section Pattern Sheets 5.24 Roadway Soil Survey Sheets 5.25 Cross Sections 5.26 Stormwater Pollution Prevention Plan Sheets 5.27 Temporary Traffic Control Plan Sheets 5.28 Temporary Traffic Control Cross Section Sheets 5.29 Temporary Traffic Control Detail Sheets 5.30 Utility Adjustment Sheets (SUE Data) 5.31 Selective Clearing and Grubbing Sheets 5.31 Selective Clearing and Grubbing 5.31 Selective Clearing and Grubbing Details 5.32 Tree Disposition Plan Sheets 5.32 Tree Disposition Plan Sheets Tree Disposition Plan Sheets will be signed and sealed drawings showing the location and vertical/horizontal landscape design of the vegetation to be relocated. The Tree Disposition Plans will be produced at the scale of the roadway drawings or at a scale that best depicts the information. Interchange and details will be shown at no larger than a 1” = 50’ scale. 5.32 Tree Disposition Plan Tables and Schedules 5.33 Project Control Sheets 5.34 Environmental Detail Sheets – (if applicable) Preparation of detail sheets for potential environmental issues such as, underground fuel tanks and monitoring wells, septic tanks within the proposed right of way. All piping and pumps in association with the above referenced issues shall also be located and identified by the survey. The CONSULTANT shall relay to the COUNTY any findings of contaminated soil, monitoring wells, or any features (particularly springs or sinks) relating to contamination or hazardous material. Coordination with Permits/Environmental staff and preparing Dredge & Fill Detail sheets where applicable. 5.35 Utility Verification Sheets (SUE Data) Page 744 of 2218 5.36 Quality Assurance/Quality Control 5.37 Supervision 6 DRAINAGE 6a DRAINAGE ANALYSIS The CONSULTANT shall analyze and document Drainage Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The CONSULTANT shall be responsible for designing a drainage and stormwater management system. All design work shall comply with the requirements of the appropriate regulatory agencies and the COUNTY’s Drainage Manual. The CONSULTANT shall coordinate fully with the appropriate permitting agencies and the COUNTY’s staff. All activities and submittals should be coordinated through the COUNTY’s Project Manager. The work will include the engineering analyses for any or all of the following: 6a.1 Drainage Map Hydrology Create a (pre- and/or post-condition) working drainage basin map to be used in defining the system hydrology. This map shall incorporate drainage basin boundaries, existing survey and/or LiDAR and field observations, as necessary, to define the system. Basin delineations shall also include any existing collection systems in a logical manner to aid in the development of the hydraulic model. Include coordination hours needed to convey drainage hydrologic features onto produced drainage maps. 6a.2 Base Clearance Calculations Analyze, determine, and document high water elevations per basin which will be used to set roadway profile grade and roadway materials. Determine surface water elevations at cross drains, floodplains, outfalls and adjacent stormwater ponds. Determine groundwater elevations at intervals between the above-mentioned surface waters. Document findings in a Base Clearance Report. 6a.3 Pond Siting Analysis and Report – N/A 6a.4 Design of Cross Drains Analyze the hydraulic design and performance of cross drains. Check existing cross drains to determine if they are structurally sound and can be extended. Document the design as required. Determine and provide flood data as required. 6a.5 Design of Ditches Design roadway conveyance and outfall ditches. This task includes capacity calculations, longitudinal grade adjustments, flow changes, additional adjustments for ditch convergences, selection of suitable channel lining, design of side drainpipes, and documentation. (Design of linear stormwater management facilities in separate task.) 6a.6 Design of Stormwater Management Facility (Offsite or Infield Pond) Design stormwater management facilities to meet requirements for stormwater quality treatment, attenuation and aesthetics. Develop proposed pond layout (contributing drainage basin, shape, contours, slopes, volumes, tie-ins, aesthetics, etc.), perform routing, pollutant/nutrient loading calculations, recovery calculations, design the outlet control structure and buoyancy calculations for pond liners when necessary. 6a.7 Design of Stormwater Management Facility (Roadside Treatment Swales and Linear Ponds) Design stormwater management facilities to meet requirements for stormwater quality treatment, attenuation and aesthetics. Develop proposed pond layout (contributing drainage basin, shape, contours, slopes, volumes, tie-ins, aesthetics, etc.), perform routing, pollutant/nutrient loading calculations, recovery calculations and design the outlet control structure. 6a.8 Design of Floodplain Compensation Determine floodplain encroachments, coordinate with regulatory agencies, and develop proposed compensation area layout (shape, contours, slopes, volumes, etc.). Document the design following the requirements of the regulatory agency. 6a.9 Design of Storm Drains Delineate contributing drainage areas, determine runoff, inlet locations, and spread. Calculate hydraulic losses Page 745 of 2218 (friction, utility conflict and, if necessary, minor losses). Determine design tailwater and, if necessary, outlet scour protection. 6a.10 Optional Culvert Material Determine acceptable options for pipe materials using the Culvert Service Life Estimator. 6a.11 French Drain Systems – N/A 6a.11a Existing French – N/A 6a.12 Drainage Wells – N/A 6a.13 Drainage Design Documentation Report Compile drainage design documentation into report format. Include documentation for all the drainage design tasks and associated meetings and decisions, except for stand-alone reports, such as the Pond Siting Analysis Report and Bridge Hydraulics Report. 6a.14 Bridge Hydraulic Report Calculate hydrology, hydraulics, deck drainage, scour, and appropriate counter measures. Prepare report and the information for the Bridge Hydraulics Recommendation Sheet. 6a.15 Temporary Drainage Analysis Evaluate and address drainage to adequately drain the road and maintain existing offsite drainage during all construction phases. Provide documentation. 6a.16 Cost Estimate Prepare cost estimates for the drainage components. 6a.17 Technical Special Provisions / Modified Special Provisions 6a.18 Hydroplaning Analysis – N/A 6a.19 Existing Permit Analysis Includes all data gathering including desktop analysis of local, state and federal Drainage permits. 6a.20 Other Drainage Analysis Includes all efforts for a drainage task not covered by an existing defined task. 6a.21 Noise Barrier Evaluation 6a.22 Field Reviews 6a.23 Technical Meetings Meetings with COUNTY staff, regulatory agencies, local governments such as meetings with District Drainage Engineer, the Water Management District, FDEP, etc. 6a.24 Environmental Look-Around Meetings Convene a meeting with COUNTY staff, regulatory agencies, local governments and other stakeholders to explore watershed wide stormwater needs and alternative permitting approaches. 6a.25 Quality Assurance/Quality Control 6a.26 Independent Peer Review 6a.27 Supervision 6a.28 Coordination 6b DRAINAGE PLANS The CONSULTANT shall prepare Drainage plan sheets, notes, and details. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 6b.1 Drainage Map 6b.2 Bridge Hydraulics Recommendation Sheets 6b.3 Summary of Drainage Structures 6b.4 Optional Pipe/Culvert Material 6b.5 Drainage Structure Sheet(s) (Per Structure) 6b.6 Miscellaneous Drainage Detail Sheets 6b.7 Lateral Ditch Plan/Profile 6b.8 Lateral Ditch Cross Sections 6b.9 Retention/Detention Pond Detail Sheet(s) 6b.10 Retention Pond Cross Sections 6b.11 Erosion Control Plan Sheet(s) 6b.12 SWPPP Sheet(s) Page 746 of 2218 6b.13 Quality Assurance/Quality Control 6b.14 Supervision 7 UTILITIES The CONSULTANT shall identify utility facilities and secure agreements, utility work schedules, and plans from the Utility Agency Owners (UAO) ensuring all conflicts that exist between utility facilities and the COUNTY’s construction project are addressed. Above and below ground existing public utility infrastructure is located within the project limits. The CONSULTANT shall provide all applicable services, including but not limited to, engineering, geotechnical, subsurface utility engineering, design, permitting, bidding, and post design construction services required to relocate or improve Collier County Water-Sewer District infrastructure. The CONSULTANT shall follow FDOT and COUNTY standards, policies, procedures and design criteria. COUNTY standards are located at: http://www.colliergov.net/your- government/divisions-s-z/water/utilities-standards-manual 7.1 Utility Kickoff Meeting Before any contact with the UAO(s), the CONSULTANT shall meet with the District Utility Office (DUO) to receive guidance, as may be required, to assure that all necessary coordination will be accomplished in accordance with COUNTY procedures. CONSULTANT shall bring a copy of the design project work schedule reflecting utility activities. 7.2 Identify Existing Utility Agency Owner(s) The CONSULTANT shall identify all utilities within and adjacent to the project limits that may be impacted by the project. 7.3 Make Utility Contacts First Contact: The CONSULTANT shall send letters and two sets of plans to each utility, one set for the utility office, and one set to the COUNTY Offices as required by the District. Includes contact by phone for meeting coordination. Request type, size, location, easements, and cost for relocation if reimbursement is claimed. Request the voltage level for power lines in the project area. Send UAO requests for reimbursement to FDOT for a legal opinion. Include the meeting schedule (if applicable) and the design schedule. Include typical meeting agenda. If scheduling a meeting, give 4 weeks advance notice. Second Contact: At a minimum of 4 weeks prior to the meeting, the CONSULTANT shall transmit two complete sets of Phase II plans and the utility conflict information (when applicable and in the format requested by the COUNTY) to each UAO having facilities located within the project limits, and one set to the COUNTY Offices as required by the District. Third Contact: Identify agreements and assemble packages. The CONSULTANT shall send agreements, letters, the utility conflict information (when applicable and in the format requested by the COUNTY) and two sets of plans to the UAO(s) including all component sets, one set for the utility office, one set to construction and maintenance if required. Include the design schedule. Not all projects will have all contacts as described above. The CONSULTANT shall be responsible for transmitting/coordinating the appropriate design reports, including, but not limited to, the Preliminary Engineering Report and the Project Scope, to each UAO to identify any condition that may require a Utility Exception. The CONSULTANT shall identify and communicate to the UAO any facilities in conflict with their location or project schedule. The CONSULTANT shall assist with the processing of design exceptions involving Utilities with the UAO and the COUNTY as required by the Utility Accommodation Manual (UAM). 7.4 Exception Processing The CONSULTANT shall be responsible for transmitting/coordinating the appropriate design reports including, but not limited to, the Resurfacing, Restoration and Rehabilitation (RRR) report, Preliminary Engineering Report, Project Scope and/or the Concept Report (if applicable) to each UAO to identify any condition that may require a Utility Exception. The CONSULTANT shall identify and communicate to the UAO any facilities in conflict with their location or project schedule. The CONSULTANT shall assist with the processing of design exceptions involving Utilities with the UAO and the COUNTY. Assist with processing per the UAM. 7.5 Preliminary Utility Meeting The CONSULTANT shall schedule (time and place), notify participants, and conduct a preliminary utility meeting with all UAO(s) having facilities located within the project limits for the purpose of presenting the project, review the current design schedule, evaluate the utility information collected, provide follow-up information on compensable property rights from the FDOT Legal Office, discuss the utility work by highway contractor option with each utility, and discuss any future design issues that may impact utilities. This is also an opportunity for the UAO(s) to present proposed facilities. The CONSULTANT shall keep accurate minutes and distribute a copy to all attendees. Page 747 of 2218 7.6 Individual/Field Meetings The CONSULTANT shall meet with each UAO as necessary, separately or together, throughout the project design duration to provide guidance in the interpretation of plans, review changes to the plans and schedules, standard or selective clearing and grubbing work, and assist in the development of the UAO(s) plans and work schedules. The CONSULTANT is responsible for motivating the UAO to complete and return the necessary documents after each Utility Contact or Meeting 7.7 Collect and Review Plans and Data from UAO(s) The CONSULTANT shall review utility marked plans and data individually as they are received for content. Ensure information from the UAO (utility type, material and size) is sent to the designer for inclusion in the plans. Forward all requests for utility reimbursement and supporting documentation to the COUNTY. 7.8 Subordination of Easements Coordination – N/A. 7.9 Utility Design Meeting The CONSULTANT shall schedule (time and place), notify participants, and conduct a Utility meeting with all affected UAO(s). The CONSULTANT shall be prepared to discuss impacts to existing trees/vegetation and proposed landscape, drainage, traffic signalization, temporary traffic control plans (TTCP) (construction phasing), review the current design schedule and letting date, evaluate the utility information collected, provide follow-up information on compensable property rights from FDOT Legal Office, discuss with each UAO the utility work by highway contractor option, discuss any future design issues that may impact utilities, etc., to the extent that they may have an effect on existing or proposed utility facilities with particular emphasis on drainage and TTCP with each UAO. The intent of this meeting shall be to assist the UAOs in identifying and resolving conflicts between utilities and proposed construction before completion of the plans, including utility adjustment details. Also, to work with the UAOs to recommend potential resolution between known utility conflicts with proposed construction plans as may be deemed practical by the UAO. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees within 3 days. See Task 4.5 (Horizontal/Vertical Master Design File) and Task 4.9 (Cross Section Design Files) for utility conflict location identification and adjustments. 7.10 Review Utility Markups & Work Schedules and Processing of Schedules & Agreements The CONSULTANT shall review utility marked up plans and work schedules as they are received for content and coordinate review with the designer. Send color markups and schedules to the appropriate COUNTY office(s) such as survey, geotechnical, drainage, structures, lighting, roadway, signals, utilities, landscape architecture, municipalities, maintaining agency, and District Traffic Operations for review and comment if required by the District. Coordinate with the District for execution. Distribute Executed Final Documents. Prepare Work Order for UAO(s). The CONSULTANT shall coordinate with the COUNTY PUD the programming of necessary Work Program funds. 7.11 Utility Coordination/Follow-up The CONSULTANT shall provide utility coordination and follow up. This includes follow-up, interpreting plans, and assisting the UAOs with completion of their work schedules and agreements. Includes phone calls, face-to-face meetings, etc., to motivate and ensure the UAO(s) complete and return the required documents in accordance with the project schedule. Ensure the resolution of all known conflicts. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees. This task can be applied to all phases of the project 7.12 Utility Constructability Review The CONSULTANT shall review utility schedules against construction contract time, and phasing for compatibility. Coordinate with and obtain written concurrence from the construction office. See Task 4.5 (Horizontal/Vertical Master Design File) and Task 4.9 (Cross Section Design Files) for utility conflict identification and adjustments. 7.13 Additional Utility Services The CONSULTANT shall provide additional utility services. The CONSULTANT shall, via soft-dig, potholing, or other non-destructive method, physically obtain the horizontal and vertical location, size, type, material, and condition, of all underground utilities within and surrounding all proposed foundations for signal poles, light poles, retaining walls, piles, culverts, or other critical locations where foundation construction is proposed, or as directed by the COUNTY’S Construction Project Manager. 7.14 Processing Utility Work by Highway Contractor (UWHC) Page 748 of 2218 This includes coordination of utility design effort between the COUNTY and the UAO(s). The CONSULTANT shall conduct additional coordination meetings, prepare and process the agreements, review tabulation of quantities, perform UWHC constructability and biddability review, review pay items, cost estimates and Technical Special Provisions (TSP) or Modified Special Provision (MSP) prepared by the UAO. This does not include utility the utility design effort. This item is not usually included in the scope at the time of negotiation. 7.15 Contract Plans to UAO(s) If requested by the District, the CONSULTANT shall transmit the contract plans as processed for letting to the UAO(s). Transmittals to UAO(s) may be by certified mail, return receipt requested. 7.16 Certification/Close-Out This includes hours for transmitting utility files to the COUNTY and preparation of the Utility Certification Letter. The CONSULTANT shall certify to the COUNTY Project Manager the following: All utility negotiations (Full execution of each agreement, approved Utility Work Schedules, Technical Special Provisions or Modified Special Provisions written, etc.) have been completed with arrangements made for utility work to be undertaken and completed as required for proper coordination with the physical construction schedule. OR An on-site inspection was made, and no utility work will be involved. OR Plans were sent to the Utility Companies/Agencies and no utility work is required. OR A No Response letter on COUNTY letter, delivered to the UAO via certified mail, return receipt requested, documenting all failed attempts to obtain RGBs, UWS or No Conflict letter from any non-responsive UAO. 7.17 Other Utilities This scope item is considered an Additional/Optional Service if requested by the COUNTY. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the COUNTY, scope and fee will be negotiated at the time and will be implemented via Change Order or Contract Amendment. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 8 ENVIRONMENTAL PERMITS AND ENVIRONMENTAL CLEARANCES The CONSULTANT shall notify the COUNTY Project Manager, Environmental Permit Coordinator, and other appropriate COUNTY personnel in advance of all scheduled meetings with the regulatory agencies to allow a COUNTY representative to attend. The CONSULTANT shall copy in the Project Manager and the Environmental Permit Coordinator on all permit related correspondence and meetings. The CONSULTANT shall use current regulatory guidelines and policies for all permits required as identified in Section 2.4. 8.1 Preliminary Project Research The CONSULTANT shall perform preliminary project research and shall be responsible for regulatory agency coordination to assure that design efforts are properly directed toward permit requirements. The research shall include but should not be limited to a review of the project’s PD&E documents including the Environmental Document, Natural Resources Evaluation Report, and Cultural Resources Assessment Survey Report. The CONSULTANT shall research any existing easements or other restrictions that may exist both within and adjacent to the proposed project boundary. Project research may include but should not be limited to review of available: federal, state, and local permit files and databases; and local government information including COUNTY and property appraiser data. The CONSULTANT shall determine if any Sovereign Submerged Lands easements need to be modified or acquired. Any applicable information will be shown on the plans as appropriate. 8.2 Field Work Page 749 of 2218 8.2.1 Pond Site Alternatives: - N/A 8.2.2 Establish Wetland Jurisdictional Lines and Assessments: The CONSULTANT shall be responsible for, but not limited to, the following activities: o Determine landward extent of wetlands and other surface waters as detailed in Rule Chapter 62-340, F.A.C., as ratified in Section 373.4211, F.S..; United States Army Corps of Engineers (USACE) Wetland Delineation Manual (Technical Report Y-87-1); Regional Supplement to the Corps of Engineers Wetland Delineation Manual: Atlantic and Gulf Coastal Plain Region (ERD/EL TR-10-20). o Collect all data and information necessary to determine the jurisdictional boundaries of wetlands and other surface waters as defined by the rules or regulations of each permitting agency processing a COUNTY permit application for the project. o Set seasonal high-water levels in adjacent wetlands with biological indicators o Obtain a jurisdictional determination as defined by the rules or regulations of each permitting agency processing a COUNTY permit application for the project. o Prepare aerial maps showing the jurisdictional boundaries of wetlands and other surface waters. Aerial maps shall be reproducible, of a scale of 1” = 400’ or more detailed and be recent photography. The maps shall show the jurisdictional boundaries of each agency. Photocopies of aerials are not acceptable. When necessary, a wetland specific survey will be prepared by a registered surveyor and mapper. All surveyed jurisdictional boundaries are to be tied to the project’s baseline of survey. o Prepare a written assessment of the current condition and functional value of the wetlands and other surface waters. Prepare data in tabular form which includes the ID number for each wetland (and other surface water, if necessary) impacted, size of wetland to be impacted, type of impact, and identify any wetland (by ID number and size) within the project limits that will not be impacted by the project. o Prepare appropriate agency forms to obtain required permits. Forms may include but are not limited to the USACE “Wetland Determination Data Form – Atlantic and Gulf Coastal Plain Region”; the USACE “Approved Jurisdictional Determination Form”; Uniform Mitigation Assessment Method forms and/or project specific data forms. 8.2.3 Species Surveys: The CONSULTANT shall conduct wildlife surveys as defined by rules or regulations of any permitting agency or commenting agency that is processing a COUNTY permit. The CONSULTANT shall conduct a field review of the project site and document existing conditions with regard to habitats and potential presence of listed species. CONSULTANT will prepare the required supplemental environmental technical memorandum necessary to facilitate FDOT review and support for a Type 1, Categorical Exclusion to meet National Environmental Policy Act (NEPA) compliance. CONSULTANT will prepare the required documentation to support the Type 1 CE and will submit the required information for the Type 1 CE checklist to the COUNTY and FDOT to achieve the required Environmental Certification required for the LAP Agreement. The above scope and corresponding fees include consultation with the Florida Fish and Wildlife Conservation Commission (FWC) and the U.S. Fish and Wildlife Service (FWS). The CONSULTANT is to coordinate with the SFWMD and any other regulatory agencies having jurisdiction to assure that design efforts are properly directed toward permit requirements. The CONSULTANT will prepare a complete permit package necessary to construct the project, including site and system design information required by and acceptable to the District and all other regulatory agencies. The CONSULTANT will professionally endorse the permit package(s) for District permitting and any regulatory agency exercising jurisdiction with FDOT as co-applicant. The CONSULTANT is responsible for permit package submittal, agency coordination and for all the information necessary to secure permits from these regulatory agencies. 8.3 Agency Verification of Wetland Data The CONSULTANT shall be responsible for verification of wetland and other surface water data identified in Section 8.2 and coordinating regulatory agency field reviews, including finalization of assessments and jurisdictional determinations with applicable agencies. 8.4 Complete and Submit All Required Permit Applications Page 750 of 2218 The CONSULTANT shall collect all the data and information necessary to prepare the permit applications and obtain the environmental permits required to construct the project as identified in the Project Description and as described in 8.4.1, 8.4.2, and 8.12 (Other Permits). The CONSULTANT shall prepare each permit application in accordance with the rules and/or regulations of the regulatory agency responsible for issuing a specific permit and/or authorization to perform work. The permit application packages must be approved by the COUNTY and FDOT prior to submittal to regulatory agencies. The CONSULTANT will submit all permit applications, as directed by the COUNTY. The COUNTY will be responsible for payment of all permit fees. 8.4.1 Complete and Submit all Required Wetland Permit Applications: The CONSULTANT shall prepare, complete, and submit required wetland permit (i.e., ERP, Section 404) application packages to the appropriate regulatory agencies. This includes, but is not limited to, applications submitted to WMDs and/or DEP. The application package may include but is not limited to attachments (i.e., project location map, aerials, affidavit of ownership, pictures, additional technical analysis, etc.), a cover letter with project description as well as completion of applicable agency forms. The CONSULTANT shall prepare and respond to agency Requests for Additional Information (RAIs), including necessary revisions to the application package. All responses and completed application packages must be approved by the COUNTY prior to submittal to the regulatory agencies. Geotechnical permitting should also be prepared, submitted, and obtained. 8.4.2 Complete and Submit all Required Species Permit Applications: The CONSULTANT shall prepare, complete and submit required species permit applications to the appropriate agencies. This includes federal and state protected species permit application packages as required. The work includes completion of application package (i.e., project location map, aerials, affidavit of ownership, pictures, additional technical analysis, etc.), and cover letter with project description as well as completion of applicable forms. The CONSULTANT shall respond to agency RAIs, including necessary revisions to the application package. All responses and completed applications must be approved by the COUNTY prior to submittal to the regulatory agency. 8.5 Coordinate and Review Dredge and Fill Sketches The CONSULTANT shall review Dredge and Fill Detail sheets to ensure information on the sketch(es) meet the requirements of the regulatory agencies and are appropriate for environmental permit application submittal and acquisition. The CONSULTANT will also provide environmental data/information as needed to support the preparation of the Dredge and Fill sketches. 8.6 Prepare USCG Permit Application – N/A 8.7 Prepare Water Management District or Local Water Control District Right of Way Occupancy Permit Application The CONSULTANT shall be responsible for preparing the ROW Occupancy permit application in accordance with the regulatory agency requirements. 8.8 Prepare Coastal Construction Control Line (CCCL) Permit Application – N/A 8.9 Prepare USACE Section 408 Application to Alter a Civil Works Project – N/A 8.10 Compensatory Mitigation Plan Prior to the development of mitigation alternatives, the CONSULTANT shall meet with the Project Manager to determine the COUNTY’s policies in proposing mitigation. The CONSULTANT will be directed by the COUNTY to investigate the mitigation options that meet federal and state requirements in accordance with section 373.4137, F.S. Below are the only mitigation options: o Purchase of mitigation credits from a mitigation bank 8.11 Mitigation Coordination and Meetings The CONSULTANT shall coordinate with COUNTY personnel prior to approaching any environmental permitting or commenting agencies. Once a mitigation plan has been reviewed and approved by the COUNTY, the CONSULTANT will be responsible for coordinating the proposed mitigation plan with the environmental agencies. The CONSULTANT will provide mitigation information needed to update the COUNTY Project Manager. 8.12 Other Environmental Permits Page 751 of 2218 Environmental Clearances, and Technical Support scope items are considered Additional/Optional Service if requested by the COUNTY. Fees for these items are not included in the negotiated contract fees. If these items are determined necessary and are requested by the COUNTY, scope and fee will be negotiated at that time and will be implemented via Change Order. When applicable, the staff hourly rates established in the contract shall be utilized for fee determination. 8.13 Technical Support to the COUNTY for Environmental Clearances and Re-evaluations The CONSULTANT shall provide engineering and environmental support for the COUNTY to obtain environmental clearances for all changes to the project after the PD&E study was approved. These changes include but are not limited to pond and/or mitigation sites identified, land use or environmental changes, and major design changes. 8.13.1 NEPA or SEIR Re-evaluation Before developing the final design plans, the CONSULTANT shall be responsible for coordinating with the FDOT to provide the necessary engineering information required to prepare the re-evaluation by the FDOT. The preparation of environmental re-evaluations includes those as listed in Part 1, Chapter 13 of the FDOT PD&E Manual: Right of Way, Design Change, and Construction Advertisement. The CONSULTANT shall provide information to update the Project Commitment Record for incorporation into the re-evaluation. It is the responsibility of the CONSULTANT to provide the engineering information on major design changes including changes in typical section, roadway alignment, pond site selection, right of way requirements, drainage, and traffic volumes that may affect noise models. 8.13.2 Archaeological and Historical Resources The CONSULTANT shall provide necessary technical information to analyze the impacts to all cultural and historical resources due to changes in the project in accordance with Part 2, Chapter 8 of the PD&E Manual. 8.13.3 Wetland Impact Analysis The CONSULTANT shall provide necessary technical information to analyze the impacts to wetlands and other surface waters in accordance with Part 2, Chapter 9 of the PD&E Manual due to changes in the project. 8.13.4 Essential Fish Habitat Impact Analysis The CONSULTANT shall provide necessary technical information to analyze the impacts to essential fish habitat in accordance Part 2, Chapter 17 of the PD&E Manual due to changes in the project. 8.13.5 Protected Species and Habitat Impact Analysis The CONSULTANT shall provide necessary technical information to analyze the impacts to all protected species and habitat in accordance with Part 2, Chapter 16 of the PD&E Manual due to changes in the project. The CONSULTANT shall perform the necessary analysis to complete agency consultation in accordance with Section 7 or Section 10 of the Endangered Species Act. 8.14 Preparation of Environmental Clearances and Re-evaluations. The CONSULTANT shall prepare reports and clearances for all the changes to the project that occurred after the PD&E study was approved. These changes could include but are not limited to pond and/or mitigation sites identified, land use or environmental changes, and major design changes. 8.14.1 NEPA or SEIR Re-evaluation During the development of the final design plans, the CONSULTANT shall be responsible for collecting the data and preparing technical documents for the FDOT to perform the re-evaluation in accordance with Part 1, Chapter 13 of the PD&E Manual. 8.14.2 Archaeological and Historical Resources The CONSULTANT shall collect data necessary to completely analyze the impacts, due to changes in the project or project area, to all cultural and historic resources, and prepare a Cultural Resource Assessment Survey Report, in accordance with Part 2, Chapter 8 of the PD&E Manual. 8.14.3 Wetland Impact Analysis Page 752 of 2218 The CONSULTANT shall analyze the impacts to wetlands due to changes to the project and complete the wetlands section of a Natural Resources Evaluation Report, in accordance with Part 2, Chapter 9 of the PD&E Manual. 8.14.4 Essential Fish Habitat Impact Analysis The CONSULTANT shall analyze the impacts to essential fish habitat due to changes to the project and complete the Essential Fish Habitat section of a Natural Resources Evaluation Report, in accordance with Part 2, Chapter 17 of the PD&E Manual. 8.14.5 Protected Species and Habitat Impact Analysis The CONSULTANT shall collect data necessary to prepare the protected species and habitat section of the Natural Resources Evaluation Report and analyze the impacts to protected species and habitat by the changes to the project, in accordance with Part 2, Chapter 16 of the PD&E Manual. The CONSULTANT shall perform the necessary analysis to complete agency consultation in accordance with Section 7 or Section 10 of the Endangered Species Act. 8.15 Contamination Impact Analysis, N/A (see PD&E Study) The CONSULTANT shall prepare Contamination Screening Evaluation for the project limits including stormwater ponds and floodplain compensation sites as described in Part 2, Chapter 20, of the PD&E Manual. The appropriate level of analysis and deliverable type will be approved by the COUNTY’s Project Manager and District Contamination Impact Coordinator. The draft Level 1 Contamination Screening Evaluation document shall be submitted to the COUNTY’s Project Manager for review and final approval. The CONSULTANT shall include an evaluation of any new contamination impacts due to changes to the project from the PD&E design concept, if applicable, and any new discharges or new potential contamination impacts not evaluated in any previously completed Contamination Screening Evaluation. The project impacts, conclusions and recommendations, figures, tables and appendices will be provided in a Level I Contamination Screening Evaluation Report. The CONSULTANT shall provide Level II assessment services. If contamination is identified within the limits of construction, the CONSULTANT shall coordinate with the COUNTY Project Manager to properly mark identified contamination areas in the plans and develop specifications as appropriate. 8.16 Asbestos Survey - N/A 8.17 Technical Meetings 8.18 Quality Assurance/Quality Control 8.19 Supervision 8.20 Coordination 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS The CONSULTANT shall analyze, design, and develop contract documents for all structures in accordance with applicable provisions as defined in Section 2.19, Provisions for Work. Individual tasks identified in Sections 9 through 18 are defined in the Staff Hour Estimation Handbook and within the provision defined in Section 2. 20, Provisions for Work. Contract documents shall display economical solutions for the given conditions. The CONSULTANT shall provide Design Documentation to the COUNTY with each submittal consisting of structural design calculations and other supporting documentation developed during the development of the plans. The design calculations submitted shall adequately address the complete design of all structural elements. These calculations shall be neatly and logically presented on digital media or, at the COUNTY’s request, on 8 ½”x11” paper and all sheets shall be numbered. The final design calculations shall be signed and sealed by a Florida-licensed professional engineer. A cover sheet indexing the contents of the calculations shall be included and the engineer shall sign and seal that sheet. All computer programs and parameters used in the design calculations shall include sufficient backup information to facilitate the review task. 9.1 Key Sheet and Index of Drawings 9.2 Project Layout 9.3 General Notes and Bid Item Notes 9.4 Miscellaneous Common Details 9.5 Incorporate Report of Core Borings 9.6 Standard Plans- Bridges 9.7 Existing Bridge Plans 9.8 Assemble Plan Summary Boxes and Quantities 9.9 Cost Estimate 9.10 Technical Special Provisions and Modified Special Provisions 9.11 Field Reviews Page 753 of 2218 9.12 Technical Meetings 9.13 Quality Assurance/Quality Control 9.14 Independent Peer Review 9.15 Supervision 9.16 Coordination 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT The CONSULTANT shall prepare a Bridge Type Study (Not a full BDR). The Bridge Type Study shall be submitted as part of Phase I (30% Plans) Submittal, General Requirements. General Requirements: 10.1 Bridge Geometry 10.2 Ship Impact Data Collection – N/A 10.3 Ship Impact Criteria – N/A 10.4 Superstructure Alternatives 10.5 Short-Span Concrete 10.6 Medium-Span Concrete 10.7 Long Span Concrete – N/A 10.8 Structural Steel – N/A 10.9 Foundation and Substructure Alternatives 10.10 Pier/Bent 10.11 Shallow Foundations / Geosynthetic Reinforced Soil (GRS) Abutments – N/A 10.12 Deep Foundations 10.13 Movable Span – N/A 10.14 Data Collection and Design Criteria 10.15 Movable Span Geometrics and Clearances – N/A 10.16 Deck System Evaluation 10.17 Framing Plan Development 10.18 Main Girder Preliminary Design 10.19 Conceptual Span Balance/Counterweight-N/A 10.20 Support System Development 10.21 Drive Power Calculations-N/A 10.22 Drive System Development-N/A 10.23 Power and Control Development-N/A 10.24 Conceptual Pier Design 10.25 Foundation Analysis (FL PIER) 10.26 Tender Visibility Study 10.27 Other Bridge Type Study Issues 10.28 Aesthetics – N/A 10.29 TTCP/Staged Construction Requirements 10.30 Constructability Requirements 10.31 Load Rating for Damaged/Widened Structures – N/A 10.32 Quantity and Cost Estimates 10.33 Quantity and Cost Estimates - Movable Span – N/A 10.34 Wall Type Justification 10.35 Report Preparation 10.36 Exhibits 10.37 Exhibits - Movable Span – N/A 10.38 Report Preparation - Movable Span – N/A 10.39 Bridge Type Study Submittal Package Preliminary Plans (To be included as an appendix to the Bridge Type Study) 1. General Notes Sheets 2. Plan and Elevation Sheets 3. Construction Staging 4. Bridge Hydraulics Recommendation Sheets 5. Superstructure Typical Section Sheets 6. Framing Plan – N/A 7. Substructure Section Sheets 8. Report of Core Borings 9. Preliminary Foundation Layouts Page 754 of 2218 10. Wall Layout Sheets 11.Existing Bridge Plans – N/A Preliminary Geotechnical investigations Report shall be included as part of the Bridge Type Study preparation. 11 STRUCTURES - TEMPORARY BRIDGE- N/A 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE The CONSULTANT shall prepare plans for Short Span Concrete Bridge(s) at the location(s) specified in Section 2.5. General Layout Design and Plans: 12.1 Overall Bridge Final Geometry 12.2 Expansion/Contraction Analysis 12.3 General Plan and Elevation 12.4 Construction Staging 12.5 Approach Slab Plan and Details 12.6 Miscellaneous Details 12.7 End Bent Design and Plans 12.8 End Bent Geometry 12.9 End Bent Structural Design 12.10 End Bent Plan and Elevation 12.11 End Bent Details 12.12 Intermediate Bent Design and Plans 12.13 Bent Geometry 12.14 Bent Stability Analysis 12.15 Bent Structural Design 12.16 Bent Plan and Elevation 12.17 Bent Details 12.18 Miscellaneous Substructure Design and Plans 12.19 Foundation Layout 12.20 Superstructure Design and Plans 12.21 Finish Grade Elevation Calculation 12.22 Finish Grade Elevations 12.23 Cast-In-Place Slab Bridges 12.24 Bridge Deck Design 12.25 Superstructure Plan 12.26 Superstructure Sections and Details 12.27 Prestressed Slab Unit Bridges 12.28 Prestressed Slab Unit Design 12.29 Prestressed Slab Unit Layout 12.30 Prestressed Slab Unit Details and Schedule 12.31 Deck Topping Reinforcing Layout 12.32 Superstructure Sections and Details 12.33 Reinforcing Bar Lists 12.34 Preparation of Reinforcing Bar List 12.35 Load Rating 12.36 Load Rating 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE The CONSULTANT shall prepare plans for Medium Span Concrete Bridge(s) at the location(s) specified in Section 2.5. 13.1 General Layout Design and Plans 13.2 Overall Bridge Final Geometry 13.3 Expansion/Contraction Analysis 13.4 General Plan and Elevation 13.5 Construction Staging 13.6 Approach Slab Plan and Details 13.7 Miscellaneous Details 13.8 End Bent Design and Plans 13.9 End Bent Geometry 13.10 Wingwall Design and Geometry 13.11 End Bent Structural Design Page 755 of 2218 13.12 End Bent Plan and Elevation 13.13 End Bent Details 13.14 Intermediate Bent Design and Plans 13.15 Bent Geometry 13.16 Bent Stability Analysis 13.17 Bent Structural Design 13.18 Bent Plan and Elevation 13.19 Bent Details 13.20 Pier Design and Plans 13.21 Pier Geometry 13.22 Pier Stability Analysis 13.23 Pier Structural Design 13.24 Pier Plan and Elevation 13.25 Pier Details 13.26 Miscellaneous Substructure Design and Plans 13.27 Foundation Layout 13.28 Superstructure Deck Design and Plans 13.29 Finish Grade Elevation (FGE) Calculation 13.30 Finish Grade Elevations 13.31 Bridge Deck Design 13.32 Bridge Deck Reinforcing and Concrete Quantities 13.33 Diaphragm Design 13.34 Superstructure Plan 13.35 Superstructure Section 13.36 Miscellaneous Superstructure Details 13.37 Reinforcing Bar Lists 13.38 Preparation of Reinforcing Bar List 13.39 Continuous Concrete Girder Design 13.40 Section Properties 13.41 Material Properties 13.42 Construction Sequence 13.43 Tendon Layouts 13.44 Live Load Analysis 13.45 Temperature Gradient 13.46 Time Dependent Analysis 13.47 Stress Summary 13.48 Ultimate Moments 13.49 Ultimate Shear 13.50 Construction Loading 13.51 Framing Plan 13.52 Girder Elevation, including Grouting Plan and Vent Locations 13.53 Girder Details 13.54 Erection Sequence 13.56 Splice Details 13.57 Girder Deflections and Camber 13.58 Simple Span Concrete Design 13.59 Prestressed Beam 13.60 Prestressed Beam Schedules 13.61 Framing Plan 13.62 Beam Stability 13.63 Beam/Girder Stability 13.64 Bearing 13.65 Bearing Pad and Bearing Plate Design 13.66 Bearing Pad and Bearing Plate Details 13.67 Load Rating 13.68 Load Ratings 14 STRUCTURES - STRUCTURAL STEEL BRIDGE – NA 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE- N/A 16 STRUCTURES - MOVABLE SPAN- N/A 17 STRUCTURES - RETAINING WALLS – OPTIONAL SERVICES Page 756 of 2218 The CONSULTANT shall prepare plans for Retaining Wall(s) as specified in Section 2.5. General Requirements: Key Sheet Horizontal Wall Geometry Permanent Proprietary Walls: N/A Vertical Wall Geometry Semi-Standard Drawings Wall Plan and Elevations (Control Drawings) Details Temporary Proprietary Walls: N/A Vertical Wall Geometry Semi-Standard Drawings Wall Plan and Elevations (Control Drawings) Details Cast-In-Place Retaining Walls: Design Vertical Wall Geometry General Notes Wall Plan and Elevations (Control Drawings) Sections and Details Reinforcing Bar List Other Retaining Walls and Bulkheads: N/A Design Vertical Wall Geometry General Notes, Tables and Miscellaneous Details Wall Plan and Elevations Details 18 STRUCTURES – MISCELLANEOUS The CONSULTANT shall prepare plans for Miscellaneous Structure(s) as specified in Section 2.5. Concrete Box Culverts – N/A 18.1 Concrete Box Culverts – N/A 18.2 Concrete Box Culverts Extensions – N/A 18.3 Concrete Box Culvert Data Table Plan Sheets – N/A 18.4 Concrete Box Culvert Special Details Plan Sheets – N/A 18.5 Steel Strain Poles – N/A 18.6 Concrete Strain Poles – N/A 18.7 Strain Pole Data Table Plan Sheets – N/A 18.8 Strain Pole Special Details Plan Sheets – N/A 18.9 Mast Arms 18.10 Mast Arms Data Table Plan Sheets 18.11 Mast Arms Special Details Plan Sheets 18.12 Cantilever Sign Structures – N/A 18.13 Overhead Span Sign Structures – N/A 18.14 Special (Long Span) Overhead Sign Structures – N/A 18.15 Monotube Overhead Sign Structure – N/A 18.16 Bridge Mounted Signs (Attached to Superstructure) – N/A 18.17 Overhead/Cantilever Sign Structures Data Table Plan Sheets – N/A 18.18 Overhead/Cantilever Sign Structures Special Details Plan Sheets – N/A 18.19 Non-Standard High Mast Lighting Structures – N/A 18.20 High Mast Lighting Special Details Plan Sheets – N/A Noise Barrier Walls (Ground Mount) – N/A 18.21 Horizontal Wall Geometry – N/A 18.22 Vertical Wall Geometry – N/A 18.23 Summary of Quantities – Aesthetic Requirements – N/A 18.24 Control Drawings – N/A 18.25 Design of Noise Barrier Walls Covered by Standards – N/A 18.26 Design of Noise Barrier Walls not Covered by Standards – N/A 18.27 Aesthetic Details – N/A Special Structures – N/A 18.28 Fender System – N/A 18.29 Fender System Access – N/A 18.30 Special Structures – Spread Footer Lighting Foundations – N/A 18.31 Other Structures – N/A 18.32 Condition Evaluation of Signal and Sign Structures, and High Mast Light Poles – N/A 18.33 Condition Evaluation of Signal and Sign Structures, and High Mast Light Poles (No As built or Design Plans Available) – N/A 18.34 Analytical Evaluation of Signal and Sign Structures, and High Mast Light Poles - N/A 18.35 Ancillary Structures Report - N/A Page 757 of 2218 19 SIGNING AND PAVEMENT MARKING ANALYSIS The CONSULTANT shall analyze and document Signing and Pavement Markings Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 19.1 Traffic Data Analysis The CONSULTANT shall review the approved preliminary engineering report, typical section package, traffic technical memorandum and proposed geometric design alignment to identify proposed sign placements and roadway markings. Perform queue analysis. 19.2 No Passing Zone Study – N/A The CONSULTANT shall perform all effort required for field data collection, and investigation in accordance with the COUNTY’s Manual on Uniform Traffic Studies. The CONSULTANT shall submit the signed and sealed report to the COUNTY for review and approval. 19.3 Reference and Master Design File The CONSULTANT shall prepare the Signing & Marking Design file to include all necessary design elements and all associated reference files. 19.4 Multi-Post Sign Support Calculations The CONSULTANT shall determine the appropriate column size from the COUNTY’s Multi-Post Sign Program(s). 19.5 Sign Panel Design Analysis Establish sign layout, letter size and series for non-standard signs. 19.6 Sign Lighting/Electrical Calculations-N/A. 19.7 Quantities 19.8 Cost Estimate 19.9 Technical Special Provisions and Modified Special Provisions 19.10 Other Signing and Pavement Marking Analysis 19.11 Field Reviews 19.12 Technical Meetings 19.13 Quality Assurance/Quality Control 19.14 Independent Peer Review 19.15 Supervision 19.16 Coordination 20 SIGNING AND PAVEMENT MARKING PLANS The CONSULTANT shall prepare a set of Signing and Pavement Marking Plans in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums that includes the following. 20.1 Key Sheet 20.2 Summary of Pay Items 20.3 Tabulation of Quantities 20.4 General Notes/Pay Item Notes 20.5 Project Layout 20.6 Plan Sheet 20.7 Typical Details 20.8 Guide Sign Work Sheet(s) – includes advance street name signs on all approaches to the intersection. 20.9 Traffic Monitoring Site as required 20.10 Cross Sections (N/A) 20.11 Special Service Point Details as required (N/A) 20.12 Special Details 20.13 Interim Standards (N/A) 20.14 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of traffic design Page 758 of 2218 drawings, specifications and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all design drawings, specifications and other services prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan may be one utilized by the CONSULTANT as part of their normal operation, or it may be one specifically designed for this project. 21 SIGNALIZATION ANALYSIS The CONSULTANT shall analyze and document Signalization Analysis Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 21.1 Traffic Data Collection – as required The CONSULTANT shall perform all effort required for traffic data collection, including crash reports, 24 hr. machine counts, 8 hr. turning movement counts, 7-day machine counts, and speed & delay studies. 21.2 Traffic Data Analysis The CONSULTANT shall determine signal operation plan, intersection geometry, local signal timings, pre-emption phasing & timings, forecasting traffic, and intersection analysis run. 21.3 Signal Warrant Study 21.4 Systems Timings (N/A) County Traffic Section will perform the signal timing determination. 21.5 Reference and Master Signalization Design File The CONSULTANT shall prepare the Signalization Design file to include all necessary design elements and all associated reference files. 21.6 Reference and Master Interconnect Communication Design File The CONSULTANT shall prepare the Interconnect Communication Design file to include all necessary design elements and all associated reference files. 21.7 Overhead illuminated Street Name Sign Design The CONSULTANT shall design Signal Mounted Overhead Street Name signs. 21.8 Pole Elevation Analysis 21.9 Traffic Signal Operation Report – N/A 21.10 Quantities 21.11 Cost Estimate 21.12 Technical Special Provisions and Modified Special Provisions The CONSULTANT shall meet the latest version of the Collier COUNTY Signalization Technical Special Provisions. 21.13 Other Signalization Analysis The CONSULTANT is required to incorporate into the project the following elements: Closed Circuit Television (CCTV) Cameras (as necessary) – the specification for these devices can be found on Collier COUNTY’s website at http://www.colliergov.net/your-government/divisions-s-z/traffic-operations/traffic-technical- special-provisions Vehicle Detection (Inductive loops); web address for these specifications is above. Queue Analysis – Determine auxiliary lanes capacity Any additional Technical Special Provisions (must be approved by Traffic Operations Engineers) 21.14 Field Reviews Page 759 of 2218 The CONSULTANT shall collect information from the maintaining agencies and conduct a field review. The review should include, but is not limited to, the following: Controller Make, Model, Capabilities and Condition/Age Condition of Signal Structure(s) Type of Detection as Compared with Current District Standards Interconnect Media Controller Timing Data 21.15 Technical Meetings 21.16 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of traffic design drawings, specifications and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all design drawings, specifications and other services prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan may be one utilized by the CONSULTANT as part of their normal operation, or it may be one specifically designed for this project. 21.17 Independent Peer Review 21.18 Supervision 21.19 Coordination 22 SIGNALIZATION PLANS The CONSULTANT shall prepare a set of Signalization Plans in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. Key Sheet Summary of Pay Items Including Designer Interface Quantity Input Tabulation of Quantities General Notes/Pay Item Notes Plan Sheet Interconnect Plans Traffic Monitoring Site – as required Guide Sign Worksheet Special Details Special Service Point Details – as required Mast Arm/Monotube Tabulation Sheet Strain Pole Schedule – N/A TTCP Signal (Temporary) Temporary Detection Sheet Utility Conflict Sheet Interim Standards Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of traffic design drawings, specifications and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all design drawings, specifications and other services prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan may be one utilized by the CONSULTANT as part of their normal operation, or it may be one specifically designed for this project. Supervision 23 LIGHTING ANALYSIS- N/A 24 LIGHTING PLANS (N/A) 25 LANDSCAPE ANALYSIS (N/A) 26 LANDSCAPE PLANS (N/A) 27 SURVEY Page 760 of 2218 The CONSULTANT shall perform survey tasks in accordance with all applicable statutes, manuals, guidelines, standards, handbooks, procedures, and current design memoranda. The CONSULTANT shall submit all survey notes and computations to document the surveys. All field survey work shall be recorded in approved media and submitted to the COUNTY. Field books submitted to the COUNTY must be of an approved type. The field books shall be certified by the surveyor in responsible charge of work being performed before the final product is submitted. The survey notes shall include documentation of decisions reached from meetings, telephone conversations or site visits. All like work (such as bench lines, reference points, etc.) shall be recorded contiguously. The COUNTY may not accept field survey radial locations of section corners, platted subdivision lot and block corners, alignment control points, alignment control reference points and certified section corner references. The COUNTY may instead require that these points be surveyed by true line, traverse or parallel offset or Global Positioning Systems (GPS) procedures. 27.1 Horizontal Project Control (HPC) Establish or recover HPC, for the purpose of establishing horizontal control on the Florida State Plane Coordinate System or datum approved by the COUNTY Project Manager; may include primary or secondary control points. Includes analysis and processing of all field collected data, and preparation of forms. 27.2 Vertical Project Control (VPC) Establish or recover VPC, for the purpose of establishing vertical control on datum approved by the COUNTY Project Manager; may include primary or secondary vertical control points. Includes analysis and processing of all field collected data, and preparation of forms. 27.3 Alignment and/or Existing Right of Way (R/W) Lines Establish, recover or re-establish project alignment. Also includes analysis and processing of all field collected data, existing maps, and/or reports for identifying mainline, ramp, offset, or secondary alignments. Depict alignment and/or existing R/W lines (in required format) per COUNTY R/W Maps, platted or dedicated rights of way.. 27.4 Aerial Targets Place, locate, and maintain required aerial targets and/or photo identifiable points. Includes analysis and processing of all field collected data, existing maps, and/or reports. Placement of the targets will be at the discretion of the aerial firm. 27.5 Reference Points Reference Horizontal Project Control (HPC) points, project alignment, vertical control points, section, ¼ section, center of section corners and General Land Office (G.L.O.) corners as required. 27.6 Topography/Digital Terrain Model (DTM) (3D) Locate all above ground features and improvements for the limits of the project by collecting the required data for the purpose of creating a DTM with sufficient density. Shoot all break lines, high and low points. Effort includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.7 Planimetric (2D) Locate all above ground features and improvements. Deliver in appropriate electronic format. Effort includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.8 Roadway Cross Sections/Profiles Perform cross sections or profiles. May include analysis and processing of all field-collected data for comparison with DTM. 27.9 Side Street Surveys Refer to tasks of this document as applicable. 27.10 Underground Utilities Page 761 of 2218 Designation includes 2-dimensional collection of existing utilities and selected 3-dimensional verification as needed for designation. Location includes non-destructive excavation to determine size, type and location of existing utility, as necessary for final 3-dimensional verification. Survey includes collection of data on points as needed for designates and locates. Includes analysis and processing of all field collected data, and delivery of all appropriate electronic files. The CONSULTANT shall SUE all locations that include new underground infrastructure or earthwork excavation (i.e., drilled shafts, bridge piles, strain poles, mast arms, miscellaneous foundations, drainage structures, pipe culverts, new ditches, etc.). The expectation is for the CONSULTANT to know exactly where all existing underground utilities and infrastructure are located in areas that work will be performed to properly design for any new underground infrastructure or earthwork excavation that will be constructed on the project. The CONSULTANT’s approach to practicing SUE shall be consistent with the American Society of Civil Engineers (ASCE) Standard (CI/ASCE 38-02) entitled “Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data” as follows: • Identify utility owners that have facilities on, or may be affected by, the project limits. Contact these utility owners (face to face meetings recommended) and provide them with information about the proposed project and schedule periodic follow-up meetings. (ASCE Quality Level D). • Review all information that can be obtained and plot on utility composite drawing (CADD file to be furnished). (ASCE Quality Level D). • Make field observations to identify visible above-ground utility features. Provide all information in field sketches so surveyor can prepare a complete survey and plot a rectilinear grid. (ASCE Quality Level C) • Use appropriate surface geophysical methods (i.e., pipe and cable locators, terrain conductivity methods, resistively measurements, metal detectors, Ground Penetrating Radar, etc.) to designate existing subsurface utilities or to trace a particular utility system. This provides two-dimensional horizontal information. Place paint marks on the ground. Place identification flags or stakes on the paint marks or coding on the pavement and survey to project controls. Depict resulting information via computer aided design and drafting (CADD). Provide notes and sketches to designer of record and/or on- site engineer. Non-tonable (non-metallic) utilities will be discussed at this time with the designer of record and/or on-site engineer. (ASCE Quality Level B). • Meet with designer of record and/or on-site engineer to determine utility conflicts and ASCE Quality Level A test hole locations. • Expose selected subsurface utilities to obtain three-dimensional information. Use minimally intrusive excavation methods, such as vacuum excavation and Air-Lance. Depict resulting information. Resolve differences between all information gathered. Provide test hole data sheets (THDS) to designer of record and/or on-site engineer. All test holes are to be back-filled as described below. (ASCE Quality Level A). On completion, test holes shall be restored to the following: a. Backfilled with in-kind material b. Placed backfill using proper techniques c. Restored pavement with in-kind material d. Restored areas outside of pavement to pre-excavation conditions • Collect and store utility location and condition information in a database for asset management. Provide a detailed report of utility locations, depths, size, type, etc. All information shall be provided in the format preapproved by the COUNTY. 27.11 Outfall Survey Locate all above ground features and improvements for the limits of the project by collecting the required data for the purpose of a DTM. Survey with sufficient density of shots. Shoot all break lines, high and low points. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.12 Drainage Survey Locate underground data (XYZ, pipe size, type, condition and flow line) that relates to above ground data. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.13 Bridge Survey (Minor/Major) Locate required above ground features and improvements for the limits of the bridge. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.14 Channel Survey Page 762 of 2218 Locate all topographic features and improvements for the limits of the project by collecting the required data. Includes field edits, analysis and processing of all field collected data, maps, and/or reports. 27.15 Pond Site Survey Refer to tasks of this document as applicable. 27.16 Mitigation Survey Refer to tasks of this document as applicable. 27.17 Jurisdiction Line Survey Perform field location (2-dimensional) of jurisdiction limits as defined by respective authorities, also includes field edits, analysis and processing of all field collected data, preparation of reports. 27.18 Geotechnical Support Perform 3-dimensional (X,Y,Z) field location, or stakeout, of boring sites established by geotechnical engineer. Includes field edits, analysis and processing of all field collected data and/or reports. 27.19 Sectional/Grant Survey Perform field location/placement of section corners, 1/4 section corners, and fractional corners where pertinent. Includes analysis and processing of all field-collected data and/or reports. 27.20 Subdivision Location Survey all existing recorded subdivision/condominium boundaries, tracts, units, phases, blocks, street R/W lines, common areas. Includes analysis and processing of all field collected data and/or reports. If unrecorded subdivision is on file in the public records of the subject COUNTY, tie existing monumentation of the beginning and end of unrecorded subdivision. 27.21 Maintained R/W Perform field location (2-dimensional) of maintained R/W limits as defined by respective authorities, if needed. Also includes field edits, analysis and processing of all field collected data, preparation of reports. 27.22 Boundary Survey Perform boundary survey as defined by COUNTY standards. Includes analysis and processing of all field-collected data, preparation of reports. 27.23 Water Boundary Survey Perform Mean High Water, Ordinary High Water and Safe Upland Line surveys as required by COUNTY standards. 27.24 Right of Way Staking, Parcel / Right of Way Line Perform field staking and calculations of existing/proposed R/W lines for on-site review purposes. 27.25 Right of Way Monumentation Set R/W monumentation as depicted on final R/W maps for corridor and water retention areas. 27.26 Line Cutting Perform all efforts required to clear vegetation from the line of sight. 27.27 Work Zone Safety Provide work zone as required by COUNTY standards. 27.28 Vegetation Survey Page 763 of 2218 Locate vegetation within the project limits. 27.29 Tree Survey Locate individual trees or palms within the project limits. 27.30 Miscellaneous Surveys Refer to tasks of this document, as applicable, to perform surveys not described herein. The percent for Supplemental will be determined at negotiations. This item can only be used if authorized in writing by the COUNTY Project Manager. 27.31 Supplemental Surveys Supplemental survey days and hours are to be approved in advance by COUNTY Project Manager. Refer to tasks of this document, as applicable, to perform surveys not described herein. 27.32 Document Research Perform research of documentation to support field and office efforts involving surveying and mapping. 27.33 Field Review Perform verification of the field conditions as related to the collected survey data. 27.34 Technical Meetings Attend meetings as required and negotiated by the Surveying and Mapping COUNTY. 27.35 Quality Assurance/Quality Control (QA/QC) Establish and implement a QA/QC plan. Also includes SUBCONSULTANT review, response to comments and any resolution meetings if required, preparation of submittals for review, etc. 27.36 Supervision Perform all activities required to supervise and coordinate project. These activities must be performed by the project supervisor, a Florida P.S.M. or their delegate as approved by the COUNTY Project Manager. 27.37 Coordination Coordinate survey activities with other disciplines. These activities must be performed by the project supervisor, a Florida P.S.M. or their delegate as approved by the COUNTY Project Manager. 28 PHOTOGRAMMETRY -N/A 29 MAPPING The CONSULTANT will be responsible for the preparation of control survey maps, right of way maps, maintenance maps, sketches, other miscellaneous survey maps, and legal descriptions as required for this project in accordance with all applicable COUNTY Manuals, Procedures, Handbooks, District specific requirements, and Florida Statutes. All maps, surveys and legal descriptions will be prepared under the direction of a Florida Professional Surveyor and Mapper (PSM) to COUNTY size and format requirements utilizing COUNTY approved software, and will be designed to provide a high degree of uniformity and maximum readability. The CONSULTANT will submit maps, legal descriptions, quality assurance check prints, checklists, electronic media files and any other documents as required for this project to the COUNTY for review at stages of completion as negotiated. Master CADD File 29.1 Alignment 29.2 Section and 1/4 Section Lines 29.3 Subdivisions / Property Lines 29.4 Existing Right of Way 29.5 Topography Page 764 of 2218 29.6 Parent Tract Properties and Existing Easements 29.7 Proposed Right of Way Requirements The ENGINEER OF RECORD (EOR) will provide the proposed requirements. The PSM is responsible for calculating the final geometry. Notification of Final Right of Way Requirements along with the purpose and duration of all easements will be specified in writing. 29.8 Limits of Construction The limits of construction DGN file as provided by the EOR will be imported or referenced to the master CADD file. Additional labeling will be added as required. The PSM is required to advise the EOR of any noted discrepancies between the limits of construction line and the existing/proposed right of way lines, and for adjusting as needed when a resolution is determined. 29.9 Jurisdictional/Agency Lines These lines may include, but are not limited to, jurisdictional, wetland, water boundaries, and COUNTY limit lines. Sheet Files 29.10 Control Survey Cover Sheet – N/A 29.11 Control Survey Key Sheet– N/A 29.12 Control Survey Detail Sheet– N/A 29.13 Right of Way Map Cover Sheet– N/A 29.14 Right of Way Map Key Sheet– N/A 29.15 Right of Way Map Detail Sheet– N/A 29.16 Maintenance Map Cover Sheet– N/A 29.17 Maintenance Map Key Sheet– N/A 29.18 Maintenance Map Detail Sheet– N/A 29.19 Reference Point Sheet– N/A This sheet(s) will be included with the Control Survey Map, Right of Way Map and Maintenance Map. 29.20 Project Control Sheet This sheet depicts the baseline, the benchmarks, the primary and secondary control points and their reference points including the type of material used for each point, their XYZ coordinates, scale factors and convergence angles. This sheet(s) may be included with the Control Survey Map, Right of Way Map and Maintenance Map. 29.21 Table of Ownerships Sheet– N/A Miscellaneous Surveys and Sketches 29.22 Parcel Sketches 29.23 TIITF Sketches– N/A 29.24 Other Specific Purpose Survey(s) – N/A 29.25 Boundary Survey(s) Map 29.26 Right of Way Monumentation Map 29.27 Title Search Map– N/A 29.28 Title Search Report 29.29 Legal Descriptions 29.30 Final Map/Plans Comparison The PSM will perform a comparison of the final right of way maps with the available construction plans to review the correctness of the type of parcel to be acquired and the stations/offsets to the required right of way. The PSM will coordinate with the EOR to resolve any conflicts or discrepancies and provide documentation of the review. 29.31 Field Reviews 29.32 Technical Meetings 29.33 Quality Assurance/Quality Control 29.34 Supervision 29.35 Coordination 29.36 Supplemental Mapping– N/A 30 TERRESTRIAL MOBILE LIDAR -N/A Page 765 of 2218 31 ARCHITECTURE DEVELOPMENT – N/A 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT- N/A (SEE PD&E STUDY) 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS- N/A 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS – N/A 35 GEOTECHNICAL The CONSULTANT shall, for each project, be responsible for a complete geotechnical investigation. All work performed by the CONSULTANT shall be in accordance with FDOT standards. Before beginning each phase of investigation and after the Notice to Proceed is given, the CONSULTANT shall submit an investigation plan for approval and meet with the COUNTY’s Project Manager or representative to review the project scope and COUNTY requirements. The investigation plan shall include, but not be limited to, the proposed boring locations and depths, and all existing geotechnical information from available sources to generally describe the surface and subsurface conditions of the project site. Additional meetings may be required to plan any additional field efforts, review plans, resolve plans/report comments, resolve responses to comments, and/or any other meetings necessary to facilitate the project. The CONSULTANT shall notify the COUNTY in adequate time to schedule a representative to attend all related meetings and field activities. A subsoil investigation plan shall be submitted to the COUNTY for approval prior to site investigation. Muck and cap rock conditions are typical to Southwest Florida. Not encountering muck and cap rock is outside the norm in Collier COUNTY. The presence of both must be identified and quantified in the soils report for the project. To do this may require additional hand holes in muck and deeper drill holes to penetrate the cap rock and identify the soil layers below than was originally shown in the investigation plan. The Soils Report shall contain a signed statement by the Geotechnical Engineer that they have walked the project site and verified to the best of their ability that information provided in the report is representative of what the surface conditions and vegetation suggest would exist below.Where cap rock is expected to be encountered in the installation of stormwater pipe and other structures, the pay items "Rock Trench Excavation" and "muck removal" (if encountered) shall be provided. All Geotechnical work shall meet the minimum requirements of the FDOT Soils and Foundations Handbook. 35.1 Document Collection and Review CONSULTANT will review printed literature including topographic maps, COUNTY agricultural maps, aerial photography (including historic photos), ground water resources, geology bulletins, potentiometric maps, pile driving records, historic construction records and other geotechnical related resources. Prior to field reconnaissance, CONSULTANT shall review U.S.G.S., S.C.S. and potentiometric maps, and identify areas with problematic soil and groundwater conditions. The CONSULTANT shall be responsible for coordination of all geotechnical related field work activities. The CONSULTANT shall retain all samples until acceptance of 100% plans. Rock cores shall be retained as directed in writing by the COUNTY Project Manager. The CONSULTANT shall perform specialized field-testing in accordance with the FDOT Soils and Foundation Handbook and as required by project needs which may include but not be limited to:  Roadway auger borings every 100 feet to a depth of 6 feet.  LBR sampling and testing at 3 per mile.  Pavement core sampling and testing at 1 sample per 1,000 feet.  Corrosion series testing at sample per abundant stratum per 1,000 feet  Buried storm sewer system SPT borings to a depth of 20 feet every 500 feet  SPT borings on all corners of intersection for all new signals and/or mast arm to a depth of 25 feet.  Two corrosion series tests at each intersection location  Two SPT borings to a depth of 25 feet at each wet detention pond location  Two borehole permeability tests at each wet detention pond location  Piezometer installations at 1 per pond for Seasonal High Groundwater Level (SHGWL) determinations  Exfiltration test per 500 feet of exfiltration trench If required by the COUNTY Project Manager, a preliminary roadway exploration shall be performed before the 30% plans submittal. The preliminary roadway exploration will be performed, and results provided to the Engineer of Record to assist in setting roadway grades and locating potential problem areas. The preliminary Page 766 of 2218 roadway exploration shall be performed as directed in writing by the COUNTY Project Manager. CONSULTANT shall perform specialized field-testing as required by project needs and as directed in writing by the COUNTY Project Manager. All laboratory testing and classification will be performed in accordance with applicable COUNTY standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents. 35.2 Develop Detailed Boring Location Plan Develop a detailed boring location plan. Meet with COUNTY Geotechnical Project Manager for boring plan approval. If the drilling program expects to encounter artesian conditions, the CONSULTANT shall submit a methodology(s) for plugging the borehole to the COUNTY for approval prior to commencing with the boring program. 35.3 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. 35.4 Muck Probing Probe standing water and surficial muck in a detailed pattern sufficient for determining removal limits to be shown in the Plans. 35.5 Coordinate and Develop TTCP for Field Investigation Coordinate and develop Temporary Traffic Control Plan (TTCP). All work zone traffic control will be performed in accordance with the COUNTY’s Standard Plans Index 102 series. 35.6 Drilling Access Permits Obtain all State, COUNTY, and Water Management District permits for performing geotechnical borings, as needed. 35.7 Property Clearances Notify property tenants in person of drilling and field activities, if applicable. Written notification to property owners/tenants is the responsibility of the CONSULTANT. The CONSULTANT shall be responsible for assembling a list of all property owners where access is required for conducting geotechnical investigations. A standardized letter shall be prepared by the CONSULTANT for review and approval by the COUNTY prior to notifying affected property owners. 35.8 Groundwater Monitoring Monitor groundwater, using piezometers. 35.9 LBR / Resilient Modulus Sampling Collect appropriate samples for Limerock Bearing Ratio (LBR) testing. Deliver Resilient Modulus samples to a location as directed by the COUNTY. 35.10 Coordination of Field Work Coordinate all field work required to provide geotechnical data for the project. 35.11 Soil and Rock Classification – Roadway Refine soil profiles recorded in the field, based on results of laboratory testing. 35.12 Design LBR Determine design LBR values from the 90% and mean methods when LBR testing is required by the COUNTY. 35.13 Laboratory Data Tabulate laboratory test results for inclusion in the geotechnical report, the report of tests sheet (Roadway Soil Survey Sheet), and for any necessary calculations and analyses. Page 767 of 2218 35.14 Seasonal High-Water Table Review the encountered ground water levels and estimate seasonal high ground water levels. Estimate seasonal low ground water levels, if requested. 35.15 Parameters for Water Retention Areas Calculate parameters for water retention areas, exfiltration trenches, and/or swales. 35.16 Delineate Limits of Unsuitable Material Delineate limits of unsuitable material(s) in both horizontal and vertical directions. Assist the Engineer of Record with detailing these limits on the cross-sections. If requested, prepare a plan view of the limits of unsuitable material. 35.17 Electronic Files for Cross-Sections Create electronic files of boring data for cross-sections. 35.18 Embankment Settlement and Stability Estimate the total magnitude and time rate of embankment settlements. Calculate the factor of safety against slope stability failure. 35.19 Monitor Existing Structures Coordinate with EOR and structural engineer (when applicable) to identify and develop mitigation strategies for sensitive structures and facilities which require special considerations for settlement, vibration and/or groundwater monitoring by the contractor during construction. When there is risk of damage to the structure or facility, provide recommendations in the geotechnical report addressing project specific needs and coordinate those locations with the EOR. See PPM Volume I Chapter 34 and Chapter 9 of the Soils and Foundations Handbook. 35.20 Stormwater Volume Recovery and/or Background Seepage Analysis Perform stormwater volume recovery analysis as directed by the COUNTY. 35.21 Geotechnical Recommendations Provide geotechnical recommendations regarding the proposed roadway construction project including the following: description of the site/alignment, design recommendations and discussion of any special considerations (i.e., removal of unsuitable material, consolidation of weak soils, estimated settlement time/amount, groundwater control, high groundwater conditions relative to pavement base, etc.) Evaluate and recommend types of geosynthetics and properties for various applications, as required. 35.22 Pavement Condition Survey and Pavement Evaluation Report If a pavement evaluation is performed, submit the report in accordance with Section 3.2 of the Materials Manual: Flexible Pavement Coring and Evaluation. Enter all core information into the Pavement Coring and Reporting (PCR) system. 35.23 Preliminary Roadway Report If a preliminary roadway investigation is performed, submit a preliminary roadway report before the Phase I plans submittal. The purpose of the preliminary roadway report will be to assist in setting road grades and locating potential problems. Copies of U.S.G.S. and S.C.S. maps with project limits shown. A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e., soils grouped into layers of similar materials) and construction recommendations relative to Standard Plans Indices 120-001 and 120-002. The results of all tasks discussed in all previous sections regarding data interpretation and analysis. An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment settlement and stability calculations, design LBR calculation/graphs, and other pertinent calculations. The CONSULTANT will respond in writing to any changes and/or comments from the COUNTY and submit any responses and revised reports. 35.24 Final Report Page 768 of 2218 The Final Roadway Report shall include the following: Copies of U.S.G.S. and S.C.S. maps with project limits shown. A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e., soils grouped into layers of similar materials) and construction recommendations relative to Standard Plans Indices 120-001 and 120-002. The results of all tasks discussed in all previous sections regarding data interpretation and analysis. An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment settlement and stability calculations, design LBR calculation/graphs, and other pertinent calculations. The CONSULTANT will respond in writing to any changes and/or comments from the COUNTY and submit any responses and revised reports. 35.25 Auger Boring Drafting Draft auger borings as directed by the COUNTY. 35.26 SPT Boring Drafting Draft SPT borings as directed by the COUNTY. The CONSULTANT shall be responsible for coordination of all geotechnical related fieldwork activities. The CONSULTANT shall retain all samples until acceptance of 100% plans. Rock cores shall be retained as directed in writing by the COUNTY Project Manager. CONSULTANT shall perform specialized field-testing as required by needs of project and as directed in writing by the COUNTY Project Manager. All laboratory testing and classification will be performed in accordance with applicable FDOT standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents. The staff hour tasks for high embankment fills and structural foundations for bridges, box culverts, walls, high-mast lighting, overhead signs, mast arm signals, strain poles, buildings, and other structures include the following: 35.27 Develop Detailed Boring Location Plan Develop a detailed boring location plan. Meet with COUNTY Geotechnical Project Manager for boring plan approval. If the drilling program expects to encounter artesian conditions, the CONSULTANT shall submit a methodology(s) for plugging the borehole to the COUNTY for approval prior to commencing with the boring program. 35.28 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. 35.29 Coordinate and Develop TTCP for Field Investigation Coordinate and develop TTCP plan. All work zone traffic control will be performed in accordance with the COUNTY’s Standard Plans Index 102 series. 35.30 Drilling Access Permits Obtain all State, COUNTY, City, and Water Management District permits for performing geotechnical borings, as needed. 35.31 Property Clearances Notify property tenants in person of drilling and field activities, if applicable. Written notification to property owners/tenants is the responsibility of the COUNTY’s Project Manager. 35.32 Collection of Corrosion Samples Collect corrosion samples for determination of environmental classifications. Page 769 of 2218 35.33 Coordination of Field Work Coordinate all field work required to provide geotechnical data for the project. 35.34 Soil and Rock Classification – Structures Soil profiles recorded in the field should be refined based on the results of laboratory testing. 35.35 Tabulation of Laboratory Data Laboratory test results should be tabulated for inclusion in the geotechnical report and for the necessary calculations and analyses. 35.36 Estimate Design Groundwater Level for Structures Review encountered groundwater levels, estimate seasonal high groundwater levels, and evaluate groundwater levels for structure design. 35.37 Selection of Foundation Alternatives (BRIDGE TYPE STUDY) Evaluation and selection of foundation alternative, including the following: GRS-IBS Spread footings Prestressed concrete piling - various sizes Drilled shafts Foundation analyses shall be performed using approved COUNTY methods. Assist in selection of the most economical, feasible foundation alternative. 35.38 Detailed Analysis of Selected Foundation Alternate(s)- N/A 35.39 Bridge Construction and Testing Recommendations Provide construction and testing recommendations including potential constructability problems. 35.40 Lateral Load Analysis (Optional) Perform lateral load analyses as directed by the COUNTY. 35.41 Walls Provide the design soil profile(s), which include the soil model/type of each layer and all soil engineering properties required by the Engineer of Record for conventional wall analyses and recommendations. Review wall design for geotechnical compatibility and constructability. Evaluate the external stability of conventional retaining walls and retained earth wall systems. For retained earth wall systems, calculate and provide minimum soil reinforcement lengths versus wall heights, and soil parameters assumed in analysis. Estimate differential and total (long term and short term) settlements. Provide wall construction recommendations. 35.42 Sheet Pile Wall Analysis (Optional) – N/A Analyze sheet pile walls as directed by the COUNTY. 35.43 Design Soil Parameters for Signs, Signals, and Geotechnical Recommendations Provide the design soil profile(s) that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation design. Review design for geotechnical compatibility and constructability. 35.44 Box Culvert Analysis – N/A • Provide the design soil profile(s) that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation design. Review design for geotechnical compatibility and constructability. • Provide lateral earth pressure coefficients. • Provide box culvert construction and design recommendations. • Estimate differential and total (long term and short term) settlements. • Evaluate wingwall stability. Page 770 of 2218 35.45 Preliminary Report – BRIDGE TYPE STUDY The preliminary structures report shall contain the following discussions as appropriate for the assigned project: • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • Summary of structure background data, S.C.S., U.S.G.S., geologic and potentiometric data. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis). • Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction that are not addressed in the COUNTY’s Standard specification. • An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if available), and any other pertinent information. 35.46 Final Report - Bridge and Associated Walls The final structures report shall include the following: • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • Summary of structure background data, S.C.S., U.S.G.S., geologic and potentiometric data. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis. • Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction that are not addressed in the COUNTY’s Standard specification. • An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if available), and any other pertinent information. 35.47 Final Reports - Signs, Signals, Box Culvert, Walls, and High Mast Lights The final reports shall include the following: • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • Summary of structure background data, S.C.S., U.S.G.S., geologic and potentiometric data. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis). • Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction that are not addressed in the COUNTY’s Standard specification. • An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if available), and any other pertinent information. • Final reports will incorporate comments from the COUNTY and contain any additional field or laboratory test results, recommended foundation alternatives along with design parameters and special provisions for the contract plans. These reports will be submitted to the COUNTY Project Manager for review prior to project completion. After review by the COUNTY, the reports will be submitted to the COUNTY Project Manager in final form and will include the following: • All original plan sheets (11” x 17”) • One set of all plan and specification documents, in electronic format, according to COUNTY requirements • Two sets of record prints • Six sets of any special provisions • All reference and support documentation used in preparation of contract plans package Additional final reports (up to four), aside from stated above, may be needed and requested for the COUNTY’s Project Manager and other disciplines. The final reports, special provisions, as well as record prints, will be signed and sealed by a Professional Engineer licensed in the State of Florida. Draft the detailed boring/sounding standard sheet, including environmental classification, results of laboratory testing, and specialized construction requirements, for inclusion in final plans. 35.48 SPT Boring Drafting Prepare a complete set of drawings to include all SPT borings, auger borings and other pertinent soils information in the plans. Include these drawings in the Final Geotechnical Report. Draft borings, location map, S.C.S. map and U.S.D.A. map as directed by the COUNTY. Soil symbols must be consistent with those presented in the latest Florida COUNTY of Page 771 of 2218 Transportation Soils and Foundations Handbook. 35.49 Other Geotechnical Other geotechnical effort specifically required for the project as determined by the COUNTY and included in the geotechnical upset limit. 35.50 Technical Special Provisions and Modified Special Provisions 35.51 Field Reviews Identify and note surface soil and rock conditions, surface water conditions and locations, and preliminary utility conflicts. Observe and note nearby structures and foundation types. 35.52 Technical Meetings 35.53 Quality Assurance/Quality Control 35.54 Supervision 35.55 Coordination 36 3D MODELING – N/A 37 PROJECT REQUIREMENTS 37.1 Liaison Office The COUNTY and the CONSULTANT will designate a Liaison Office and a Project Manager who shall be the representative of their respective organizations for the Project. While it is expected the CONSULTANT shall seek and receive advice from various state, regional, and local agencies, the final direction on all matters of this project remain with the COUNTY Project Manager. 37.2 Key Personnel The CONSULTANT’s work shall be performed and directed by the key personnel identified in the proposal presentations by the CONSULTANT. Any changes in the indicated personnel shall be subject to review and approval by COUNTY. 37.3 Progress Reporting The CONSULTANT shall meet with the COUNTY as required and shall provide a written monthly progress report with approved schedule, schedule status, and payout curve or by using the earned value method that describe the work performed on each task. The report will include assessing project risk through monthly documentation of identifying and updating the risk category and approach for monitoring those tasks. Invoices shall be submitted after the COUNTY approves the monthly progress report and the payout curve or with earned value analysis. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percent complete against actual work accomplished. 37.4 Correspondence Copies of all written correspondence between the CONSULTANT and any party pertaining specifically to this contract shall be provided to the COUNTY for their records within one (1) week of the receipt or mailing of said correspondence. 37.5 Professional Endorsement The CONSULTANT shall have a Licensed Professional Engineer in the State of Florida sign and seal all reports, documents, Technical Special Provisions and Modified Special Provisions, and plans as required by FDOT and COUNTY standards. 37.6 Computer Automation The project will be developed utilizing Computer Aided Drafting and Design (CADD) systems. It is the responsibility of the CONSULTANT to meet the requirements in the FDOT CADD Manual. The CONSULTANT shall submit final documents and files as described therein. Page 772 of 2218 The CONSULTANT shall submit all required plan submittals (60%, 90% & 100%) in CADD format. 37.7 Coordination with Other Consultants The CONSULTANT is to coordinate his work with any and all adjacent and integral CONSULTANTs so as to effect complete and homogenous plans and specifications for the project(s) described herein. 37.8 Optional Services At the COUNTY’s option, the CONSULTANT may be requested to provide optional services. The fee for these services shall be negotiated in accordance with the terms detailed in the resultant agreement, for a fair, competitive and reasonable cost, considering the scope and complexity of the project(s). Additional services may be authorized by Change Order or supplemental amendment in accordance with the COUNTY’s Procurement Policy. The additional services may include other Services as required RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 25 Points 2. Past Performance 25 Points 3. Project Approach, Willingness to Meet Time and Budget Requirements 25 Points 4. Recent, Current, and Projected Workloads of the Firm 25 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this advertisement. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 773 of 2218 Procurement Services Division Notice of Recommended Award Solicitation: 24-8286 Title: Design Services for Immokalee Road and Livingston Road Flyover Due Date and Time: February 26, 2025, at 3:00 PM EST Respondents: Company Name City County State Final Ranking Responsive/ Responsible DRMP, Inc. Orlando Orange FL 1 Y/Y HNTB Corporation Tampa Hillsborough FL 2 Y/Y BCC Engineering, LLC Miami Miami-Dade FL 3 Y/Y Utilized Local Vendor Preference: Yes No N/A Recommended Vendor(s) For Award: On January 13, 2025, the Procurement Service Division released notices of Request for Professional Services No. 24-8286, Design Services for Immokalee Road and Livingston Road Flyover. Two thousand seven hundred and fifty-six (2,756) firms were notified, and one thousand seventy-eight (1,078) firms viewed the solicitation information. The due date was extended for an additional eight days to increase competition. Three (3) proposals were received by the February 26, 2025, due date. Staff reviewed the proposals received and found all three firms to be responsive and responsible. The Selection Committee convened on April 7, 2025, and as described in step 1 of the Solicitation documents, scored each of the proposals and shortlisted the three firms to move to step 2, in the order listed below: HNTB, Corp. BCC Engineering, Inc. DRMP, Inc. On April 21, 2025, the Selection Committee reconvened for step 2, oral presentations, and final ranking. The firms were ranked as follows: DRMP, Inc. ranked as 1 HNTB, Corp. ranked as 2 BCC Engineering, Inc. ranked as 3 Staff is recommending negotiations with the top ranked firm, DRMP, Inc. Contract Driven Purchase Order Driven Page 774 of 2218 Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Page 775 of 2218 Selection CommitteeFinal Ranking RPS #: 24-8286 Title: Design Services for Immokalee Road and Livingston Road Flyover Name of Firm Robert White Lorraine Lantz Anthony Stolts Brandon Varela Julio Castro Total Selection Committee Final Rank DRMP, Inc.1 1 1 1 1 5 1.0000 HNTB Corporation 2 2 2 3 2 11 2.0000 BCC Engineering, LLC 3 3 3 2 3 14 3.0000 Procurement Professional Date 4/21/2025Lisa Oien Page 776 of 2218 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [DRMP, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8286 Design Services for Immokalee Road and Livingston Road Flyover RESPONSE DEADLINE: February 26, 2025 at 3:00 pm Report Generated: Wednesday, February 26, 2025 DRMP, Inc. Response CONTACT INFORMATION Company: DRMP, Inc. Email: marketingdept@drmp.com Contact: Lisa Greene Address: 941 Lake Baldwin Lane Orlando, FL 32814 Phone: (407) 896-0594 Website: N/A Submission Date: Feb 26, 2025 12:54 PM (Eastern Time) Page 777 of 2218 [DRMP, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8286 Design Services for Immokalee Road and Livingston Road Flyover [DRMP, INC.] RESPONSE DOCUMENT REPORT undefined - Design Services for Immokalee Road and Livingston Road Flyover Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Feb 25, 2025 8:56 PM by Lisa Greene Addendum #2 Confirmed Feb 25, 2025 8:56 PM by Lisa Greene QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. Grant Funded Request for Professional Services (RPS) Instructions Form * Grant Funded Request for Professional Services (RPS) Instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) da ys of the County's issuance of a Notice of Recommended Award. Confirmed Page 778 of 2218 [DRMP, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8286 Design Services for Immokalee Road and Livingston Road Flyover [DRMP, INC.] RESPONSE DOCUMENT REPORT undefined - Design Services for Immokalee Road and Livingston Road Flyover Page 3 5. Collier County Required Forms PROPOSAL SUBMITTAL* Please submit a proposal per Evaluation Criteria outlined in Solicitation. DRMP_Response_to_RPS_24-8286.pdf VENDOR CHECK LIST* Vendor_Checklist.pdf VENDOR DECLARATION STATEMENT (FORM 1)* Form_1-Vendor_Declaration.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* Form_2-Conflict_of_Interest.pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* Form_3-Immigration_Affadavit.pdf REFERENCE QUESTIONNAIRE (FORM 4)* The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the Proposer that best represent projects of similar size, scope and complexity of this project using form provided in Form 5. Proposer may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the PSC information to assess the experience of the Proposer on relevant project work. Immokalee_Road_Collier_Boulevard_Intersection_Improvements_Reference_Form.pdf Immokalee_Road_Corridor_Congestion_Study_Received.pdf Vanderbilt_Beach_Road_Widening_Ref_Form_Jacobs_for_IRand_Liv_Flyover_-dfm.pdf VBRX_Ref_Form.pdf GRANT PROVISIONS AND ASSURANCES PACKAGE (FORM 5)* Form_5.pdf Page 779 of 2218 [DRMP, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8286 Design Services for Immokalee Road and Livingston Road Flyover [DRMP, INC.] RESPONSE DOCUMENT REPORT undefined - Design Services for Immokalee Road and Livingston Road Flyover Page 4 E-VERIFY - MEMORANDUM OF UNDERSTANDING* E-Verify_Memorandum_of_Use_2025.pdf W-9 FORM* W-9.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. 2025_SunBiz_Report.pdf SIGNED ADDENDUMS (IF APPLICABLE) 24-8286_Addendum_#1.pdf 24-8286_Addendum_#2.pdf MISCELLANEOUS DOCUMENTS No response submitted Page 780 of 2218 COLLIER COUNTY February 26, 2025 BOARD OF COUNTY COMMISSIONERS GRANT FUNDED REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act For Design Services for Immokalee Road and Livingston Road Flyover Steve Wallace, PE 813.321.5782 SWallace@drmp.com DRMP, Inc. 1404 Dean Street, Suite 101 Fort Myers, FL 33901 Response to RPS NO.: 24-8286 Electronic Submittal Partnered with Page 781 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover Cover Letter | 2 Section Name February 26, 2025 Attn: Collier County Board of Commissioners Subject: Design Services for Immokalee Road and Livingston Road Flyover RPS NO.: 24-8286 Dear Selection Committee Members, The Immokalee Road-Livingston Road Intersection is one of the busiest and high-profile intersections in all of Collier (County). The DRMP, Inc. (DRMP) team has been assembled to relflect the level of importance that both Collier County and the community stakeholders should expect on a project of this magnitude. We have have reviewed all available project documentation, performed numerous field reviews, evaluated project constraints and opportunities, reviewed all existing permits, and identified all existing utilities. We understand “future” major roadway and intersection projects linked to the project area and how they will affect the operations of this major intersection. DRMP’s bridge team also presented our extensive structural background to Collier County staff in 2024. As you review our proposal, we hope that you will notice the effort and preparation that our team has exerted. Our team is fully equipped for success. Our Team provides Collier County the following benefits: • Our Project Manager has previous Collier County Roadway Experience • DRMP has one of the largest Bridge Design Teams in Florida • DRMP and Jacobs have designed SPUI Intersections as Design-Bid-Build as well as Design-Build Projects including several Award winning SPUI’s. • Jacobs prepared the Immokalee Corridor Congestion Study, Modeled the traffic, developed the Concepts, and met with Project Stakeholders. • Jacobs has designed more than 15 major Roadway Projects and 12 Bridges in Collier County. • Johnson Engineering has designed hundreds of miles of Utilities for Collier County. • Jacobs is currently managing the 2050 LRTP for the Collier MPO and understands the current and future traffic needs of this intersection and the surrounding roadway network. • Capital is currently managing Collier MPO Bicycle/Pedestrian Master Plan. As shown on the Exhibit in Tab 2: Past Performance as well as discussed throughout our Project Approach we have developed Cost Savings, Schedule Saving, and Project Enhancements ideas for the County to consider during the Design Phase of this Project. Steve Wallace, PE Project Manager 29 Years of Experience 1404 Dean Street, Suite 101 Fort Myers, FL 33901 Phone: 407.896.0594 | Fax: 407.896.4836 Primary Contact: Steve Wallace, PE | Email: SWallace@drmp.com 1.833.811.3767 | www.DRMP.com Founded in 1977 Offices 23 Engineering News Record’s Top 500 Design Firms List #183 Engineers, Surveyors, Planners, Scientists and Construction Inspectors Project Management Bridge/Structural Design Signing/Marking Signalization Utility Coordination Roadway Design Maintenance of Traffic Drainage Design Public Involvement Utility Design Environmental Permitting Survey/SUE DRMP:JACOBS:JOHNSON: Leo Rodriguez, PE Deputy Project Manager 16 Years of Experience Page 782 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover Cover Letter | 3 DRMP’s role on this project includes project management, bridge design and traffic engineering services. The DRMP bridge staff have outstanding experience designing bridges in urban areas with constrained right-of-way (ROW). In fact, on our US92 SPUI project for the FDOT, DRMP was recognized by the FTBA with an award in excellence. We have been through this exact type of project, and the experience we have with lessons learned, construction, MOT phasing, and safety cannot be matched. Jacobs Engineering Group, Inc. (Jacobs) has been added to this team as a primary partner to provide roadway and drainage design for the bridge improvements. Their experience in Collier County and along Immokalee Road absolutely sets our team apart from all others. Not only is Jacobs local, but they have been working on design and long-range planning of the corridor for several years. Our team also includes a very strong local partner in Johnson Engineering LLC (Johnson Engineering). Johnson Engineering has been in the Collier/Lee County areas for many decades. Their roles on this project will be Utility Design, Environmental Permitting, and Survey/SUE services. The roles for Johnson Engineering were specifically selected to provide Collier County with value added to this contract. The local knowledge in these subject areas clearly sets our team above our competition; there will be no learning curve for this team. Our Project Manager, Steve Wallace, PE, has a remarkable amount of experience working on Collier County roadway projects. He was the lead production engineer and Deputy Project Manager on several very high-profile capacity projects throughout the County. His experience includes: • Pine Ridge Road Widening (4-6 Lanes) – Airport-Pulling to Logan (3 miles) • Immokalee Road Widening (2-6 Lanes) – Collier Blvd-43rd Ave (8 miles) • Vanderbilt Beach Road Widening (2/4-6 Lanes) – Airport-Pulling to Collier Blvd (5 miles) • Collier Boulevard Widening (4-6 Lanes) – Immokalee Road to Golden Gate Blvd (3 miles) • Collier Boulevard Widening (4-6 Lanes) – US41 to Davis (6.5 miles) • North Road Realignment (2 Lanes) – Naples Airport Authority (1 mile) In addition to his Collier County experience, Mr. Wallace served as the Project Manager on bridge projects on several notable bridge projects: • Phillipe Park Bridge Replacement/Pinellas County • Port Sutton Bridge Replacement/Hillsborough County Mr. Wallace has 29 years of experience working on projects in Florida. His background includes roadway design, drainage design, construction services, utilities, bridge replacement projects, SPM, certified in advanced MOT, complete streets design, bike/pedestrian/ADA, and ROW acquisition projects. His experience will bring a strong project manager to Collier County for fiscally responsible decisions, public outreach, and working with Collier County’s construction staff and inspectors. Our team has been built to provide Collier County with the highest level of quality and responsiveness available in today’s market. Subconsultants will be used for specialty support services and will be shown in the organization chart within the proposal. As you review our proposal, you will notice that we did our homework, studied this corridor, reviewed existing permit information, and have developed a team that will meet all of the needs of this widening project. We look forward to your favorable consideration to shortlist and invitation to present. Our ideas are innovative, bring creative cost-effective solutions, and a fun team to work with your Project Management team. Sincerely, DRMP, Inc. Steve Wallace, PE Project Manager RPS NO.: 24-8286 Colette Moss, PE Vice President-in-Charge Page 783 of 2218 TABLE OF CONTENTS TAB 1 Availability of Professional Personnel 5 TAB 2 Past Performance 56 TAB 3 Project Approach, Willingness to Meet Time and Budget Requirements 75 TAB 4 Recent, Current, and Projected Workloads of the Firm 83 TAB 5 Required Forms 85 Client Name | Project Title 4 Page 784 of 2218 TAB 1 Availability of Professional Personnel Page 785 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 6 Availability of Professional Personnel ABILITY OF PROFESSIONAL PERSONNEL Executive Summary Communication. Collaboration. Innovation. These are the qualities any multidiscipline firm needs to develop sustainable infrastructure today. The difference with DRMP is we put these ideas into action. Our expert staff of engineers, surveyors, planners, scientists and inspectors work together to offer a broad range of services throughout the Southeastern United States. By bringing every perspective to the table, we make powerful ideas a reality while transforming the communities we serve. DRMP is well known for delivering innovation to our clients with every project. This mindset has led to long-lasting client relationships and consistently being ranked in Engineering News-Record’s “Southeast Top Design Firms” and “Top 500 Design Firms” in the United States. Project Team DRMP’s Team will be led by Steven Wallace, PE, as the Project Manager, and is organized to serve the specific needs of Collier (County). The DRMP staff proposed for this project is highly experienced and will exceed the requests of this RPS. Our team members have worked together on projects of similar size, type and complexity, and are well acquainted with the roads, geology and topography of Collier County. The team is available to serve on this project upon notification. Subconsultants JACOBS ENGINEERING, INC. Jacobs is one of the world’s largest and most diverse providers of technical, professional, and construction services, including all aspects of architecture, engineering and construction, operations and maintenance, as well as scientific and specialty consulting. Jacobs has a robust talent force of over 56,000 employees, $15 Billion in annual revenue, is active in 40+ countries, and is ENR’s No. 1 top design firms for the last 7 years! Having completed the Immokalee Road Corridor Congestion Study, Jacobs brings an acute understanding of this project’s scope, and the opportunities and constraints associated with its successful completion. Their understanding of the Collier County roadway network is unsurpassed based upon our decades of providing planning and engineering services to Collier County. Since 1977, Collier County has consistently relied upon our team to provide planning, design, permitting, and construction management services on a multitude of roadway, utility, site-civil and permitting projects. Their long-term partnership has helped our Naples-based staff develop a thorough understanding of local conditions, existing infrastructure, County requirements, Agency criteria, and stakeholder concerns. We have more than 30 years of experience delivering projects in the County, and we are familiar with your organization and preferred project delivery process. Their Naples team understands the critical elements necessary to successfully deliver this project and ensure that it complies with all applicable design standards. Page 786 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 7 Availability of Professional Personnel JOHNSON ENGINEERING LLC Just as Florida has transformed dramatically over the years, so has Johnson Engineering What started in 1946 as one man surveying Southwest Florida, has developed into a large cohesive team of more than 120 professional civil engineers, ecologists, scientists, geologists, surveyors and mappers, certified land planners, and landscape architects, offering their expertise in a broad spectrum of engineering disciplines. Johnson has been helping guide private companies, and city, county, and state governmental institutions through these changes and the challenges they create. Their extensive list of well-known roads, airports, schools, hospitals, resorts, residential communities, shopping centers, and commercial developments show our experience and continued responsibility in developing Florida’s communities. Headquartered in Fort Myers, Florida, the company also has offices in Naples, Port Charlotte, LaBelle, Clewiston, and Lutz. While Johnson Engineering is focused on growing and evolving to continue serving the needs of Florida, it remains true to its past and the values upon which the company was founded. CAPITAL CONSULTING SOLUTIONS (CCS) (MBE) Capital Consulting Solutions (CCS) (MBE) will provide support for data collection, maintenance of traffic (MOT), and public outreach. CCS brings local knowledge and relationships with a variety of Southwest Florida stakeholders, including Collier County, Collier MPO, Lee County, Lee County MPO, FDOT District One, and the City of Bonita Springs. CCS has worked side-by-side with our Naples-based staff on multiple projects, including many County General Services Contracts, FDOT LAP projects, Wilson Boulevard Widening, and Vanderbilt Beach Road Widening. CCS is a Minority Business Enterprise (MBE) firm based in Collier County, and its founder Adam Ahmad, PE, AICP, CGC, has direct experience on County roadways, including Vanderbilt Beach Road Extension, Vanderbilt Beach Road Widening, Collier Boulevard, and Tree Farm Road. Jacobs’ and Johnson’s extensive Design and Planning experience in Collier County. Page 787 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 8 Availability of Professional Personnel Collier County Professional Services Library Contract for Civil Engineering Sunshine Boulevard Sidewalks from 17th Avenue SW to Green Boulevard Vanderbilt Beach Road Extension Phase 2 from 16th Street NE to Everglades Boulevard Immokalee Road Shared Use Path Feasibility Study Vanderbilt Beach Road (CR 862) Bike Lanes from CR 901 (Vanderbilt Drive) to Gulf Pavilion Drive Vanderbilt Road at Logan Boulevard Intersection Improvements Airport Road from Vanderbilt Beach Road to Immokalee Road Sheriff’s Operations Substation, Barfield Drive Livingston Road and Eatonwood Lane Subsidence Phase 1 Golden Gate Community Park Parking Lot Improvements North County Water Reclamation Facility Deep Injection Foundation Repair Facilities Management Office Parking Lot Improvements Lake Trafford Road Bike Lanes from Little League Road to Laurel Street 47th Avenue Northeast from Immokalee Road to Everglades Boulevard Immokalee Water and Sewer District Well Access Roads Mitigative Improvement Design Caxambas Park Bulkhead Dock Replacement Immokalee Complete Streets Everglades Airpark Runway 15-33 Rehabilitation Goodlette-Frank Stormwater and Ditch Improvements Veteran’s Memorial Boulevard Extension Phase 1 Thomasson Dr. and Hamilton Ave. Streetscape Improvements Haldeman Creek Watershed Weir Replacement TIERRA, INC. (TIERRA) Tierra is a full-service consulting geotechnical, environmental (contamination including asbestos surveys) and construction materials testing engineering firm with more than 30 years of experience serving governmental agencies in Florida. Tierra has provided geotechnical support services on numerous projects within Collier County and as a result, they are very familiar with the soil conditions that can be anticipated throughout the County. Typical geotechnical services have included drilling, field sampling, laboratory testing, engineering analysis and reporting. Tierra utilizes MicroStation and AutoCAD for site maps and roadway drawing plan sheets and are fully integrated with GPS and GIS mapping for self-locating field borings and sample locations. Tierra’s relevant project experience includes the following: Page 788 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 9 Availability of Professional Personnel Project Manager Steven Wallace, PE Vice President-in-Charge Colette Moss, PE Quality Assurance/Quality Control Tom Fulton, PE – Overall Joseph Martin, PE – Roadway 1 Velvet Bridges, PE, MSCE – Structures 1 Danh Lee, PE – Drainage/Permitting 1 Collier County Roadway Design Pavan Paiavula, PE Bruno Arriola, PE, ENV SP Reece Ruel, EI Bill Gramer, PE, AICP - Task Lead 1 Darren Dyer, PE 1 Nick DeCiccio, PE 1 Nathan Lunsford, PE 1 Signing and Pavement Markings (SPM)/Signalization DeeAngela Tjikueni, PE – Task Lead 1 Donna Chandler 1 Lighting and Signalization Imran Shah, PE – Task Lead 1 Laura Glaser, PE 1 Traffic Data Collection and Modeling Robert Grubel – Task Lead 1 Nathan Lunsford, PE 1 Adam Ahmad, PE, AICP, CGC 4 Maintenance of Traffic (MOT) Bill Gramer, PE, AICP 1 Nathan Lunsford, PE 1 Kevin Heldorfer 1 Traffic Engineering Bharathi Chigurupati, PE, RSP1 Carlos Martinez, PE Temporary Traffic Control Plan (TTCP) Bill Gramer, PE, AICP - Task Lead 1 Alex Meitin, PE 1 Adam Ahmad, PE, AICP, CGC 4 Intelligent Transportation Systems (ITS) Tom Ross, PE – Task Lead 1 Ernest Sackey, PE, CVP 1 Drainage Design Michael Jaroch, PE Stephen Fehlhaber, PE John Huryn, PE Darren Dyer, PE 1 Ricky Ly, PE – Task Lead 1 Tatiana Alvarez, PE 1 Felicia Kirby, PE 1 Structures Engineering Hung Tu, PE, SE Leo Rodriguez, PE Christopher Snee, PE Permitting Kyle Philpot, CE 2 Laura Brady Herrero 2 Utility Coordination Paul Benvie, PE Ross Hackethal, PE Maureen Tomlinson Michael Dickey, PE 2 Billy Saum, PE 2 Surveying Services David Hyatt, PSM 2 Constructability Review Brian Crowl, PE Geotechnical Services Thomas Musgrave, PE 3 Kevin Scott, PE 3 Public Involvement Steven Wallace, PE Bill Gramer, PE, AICP 1 Community Outreach Colleen Ross, PE – Task Lead 1 Tara Jones, PE 1 Sonal Dodia, EI 1 Subconsultants Key Staff (resumes included) Organizational Chart Deputy Project Manager Leo Rodriguez, PE 1 Jacobs Engineering Group, Inc. 3 Tierra, Inc.2 Johnson Engineering, LLC 4 Capital Consulting Solutions MBE Page 789 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 10 STEVEWALLACE, PE Project Manager 29 Years of Experience | 9 Years at DRMP Experience Summary Steve Wallace, PE, serves as a Roadway Senior Project Manager for DRMP’s Transportation Market Sector and is currently responsible for project management and design services for transportation projects. He has worked with all eight Florida Department of Transportation Districts. In addition to the Department, Mr. Wallace has worked with several municipal and private clients giving him extensive depth in roadway design and construction. His background includes roadway design, drainage design, construction, utilities, PD&E and specifications. Mr. Wallace has vast experience on transportation projects in Florida ranging from FDOT roadway projects, local city and county projects, drainage studies, airport design work and construction. Relevant Project Experience Immokalee Road Widening, Collier County, Florida: Assistant Project Manager for project involving the widening of the existing 8.1-mile Immokalee Road from 2-lanes to 6-lanes. His responsibilities included marketing; proposal development; contract negotiations; development of budget and schedule; project set-up; horizontal/vertical alignment analysis; CAD/CAE-plans production; drainage structure design (ASAD); preparation of environmental resource permit for SFWMD; USACE permitting; signing and marking; right-of-way acquisition services; inter- office coordinator for structures, lighting, traffic, environmental and wildlife crossing; public meeting presentation preparation; public involvement meeting representative; and construction coordinator. Goodland Drive Reconstruction, GradyMinor for Collier County, Florida: Engineer of Record responsible for roadway design, Full Depth Reclamation design, permitting coordination, FDOT coordination and services during construction. Goodland Road is a landlocked road that provides ingress/egress to the town of Goodland, Florida. The road is subject to extreme tidal flooding and often creates safety concerns for the passing of vehicles and any potential emergency services. The project goal was to raise the road an average of 15-inches to improve safety and upgrade existing features to current standards. The reconstruction of the road also includes rebuilding the 8-foot multi-use path. Professional services include roadway reconstruction, pavement design, Professional Registration Professional Engineer No. 59537, Florida, 2003 Education Bachelor of Science in Civil Engineering, Colorado State University, 1997 Certification Advanced Maintenance of Traffic FDOT Specifications, LRE Roadway Safety Audit Software Aptitude ASAD GEOPAK InRoads Training ADA Design and Regulations Bike and Pedestrian Safety Design LRE Training Mutual Gains Utility Coordination, PPR Specifications/Estimates Training Professional Affiliation American Society of Highway Engineers (ASHE) Florida Engineering Society (FES) Hillsborough County AEC Committee Society of American Military Engineers (SAME) Vision Zero National Society of Professional Engineers (NSPS)/ National Council of Examiners for Engineering and Surveying (NCEES), Record No. 43209 Page 790 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 11 Full Depth Reclamation design, signing and pavement marking, environmental permitting, maintenance of traffic, drainage design, surveying, utility relocation, decorative brick design, FDOT coordination and services during construction. Vanderbilt Beach Road Widening, Collier County/FDOT District One, Collier County, Florida: The project involved the widening of the existing Vanderbilt Beach Road (CR 862) from 2-lanes to 6-lanes. The project crossed underneath I-75 and proposed major reconstruction improvements within the limited access right-of-way. The Big Cypress Basin had a water control structure and a canal within the L/A right-of-way. Additionally, the road profile raised the road enough to infringe on the minimum clearance requirement of 15’ 6”. The design also proposed the cutting of the toe of both bridge abutments and constructing a barrier wall with weep holes to provide pedestrian facilities in both directions. He was responsible for all coordination, permitting, design, plans production and FDOT requests for interstate requirements. FDOT permitting for utilities, right-of-way use and connection were filed to perform construction activities within the L/A limits. He responded to all FDOT needs and all permits were attained, design drawings accepted and FDOT criteria held. Pine Ridge Road Widening and Reconstruction, Collier County/FDOT District One, Collier County, Florida: The project involved widening the existing Pine Ridge Road (CR 896) from a 4-lane to a 6-lane facility for 3.3 miles. As part of the project, improvements to I-75 were necessary to accommodate the new geometry of CR 896. All four interstate ramps were modified and the northbound on-ramp was reconstructed and included a high-speed acceleration auxiliary lane for 2,000 feet. The project was put on the shelf by the County for almost two years and then returned to design. Several new businesses, private developer sites and utilities were new to the project but not shown in the plans or budgeted for plans revision. The County retained the designer to perform services during construction including providing an inspector and response to contractor’s request for more information. Responsible for all FDOT coordination, interstate (L/A) design, striping, maintenance of traffic, border-width compliance, clear-zone compliance, design speed and weave analysis for merging traffic. He worked closely with District One maintenance and the District One main office for all inspections, permits and necessary approval for construction. Attended all weekly progress meetings, disputed resolution boards, reviewed all claims/overruns, reviewed daily logs and quantities, provided revised drawings, inspected final work and verified contractor field quantities. He was assigned to the CEI team as a support engineer and spent more than 50% of his time in the field. Responsible for review and approval of construction accordance with FDOT specifications and Collier County criteria. He was also in charge of inspecting and accepting roadway materials during construction. Accountable for all materials proposed by the contractor to ensure they were in compliance with AASHTO, ASTM, ACI and FDOT technical specifications. Port Sutton Road Bridge Replacements (PD&E/Design), Hillsborough County, Florida: Project Manager for the preliminary engineering report and design. His responsibilities also included alternatives analysis, roadway design, CSX coordination, specifications, construction costing and services during construction. The Port Sutton project includes the replacement of two bridges over the TECO Gannon Station Discharge flumes, numbers 1 and 2. Professional services include preliminary engineering report, bridge design, roadway design, BHR, geotechnical investigation, environmental permitting, maintenance of traffic, specifications and services during construction. Steve Wallace, PE, Continued Page 791 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 12 COLETTEMOSS, PE Vice President-in-Charge 34 Years of Experience | 34 Years at DRMP Experience Summary Colette Moss, PE, serves as a Vice President for DRMP’s Transportation Market Sector. Ms. Moss is a Senior Project Manager who specializes in the design and project management for major and minor transportation projects. She also serves as a Project Engineer. Duties in this capacity include direct supervision of roadway design teams handling complex reconstruction projects, new alignment of limited access facility projects and many miscellaneous projects ranging from the addition of auxiliary lanes to resurfacing existing highways to addition of sidewalks for safety projects. Relevant Project Experience Bridge Replacement Projects, FDOT District Two, Columbia and Levy Counties, Florida: Project Manager responsible for investigating the status of the projects and developing design concepts from prior studies. Responsible for identifying bridge repair alternatives for feasibility or establishing replacement alternatives. Alignments were analyzed and recommendations were provided. All alternatives were studied to minimize impacts to natural, social, cultural and physical environment. Four bridge sites are a part of this contract being completed in two phases (Phase I – study and Phase II – Design). Projects include:  CR 241 Olustee Creek Bridge No. 290044 – Bridge Replacement, Columbia County, Florida: Project Manager responsible for finalizing the PD&E study and design of this bridge replacement project. The facility was a 2-lane rural arterial with two, 12-foot wide travel lanes with 8-foot wide unpaved outside shoulders. The roadway was reconstructed in the vicinity of the proposed bridge in order to raise the profile to provide additional vertical clearance over the creek for the scour critical bridge. The project also included right-of-way acquisition and plans for a detour route during construction of the bridge. The typical section of the bridge consisted of two, 12-foot lanes, two, 8-foot shoulders and traffic railing for an overall out-to-out of 43-foot 1-inch.  CR 456 (Gulf Boulevard) Lewis Pass Bridge No. 340011 – PD&E Study and Bridge Replacement, Levy County, Florida: Project Manager responsible for the study phase of this bridge replacement project. The project is a 2-lane rural roadway with two, 10-foot wide travel lanes. The replacement bridge will be a three span flat slab bridge approximately 66-feet in length with a typical section consisting of two 10-foot lanes, 3-foot outside shoulders with 6-foot sidewalks and traffic railing on each side of the bridge. This project includes public meeting coordination, new vertical alignment, Coast Guard coordination, survey, right-of-way acquisition and utility relocation. Professional Registrations Professional Engineer No. 48263, Florida, 1994 Education Bachelor of Science in Civil Engineering, University of Florida, 1989 Certifications FDOT Advanced Maintenance of Traffic Professional Affiliation Florida Engineering Leadership Institute (FELI), Class of 2013 Florida Engineering Society (FES) Women’s Transportation Seminar (WTS) Page 792 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 13  C Street Cedar Key Channel Bridge No. 340014 – PD&E Study and Bridge Replacement, Levy County, Florida: Project Manager responsible for the study phase to replace the existing bridge and retaining walls for the final design of the $5.7 million bridge replacement project. The facility is 1-lane with a 17-foot wide southbound travel lane with 8-foot parking on both sides, 6-foot sidewalks and outside rail. The proposed bridge will consist of three spans 95 feet in total length using a Florida Slab Beam superstructure. A temporary ACROW bridge will be constructed to provide maintenance of traffic while the existing bridge is replaced. Scour and tidal influences played a critical role in design of the structure and determination of the superstructure type and vertical clearance of the bridge. In addition, approximately 600 feet of retaining will be designed for the approaches at each end of the bridge. This project includes public meeting coordination, environmental permitting, Coast Guard coordination, right-of-way acquisition, utility relocation, roadway, drainage, coastal hydraulics, geotechnical and structures design.  CR 456 (Gulf Boulevard) Creek to Daughtry Bayou Bridge No. 340010 - PD&E Study and Bridge Replacement, Levy County, Florida: Project Manager responsible for the phase study of this bridge replacement project. The project is a 2-lane rural roadway with two, 10-foot wide travel lanes. The replacement bridge will be a six span flat slab bridge approximately 167-feet in length with a typical section consisting of two 10-foot lanes, 3-foot outside shoulders with 6-foot sidewalks and traffic railing on each side of the bridge. A temporary bridge will be constructed to provide maintenance of traffic while the existing structure is replaced. This project includes new vertical alignment, public meeting coordination, Coast Guard coordination, survey, right-of-way acquisition and utility relocation. CR 209 at Black Creek Bridge Widening, FDOT District Two, Clay County, Florida: Project Manager for the 3-lane reconstruction of a 2-lane existing bridge, roadway improvements from a 2-lane section to a 3-lane section. The project included new alignment, drainage, environmental permitting, signing and pavement marking, maintenance of traffic, survey, right-of-way mapping, utility coordination and public involvement. Old Kings Road Widening, City of Palm Coast, Flagler County, Florida: Project Manager for this roadway widening from a 2-lane rural section to a 4-lane urban divided facility approximately 3.33-miles from Palm Coast Parkway to Forest Grove Drive. The 4-lane facility is a divided urban arterial roadway with two, 11-foot lanes in each direction, curb and gutter with a closed drainage system, a 15.5-foot median, a 4-foot utility strip behind the back of curb and a concrete sidewalk on both sides of the road. The project includes highway design, pavement design, drainage improvements and permitting, utility coordination, miscellaneous structures, signing and pavement markings, signalization, lighting, design and right-of-way surveying and subsurface utility engineering. Palm Coast Parkway Widening, City of Palm Coast, Flagler County, Florida: Project Manager for this roadway widening improvement of a 4-lane suburban section to a 6-lane urban facility. The project began 500-feet west of Cypress Point Parkway/Boulder Drivfe and extended to Florida Parkway. The project was approximately 1.5-miles in length. The project required design services for roadway, drainage, signing and pavement marking, signalization, lighting, landscape and structural. The project included design and right-of-way survey, subsurface utility location services and the development of parcel sketches and descriptions. The project also included public involvement and one public meeting. This was a LAP project between the City of Palm Coast and FDOT District Five. SR 312 Ultimate Extension, FDOT District Two, St. Johns County, Florida: Project Manager for a 4.1- mile new alignment project from just south of SR 207 to SR 16. The project includes design of a 6-lane urban and suburban typical design of four bridge structures, stormwater treatment facilities, permitting, widening, milling and resurfacing, maintenance of traffic, utility coordination, signing and pavement marking, signalization, survey and development of right-of-way maps. Colette Moss, PE, Continued Page 793 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 14 LEORODRIGUEZ, PE Deputy Project Manager 16 Years of Experience | 4 Years at DRMP Experience Summary Leo Rodriguez, PE, serves as a Structures Project Manager for DRMP’s Transportation Market Sector. He has experience with the replacement, widening and rehabilitation of fixed and movable bridges, design of new tolling facilities and building structures, and design of miscellaneous structures including sheet pile walls in coastal environments. He is responsible for planning, developing, quality control and delivery of studies, designs, plans, specifications and estimates for design build, conventional and complex transportation projects. Additionally, Mr. Rodriguez has provided inspections and construction support services. Relevant Project Experience Port Sutton Road Bridge Replacements, Hillsborough County, Florida: Structures Project Manager and Engineer of Record responsible for the design, plans preparation and specifications for the new bridges that will replace the existing structurally deficient and functionally obsolete slab bridges. Port Sutton Road serves as the only ingress/egress to strategic industrial facilities in the Tampa Bay area. The bridges will consist of Florida Slab Beams (FSBs) and straddle the existing bridges to avoid undermining existing substructure and bulkhead walls. Traffic maintenance and phased construction will be required. SR 50 Widening, FDOT Districts Five and Seven, Hernando and Sumter Counties, Florida: Structures Engineer for this project that involves widening eight miles of SR 50 from 2-lanes to 4-lanes from east of US 301 to east of CR 757. The project extends through the Withlacoochee State Forest and involves extensive environmental coordination with US Fish and Wildlife Service, Southwest Florida Water Management District, US Forestry Service, Acquisition and Restoration Council, two FDOT Districts and local agencies. The river crossing is composed of five spans of AASHTO Type II Beams founded on driven concrete plies to match the existing river crossing which will remain in place. The CSX bridges eliminate an existing at-grade rail crossing and will span the full railroad right-of-way with single spans of Florida-I 63 Beams on driven concrete piles with retaining walls at the bridge ends. This project required coordination with CSX and a local mining operation, and includes drainage, signing and pavement marking, maintenance of traffic, environmental permitting, right-of-way mapping and public involvement. Professional Registration Professional Engineer No. 78493, Florida, 2015 No. 0044201, Louisiana, 2019 Education Master of Science in Civil Engineering, Utah State University, 2012 Bachelor of Science in Civil Engineering, INTEC, Santo Domingo, Dominican Republic, 2008 Software Aptitude AutoCAD Civil 3D CSI Bridge MDX MicroStation Midas OpenBridge Modeler OpenRoads Designer (ORD) Professional Affiliation American Concrete Institute (ACI) American Council of Engineering Companies (ACEC), Florida Structural Committee Member American Institute of Steel Construction (AISC) American Society of Civil Engineers (ASCE) American Society of Highway Engineers (ASHE) Florida Engineering Society (FES) Page 794 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 15 13th Street/Sands Point Drive Bridge Replacement, Pinellas County, Florida: Project Manager and Structures Engineer of Record responsible for the replacement of the existing 13th Street/Sands Point Drive bridge over Pine Key Cutoff Canal in Tierra Verde. The proposed roadway typical section for the 13th Street bridge includes two 12-foot travel lanes, two 6-foot (minimum) buffered bicycle lanes and sidewalk on both sides of the roadway. This bridge serves as the only access to Pine Key community and will require phased construction. Services being provided include bridge design, roadway analysis and plans, drainage, utility coordination, utility design, geotechnical, survey, public involvement and post-design services. Permitting was also required from Pinellas County, the Southwest Florida Water Management District (SWFWMD), the US Army Corps of Engineers (USACE) and the Florida Department of Environmental Protection (FDEP). County Line Road Bridge Replacement, Martin County, Florida: Project Manager and Engineer of Record responsible for the replacement of County Line Road over north fork Loxahatchee river. The new bridge that will replace the existing structurally deficient and functionally obsolete 6-span sonovoid slab bridge. The replacement bridge includes provisions for bike lanes and sidewalks. The replacement structure is anticipated to be a 3-span Florida Slab Beam (FSB) bridge with deep foundations at the end and intermediate bents. The existing bridge will be removed and replaced in a highly constrained work zone within an established neighborhood. Shore Drive Bridge Replacement, Pinellas County, Florida: Project Manager and Engineer of Record responsible for the replacement of Shore Drive over Booker Creek. The new bridge that replace the existing structurally deficient and functionally obsolete arched bridge. The project will provide 0.25 miles of sidewalks to connect portion of the Ozona community to the Fred Marquis Pinellas Trail. The replacement structure is anticipated to be a simple span Florida Slab Beam (FSB) bridge with deep foundations at the end bents. The existing bridge will be removed and replaced in a highly constrained work zone within an established neighborhood. College Road Bypass Bridge Repairs, Okaloosa County, Florida: Structures Project Manager responsible for providing services for repairs for this 1415-foot bridge, composed of 45 simple span sonovoid slabs. During the bi-annual inspections, a prompt corrective action advisory was issued due to corroded and/or missing traverse post-tensioned bars. DRMP provided a Bridge Repair Report and repair details to address the independent behavior of the slabs. DRMP is assisting the county to incorporate the deficient bridge into the Off-System Bridges Replacement Program with the FDOT. SR 417 Widening from International Drive to John Young Parkway, Hubbard Construction Company for Central Florida Expressway Authority, FDOT District Five, Orange County, Florida: Project Manager and Engineer of Record for this project. To reduce congestion and improve traffic flow, the Central Florida Expressway Authority (CFX) is widening SR 417 from International Drive to John Young Parkway. This 4.1-mile project will add a travel lane in each direction, expanding the expressway from 4-lanes to 6-lanes total. It will also add dedicated E-PASS lanes in both directions at the John Young Main Plaza and add seven sound walls. CFX is also adding wider median shoulders to temporarily accommodate additional traffic during emergency response events, including traffic accidents or hurricane evacuations. Working for Hubbard Construction and United Signs and Signals, DRMP is providing a variety of specialty engineering services, including completing Engineering Analysis Reports (EAR) for non-compliant elements, out of tolerance piles analysis, performing a foundation analysis and a hydraulic analysis, and completing a drilled shaft CSL analysis. Leo Rodriguez, PE, Continued Page 795 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 16 Experience Summary Tom Fulton, PE, serves as a Senior Roadway Engineer for DRMP’s Transportation Market Sector. Mr. Fulton has extensive experience with FDOT, covering a spectrum from resurfacing, restoration, and rehabilitation to intricate multi-lane widening and interchange improvements. His work spans both State and Municipal projects, highlighting his versatility in arterial multi-lane widening, road extensions, intersection improvements, and shared- use path and sidewalk projects. This past experience involved responsibilities ranging from overall project management to conceptualization and in-depth analysis. He has overseen various design aspects, notably in limited access interchange improvements and intersection enhancements. Mr. Fulton’s effective collaboration extends across FDOT Districts Four, Six, and Seven, the Florida Turnpike Enterprise, and area counties. This collaboration showcases his expertise in managing all design disciplines, encompassing roadways, drainage, environmental considerations, and structures. Relevant Project Experience WORK PRIOR TO DRMP SR 951 Judge SS Jolley Bridge Over Big Marco Pass, FDOT District One, Collier County, Florida: Project Manager and Roadway Engineer of Record responsible for team management, project scheduling, invoicing, communication with client, roadway plans, horizontal and vertical geometry, pavement design, and maintenance of traffic through the 60 percent phase of project development for this bridge project that included the design of a new 1,600-foot high- level bridge along SR 951 with a 64-foot vertical clearance over the Big Marco Pass. The new 2-lane bridge is parallel to the existing 2-lane bridge and serves as the southbound roadway. The existing 2-lane bridge was rehabilitated to serve as the northbound roadway. Additional project elements included reconstruction of roadway approaches, public access and parking for recreation at each end of bridge, landscaping, and lighting. I-75 (South of SR 82 to South of Luckett Road), FDOT District One, Lee County, Florida: Project Manager and Roadway Engineer of Record responsible for team management, project scheduling, invoicing, communication with client, post-design phase services, roadway plans, horizontal and vertical geometry, pavement design, maintenance of traffic, and specifications for this I-75 project providing interim interstate improvements to widen a 1.5-mile section from 4-lanes to 6-lanes. This was accomplished by widening into the 84-foot median and widening the bridge over SR 82, as well as ramp improvements, replacement of interchange lighting, replacement of guide signs, and replacement of pavement markings. Stormwater treatment was provided within the median. TOMFULTON, PE Quality Assurance/Quality Control 40 Years of Experience | 1 Year at DRMP Professional Registration Professional Engineer No. 39722, Florida, 1988 Education Bachelor of Science in Civil Engineering, Lamar University, Texas, 1981 Certifications FDOT Maintenance of Traffic FDOT Specifications Package Professional Affiliation American Society of Civil Engineers (ASCE) Florida Engineering Society (FES) Page 796 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 17 Linebaugh Avenue from Henderson Road to Plantation Boulevard, Hillsborough County, Florida: Project Manager and Roadway Engineer of Record responsible for team management, project scheduling, invoicing, communication with client, utility coordination, typical section recommendations, roadway plans, horizontal and vertical geometry, pavement design, and maintenance of traffic for this project reconstructing a 1.5 mile section of Linebaugh Avenue from a 2-lane roadway to a 4-lane divided urban roadway. The design included curb and gutter, bike lanes, a storm sewer system, a landscaped median, sidewalks along both sides of the roadway, stormwater treatment ponds, and utility relocations. The project also included a bridge replacement over a major drainage outfall and new traffic signals. The project required extensive right-of-way acquisition to provide a 130-foot right-of- way. SR 968/Southwest 1st Street Bascule Bridge Replacement at Miami River, FDOT District Six, Miami-Dade County, Florida: Roadway Engineer of Record responsible for roadway plans, development of the complicated horizontal and vertical geometry, pavement design, and maintenance of traffic for this project along SR 968 (Southwest 1st Street) replacing the nationally registered historic bascule bridge crossing the navigable Miami River along the western edge of the City of Miami’s downtown area. SR 968 is a major east-west thoroughfare connecting Little Havana from the west to the City of Miami’s downtown area. At this location, SR 968 is the eastbound roadway of a one-way pair through a dense urban environment. This project improved roadway capacity, bicycle safety, and pedestrian safety by replacing the existing substandard bascule bridge and approach roadway with a new bascule bridge and providing three new 11-foot traffic lanes, shoulders, bicycle lanes, and new ADA-compliant sidewalks. The approaching roadway has a significant grade separation at each end of the bridge supported by retaining walls. Meeting project objectives to increase the vertical clearance over the main channel of the Miami River was challenging due to the elevated structure of I-95 crossing one end of the project. Beckett Bridge Replacement Over Whitcomb Bayou, Pinellas County, Florida: Lead Roadway Engineer responsible for roadway plans, development of vertical and horizontal geometrics, pavement design and maintenance of traffic through the 60 percent plans for this project replacing an existing historic bascule bridge that carries Riverside Drive over Whitcomb Bayou. The existing bridge was a substandard structure with narrow lanes and no accommodations for bicycles or pedestrians and had a low vertical clearance over the navigable waterway. The replacement structure consists of a new 60-foot single-leaf, rolling-lift, bascule bridge that features wider traffic lanes, shoulders with bike lanes, and sidewalks meeting current design criteria. The new bridge replacement is constructed at a higher elevation than the existing bridge; and new roadway approaches were built with a minor grade separation approximately three feet in height. An offsetting alignment in the existing roadway at each end of the 300-foot span structure required a horizontal alignment design along the structure with reverse curvature to connect to the existing roadway on both ends. Dryman Bay Bridge Replacement on Blackburn Point Road, FDOT District One, Sarasota County, Florida: Project Manager and Roadway Engineer of Record responsible for team management, project scheduling, invoicing, communication with client, roadway plans, horizontal and vertical geometry, and pavement design and maintenance of traffic through final plans for this eight-span 150-foot coastal bridge on Blackburn Point Road connecting the island of Casey Key to the mainland. The project replaced the existing structurally deficient bridge with a new 150-foot-long, three- span concrete bridge with pre-cast slabs across the environmentally sensitive Dryman Bay. The improvements had to be designed to avoid any significant right-of-way acquisition. Tom Fulton, PE, Continued Page 797 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 18 BHARATHICHIGURUPATI, PE, RSP1 Signing and Pavement Markings (SPM)/Signalization 18 Years of Experience | 6 Years at DRMP Experience Summary Bharathi Chigurupati, PE, RSP1, serves as the Tampa Traffic Group Leader and a Project Manager for DRMP’s Transportation Market Sector. Her responsibilities include signal design, lighting design, signing and pavement marking design and minor traffic studies. She is also responsible for project management, scheduling, estimation of quantities, developing scope and manhours. Relevant Project Experience I-75 (SR 93) from Collier County Line to Gator Crossing Canal Bridge, FDOT District One, Lee County, Florida: Lighting Engineer of Record for the milling and resurfacing of this 13.8-mile, 6-lane facility extending from Collier County Line to Gator Crossing Canal Bridge on I-75 (SR 93). The work includes milling and resurfacing the emergency median crossovers, existing frontage roads, ramps, shoulders, northbound and southbound lanes of I-75. It also includes bringing the existing Traffic Monitoring Systems into compliance as well as guardrail relocation/ replacement and shoulder gutter replacement. Overall project includes bridge inspection, load rating, traffic related structures design, 3D Laser scanning, subsurface utility engineering, topographic, wetland delineation, resurfacing, restoration and rehabilitation, ATMS, intelligent transportation systems, lighting, maintenance of traffic, pavement design, signing and pavement marking, public involvement, utility coordination and a 3D model completed in OpenRoads Designer (ORD). I-75 (SR 93) from Toll Booth to Collier Boulevard, FDOT District One, Collier County, Florida: Lighting Engineer of Record for the milling and resurfacing of this 1.6-mile, 4-lane facility, extending from Toll Booth to Collier Boulevard on I-75 (SR 93). The work included milling and resurfacing the northbound and southbound lanes and shoulders of I-75 and widening the inside median shoulders. Overall project included bridge inspection, load rating, traffic related structures design, 3D Laser scanning, subsurface utility engineering, topographic, wetland delineation, resurfacing, restoration and rehabilitation, ATMS, intelligent transportation systems, maintenance of traffic, pavement design, signing and pavement marking, public involvement, utility coordination and a 3D model completed in OpenRoads Designer (ORD). Professional Registration Professional Engineer No. 84860, Florida, 2018 Education Master of Science in Transportation Engineering, University of Kentucky, 2005 Bachelor of Technology in Civil Engineering, Jawaharlal Nehru Technological University, India, 2003 Certifications Transportation Professional Certification Board (TPCB) Road Safety Professional (Level 1), No. 906, 2022 Software Aptitude AGI32 AutoCAD GEOPAK GuideSIGN MicroStation OpenRoads Designer (ORD) Synchro Professional Affiliation American Society of Highway Engineers (ASHE), Tampa Bay Institute of Transportation Engineers (ITE), Tampa Bay Page 798 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 19 Immokalee Road Design Build from I-75 to Collier Boulevard, Collier County, Florida: Traffic Engineer that prepared signal, signing and pavement marking and lighting plans. Performed turn lane queue length analysis. Also prepared signal plans for two signalized intersections at existing fire stations. Erie Road Widening (West Segment) 69th Avenue East to Martha Road, Manatee County, Florida: S&PM and Lighting Engineer-of-Record responsible for overseeing the plans production of signing and pavement marking and lighting plans to support the widening of Erie Road from 69th Avenue East to Martha Road. The project corridor is approximately three miles long. The northside of Erie Road is constrained by a Florida Power & Light railroad and Duke Power easement. All widening will be to the south and hold the north right-of-line. Widening will include a 22-foot median with median lighting, four 12-foot lanes, and a multi-use trail on the southside of Erie Road. The existing Erie Road is flush shoulder with drainage going to roadside ditches. The road will be converted from a rural section to an urban curb and gutter with closed drainage. Services provided for the Erie Road widening include pavement design, roadway design, traffic control, reconstruction, new stormwater drainage system, regional stormwater modeling, geotechnical services, signalization, signing/pavement markings, utility design/coordination, survey/SUE, right-of-way acquisition, environmental permitting, public outreach, FDOT coordination, railroad permitting, expert witness, and services supporting construction. Quesada Avenue Sidewalk, Charlotte County, Florida: S&PM, Signalization and Lighting EOR responsible for overseeing the plans production of signing and pavement marking, signals, and lighting for a 6-foot-wide pedestrian sidewalk along the north side of Quesada Avenue running from Cochran Boulevard to Forrest Nelson Boulevard. The project involves the site plan engineering design of a concrete sidewalk, including site layout, plan and profiles, and cross sections. While giving direction to support staff on completing the site improvement package for Charlotte County and communication with client and day-to-day process. I-275 at I-4 Interchange Improvements Design-Build, The Lane Construction Corporation for FDOT District Seven, Hillsborough County, Florida: Lighting Engineer-of-Record responsible for overseeing the lighting plans production for this interchange improvements project, which includes the design and construction of six new bridges, eight bridge widenings/modifications, four existing bridge coatings, and two existing bridge railing retrofits; widening the existing roadway from 2-lanes to 3-lanes in specific segments; improving existing drainage facilities, and providing complex temporary traffic control plans throughout each phase of the project to minimize disruption for all users. The design-build team’s innovative alternative technical concept includes an innovative new dual-lane flyover bridge to accommodate the I-275 southbound traffic onto I-4 eastbound without needing a complex widening. This eliminates over 100 detours by performing off-line construction and provides FDOT with the opportunity to add a new I-4 eastbound auxiliary lane to the Selmon Expressway exit just east of the downtown interchange. Other project design elements include permitting, signing and pavement marking, lighting, signalization, intelligent transportation systems, landscape, and geotechnical. Russell Avenue Connection and Sidewalk/Trail Improvements, Pinellas County, Florida: Lighting Engineer-of-Record responsible for overseeing the lighting plans production for the design of ADA- compliant, 10-foot-wide, sidewalks/trail connections, and associated drainage features along Russell Avenue in Pinellas County. The scope includes engineering design services, acquisition of permits, and preparation of technical documents. The design accommodates a six-inch-thick sidewalk/trail, driveways, and a 10-foot trail with additional features such as a pond for water quality treatment and floodplain compensation. All designs and plans will adhere to Pinellas County standards and SWFWMD regulations. Bharathi Chigurupati, PE, RSP1, Continued Page 799 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 20 MICHAELJAROCH, PE Drainage Design 31 Years of Experience | 3 Years at DRMP Experience Summary Michael Jaroch, PE, serves as a Chief Drainage Engineer for DRMP’s Transportation Market Sector. In this role, Michael is responsible for analysis, design, and permitting of stormwater management systems on conventional and design-build projects, as well as, managing drainage continuing services contracts. Mr. Jaroch’s areas of expertise include the drainage infrastructure design, drainage forensic studies, PD&E pond siting and location hydraulics reports, QA/QC reviews, and Environmental Resource Permitting on complex highway and interchange projects across all FDOT Districts, the Florida’s Turnpike Enterprise (FTE), the Central Florida Expressway Authority (CFX), and the Tampa-Hillsborough Expressway Authority (THEA). Relevant Project Experience Erie Road Widening (East Element) Martha Road to US 301, Manatee County, Florida: Chief Drainage Engineer of Record for the widening of Erie Road from Martha Road to US 301. The project corridor is approximately 1.03 miles long. The northside of Erie Road is constrained by a Florida Power & Light railroad and Duke Power easement. All widening will be to the south and hold the north right-of-line. Widening will include a 22-foot median with median lighting, four 12-foot lanes, and a multi-use trail on the southside of Erie Road. The existing Erie Road is flush shoulder with drainage going to roadside ditches. The road will be converted from a rural section to an urban curb and gutter with closed drainage. Services provided for the Erie Road widening include pavement design, roadway design, traffic control, reconstruction, new stormwater drainage system, regional stormwater modeling, geotechnical services, signalization, signing/pavement markings, utility design/coordination, survey/subsurface utility engineering, right-of-way acquisition, environmental permitting, public outreach, FDOT coordination, railroad permitting, expert witness, and services supporting construction. Erie Road Widening (West Segment) 69th Avenue East to Martha Road, Manatee County, Florida: Chief Drainage Engineer responsible for drainage concept development and drainage quality control review for the widening of Erie Road from 69th Avenue East to Martha Road. The project corridor is approximately three miles long. The northside of Erie Road is constrained by a Florida Power & Light railroad and Duke Power easement. All widening will be to the south and hold the north right-of-line. Widening will include a 22-foot median with median lighting, four 12-foot lanes, and a multi-use trail on the southside of Erie Road. The existing Erie Road is flush shoulder with drainage going to roadside ditches. The road will be converted from a rural section to an urban curb and gutter with closed drainage. Services provided for the Erie Road widening include pavement design, roadway design, traffic control, reconstruction, new Professional Registrations Professional Engineer No. 48951, Florida, 1995 Education Bachelor of Science in Civil Engineering, University of South Florida, 1987 Software Aptitude ASAD HEC-RAS HY-8 Hyrdaflow StormWise (formerly ICPR) Professional Affiliation Florida Engineering Society (FES) Florida Stormwater Association (FSA) Page 800 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 21 stormwater drainage system, regional stormwater modeling, geotechnical services, signalization, signing/pavement markings, utility design/coordination, survey/SUE, right-of-way acquisition, environmental permitting, public outreach, FDOT coordination, railroad permitting, expert witness, and services supporting construction. I-4 at Sand Lake Road Interchange Design-Build, The Lane Construction Corporation for FDOT District Five, Orange County, Florida: Chief Drainage Engineer for the reconstruction of the existing I-4 at Sand Lake Road Interchange to a diverging diamond interchange. This new interchange provides a direct connection from the westbound I-4 general use lanes to Turkey Lake Road. The project also includes the design of one buffered express lane on westbound I-4 between Sand Lake Road and Central Florida Parkway, existing roadway improvements, three bridge replacements, three new ramp bridges, and one bridge widening. Our Team’s innovative alternative technical concept includes shifting the entire I-4 typical section to the west, which improves the horizontal and vertical geometry of the mainline and ramps, constructs the bridges off-line, reduces the bridge deck area by over 18,000 SF, and eliminates all Category 2 Bridges, post-tensioned piers, and shoring towers. This allows the I-4 westbound to Turkey Lake Road to open 24 months earlier than the original project schedule. Additional services include signing and pavement markings, lighting and aesthetic lighting, geotechnical, signals, and intelligent transportation system (ITS) improvements. I-275 at I-4 Interchange Improvements Design-Build, The Lane Construction Corporation for FDOT District Seven, Hillsborough County, Florida: Chief Drainage Engineer responsible for the pursuit phase drainage concept, drainage quality control, and drainage post design support for this interchange improvements project, which includes the design and construction of six new bridges, eight bridge widenings/modifications, four existing bridge coatings, and two existing bridge railing retrofits; widening the existing roadway from 2-lanes to 3-lanes in specific segments; improving existing drainage facilities, and providing complex temporary traffic control plans throughout each phase of the project to minimize disruption for all users. The design-build team’s innovative alternative technical concept includes an innovative new dual-lane flyover bridge to accommodate the I-275 southbound traffic onto I-4 eastbound without needing a complex widening. This eliminates over 100 detours by performing off-line construction and provides FDOT with the opportunity to add a new I-4 eastbound auxiliary lane to the Selmon Expressway exit just east of the downtown interchange. Other project design elements include permitting, signing and pavement marking, lighting, signalization, intelligent transportation systems, landscape, and geotechnical. Michael Jaroch, PE, Continued Page 801 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 22 PAULBENVIE, PE Utility Coordination 19 Years of Experience | 10 Years at DRMP Experience Summary Paul Benvie, PE, serves as the Fort Myers Office Leader for DRMP’s Civil Services Market Sector. He has 17 years of experience in civil engineering and has served as Project Manager and Design Engineer for the design, permitting and construction of roadway and utilities infrastructure projects, utility-scale energy production and distribution projects, as well as many residential, commercial and municipal development projects. Mr. Benvie is well- versed in Construction Engineering and Inspection (CEI), construction materials testing, structural engineering, mechanical engineering and geotechnical engineering. With his diverse experience and depth of engineering and construction knowledge, he has successfully managed projects across the United States and Caribbean. Mr. Benvie has been instrumental in the preparation of permit applications in all local jurisdictions, including South Florida Water Management District, Florida Department of Transportation, Lee County, City of Fort Myers, City of Cape Coral, City of Naples and Collier County. Relevant Project Experience Monument Signs, the Village of Estero, Lee County, Florida: Project Manager responsible for design, permitting, and bid assistance of four monument signs to be place at the northern and southern Village limits along US-41 and Three Oaks Parkway, which are right-of-ways owned and maintained by FDOT and Lee DOT, respectively. DRMP was selected as a consultant for the Village of Estero’s Professional Engineering Services Library Continuing Contract. The Village issued DRMP task work orders to perform the work. DRMP coordinatd with the Village’s branding and landscape architect consultants to prepare grading, drainage, structural, and site plans for the projects. Mr. Benvie prepared and presented an informative slide deck to council for their review and approval of the locations and design of the signs. All four signs have been constructed and permits closed out. They have been well received by the community. Court Maintenance Specifications, Collier County, Florida: Project Manager responsible for the preparation of specifications for the resurfacing of several sport courts, specifically tennis and basketball courts, within Collier County, funded by the Parks & Recreation Department of Collier Professional Registrations Professional Engineer No. 72261, Florida, 2011 Education Bachelor of Science in Civil Engineering, University of Florida, 2006 Certifications FDOT Earthwork Construction Inspection- Level I ACI Field Concrete Testing Technician- Level I Software Aptitude ArcView GIS AutoCAD Civil 3D Autodesk Inventor Autodesk Land Development Desktop Cartegraph LPILE Foundation Modeling STAAD Pro StormWise (Formally ICPR 4) Professional Affiliation American Public Works Association, Southwest Florida Chapter, Board Member City of Fort Myers Building & Zoning Oversight Committee (BZOC) Lee County Bicycle and Pedestrian Advisory Committee Member Real Estate Investment Society (REIS) Urban Land Institute (ULI) Southwest Florida Chapter, Committee Member Page 802 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 23 County. The County expressed concern with the specifications being able to deliver a quality finished product as some past County projects yielded poor quality results. DRMP researched available options and found technologies that fit the County’s desires and created fair and equitable specifications around them to prevent subpar suppliers and vendors from winning via low bid. Bayside Park, Town of Fort Myers Beach, Lee County, Florida: Project Manager for this project to provide construction documents for the redevelopment of an existing hardscaped urban park that exists in Town controlled right-of-way. As lead designer for the project, DRMP was tasked with developing conceptual plans, hosted several public design charrette meetings to garner public support for the project, and presented at Town Council meetings. Over time, the design evolved from a simple refresh, to a completely new three-story building for use by the public and patrons of the mooring field, to a shaded park with artificial turf, an environmentally friendly rain garden and a performance stage. The latter design was chosen by Town Council. Funding for the project was reduced by the Town and DRMP led a value engineering exercise to save approximately 40% of the construction costs. The project was built on time and within budget. The ribbon cutting occurred a couple of weeks before Hurricane Ian devastated the barrier island on September 28, 2022. DRMP assisted the Town with rebuilding the park and securing FEMA funding to do so. The park was redesigned, reconstructed, and reopened in under one year and hosted the annual Island Hopper singer/songwriter festival in the fall of 2023. Times Square Renovation and Streetscape, Town of Fort Myers Beach, Lee County, Florida: Project Manager for the master planning, design, and engineering services to plan the redesign of the Town of Fort Myers Beach’s core shopping and dining district, with the goal of revitalizing the piazza into an attractive gathering area with updated streetscapes and iconic amenities. Topographic survey was acquired with DRMP’s state-of-the-art LiDAR equipment. Mr. Benvie held design charettes with the general public and several advisory committees prior to preparing and presenting a conceptual plan to Town Council. The final design featured pavers, shade sails, pergolas, a performance stage, lighting, and landscaping. DRMP assisted the Town in securing $1,000,000 in LAP funding via the local Metropolitan Planning Organization. Blackbird Driveway Turnout Design, A+ Environmental Restoration, LLC., Lee County, Florida: Project Manager responsible for overseeing the design and permitting process for a driveway turnout on an FDOT roadway. Construction plans included aerial base-mapping, turnout design, drainage evaluation and utility coordination for FDOT permitting for the driveway located in Arcadia, Florida, approximately 0.5-miles west of 4 Mile Grade Road. CR 761 Peace River Overflow Bridge Scour Countermeasures - CEI (FPN 438565-1-54-01), DeSoto County, Florida: Senior Project Manager for the construction engineering and inspection of a complex bridge scour countermeasures project that included the installation of articulated concrete block mats on steep bridge abutments and underwater bents. Mr. Benvie ran progress meetings, performed inspections and oversaw the daily operations including maintenance of traffic, turbidity monitoring, construction and underwater dive inspections. He assisted DeSoto Country and the contractor with pay applications, change orders and updated the construction schedule. This project was funded by the State of Florida- Small County Outreach Program (SCOP), finished under budget and three months ahead of schedule. Paul Benvie, PE, Continued Page 803 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 24 HUNGTU, PE, SE Structures Engineering 9 Years of Experience | 9 Years at DRMP Experience Summary Hung Tu, PE, SE, serves as a Structures Engineer for DRMP’s Transportation Market Sector. His primary duties consist of design of structural elements and production of structures plan sets. His design assignments have included AASHTO Girder bridges, Florida-I Beam bridges, pedestrian bridges, conventional reinforced concrete piers and minor bridge widenings. He has experience working on both conventional and design-build projects. He also has design experience in mast arms, cantilever signs, span signs, drilled shafts, box culverts, bridge load ratings and shop drawing reviews. Relevant Project Experience DESIGN BUILD SR 538 (Poinciana Parkway) Capacity Improvements from Ronald Reagan Parkway to Cypress Parkway Design-Build (Contract No. 538-165),The Lane Construction Company for Central Florida Expressway Authority, Osceola County, Florida: Structures Engineer responsible for the design of the three new bridges for this $92.6 million design-build project that widens SR 538 from a 2-lane undivided roadway to a 4-lane divided expressway for seven miles. This project includes the design of new bridges over the Reedy Creek Mitigation Bank, Marigold Avenue and KOA Street using Florida-I Beams and founded on prestressed concrete piles. The bridge over the Reedy Creek Mitigation Bank is over a mile long, designed to minimize environmental impacts and has minimum vertical clearance that allows the safe passage of wildlife below. The project also included over two miles of sound walls, drainage, environmental, permitting, signing and pavement markings, intelligent transportation systems, lighting, all-electronic tolling and utility upgrades for the Toho Water Authority. The design-build team’s innovative designs included a revised pile configuration that saved $5 million in project costs. Wekiva Parkway Section 8 Interchange Design-Build, The Lane Construction Company for FDOT District Five, Seminole County, Florida: Structures Engineer responsible for the preparation of structural calculations and final plans for the bridge components, bridge load ratings, quantity computations of all bridge sites and shop drawing review during post design for the design of a limited access toll road starting from Orange Boulevard to east of Rinehart Road. This $263.3 million project includes a new system to system interchange that connects I-4, SR 417 and SR 429 as well as accommodates future express lanes. The project includes 20 new bridges Professional Registration Professional Engineer No. 89055, Florida, 2020 No. 048456, Georgia, 2022 Structural Engineer No. 001365, Georgia, 2022 No. 081008759, Illinois, 2022 Education Master of Science in Civil Engineering, University of Central Florida, 2018 Bachelor of Science in Civil Engineering, University of South Florida, 2015 Software Aptitude CSIBridge FB Multi Pier FDOT Beam Stability FDOT LRFD Box Culvert FDOT LRFD Prestressed Beam GEOPAK MathCad MicroStation OpenBridge Modeler OpenRoads Designer (ORD) RC Pier Smart Bridge Suite STAAD Page 804 of 2218 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 25 and two bridge widenings. Bridge types include a combination of single and multi-span bridges, concrete Florida-I Beams and steel plate girders. The design-build team’s approved interchange alternative technical concepts improves operations and safety during and after construction, while reducing overall impacts and long-term maintenance costs. Other project design elements include complex maintenance of traffic, drainage design, permitting, signing and pavement marking, lighting, signalization, intelligent transportation systems, landscape, geotechnical, tolling and surcharge areas to consolidate deep muck. SR 528 (Beachline Expressway) at Innovation Way Design-Build, The Lane Construction Corporation for Central Florida Expressway Authority, Orange County, Florida: Structures Engineer responsible for the preparation of structural calculations and final plans for this design-build project which involved bridge design for five bridge sites and construction of a new interchange alignment between the proposed Innovation Way extension and existing SR 528. Roadway, signing and pavement marking, signalization, fiber optic network, lighting and retaining wall plans were completed upon initiating design. The five bridge sites included two ramp structures over the Brightline rail corridor, two structures carrying Innovation Way over Brightline and SR 528 and one widening at SR 528 over Innovation Way. The two ramp bridges consisted of Florida-I Beams (FIB) supported by post-tensioned, inverted-tee piers and were founded on prestressed concrete piles. In addition, the piers supporting the ramps were oriented at an approximate 60 degree skew angle and implemented aesthetic column shapes. The Innovation Way bridges also used FIBs founded on prestressed concrete piles. The bridge widening at SR 528 implemented AASHTO Type II Beams supported by standard piers. The project included the preparation of structural calculations and final plans for the bridge component, bridge load ratings and design and details for crash walls at the railroad crossings. SR 516 (Lake Orange Expressway) from Orange/Lake County Line to SR 429 (Segment 3) (Contract No. 516-238), Central Florida Expressway Authority, Orange County, Florida: Structures Engineer for this new systems interchange connecting SR 429 to SR 516, a new 4-lane limited access toll facility that extends to US 27. This interchange includes five new bridges, with two using concrete Florida-U Beams and three using steel box girders and four bridge widenings, where three are using Florida-I Beams and one is using steel I-girders. This project also includes two miles of roadway improvements along SR 429, which includes widening, adding ramps and milling and resurfacing of the remaining existing roadway, a new dual teardrop roundabout at the interchange with Valencia Parkway, permitting with FDEP and SFWMD, coordination with Orange County, Lake County and local landowners, drainage, intelligent transportation systems, lighting, signing and pavement markings, tolling, aesthetics and geotechnical services. SR 528/SR 436 Interchange Improvements and SR 528 Widening from SR 436 to Goldenrod Road (Contract No. 528-143), Central Florida Expressway Authority, Orange County, Florida: Structures Engineer responsible for the preparation of structural calculations and final plans for the bridge components, bridge load ratings, quantity computations of all bridge sites and shop drawing review during post design for the design of the reconstruction of the SR 528/SR 436 interchange and widening of SR 528 from 4-lanes to 6-lanes with an auxiliary lane eastbound to Goldenrod Road and westbound to Conway Road. This project includes six new steel box girder bridges totaling $4.6 million pounds of steel, one new bridge using Florida-U Beams and the replacement of one box culvert. This interchange serves as the north entrance and exit to the Orlando International Airport and involved complex maintenance of traffic design. Other project design elements included drainage design, permitting, signing and pavement marking, lighting, signalization, intelligent transportation systems and geotechnical analysis. Hung Tu, PE, SE, Continued Page 805 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 26 Availability of Professional Personnel Resume 1 EEDDUUCCAATTIIOONN//QQUUAALLIIFFIICCAATTIIOONNSS BS, Civil Engineering, Polytechnic University, NY RREEGGIISSTTRRAATTIIOONNSS// CCEERRTTIIFFIICCAATTIIOONNSS Professional Engineer: FL (# 59090 ) Certified Planner: AICP (#314390) YYEEAARRSS OOFF EEXXPPEERRIIEENNCCEE 3 7 OOFFFFIICCEE LLOOCCAATTIIOONN Naples, FL BBiillll GGrraammeerr,, PPEE,, AAIICCPP PROJECT MANAGER/COMMUNITY OUTREACH/HIGHWAY AND ROADWAY/MOT Bill brings more than 37 years of experience managing and coordinating a wide variety of transportation and transit projects, including planning, traffic, roadway, drainage, utility, environmental, minor “local” roadways, major urban arterials, state route, and interstate highways. He has served as Project Manager and/or Project Coordinator for 45 different general service contracts for clients throughout Florida , including Collier County. Bill has expertise in project management, roadway/transit studies and design, bicycle and pedestrian plans (designed more than 100 miles of sidewalks/pathways/bicycle lanes), design-build criteria packages, underground utility design/relocations, PD&E st udies, and community outreach. He has also managed over 40 public involvement meetings and over 100 project stakeholder meetings . RReelleevvaanntt PPrroojjeecctt EExxppeerriieennccee PPrroojjeecctt MMaannaaggeerr.. IImmmmookkaalleeee RRooaadd CCoorrrriiddoorr CCoonnggeessttiioonn SSttuuddyy,, CCoolllliieerr CCoouunnttyy,, FFLL.. Jacobs conducted a congestion analysis for future (5-year and 20 -year) conditions along a 2.3-mile segment of Immokalee Road from Livingston Road to Logan Boulevard, including nine intersections. Our team obtained traffic counts, evaluated surrounding land use, and projected traffic forecasts along the corridor and at the intersections for existing (2019), 2025, and 2040 conditions. Due to the severe congestion projected and limited ROW available, we performed an alternatives analysis to evaluate both conventional and innovative alternatives at each of the intersections. The corridor was modeled in SYNCHRO software by Trafficware to conduct the analysis for delay, volume to capacity ratio, and level of service for existing and future conditions under the no-build and build scenarios. Types of innovative improvements evaluated at each of the nine intersections using the FDOT’s IInntteerrsseeccttiioonn CCoonnttrrooll EEvvaalluuaattiioonn ((IICCEE)) process and evaluated intersection types included a continuous-flow intersection (CFI), jug handle, single point urban interchange (SPUI), restricted crossing U-turn (R-CUT), diverging diamond interchange (DDI), median U-turn (MUT), and Continuous Green-T, as applicable. PPrroojjeecctt MMaannaaggeerr.. WWiillssoonn BBoouulleevvaarrdd WWiiddeenniinngg CCoorrrriiddoorr SSttuuddyy aanndd DDeessiiggnn,, CCoolllliieerr CCoouunnttyy,, FFLL.. Jacobs conducted a study to evaluate potential roadway corridor improvements to widen Wilson Boulevard from Golden Gate Boulevard to Immokalee Road in northern Collier County. Specifically, the study evaluated widening Wilson Boulevard from a two-lane undivided facility to a four -lane divided roadway with curb and gutter. This study included the development of alternatives, a comparative evaluation of the social and environmental effects, and the overall cost of each option. The project is currently in Design (30% Phase) and also includes the addition of sidewalks, a shared-use path, and bike lanes, as well as enhancing the existing bus stops. PPrroojjeecctt MMaannaaggeerr.. VVaannddeerrbbiilltt BBeeaacchh RRooaadd EExxtteennssiioonn DDeessiiggnn,, CCoolllliieerr CCoouunnttyy,, FFLL.. Managing the design of a new 7-mile, six-lane roadway from Collier Page 806 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 27 Availability of Professional Personnel Resume 2 Boulevard to 16th St. NE. Responsibilities included providing public involvement, roadway design, drainage, permitting, maintenance of traffic, structural design, environmental surveys, traffic, noise, aesthetics, survey, geotechnical, access management, and utility services. PPrroojjeecctt MMaannaaggeerr.. CCoolllliieerr --IImmmmookkaalleeee IInntteerrsseeccttiioonn IImmpprroovveemmeennttss DDeessiiggnn,, CCoolllliieerr CCoouunnttyy,, FFLL.. Responsible for managing the intersection improvements to the Immokalee Road and Collier Boulevard Intersection, which will provide additional capacity to the intersection and extend Collier Blvd. north approximately one -half mile. The intersection improv ements were planned and designed to accommodate a future SSPPUUII at this intersection. Services included roadway alternatives analysis, roadway design, drainage design, sidewalks, bike lanes, pathways, canal relocation, pre-fabricated bridge crossing of canal, box culvert extension, signalization, lighting, utility design, and coordination with FPL for relocation of transmission and distribution lines, and permitting. PPrroojjeecctt MMaannaaggeerr.. CCoolllliieerr MMPPOO,, 22005500 LLoonngg RRaannggee TTrraannssppoorrttaattiioonn PPllaann,, CCoolllliieerr CCoouunnttyy,, FFLL.. The Jacobs team is working with the Collier MPO to complete the 2050 Long Range Transportation Plan update identifying implementable projects through 2050. The update includes developing a land use alternative and socioeconomic data for 2050; analyzing modeling results; recommending alternative projects; developing costs of the new projects; refining the goals, objectives, policies, and performance measures; evaluating potential projects; development of a Needs Plan and Cost Feasible Plan; and LRTP documentation. PPrroojjeecctt MMaannaaggeerr.. CCoolllliieerr MMPPOO,, 22004455 LLoonngg RRaannggee TTrraannssppoorrttaattiioonn PPllaann,, CCoolllliieerr CCoouunnttyy,, FFLL.. The Jacobs team completed the 2045 Long Range Transportation Plan update identifying implementable projects through 2045. The update included developing a land use alternative and socioeconomic data for 2045; analyzing modeling results; recommending alter native projects; developing costs of the new projects; refining the goals, objectives, policies, and performance measures; evaluating potential projects; development of a Needs Plan and Cost Feasible Plan; and LRTP documentation. The team initiated a virtual public engagement program to reach out the stakeholders, agency representatives, elected officials, and the community during the update. PPrroojjeecctt MMaannaaggeerr.. CCoolllliieerr BBoouulleevvaarrdd IIIIII –– PPhhaassee II ((GGoollddeenn GGaattee BBoouulleevvaarrdd ttoo GGrreeeenn BBoouulleevvaarrdd)) DDeessiiggnn,, CCoolllliieerr CCoouunnttyy,, FFLL.. Managed the widening of 2 miles of the existing four -lane, urban, divided roadway. Responsibilities included managing a multi -firm team in providing public involvement, roadway design, drainage, permitting, maintenance of traffic, structural design, environmental surveys, traffic, noise, aesthetics, survey, geotechnical, access management, and utility services. Page 807 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 28 Availability of Professional Personnel Darren Dyer, PE Subject Matter Expert - Roadway Design Darren is responsible for drainage design, environmental permitting, and plans production for transportation, infrastructure, aviation, and environmental projects. He has 14 years of experience in various drainage, infrastructure, aviation, defense, and site development projects. He has assisted in the production of technical proposals; contract documents; and plans, specifications, cost estimates, and engineering reports for various projects. Darren has also obtained construction and closeout permits for projects in Miami-Dade and Broward Counties from a variety of state and local agencies, as well as participated in construction administration activities, including site inspections, coordinating field changes, and construction closeout. Relevant Project Experience FDOT District 4, Districtwide Drainage Studies and Environmental Permitting, FL; Drainage Project Engineer. Darren was responsible for drainage engineering and analysis and permitting task work order contract that involves all aspects of drainage analysis, design, and permitting for projects throughout the District. The project had 28 active or completed Task Work Orders, including the SR A1A Manalapan Drainage Improvements, US-1 at Tanglewood Village, SR 808/Glades Road Drainage Study, I-95 Rest Areas Drainage Study, Broward County Mitigation Project, I-95 Rest Areas Push- Button Plans, SR A1A Flap Gates, I-95/ I-595 Pond Armoring Push-Button Plans, CSX Railroad Ditch Drainage Improvements, and SR A1A Lantana Drainage Improvements. Darren was responsible for the production of complete plans, specifications, estimates, and all permits/certifications. FDOT District 4, Districtwide Drainage Studies and Environmental Permitting, FL; Drainage Project Engineer. Darren was responsible for drainage engineering and analysis for Drainage and permitting task work order contract that involves all aspects of drainage analysis, design, and permitting for projects throughout the District. Task Work Orders include Davie Boulevard at SW 25th Ave Drainage Improvements. Darren was responsible for the production of complete plans, specifications, estimates, and all permits/certifications. FDOT District 4, I-75 Alligator Alley Environmental Project, FL; Lead Drainage Engineer. Darren was responsible for drainage engineering design and permitting services for the improvement of the existing I-75 Alligator Alley rest area in Broward County. The project scope included constructing educational amenities within the existing site, including a wetland exhibit. FDOT District 4, RRR along SR-25 /US-27 from Hendry/Palm Beach County Line to SR-80, FL; Lead Drainage Engineer. Darren was responsible for drainage engineering and analysis for a Resurfacing, Restoration and Rehabilitation (RRR) and safety improvements project on rural US 27 for a total of 12.59 miles. FDOT District 4, SR 710/Beeline Highway Widening, FL; Lead Drainage Engineer. Darren was responsible for drainage engineering and analysis for a Major Strategic Intermodal System corridor project that involves the reconstruction of an existing two- lane facility to four-lane divided facility with concrete pavement and a new open drainage system with linear dry detention ponds (swales). Responsible for developing all conceptual and final design drainage deliverables, and obtaining all required environmental permit approvals, including a South Florida Water Management District Environmental Resource Permit and United States Army Corps of Engineers Section 404 Dredge and Fill Permit. Education BS, Civil Engineering, Florida International University, 2006 BS, Aerospace Engineering, University of Florida, 2003 Registrations/Certifications Florida Professional Engineer (73951), 2012 Years of Experience 14 Page 808 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 29 Availability of Professional Personnel Darren Dyer, PE Page 2 FDOT District 6, Districtwide Drainage Plans Review and Design, Miami-Dade County, FL; Senior Drainage Engineer. Responsible for drainage design tasks, push-button plans, drainage plans review, and environmental permitting. The scope of services includes review of design plans and reports for compliance with current design standards and criteria, providing drainage design and permitting support, and providing staff for field reviews and plans preparation for resolution of flooding complaints and drainage deficiencies. FDOT District 4, I-95 Express Lanes Phase III Design-Build, FL; Drainage Project Engineer. Mega-project involving 29 miles of interstate widening and High Occupancy Vehicle to High-Occupancy Toll lane conversions. Responsible for drainage design and environmental permitting, as well as preparing Conceptual Drainage Report and obtaining South Florida Water Management District (SFWMD), Individual Environmental Resource Planning (Conceptual), SFWMD Right-of-Way Occupancy Permits, United States Army Corps of Engineers (USACE) Dredge/Fill Permit, USACE Section 408 Approvals, and the United States Coast Guard Bridge Permits. Provided design-build procurement support and served as owner’s representative providing drainage and environmental permitting support during final design and construction by the design-build firm. FDOT District 4, I-75 Express Lanes, FL; Drainage Project Engineer. Darren was responsible for the production of a Conceptual Drainage Report and obtaining the South Florida Water Management District. FDOT District 4, I-595 Corridor Design Consultant, FL; Owner’s Representative; Drainage Project Engineer. Tasked with providing drainage and environmental permitting support during final design and construction by P3 Concessionaire. Darren was responsible for drainage support, evaluation of drainage construction issues, and shop drawing reviews. FDOT District 4, I-95 (SR 9) at Gateway Boulevard Design, FL; Drainage Project Engineer. Design-bid-build project at the SR-9/Interstate 95 Gateway Boulevard Interchange and along Gateway Boulevard in the City of Boynton Beach in Palm Beach County. The purpose of the project is to widen, mill and resurface the existing SR 9/I- 95 at Gateway Boulevard interchange (Exit 59) to enhance operational capacity, reduce congestion, and increase safety. Darren was responsible for the development of a drainage report, plans production, drainage calculations, and AdICPR model, as well as hydraulic grade line calculations and drainage construction plans using GeoPak Drainage. FDOT District 4, New Interchange I-95 at Oslo Road, FL; Drainage Project Engineer. A new interchange at the junction of Oslo Road/County Road 606 and I-95/SR-9 to provide additional capacity to accommodate future traffic needs. The proposed interchange will provide improved incident response time along I-95, improve regional connectivity and travel time for area travelers, provide an additional evacuation route for area residents, complement and facilitate the County’s planned vision for this area, and provide roadway improvements that are compatible with adjacent planning and construction projects. Darren was responsible for environmental permit sketches and wetland impact summaries. Prepared SJRWMD wetland impact sketches and impact summary tables. FDOT District 4, SW 10th Street PD&E, FL; Drainage Project Engineer. Darren was responsible for the preparation of a regional hydrologic and hydraulic model based on existing and future condition land uses, concurrent with the SW 10th Street PD&E Study. Tasks involve evaluating available permits, as-built documents, and GIS data to create a regional model for the basins impacted by the proposed SW 10th Street expansion within Broward County Water Control District (WCD) #2. FDOT District 4, I-95 at SR 842/Broward Boulevard Project Development and Environment Study, FL; Drainage Project Engineer. This study developed three viable alternatives and alignments to increase the level of service of the interchange and adjacent intersections, enhance system linkage and modal interrelationships at I-95 and Broward Boulevard, reduce congestion, and increase safety at the interchange through the 2040 design year horizon. The study was compatible with the 95 Express Lane Improvements Phase 3 and will evaluate comprehensive improvements to the surrounding multimodal facilities. Darren was responsible for drainage analysis for the study for major interchange modifications at Broward Boulevard Boulevard. Responsibilities included the development of a drainage report, drainage calculations, and models. FDOT District 4, I-95 at SR 80/Southern Boulevard Project Development and Environment Study. FL; Drainage Project Engineer. Darren was responsible for drainage analysis for the study for major interchange modifications at Southern Boulevard. Responsibilities included the development of a drainage report, drainage calculations, and models. Page 809 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 30 Availability of Professional Personnel Resume 1 EEDDUUCCAATTIIOONN//QQUUAALLIIFFIICCAATTIIOONNSS BS, Civil Engineering, Florida Atlantic University BS, Psychology, University of Florida RREEGGIISSTTRRAATTIIOONNSS// CCEERRTTIIFFIICCAATTIIOONNSS Institute of Transportation Engineers YYEEAARRSS OOFF EEXXPPEERRIIEENNCCEE 16 AAVVAAIILLAABBIILLIITTYY 45% RRoobbeerrtt GGrruubbeell,, IITTEE TASK LEAD Robert has more than 16 years of experience in the industry. His expertise is in traffic impact studies, travel demand modeling, macroscopic and microscopic simulation analysis, long range transportation planning, proportionate share analyses, traffic projection studies, interchange justification/modification studies, concurrency analyses, signal warrant analyses, corridor studies, intersection analysis, and PD&E. RReelleevvaanntt PPrroojjeecctt EExxppeerriieennccee TTrraaffffiicc EEnnggiinneeeerr,, PPiinnee RRiiddggee CCoorrrriiddoorr CCoonnggeessttiioonn SSttuuddyy,, SSyynncchhrroo MMooddeell DDeessiiggnn,, TTrraaffffiicc AAnnaallyyssiiss,, CCoolllliieerr CCoouunnttyy,, FFLL.. Developed traffic volumes for existing and design year scenarios. Analyzed multiple potential innovative intersection design alternatives for intersections throughout the corridor. Modeled different combinations of the intersection alternatives in Synchro for over 80 design scenarios for AM and PM conditions. Conducted traffic operation level of service (LOS) analyses to assess the traffic operation of each examined alternative. Identified which alternatives proved the most beneficial to overall traffic operation efficiency. TTrraaffffiicc EEnnggiinneeeerr,, CCoolllliieerr MMeettrrooppoolliittaann PPllaannnniinngg OOrrggaanniizzaattiioonn ((MMPPOO)) 22004455 LLoonngg RRaannggee TTrraannssppoorrttaattiioonn PPllaann ((LLRRTTPP)) UUppddaattee,, CCuubbee MMooddeell RReeffiinneemmeenntt,, TTrraaffffiicc AAnnaallyyssiiss . Established 2023 Existing + Committed projects. Using the D1RPM, he performed region wide model deficiency analyses with updated Collier County socioeconomic (SE) data sets. Guided staff in the selection and implementation of alternative model runs. Dete rmined Cost Feasible project priorities for future year planning periods. TTrraaffffiicc EEnnggiinneeeerr,, FFDDOOTT,, IImmmmookkaalleeee CCoommpplleettee SSttrreeeettss LLiigghhttiinngg JJuussttiiffiiccaattiioonn AAnnaallyyssiiss,, LLiigghhttiinngg WWaarrrraanntt AAnnaallyyssiiss,, CCoolllliieerr CCoouunnttyy,, FFLL.. Carried out warranting procedures for five roadway segments per MUTS standards. Carried out warranting procedures for thirty -eight intersections per FHWA standards. Prepared technical memorandum documenting lighting justification methods and conclusions. TTrraaffffiicc EEnnggiinneeeerr,, FFDDOOTT,, IImmmmookkaalleeee CCoorrrriiddoorr CCoonnggeessttiioonn SSttuuddyy,, SSyynncchhrroo MMooddeell DDeessiiggnn,, TTrraaffffiicc IImmppaacctt AAnnaallyyssiiss,, CCoolllliieerr CCoouunnttyy,, FFLL.. Derived future year intersection turning movement volumes. Performed ICE analysis per FDOT procedures. Evaluated potential innovative intersection design alternatives. Modeled corridor intersection alternatives in Synchro for over 40 potential design scenarios. Conducted traffic LOS analysis to determine the designs which provide the most efficient traffic operation. TTrraaffffiicc EEnnggiinneeeerr,, SSwwiinnddeellll RRooaadd && GGaalllloowwaayy RRooaadd AAlliiggnnmmeenntt SSttuuddyy,, SSyynncchhrroo MMooddeell DDeessiiggnn,, TTrraaffffiicc AAnnaallyyssiiss,, PPoollkk CCoouunnttyy,, FFLL.. Developed existing and future year traffic volumes for each examined scenario. Modeled the study area intersections in Synchro in order to examine the outcomes of the proposed alignment design alternatives. Analyzed the traffic impacts of the proposed tra ffic control options. Assisted with the Page 810 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 31 Availability of Professional Personnel Resume 2 preparation of a technical memorandum which documented the analysis methods and conclusions. TTrraaffffiicc EEnnggiinneeeerr,, TTrraannssppoorrttaattiioonn MMoobbiilliittyy PPllaann,, CCUUBBEE MMooddeell DDeessiiggnn,, TTrraaffffiicc AAnnaallyyssiiss,, SSeemmiinnoollee CCoouunnttyy,, FFLL. Updated the CFRPM v7 to create project specific network and land use scenarios. Conducted existing conditions analysis to establish baseline results. Derived future year traffic volumes and performed county wide model deficiency analysis for all examined analysis periods. TTrraaffffiicc EEnnggiinneeeerr,, AAmmeerriiccaann DDrreeaamm MMiiaammii DDeevveellooppmmeenntt ooff RReeggiioonnaall IImmppaacctt ((DDRRII)),, TTrriippllee FFiivvee WWoorrllddwwiiddee,, CCOORRSSIIMM MMooddeell DDeessiiggnn,, TTrraaffffiicc IImmppaacctt AAnnaallyyssiiss,, MMiiaammii,, FFLL. Updated the Southeast Regional Planning Model (SERPM) version 6.5 network to include project Traffic Analysis Zones (TAZ) and mixed-use land use data. Performed multiple model runs for short-term and long -term scenarios. Updated CORSIM micromodel to identify project impacts on I-75 and local facilities. Calculated turning movement volumes (TMV) for over 50 study area intersections. TTrraaffffiicc EEnnggiinneeeerr,, FFDDOOTT DDiissttrriicctt 77,, IInntteerrsseeccttiioonn CCoonnttrrooll EEvvaalluuaattiioonn ((IICCEE)) AAnnaallyyssiiss SSRR 558800 && NN.. RRoommee CCiirrccllee,, TTrraaffffiicc AAnnaallyyssiiss,, HHiillllssbboorroouugghh CCoouunnttyy,, FFLL.. Conducted ICE analysis per FDOT procedures. Developed future year intersection turning movement volumes. Evaluated conventional and innovative intersection alternatives. Prepared technical memorandum documenting ICE analysis methods and conclusions. TTrraaffffiicc EEnnggiinneeeerr,, FFDDOOTT,, CCRR 220099,, CCRR 222200,, aanndd CCRR 331155 RRooaaddwwaayy WWiiddeenniinngg,, SSyynncchhrroo MMooddeell DDeessiiggnn,, TTrraaffffiicc IImmppaacctt AAnnaallyyssiiss,, CCllaayy CCoouunnttyy,, FFLL.. Modeled study area improvements for three planned roadway widening projects in Synchro. Developed future year traffic volumes. Conducted traffic impact analysis and prepared technical memorandums documenting analysis methods and conclusions. TTrraaffffiicc EEnnggiinneeeerr,, FFDDOOTT DDiissttrriicctt 55,, CCeennttrraall FFlloorriiddaa RReeggiioonnaall PPllaannnniinngg MMooddeell ((CCFFRRPPMM)) VVeerrssiioonn 66 DDeevveellooppmmeenntt ((CCUUBBEE VVooyyaaggeerr)),, CCUUBBEE MMooddeell DDeevveellooppmmeenntt,, OOrrllaannddoo,, FFLL.. Developed cost feasible travel demand model networks for all future year periods included in the long -range scope (2015, 2020, 2025, 2030, 2035, 2040). Supervised staff in the coding of highway network changes, including new roadways, lane widenings, attribute updates (facility type, etc.), turn penalties, and toll updates. Coded in transit network upd ates for all future year periods. Derived socioeconomic data sets for all interim years. TTrraaffffiicc EEnnggiinneeeerr,, MMeettrrooppllaann OOrrllaannddoo MMPPOO,, OOrrllaannddoo UUrrbbaann AArreeaa TTrraannssppoorrttaattiioonn SSttuuddyy ((OOUUAATTSS)) 22004400 DDeevveellooppmmeenntt ((CCuubbee VVooyyaaggeerr)),, CCUUBBEE MMooddeell DDeevveellooppmmeenntt,, OOrrllaannddoo,, OOsscceeoollaa,, aanndd SSeemmiinnoollee CCoouunnttiieess,, FFLL.. Assisted in the completion of all model networks included in the long -range scope (Existing + Committed, Cost Feasible 2020, 2025, 2030, 2040, and Needs 2040). Page 811 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 32 Availability of Professional Personnel Resume 1 EEDDUUCCAATTIIOONN//QQUUAALLIIFFIICCAATTIIOONNSS BS, Environmental Engineering, University of Central Florida, 1991 MS, Environmental Engineering Sciences, University of Central Florida, 1995 RREEGGIISSTTRRAATTIIOONNSS// CCEERRTTIIFFIICCAATTIIOONNSS Professional Engineer: Florida, 54081 . 1998 YYEEAARRSS OOFF EEXXPPEERRIIEENNCCEE 14 AAVVAAIILLAABBIILLIITTYY 45% CCoolllleeeenn RRoossss,, PPEE TASK LEAD Colleen has experience on various major transportation projects requiring NEPA (National Environmental Policy Act) and Florida’s Project Development & Environment (PD&E) study and compliance. Colleen has had extensive involvement in expressway projects, multi-modal projects, capacity/multi -lane improvements to rural and urban arterials, and bridge improvement projects. Projects include corridor planning, PD&E/NEPA studies, rail/transit, and transportation planning studies. Her responsibilities include project management, project coordination, engineering and environmental analyses, and impact evaluation. Colleen has proficiency in report doc umentation with expertise in data collection of existing and future conditions, analyses of data, and PD&E/NEPA documentation. Colleen is responsible for coordinating with all disciplines during transportation studies to ensure all potential impacts are do cumented and accurate. Colleen also has experience in transportation planning including long -range planning, feasibility studies, and micromobility. RReelleevvaanntt PPrroojjeecctt EExxppeerriieennccee PPrroojjeecctt CCoooorrddiinnaattoorr,, 22004455 LLoonngg RRaannggee TTrraannssppoorrttaattiioonn PPllaann UUppddaattee,, CCoolllliieerr MMeettrrooppoolliittaann PPllaannnniinngg OOrrggaanniizzaattiioonn ((MMPPOO)),, CCoolllliieerr CCoouunnttyy,, FFLL.. Responsible for coordinating the development of LRTP document, assist with the development of supporting documents for the LRTP, coordinating with subconsultants on schedule and needs, and coordinating subconsultant contracts. Develop a 2045 Long-Range Transportation Plan (LRTP) pursuant to federal guidelines by December 2020. The purpose of this plan update is to advance a 20 -year planning horizon and to adopt a Cost Feasible Plan that encourages and promotes a safe and efficient, multi-modal transportation system that addresses the future year transportation demands. Results of the LRTP process are intended to serve the overall mobility needs of the area while also being cost effective and consistent with national, state and local goals and objectives. Challenges include reconciling two different socio -economic data: University of Florida’s Bureau of Economic and Business Research (BEBR) as required by FDOT District One and the County Interactive Growth Model (CGIM) as a separate analysis for Collier MPO and incorporating two new target performance measures for all LRTP Updates: Automated Connected Electric Vehicle Shared (ACES) and Resiliency. EEnnvviirroonnmmeennttaall LLeeaadd,, WWiillssoonn BBoouulleevvaarrdd WWiiddeenniinngg CCoorrrriiddoorr SSttuuddyy,, CCoolllliieerr CCoouunnttyy,, FFLL.. Study to evaluate potential roadway corridor improvements to widen Wilson Boulevard from Golden Gate Boulevard to Immokalee Road in northern Collier County. Specifically, the study evaluated widening Wilson Boulevard from a two-lane undivided facility to a four-lane divided roadway with curb and gutter. This study included the development of alternatives, a comparative evaluation of the social and environmental effects, and the overall cost of each option. The project also included the addition of sidewalks, a shared-use path, and bike lanes, as well as enhancing the existing bus stops. Responsible for evaluating social, cultural, natural, and Page 812 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 33 Availability of Professional Personnel Resume 2 physical impacts for various alternatives for improvements, completion of a Preliminary Engineering Report, and coordination of the supporting documents. Assisted with public involvement activities throughout the project. Challenges included a study corridor that was constrained by multiple residential and non -residential properties, as well as county-owned water supply production wells. EEnnvviirroonnmmeennttaall LLeeaadd.. IImmmmookkaalleeee RRdd ((CCRR 884466)) aatt RRaannddaallll BBllvvdd IInntteerrsseeccttiioonn PPDD&&EE SSttuuddyy,, FFDDOOTT DDiissttrriicctt OOnnee,, CCoolllliieerr CCoouunnttyy,, FFLL. Responsible for evaluating social, cultural, natural, and physical impacts for various alternatives for improvements, completion of the Type 2 Categorical Exclusion in the FDOT SWEPT Tool, coordination of the supporting environmental documents (i.e. Natural Resources Evaluation (NRE) Report, Noise Study Report, Level 1 Contamination Screening Evaluation Report (CSER), etc.), and assisted in the documentation of the Locations Hydraulic Report and the Pond Siting Report. Acted as the Safety Coordinator for the project and assisted in the development of the project Health and Safety Plan. Assisted with public involvement activities throughout the project including the meeting summary reports. PD&E Study to evaluate alternative improvements for the widening of the intersection at Immokalee Blvd and Randall Blvd as well as the widening of Randall Blvd from 2 lanes to 4 lanes. Solutions included an interim at -grade widening as well as an ultimate grade-separated (flyover) at the intersection. Challenges included panther habitat in the study area and two project holds by FDOT which required scope clarifications due to changes in the PD&E Manual during the project delays. EEnnvviirroonnmmeennttaall LLeeaadd,, RRaannddaallll BBoouulleevvaarrdd aanndd OOiill WWeellll RRooaadd CCoorrrriiddoorr SSttuuddyy,, CCoolllliieerr CCoouunnttyy,, FFLL. Responsible for evaluating social, cultural, natural, and physical impacts for various alternatives for improvements, completion of a Corridor Study Report, and coordination of the supporting documents. Assisted with public involvement activities through out the project and coordinated with multiple subconsultants. Study to evaluate potential roadway network improvements near Randall Boulevard and Oil Well Road in nor thern Collier County. Specifically, the study evaluated potential improvements to existing roadway facilities as well as potential corridors on a new alignment. This study included the development of alternatives, a comparative evaluation of the social and environmental effects and the overall cost of each option. Challenges included panther habitat in the study area and documentation of rapidly changing approved development in the area. EEnnvviirroonnmmeennttaall LLeeaadd,, DDoowwnnttoowwnn LLaakkeellaanndd PPeeddeessttrriiaann CCrroossssiinnggss PPDD&&EE SSttuuddyy,, FFDDOOTT DDiissttrriicctt OOnnee,, LLaakkeellaanndd ((PPoollkk CCoouunnttyy)),, FFLL.. Responsible for evaluating social, cultural, natural, and physical impacts for various alternatives for improvements, completion of Non -Major State Action document, and coordination of the supporting environmental documents. Assisted with public involvement activities throughout the project including the meeting summary reports. Solutions included grade-separated concepts (bridges over CSX right-of -way) to enhance bicycle and pedestrian connectivity, access and mobility. Page 813 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 34 Availability of Professional Personnel Resume 1 EEDDUUCCAATTIIOONN//QQUUAALLIIFFIICCAATTIIOONNSS BS, Civil Engineering, University of Central Florida, 1990 RREEGGIISSTTRRAATTIIOONNSS// CCEERRTTIIFFIICCAATTIIOONNSS Professional Engineer: Florida, #48205, 1994 YYEEAARRSS OOFF EEXXPPEERRIIEENNCCEE 33 AAVVAAIILLAABBIILLIITTYY 35% TToomm RRoossss,, PPEE TASK LEAD Tom has extensive experience in traffic engineering including travel demand forecasting, project traffic reports, interchange justification/ modification reports, preliminary engineering, PD&E studies, operations analysis, master plans, access management, signal design, signal timing, signing and pavement marking, and intelligent transportation systems and lighting. His background includes work on districtwide systems planning consultant and general transportation planning consultant contracts. Tom utilizes experti se in traffic operations analysis, traffic signal design, signal timing, and access management to develop creative solutions that improve traffic flow and enhance safety. RReelleevvaanntt PPrroojjeecctt EExxppeerriieennccee TTrraaffffiicc EEnnggiinneeeerr,, OOiill WWeellll RRooaadd,, CCoolllliieerr CCoouunnttyy TTrraannssppoorrttaattiioonn DDeeppaarrttmmeenntt,, CCoolllliieerr CCoouunnttyy,, FFLL.. Responsible for traffic signal design, ITS design, and signing and pavement marking design for the widening and reconstruction of 11.1 miles of Oil Well Road from Immokalee Road to east of Camp Keais Road in eastern Collier County. The project scope included widening a two- lane rural to a four -lane and six-lane urban section. The project included extensive public involvement due to impacts to environmentally sensi tive areas as well as heavily developed sections of the corridor. PPrroojjeecctt EEnnggiinneeeerr,, CCoolllliieerr CCoouunnttyy TTrraannssppoorrttaattiioonn PPllaannnniinngg DDeeppaarrttmmeenntt,, TTrraannssppoorrttaattiioonn PPllaannnniinngg CCoonnttiinnuuiinngg SSeerrvviicceess,, CCoolllliieerr CCoouunnttyy,, FFLL .. Services provided on an as needed basis to serve as an extension to the County staff including reviews of Traffic Impact Reports and DRIs, development of guidelines for traffic impact studies; training for the consultants and County staff; and general support for traffic engineering services as they relate to the overall development and growth. PPrroojjeecctt MMaannaaggeerr,, FFDDOOTT DDiissttrriicctt 11,, DDiissttrriicctt WWiiddee SSyysstteemmss PPllaannnniinngg CCoonnssuullttaanntt,, FFLL.. This contract included a wide range of services including project traffic reports, FSUTMS modeling, a transportation systems management study for a SIS connector facility, development of a Systems Interchange Modification Report for an eight mile segment o f I-75 in Lee County, development of a Corridor Access Management Plan for an 18 mile segment of US 27 in Highlands County, development of project traffic report of a 7 -mile segment of US 41 in Charlotte County including multiple phased intersection improvements for several major intersections, and multiple project traffic report reviews. Other tasks included updating transportation forecasting model validations, review of tran sportation impact studies for growth management in rural counties and other various assignments as an extension of the District’s staff and developing the future year transportation plan updates for the year 2035 for DeSoto, Hardee, Glades and Okeechobee Counties. PPrroojjeecctt MMaannaaggeerr,, FFDDOOTT DDiissttrriicctt 11,, GGeenneerraall TTrraannssppoorrttaattiioonn PPllaannnniinngg CCoonnssuullttaanntt,, FFLL. The contract included a wide range of services including project traffic reports, FSUTMS modeling, a transportation systems Page 814 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 35 Availability of Professional Personnel Resume 2 management study for a Strategic Intermodal System (SIS) connector facility, development of a systems interchange modification report, and project report reviews. CCoorrrriiddoorr MMooddeelliinngg CCoooorrddiinnaattiioonn aanndd TTrraaffffiicc SSuuppppoorrtt,, PPoorrtt MMaannaatteeee CCoonnnneeccttoorr PPDD&&EE SSttuuddyy,, FFDDOOTT DDiissttrriicctt OOnnee,, MMaannaatteeee aanndd HHiillllssbboorroouugghh CCoouunnttiieess,, FFLL.. Responsibilities include interfacing traffic modeling and analyses into study-level decisions for this PD&E study to develop and evaluate viable corridor alternatives to improve goods movement and traffic flow between I-75 and Port Manatee. The initial level of documentation is an Environmental Impact Statement (EIS). The corridor analysis is included the evaluatio n of numerous environmental constraints including wetlands, floodplains, cultural resources, threatened and endangered species, hazardous waste sites, and public lands as well as public outreach and agency coordination. Consensus building efforts with the Manatee County Port Authority, agency stakeholders, and project stakeholders including environmental special interest groups, major developers and approximately 2,000 property owners continue as the viable alternatives are documented. PPrroojjeecctt MMaannaaggeerr//SSiiggnniinngg aanndd PPaavveemmeenntt MMaarrkkiinngg LLeeaadd,, FFDDOOTT DDiissttrriicctt 55,, IInntteerrnnaattiioonnaall PPaarrkkwwaayy//SSRR 441177 IInntteerrcchhaannggee PPDD&&EE SSttuuddyy aanndd FFiinnaall DDeessiiggnn,, SSeemmiinnoollee CCoouunnttyy,, FFLL.. As a subconsultant, led Jacobs’ efforts for the PD&E Study and final design to add ramps from the existing SR 417/I-4 interchange to International Parkway Boulevard in Seminole County. We provided public involvement, natural environment evaluations, and t raffic review for the PD&E. In addition to reviewing the traffic report, Used the Turnpike forecast data to demonstrate to FHWA the ramp operations and the effect on I-4. Upon federal approval, we were awarded a design option. For the final design, completed design and plans production for signal design, developed complex advance signing plan, pavement markings, and lighting design. PPrroojjeecctt MMaannaaggeerr,, FFDDOOTT DDiissttrriicctt 11,, II--7755 SSIIMMRR,, LLeeee CCoouunnttyy,, FFLL.. Managed review of the access conditions to identify deficiencies and the development of an SIMR (System Interchange Modification Report) for I-75 from Colonial Boulevard to SR 78 to identify needed capacity and interchange operational improvements. I-75 is an SIS facility which requires a high level of access control to support long -distance travel for people and freight. This project included two project phases with interim and ultimate improvements. PPrroojjeecctt MMaannaaggeerr,, FFDDOOTT DDiissttrriicctt 11,, UUnniivveerrssiittyy PPaarrkkwwaayy TTSSMM SSttuuddyy,, SSaarraassoottaa aanndd MMaannaatteeee CCoouunnttiieess,, FFLL.. Managed the review of the current operational conditions to identify deficiencies and the development of TSM (transportation systems management) improvements along this multi -lane divided facility from US 41 to I -75. This is an SIS connector facility providing access between the Sarasota-Bradenton Airport and I-75. The project included coordination with local government officials and other stakeholders along the corridor. Page 815 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 36 Availability of Professional Personnel Resume 1 EEDDUUCCAATTIIOONN//QQUUAALLIIFFIICCAATTIIOONNSS B.Sc., Civil Engineering, Bangladesh University of Engineering & Technology, 2014 M.Sc., Civil Engineering (Transportation), University of Central Florida, 2017 RREEGGIISSTTRRAATTIIOONNSS// CCEERRTTIIFFIICCAATTIIOONNSS Professional Engineer: Florida, #90828, 2021 Professional Engineer: Texas, #146190, 2022 Professional Transportation Operations Engineer (PTOE), TPCB, #5117, 2021 IMSA Traffic Signal Technician II, #127240, 2025 YYEEAARRSS OOFF EEXXPPEERRIIEENNCCEE 9 AAVVAAIILLAABBIILLIITTYY 50% IImmrraann SShhaahh,, PPEE,, PPTTOOEE,, IIMMSSAA TASK LEAD Imran has nine years of diverse experience in the areas of Intelligent Transportation Systems (ITS), Traffic Signal, Connected & Autonomous Vehicle (CAV), Emerging Technologies, Traffic Operation, Traffic Safety, Signing & Pavement Marking, Communications Systems, Electrical Power, Highway Lighting, Roadway Design and Artificial Intelligence. His capabilities also include systems engineering, technical analysis, specifications development, conceptual planning, feasibility studies, quality assurance and quality control. In addition to his technical expertise, Imran is known for his strong project management skills and his ability to effectively communicate complex transportation engineering concepts to clients and stakeholders. He is a team player and has a proven record of accomplishment of working collaboratively with multidisciplinary teams to deliver high -quality transportation projects on time and within budget. RReelleevvaanntt PPrroojjeecctt EExxppeerriieennccee TTrraaffffiicc SSiiggnnaall DDeessiiggnn,, EEnnggiinneeeerr ooff RReeccoorrdd ((EEOORR)),, CCoolllliieerr BBoouulleevvaarrdd IIIIII –– PPhhaassee IIII ((GGoollddeenn GGaattee CCaannaall ttoo GGrreeeenn BBoouulleevvaarrdd)),, CCoolllliieerr CCoouunnttyy GGrroowwtthh MMaannaaggeemmeenntt DDeeppaarrttmmeenntt,, CCoolllliieerr CCoouunnttyy,, FFll.. Served as Engineer of Record for the design of four signalized intersections, including one reconstruction project. Designed AI based traffic detection system and fiber optic interconnect systems for the intersections. Developed construction plans complian t with FDOT, Collier County TSP, MUTCD and other standards. Conducted utility conflict reviews and ensured resolution. The project involves widening of 2 miles of an existing 4-lane urban roadway to a 6-lane urban roadway with four traffic signals, bike lanes and multi -use pathway, auxiliary lane, and sidewalk with a design fee of $6M and with an estimated construction cost of $50M. Designed AI based traffic detection system; Ensured pedestrian signal system is ADA compliant; Redesigning fiber hub was a challenge due to multiple existing connections. IITTSS DDeessiiggnn,, EEnnggiinneeeerr ooff RReeccoorrdd ((EEOORR)),, SSRR--99//II --9955 NN OOff GGllaaddeess CCuutt--ooffff RRdd ttoo NN OOff FFlloorriiddaa TTuurrnnppiikkee//SSRR --9911 ((FFPPIIDD:: 444499116633 --11 --5522 --0011)),, FFlloorriiddaa DDeeppaarrttmmeenntt ooff TTrraannssppoorrttaattiioonn -- DDiissttrriicctt 44,, SStt LLuucciiee CCoouunnttyy,, FFll.. Designed CCTV system to be installed on the exit ramps at the I-95 and Midway Road interchange to provide video coverage of the ramps area that are not covered by CCTV system along I-95. Analyzed existing ITS infrastructure near the interchange of I-95 and Midway Rd including exit ramps. Designed the communication infrastructure and electrical system for the additional CCTV locations. The project includes milling and resurfacing of the existing pavement on mainline I -95 and the ramps at the Midway Road interchange with installation of ITS infrastructure needed to address blind spots on curves. Page 816 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 37 Availability of Professional Personnel Resume 1 EEDDUUCCAATTIIOONN//QQUUAALLIIFFIICCAATTIIOONNSS MS, Civil Engineering, Louisiana State University, 2004 BS, Civil Engineering, University of Illinois, 1996 RREEGGIISSTTRRAATTIIOONNSS// CCEERRTTIIFFIICCAATTIIOONNSS Professional Engineer: Florida #68301 YYEEAARRSS OOFF EEXXPPEERRIIEENNCCEE 26 AAVVAAIILLAABBIILLIITTYY 45% DDeeeeAAnnggeellaa TTjjiikkuueennii,, PPEE TASK LEAD DeeAngela has 26 years of signals and lighting experience on transportation projects, including direct project work with FDOT and Florida’s Turnpike Enterprise providing lighting, traffic, signing and pavement marking, and ITS services on widening and resurfacing projects. She specializes in preliminary engineering, geometric conceptual layouts, signalized intersection design, signal operations systems analysis, signal timing, traffic operations analysis, signing, pavement marking, and roadway lighting syst em design. RReelleevvaanntt PPrroojjeecctt EExxppeerriieennccee TTrraaffffiicc EEnnggiinneeeerr ooff RReeccoorrdd,, IInntteerrnnaattiioonnaall PPaarrkkwwaayy//SSRR 441177 IInntteerrcchhaannggee PPDD&&EE SSttuuddyy,, FFDDOOTT DDiissttrriicctt 55,, SSeemmiinnoollee CCoouunnttyy,, FFLL.. This project consists of a new ramp connection from and to between SR 417 and International Parkway including a new structure to accommodate the ramp braid. The ramps will consist of one-lane in each direction with exceptions at the intersection with Inter national Parkway and the merge with the existing SR 417 and I -4 ramps. Responsible for geometric layout, signing and pavement marking, signal design, and timing. TTeemmppoorraarryy SSiiggnnaallss aanndd LLiigghhttiinngg EEnnggiinneeeerr ooff RReeccoorrdd,, SSRR 2255 ((OOkkeeeecchhoobbeeee RRdd)) ffrroomm WW.. ooff NNWW 111177tthh AAvvee ttoo EE.. ooff NNWW 110077tthh AAvvee,, FFDDOOTT DDiissttrriicctt 66,, MMiiaammii --DDaaddee CCoouunnttyy,, FFLL.. Reconstruction of the existing roadway from W. of NW 117th Ave to the SR 821/HEFT interchange. Provide adequate area for turning radius of large trucks the intersection of NW 117th Ave and SR 25/Okeechobee Rd. Provide auxiliary lane on westbound Okeechobee Road to HEFT ramps. Reconstruction and widening of existing roadway from SR 821/HEFT interchang e to E. of NW 107th Ave. Intersection improvements at NW 138th St. NW 138th St bridge over Miami Canal, proposed improvements including bridge widening ln order to accommodate two WB - 62FL "trucks from turning from westbound Okeechobee Road to southbound NW 138 St. TTrraaffffiicc EEnnggiinneeeerr// EEnnggiinneeeerr ooff RReeccoorrdd,, DDeessiiggnn ooff PPaavveemmeenntt aanndd RRiigghhtt ooff WWaayy IImmpprroovveemmeennttss ttoo WWhhiitteehheeaadd,, DDuuvvaall aanndd FFrroonntt SSttrreeeettss,, CCiittyy ooff KKeeyy WWeesstt,, MMoonnrrooee CCoouunnttyy,, FFLL.. Using the Pavement Assessment document completed August 2019, the City of Key West is taking a systematic approach to roadway and right of way improvements. The project includes development of design documents for constructing improvements to City owned segments of Whitehead Street, between and including the intersections of Eaton and Front Streets, Front Street, between and including the intersection of Whitehead to 400 ft east of Simonton St, and Duval Street, between and including the intersections of Eaton and Wall Streets. Engineer of Record for Signing and Pavement Marking. TTrraaffffiicc EEnnggiinneeeerr,, CCiittyywwiiddee DDeessiiggnn,, CCiittyy ooff MMiiaammii BBeeaacchh,, MMiiaammii BBeeaacchh,, FFLL.. Responsible for providing geometric layout, signing, parking layout, traffic Page 817 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 38 Availability of Professional Personnel Resume 1 EEDDUUCCAATTIIOONN//QQUUAALLIIFFIICCAATTIIOONNSS MS, Civil Engineering, Louisiana State University, 2004 BS, Civil Engineering, University of Illinois, 1996 RREEGGIISSTTRRAATTIIOONNSS// CCEERRTTIIFFIICCAATTIIOONNSS Professional Engineer: Florida #68301 YYEEAARRSS OOFF EEXXPPEERRIIEENNCCEE 26 AAVVAAIILLAABBIILLIITTYY 45% DDeeeeAAnnggeellaa TTjjiikkuueennii,, PPEE TASK LEAD DeeAngela has 26 years of signals and lighting experience on transportation projects, including direct project work with FDOT and Florida’s Turnpike Enterprise providing lighting, traffic, signing and pavement marking, and ITS services on widening and resurfacing projects. She specializes in preliminary engineering, geometric conceptual layouts, signalized intersection design, signal operations systems analysis, signal timing, traffic operations analysis, signing, pavement marking, and roadway lighting syst em design. RReelleevvaanntt PPrroojjeecctt EExxppeerriieennccee TTrraaffffiicc EEnnggiinneeeerr ooff RReeccoorrdd,, IInntteerrnnaattiioonnaall PPaarrkkwwaayy//SSRR 441177 IInntteerrcchhaannggee PPDD&&EE SSttuuddyy,, FFDDOOTT DDiissttrriicctt 55,, SSeemmiinnoollee CCoouunnttyy,, FFLL.. This project consists of a new ramp connection from and to between SR 417 and International Parkway including a new structure to accommodate the ramp braid. The ramps will consist of one-lane in each direction with exceptions at the intersection with Inter national Parkway and the merge with the existing SR 417 and I -4 ramps. Responsible for geometric layout, signing and pavement marking, signal design, and timing. TTeemmppoorraarryy SSiiggnnaallss aanndd LLiigghhttiinngg EEnnggiinneeeerr ooff RReeccoorrdd,, SSRR 2255 ((OOkkeeeecchhoobbeeee RRdd)) ffrroomm WW.. ooff NNWW 111177tthh AAvvee ttoo EE.. ooff NNWW 110077tthh AAvvee,, FFDDOOTT DDiissttrriicctt 66,, MMiiaammii --DDaaddee CCoouunnttyy,, FFLL.. Reconstruction of the existing roadway from W. of NW 117th Ave to the SR 821/HEFT interchange. Provide adequate area for turning radius of large trucks the intersection of NW 117th Ave and SR 25/Okeechobee Rd. Provide auxiliary lane on westbound Okeechobee Road to HEFT ramps. Reconstruction and widening of existing roadway from SR 821/HEFT interchang e to E. of NW 107th Ave. Intersection improvements at NW 138th St. NW 138th St bridge over Miami Canal, proposed improvements including bridge widening ln order to accommodate two WB - 62FL "trucks from turning from westbound Okeechobee Road to southbound NW 138 St. TTrraaffffiicc EEnnggiinneeeerr// EEnnggiinneeeerr ooff RReeccoorrdd,, DDeessiiggnn ooff PPaavveemmeenntt aanndd RRiigghhtt ooff WWaayy IImmpprroovveemmeennttss ttoo WWhhiitteehheeaadd,, DDuuvvaall aanndd FFrroonntt SSttrreeeettss,, CCiittyy ooff KKeeyy WWeesstt,, MMoonnrrooee CCoouunnttyy,, FFLL.. Using the Pavement Assessment document completed August 2019, the City of Key West is taking a systematic approach to roadway and right of way improvements. The project includes development of design documents for constructing improvements to City owned segments of Whitehead Street, between and including the intersections of Eaton and Front Streets, Front Street, between and including the intersection of Whitehead to 400 ft east of Simonton St, and Duval Street, between and including the intersections of Eaton and Wall Streets. Engineer of Record for Signing and Pavement Marking. TTrraaffffiicc EEnnggiinneeeerr,, CCiittyywwiiddee DDeessiiggnn,, CCiittyy ooff MMiiaammii BBeeaacchh,, MMiiaammii BBeeaacchh,, FFLL.. Responsible for providing geometric layout, signing, parking layout, traffic Page 818 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 39 Availability of Professional Personnel Resume 2 calming measures and pavement marking services for packages A, B, and C of a residential neighborhood enhancement project. TTrraaffffiicc EEnnggiinneeeerr//LLiigghhttiinngg EEnnggiinneeeerr ooff RReeccoorrdd,, SSRR 558800//WWeesstt BBuusscchh BBllvvdd RRRRRR aanndd SSRR 558800//WWeesstt BBuusscchh BBllvvdd CCoorrrriiddoorr DDeessiiggnn,, FFDDOOTT DDiissttrriicctt 77,, HHiillllssbboorroouugghh CCoouunnttyy,, FFLL.. SR 580/West Busch Boulevard RRR (437530-1): RRR design of 1.5 miles of West Busch Boulevard (SR 580). The design focused on milling and resurfacing of existing pavement and safety improvements, which included the addition of 10 raised traffic separators and an increased bus pad width for transit riders near Chamberlain High School. The project required six design variations including cross slope and superelevation. SR 580/West Busch Boulevard Corridor Design (435908-2): Design of 3.3 miles of urban corridor/complete streets improvements. Project includes numerous safety improvements, including reduction of design speed, addition of raised median throughout the corridor, traffic device study at North Rome Circle (evaluating possible pedestrian crossing countermeasures or traffic signal), safety study at a potentially unsafe intersection, and filling in s idewalk gaps to achieve continuous sidewalks throughout the corridor. TTrraaffffiicc EEnnggiinneeeerr ooff RReeccoorrdd,, SSuunnTTrraaxx,, CCiittyy ooff AAuubbuurrnnddaallee,, FFlloorriiddaa’’ss TTuurrnnppiikkee EEnntteerrpprriissee,, PPoollkk CCoouunnttyy,, FFLL.. Our team provided design services for the SunTrax Infield CAV Test Facility, which will build out an area inside a 2.25- mile oval test track. The purpose of the SunTrax project is to create a center for high -tech research development and testing of emerging transportation technologies related to tolling, intelligent transportation systems (ITS) and connected and automated vehicles (CAV) in a safe and controlled environment. The goal of this testing is to increase safety for the travelling public in all modes of transportation through the application of the newest technological advances. Responsible for roadway lighting, signals and signing/pavement markin g design and plan preparation. TTrraaffffiicc EEnnggiinneeeerr ooff RReeccoorrdd,, PPBBIIAA GGoollffvviieeww IInnffrraassttrruuccttuurree WWeesstt PPaallmm BBeeaacchh,, PPaallmm BBeeaacchh CCoouunnttyy DDeeppaarrttmmeenntt ooff AAiirrppoorrttss PPaallmm BBeeaacchh CCoouunnttyy,, FFLL.. The team provided basic design services including topographic surveying, geotechnical, subsurface (utility locates), and burrowing owl site investigations. Permitting activities included SFWMD storm water management, PBC and FDOT traffic engineering, PBC Water Utilities Department (WUD) water and wastewater systems, and assistance with FP&L power and AT&T communication agreements. The scope of work includes preparation of construction documents and bid and award services. Responsible for signing and pavement marking design, traffic signal design and ITS relocation. Page 819 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 40 Availability of Professional Personnel Serving as the firm’s director of the utilities market group, Mike has 28 years of experience on utility projects. His project experience includes master planning, hydraulic modeling, design of water distribution systems, wastewater collection systems, irrigation systems, and pumping facilities. Prior to joining Johnson Engineering, Mike worked for a local utility contractor which gave him a unique perspective of how the utilities he designs today come together in the field. With both utility design and construction experience, Mike has a comprehensive understanding of the entire utility development process from planning to design, to permitting through construction. He knows how to develop a design that works both in theory and in practice. Relevant Experience ¬¬ Northeast Service Area WWTP, IQ & Potable Booster Pump Stations, Collier County Utilities - Johnson Engineering is a member of a design-build team that is constructing an interim wastewater treatment plant (WWTP), potable water pumping and storage facilities, irrigation water facilities, and pipeline infrastructure for Collier County. The interim WWTP will have a capacity of 1.5 MGD and will serve Collier County’s Northeast Service Area. Johnson Engineering’s role in the project includes surveying, site development plans, pipeline design, electrical design, development of a groundwater monitoring plan, and permitting assistance. The project is expected to be completed in 2021 at a cost of approximately $75 million. ¬¬ 91st & 92nd Street Water Main Replacement, Collier County - This project consisted of the replacement of approximately 10,000 linear feet of 12” and 8” water main in Collier County along 91st and 92nd street located within the Naples Park area. Key design elements included identifying an alignment within congested rights of way that would accomplish project goals while minimizing impacts to the existing residents and allow the existing asbestos cement water main to remain in service during construction. Design also included provisions to remove the entire AC water main once the new system was in service. Johnson provided the survey, design, permitting and bidding service for this project. ¬¬ Vanderbilt Cul-de-Sacs Water Main Replacement, Collier County - This project consisted of the replacement of approximately 16,000 linear feet of 8” and 4” water main in Collier County along Vanderbilt Drive and finger streets between Vanderbilt Beach Road and Immokalee Road. Key design elements included identifying an alignment within congested rights of way that would accomplish project goals while minimizing impacts to the existing residents and allow the existing asbestos cement water main to remain in service during construction. Design also included provisions to remove the entire AC water main once the new system was in service. Johnson provided the survey, design, permitting and bidding service for this project. ¬¬ Priority 1 Water Main Replacement, Bonita Springs Utilities - This project consisted of the replacement of approximately 24,000 linear feet of 12”, 8” and 4” water main in Bonita Springs along various streets located in between Bonita Beach Road and the Imperial River. Key design elements included identifying an alignment within congested rights of way that would accomplish project goals while minimizing impacts to the existing residents and allow the existing asbestos cement and class pipe water mains to remain in service during construction. Design also included several directional drills to cross creeks and other environmentally sensitive areas. Project also required close coordination with the City of Bonita Springs who owned and maintained the road rights of way. Johnson Engineering provided the survey, design, and permitting, bidding service and construction administration for this project. ¬¬ Phase 1 Water Main Replacement and Drainage Improvements, Town of Fort Myers Beach - This project designed and constructed by means of design-build basis and included the replacement of approximately 30,000 feet of water main and the improvement of drainage facilities within the basin based neighborhood, Laguna Shores, and Bay Beach Lane areas on Fort Myers Beach. This project included construction through dense residential, multi-family, large condominium communities and busy commercial areas. Johnson Engineering is providing solutions to meet the challenge of construction through narrow ROWs while maintaining access and appearances during the important tourist season. We provided survey, design, permitting, and construction phase services for this project. MICHAEL DICKEY, PE Principal/Utility Engineer mdickey@johnsoneng.com 239.461.2455 Years Experience 28 years Education/Training B.S. Civil Engineering (1997), University of South Florida Licensing & Registration Florida Professional Engineer, License No. 60057 Professional Affiliations American Water Works Association Page 820 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 41 Availability of Professional Personnel Page | 11 Laura joined the firm in 2000 and serves as director of the firm's water resources and environmental services market groups. Her duties include State and Federal wetland jurisdictional determinations, protected species surveys, habitat and species management plans, coordination and permitting with the Florida Fish and Wildlife Conservation Commission (FWC) and U.S. Fish and Wildlife Service (FWS), FWS Biological Assessments and Biological Opinions, wetland/listed species mitigation proposals and mitigation monitoring, Environmental Resource Permit and Federal Dredge and Fill applications, as well as follow-through to permit issuance and post-permit compliance. She is also an FWC Authorized Gopher Tortoise Agent, Federal Aviation Administration Qualified Wildlife Biologist, and FWS qualified caracara observer with over 1,600 hours of caracara survey experience and 40 nests found to date. Laura has served as the Project Manager and/or environmental lead for the permitting of many private and public sector projects and has provided expert witness testimony regarding ecological issues related to Lee and Collier County zoning cases. Relevant Experience ¬¬ District School Board of Collier County - Conducted wetland delineations, wetland functional assessments, mitigation proposals, listed species surveys, and State and federal permitting for Middle School EE and the expansion of bus facilities at the Immokalee Tradeport site; determined the environmental constraints for the feasibility studies and consistency reviews for the proposed School EEE in Golden Gate Estates and proposed bus facilities at the S.R. 29 site and Section 25 site near Immokalee; and conducted and prepared the Collier County EIS and attended public information meetings to support the Conditional Use application for the proposed DeSoto Satellite Transportation Facility. ¬¬ Collier County - Wetland delineations, wetland functional assessments, mitigation proposals, listed species surveys, and State and federal permitting for Phases II and III of Livingston Road Corridor and expansion of Goodlette-Frank Road; gopher tortoise relocation during construction and mitigation monitoring for Freedom Park; State and federal permitting and associated eagle monitoring during the construction of the Woodcrest/Massey Lane Water and Force Main extensions; and preparation of the Eagle Lakes Park Long-Term Management Plan. ¬¬ Habitat for Humanity of Collier County - Wetland delineations, wetland functional assessments, mitigation proposals, listed species surveys, and State and federal permitting for Charlee Estates I and II; permitting oversight of Kaicasa and Regal Acres. ¬¬ Babcock Ranch Community - Conducted wetland delineations and functional assessments of both wetland impacts and mitigation areas on approximately 17,800 acres; freshwater biomonitoring utilizing fish and macroinvertebrates; wildlife surveys; Environmental Resource Permitting; preparation of the mitigation plan which includes 6,800 acres of onsite mitigation and 5,900 acres of mitigation on the State owned portion of the Babcock Ranch Preserve; preliminary design and planting plans of the wetland creation areas; construction level permitting for areas of current development and ongoing mitigation compliance monitoring and maintenance of mitigation ledgers for wetland, wood stork, and panther credits. Updated caracara surveys conducted across the property in 2018-19 and FBB roost surveys conducted prior to each new phase of construction. ¬¬ Lee County DOT - Wetland delineations, wetland functional assessments, mitigation proposals, listed species surveys, and State and federal permitting for Gladiolus Drive Widening, Six-Mile Cypress Parkway Widening, A&W Bulb Road Safety Improvements, Alico Road Corridor Study, Fiddlesticks Bike Path, and the ongoing Alico Road widening. ¬¬ Town of Ft. Myers Beach - Lead ecologist on the Phase 1A watermain and drainage improvement project (sub-consultant to Mitchell & Stark) performing jurisdictional determinations, eagle monitoring, Coastal Construction Control Line (CCCL) permitting with the DEP, and assisting in evaluation of design changes to avoid impacts to mangroves and Estero bay. ¬¬ Lee County Port Authority - Provided environmental analysis to assist with the RSW Comprehensive Plan Amendment to support permitting of 200 acres of non-aviation development along Daniels Parkway corridor, across from the Boston Red Sox Spring Training Facility, Skyplex LAURA BRADY HERRERO Principal Ecologist/ QA-QC lherrero@johnsoneng.com 239.461.2457 Years Experience 31 years Education/Training B.S. Ecology (1993), University of Illinois Master’s Work in Env. Sciences University of Alaska Anchorage (1997-1999) Certified Ecologist, ESA FAA Qualified Wildlife Biologist Authorized Gopher Tortoise Agent with the FWC (GTA-13-00022) Professional Affiliations Ecological Society of America Florida Association of Environmental Professionals (Past Chapter President) Florida Airports Council Environmental Advisory Committee Member Page 821 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 42 Availability of Professional Personnel Page | 22 Rezoning, State and Federal environmental permitting for Skyplex Boulevard and Phases I and II of the RSW Remediation of Hazardous Wildlife Areas; assisted with the permitting of the Midfield Terminal Expansion and Mitigation Park, the RSW and FMY Wildlife Hazard Assessments; and the implementation of the associated Wildlife Hazard Management Plans. ¬¬ Joel Boulevard Park, Lee County - Johnson Engineering laid the ground work with a wetland determination, complete survey and site analysis services necessary before beginning the park concept plan. The Park Concept plan has been designed to include the elements the County envisioned for this passive park which include: a signed entry, parking lot facility and parking for school buses, picnic areas, tot lot and playground, a restroom, an outdoor environmental classroom, acres of agricultural operations for both uplands and marsh crops, acres of created wet marsh for wildlife habitat and environmental education, an area of existing Gopher Tortoise preserve, and miles of accessible trail throughout all areas of the park. ¬¬ SFWMD Crested Caracara Monitoring - Served as lead field ecologist working on the Kissimmee River Post-Restoration Monitoring of the Crested Caracara along the Kissimmee River Restoration Corridor; trained by Joan Morrison, Ph. D., and permitted by FWS under Dr. Morrison’s permit, to capture and fit sub-adult caracaras with a radio transmitter (2000-2003); C-43 West Storage Reservoir caracara nest location surveys and productivity monitoring, assistance with trapping and banding and post-tagging monitoring (2015 – current); C-139 Annex Restoration nest location surveys and productivity monitoring (Phase 1 and portions of Phase 2, January 2018-current nesting seasons ¬¬ FDOT, District 1 - Currently serves as the project manager for the District Wide Environmental Permit Design Support Contract (C9N40). Coordinates sub-consultants and in-house ecologists related to wetland delineations, wetland functional assessments, mitigation proposals, listed species surveys, and State and federal permitting. Personal projects for District 1 include the Expansion of S.R. 776 and S.R. 31 widening in Charlotte County, S.R. 64 in Manatee County, and S.R. 70 in DeSoto County. ¬¬ Lee County Public Works - Permitted and oversaw construction and monitoring of the Section 33 Regional Mitigation Site; designed and permitted the Wild Turkey Strand Site 90 Mitigation Area; both of these projects included coordination with U.S. Fish and Wildlife Service for determination of available panther and wood stork mitigation. ¬¬ Seminole Tribe of Florida - Served as project manager and conducted crested caracara surveys at the Brighton Seminole Indian Reservation between February – April 2010 and February-April 2012; conducted habitat mapping in accordance with the Florida Land Use, Cover and Forms Classification System (FLUCFCS, Level III, FDOT 1999) at Brighton and Big Cypress Seminole Indian Reservations during the summer of 2010; conducted federal jurisdictional determinations and permitting for over 40 single family home sites in a 3-month timeframe during the summer of 2012. Relevant Certifications/Credentials ¬¬ Florida Bonneted Bat Working Group, Avon Park Bombing Range, Florida Fish andWildlife Conservation Commission (May 24, 2016) ¬¬ FAA Approved Advanced Airport Wildlife Management Training, Tulsa International Airport, Loomacres Wildlife Management (March 15-17, 2016) ¬¬ 2015 North American Bird Strike Conference, Montreal, Quebec, Canada (September 15-17, 2015) ¬¬ Cooperative Invasive Species Management Area (CISMA) 18th Annual Southwest Florida Invasive Species Workshop, Florida Gulf Coast University (January 23, 2014) ¬¬ U.S. Department of Labor Mine Safety and Health Administration (MSHA 5000-23) New Miner Training, Polk State College (April 27-28, 2013) ¬¬ Florida Department of Environmental Protection Training on Numeric Nutrient Criteria Implementation, Rapid Periphyton Survey (RPS) and Linear Vegetation Survey (LVS) Methodologies, Blackwater Creek, (March 6, 2013) ¬¬ Stream Condition Index and Habitat Assessment Training, Hillsborough River State Park, Florida Department of Environmental Protection (March 5, 2013) ¬¬ Charlotte Harbor Watershed Summit, Charlotte Harbor National Estuary Program (March 2011) ¬¬ Red Cockaded Woodpecker (RCW) Biology and Management in the Picayune Strand State Forest, Roy DeLotelle, M.S. (May 2010) ¬¬ Cooperative Conservation Blueprint (CCB) – 2008/2009 ¬¬ Certified Ecologist, Ecological Society of America (ESA) (August 2008) ¬¬ Army Corps of Engineers Compensatory Mitigation Rule & Regulatory Program Update, Jacksonville District Chief David Hobbie (September 2008) ¬¬ Freshwater Biomonitoring Using Benthic Macroinvertebrates – May 2007 at the U.S. Fish and Wildlife Service National Training Center ¬¬ Project Management Bootcamp, PSMJ Resources Inc. (August 2006) ¬¬ Macroinvertebrate sampling techniques and identification, David W. Ceilley, Faculty Research Associate, Florida Gulf Coast Page 822 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 43 Availability of Professional Personnel Page | 33 University (August 2006) ¬¬ Plant Identification Workshop, Dr. David W. Hall (April 2006) ¬¬ Gopher Tortoise Conservation Initiative (Ray Ashton), Florida gopher tortoise mitigation, management, handling and relocation training (May 2005) ¬¬ Interagency Consultation for Endangered Species, Duncan & Duncan Wetland and Endangered Species Training (April 2003) ¬¬ Florida Chamber of Commerce Environmental Permitting Summer School, 3-day educational workshop featuring a variety of environmental seminars, speakers and round table discussions (July 2003 and 2008) ¬¬ Wildlife and Plant Identification Seminar, Florida Association of Environmental Professionals (April 2001) ¬¬ Army Corps of Engineers Wetland Delineation and Management Training, Richard Chinn Environmental Training, Inc. (November 2000) ¬¬ Plant Identification Workshop, Dr. David W. Hall (March 1999) MMaannuussccrriippttss//PPrrooffeessssiioonnaall PPrreesseennttaattiioonnss:: ¬¬ Presentation to the Sustainable Water Resources Roundtable at Florida Gulf Coast University in December 2016 to present the ecological planning, restoration, and management plan of the Babcock Ranch Community. ¬¬ Fish Community Structure of Streams and Canals at Babcock Ranch, Charlotte and Lee Counties, Florida. Florida Scientist. Accepted for publication in the April/May 2013 issue – included as second author. Page 823 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 44 Availability of Professional Personnel David is an experienced surveying and mapping professional with over 39 years of experience. His expertise includes significant project management experience in a variety of areas including boundary surveys, ALTA surveys, topographic surveys, public lands surveys, hydrographic surveys, construction layout, utility surveys, road projects, subdivision design and platting and submerged land leases. His project experience includes platting of single-family home developments, roadway design projects both existing roadway expansion and new road corridors, as well as several unique surveying projects. David's experience spans many parts of Florida. He has been registered as a Florida Professional Surveyor and Mapper since 1998 and has worked in Collier County for over 30 years. Relevant Experience ¬¬ Immokalee Road, Collier Boulevard to 43rd Avenue NE, Collier County - Project manager for design survey performed for use in the design of a new six-mile road corridor. Services included aerial topographic surveys, jurisdictional surveys, a control survey and right-of-way mapping a sketch and descriptions for staking parcels, this also included preparation for and attendance of Order of Taking Hearings. ¬¬ Collier Boulevard, Golden Gate Boulevard to Immokalee Road, Collier County - Project manager for right-of-way mapping project for the widening of the existing road corridor. Services provided included preparation of right-of-way maps as well as sketch and descriptions of proposed parcel takings, this also included preparation for and attendance of Order of Taking Hearings. ¬¬ Collier Boulevard, Davis Boulevard to Golden Gate Canal, Collier County - Project manager for right-of-way mapping project for the widening of the existing road corridor. Services provided included preparation of right-of-way maps as well as sketch and descriptions of proposed parcel takings. ¬¬ Davis Collier Boulevard, US 41 to Boulevard, Collier County - Project manager for right- of-way mapping project for the widening of the existing road corridor. Services provided included preparation of right-of-way maps as well as sketch and descriptions of proposed parcel takings. ¬¬ Vanderbilt Beach Road Extension Wilson Boulevard to Desoto Boulevard, Collier County - Project manager for design survey performed for use in the design of a new six- mile road corridor six miles in length. Services included Topographic surveys, jurisdictional surveys, a control survey and aerial surveys. ¬¬ Vanderbilt Beach Road, Airport Road to Collier Boulevard, Collier County - Project manager for right-of-way mapping project for the widening of the existing road corridor. Services provided included preparation of right-of-way maps as well as sketch and descriptions of proposed parcel takings. ¬¬ Florida Keys Overseas Heritage Trail, Monroe County - Project manager for surveying services provided in support of design of the Florida Keys Overseas Heritage Trail Bike Trail through several segments of the Florida Keys. Surveying services included topographic surveys, jurisdictional surveys and right-of-way and property determinations. ¬¬ 10th Street North Streetscape, City of Naples - Project manager for surveying services provided in support of a streetscape project on 10th Street North from 7th Avenue North to Central Avenue. Services included right-of-way determination, and topographic surveying. DAVID HYATT, PSM Professional Surveyor & Mapper dhyatt@johnsoneng.com 239.289.1520 Years Experience 39 years Licensing & Registration Florida Professional Surveyor & Mapper, License No. LS5834 Education/Training Engineering Technology (YEAR) Florida State College Page 824 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 45 Availability of Professional Personnel Kyle joined Johnson Engineering in 2018 as an Environmental technician in the Environmental group. He routinely conducts listed species surveys, vegetation monitoring, wetland delineations, environmental assessments and report preparation. Before joining Johnson Engineering, Kyle worked for Biotech Consulting Firm in Orlando for approximately four years following his high school graduation. Kyle initially served as an exotic vegetation maintenance technician within environmentally sensitive wetland mitigation areas and later gained valuable experience conducting bald eagle monitoring, gopher tortoise surveys and relocations in accordance with applicable state and federal protocols. While obtaining his B.A. in Environmental Studies at Florida Gulf Coast University (FGCU), Kyle worked with a large team as a research assistant to Dr. Donald Duke. At the conclusion of the research, Kyle and the other team members provided the Village of Estero with a storm water assessment and the means to enhance flood prevention techniques. This collaborative effort also provided FGCU with a revised methodology to more accurately collect water quality samples. Relevant Experience ¬¬ Pepper Ranch Preserve, Collier County - Assisted with establishment of permanent vegetation monitoring transects in accordance with U.S. Fish and Wildlife Service habitat management plan requirements. ¬¬ Mediterra, Collier County - Responsible for environmental permitting and coordinating with USACE to obtain an NPR determination. ¬¬ SFWMD, C-43 Reservoir and C-139 Annex Restoration Projects - Conducted nesting season surveys and monitoring of nesting success prior to and during project construction. ¬¬ Kitson & Partners, Babcock Ranch Community - Assisting environmental project managers with listed species and vegetation surveys, wetland delineations, monitoring of bald eagle and crested caracara nests, gopher tortoise relocations, and mitigation monitoring. ¬¬ Mosaic, Ona Mine - Conducted indigo snake surveys, observed installed boxes and cover boards to aid in the capture and tagging of Federally threatened Eastern indigo snakes. ¬¬ Lee County Utilities - Assisted with listed species surveys along utility alignments, vegetation monitoring in mitigation areas, and habitat (FLUCFCS) mapping. ¬¬ City of Cape Coral - Responsible for eagle monitoring, assisted with listed species surveys, burrowing owl monitoring and permit implementation, and installation of starter burrows as mitigation. ¬¬ City of Fort Myers - Assisted with listed species surveys and Florida bonneted bat roost surveys. ¬¬ Land Solutions, Inc. - Assisted with a Florida bonneted bat roost and acoustic survey. ¬¬ Magnolia Landing - Assisted in time zero vegetation monitoring transects and study plots. ¬¬ Orlando, Florida - Assisted with mitigation area monitoring, routine mitigation maintenance to control exotic vegetation, eagle monitoring, and gopher tortoise surveys and relocations. ¬¬ Lee County Utilities Corkscrew and Green Meadows Wellfields - Assisted with fish and macroinvertebrate sampling and analysis, water level monitoring, and vegetation monitoring. ¬¬ MMM High School, The School District of Lee County - Assisted with wetland delineations, crested caracara monitoring, and routine exotic vegetation removal. ¬¬ Florida Gulf Coast University - Assisted with Florida bonneted bat roost surveys and water level monitoring. ¬¬ Airport Sears MSBU Canal C-1, Hendry County - Conducted crested caracara surveys and monitorings. Located the primary and secondary nests for a caracara nesting pair. ¬¬ Middle School MM, The School District of Lee County - Assisted project manager with listed species surveys, wetland determinations, environmental permitting, and caracara surveys. ¬¬ US 41 East WM Replacement - Responsible for environmental permitting, protected species surveys, and FLUCFCS mapping to obtain a general permit. KYLE PHILPOT, CE Project Ecologist krp@johnsoneng.com 239.850.8696 Years Experience 8 years Education/Training B.A. in Env.. Studies Florida Gulf Coast University Certified Ecologist, Ecological Society of America New Miner – Mine Safety and Health Administration (MSHA) Burrowing Owl Registered Agent, FWC (RAG-19-00028) 38 Hour Army Corps of Engineers Wetland Delineation Course Professional Affiliations Member - Florida Association of Environmental Professionals Member - American Water Resources Association Page 825 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 46 Availability of Professional Personnel Billy has been with Johnson Engineering since 2015. He is a professional engineer and project manager in our utilities group. A South Florida native, he began his career at Johnson Engineering after graduating from Florida Gulf Coast University in 2015. Billy has experience in project management, pump station and pipeline design, directional drill design, FDOT utility coordination and utility adjustments, hydraulic modeling and calculations, pump and equipment selection, construction administration, plan production, and permitting for clients throughout South Florida. Billy also has extensive experience in data collection and performance analysis for water and wastewater systems in Collier County. Recently, he has designed and managed various pipeline, pump station, and emergency power resiliency projects for municipal water and wastewater systems. While most of his experience thus far has been with municipal projects, he has completed various assignments for commercial and residential projects as well. Billy works closely with County engineering and operations staff and often acts as an extension of the County’s engineering team. Relevant Experience ¬¬ Carica Booster Pump Station Yard Piping Improvements, Collier County, FL - This project included the replacement and reconfiguration of 12” up to 48” diameter water mains, a 30” above ground valve control assembly, associated electrical and SCADA network integration, and the removal of the existing 30” PCCP water mains and obsolete valves. This was a unique project that required systematic temporary connections as the project progressed to allow certain portions of the water system to remain in service while other portions were modified in an effort to minimize water outage durations. Billy was the design engineer working under the engineer of record for this project. He also performed construction administration services through the duration of construction and worked closely with the County’s water distribution department to prepare the construction sequence for the project. This successful project was completed in 2020. ¬¬ Hickory Road Water Main Improvements, Collier County, FL - The goal of this project was to improve the downstream water main pipeline that the Carica Booster Pump Station conveys water through to provide service to the northwest area of the County. This project included the installation of approximately 4,700 linear feet (LF) of 20” water main downstream of the Carica Booster Pump Station within a residential area. It also included the 18” directional drill crossing underneath State Road 45 (US-41) in a commercial area and in a busy roadway which included extensive coordination with FDOT and other utility providers to avoid conflicts. Billy was the design engineer working under the engineer of record for this project. He also performed construction administration services through the duration of construction. This project required unique planning and coordination with various County departments and private entities to complete the full-bore flushes along busy roadways, the open cut crossings and restoration of Goodlette-Frank Road, the large diameter directional bore underneath the congested State Road 45 (US-41) right of way, and planning the water outages for various residential and commercial properties, including those that provide food and beverage services. ¬¬ Telog Data Monitoring (Water, Wastewater, Irrigation Quality Water), Collier County, FL - Billy is the Project Manager for the Telog Data Monitoring programs that Collier County Water, Wastewater, and Irrigation Water Quality departments utilize to monitor and evaluate the utility systems. Our team has supported Collier County with this program since 2016 through our continued services contract and has assisted the Public Utilities Department procure, program, install, monitor, maintain, and troubleshoot over 100 telemetry sites that record pipeline pressure, pipeline flow rate, and pond water levels. Billy and his team have worked closely in the field with operations staff all the public utilities departments and understand the physical conditions and limitations of the systems. This project gives us a unique understanding of how each utility system operates as well as the deficiencies in the systems and potential improvements. ¬¬ Priority 1 Water Main Replacement, Bonita Springs Utilities, FL - This project consisted of the design, permitting, bidding, and construction of approximately 24,000 linear feet of 12”, 8”, and 4” water main replacement located along various streets in the Bonita Springs “State Streets” residential area. This project required the design of the new water main alignment within the congested right of way while minimizing impacts to the existing residents and community and maintaining the existing asbestos cement and class pipe water system service during construction. This project also included the design of multiple horizontal directional drills to cross beneath creeks and other environmentally sensitive areas, and coordination with the City of Bonita Springs to avoid conflicts with other planned improvements. BILLY SAUM, PE Utility Engineer wsaum@johnsoneng.com 239.461.2414 Years Experience 10 years Education/Training B.S. Environmental Engineering (2015), Florida Gulf Coast University Licensing & Registration Florida Professional Engineer, License No. 88659 Professional Affiliations American Water Works Association Page 826 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 47 Availability of Professional Personnel Education B.S., Civil Engineering University of Kansas Certification FL Professional Engineer Lic#: 72472 Professional Planner AICP No.: 028767 Florida General Contractor Lic#: 1525246 DOT/FAA Airman Certificate UAS 3999943 FDOT Advanced TTC: 28347 Specialization Transportation Planning - Traffic Engineering - Highway Design - Utility Design - Design-Build - Project Management Signalization Design- Signing & Striping - Maintenance of Traffic - Drainage Design - P D & E - Utility Coordination Pavement Design - FDOT Permitting - County Permitting - Environmental Permitting - Construction Inspection Business Development Proposal Writing - Plan Preparation/Production - Computer Drafting - Constructability Review Construction Administration - Budgeting/Estimating - Adam Ahmad PE, AICP, CGC – Civil Engineer Relative Experience Profile: Adam has been the Project Manager, Lead Engineer, and Engineer-of-Record on numerous projects throughout Southwest Florida. With over 18 years of comprehensive experience encompassing all phases of design and planning and production for civil/site work projects. He is well versed in the Florida Department of Transportation (FDOT) specifications and the requirements for documentation, and oversight of contractor operations including Maintenance of Traffic (MOT). Adam has a long successful history of working with the proposed team for this continuing contract. Adam is intimately familiar with the FDOT and Collier County program structure and he looks forward to contributing to the project team. West Boundary Road Reconstruction Seminole Tribe of Florida -Engineer of Record: Adam served as the Engineer of Record for the West Boundary Road Safety Improvement project on the Big Cypress Seminole Indian Reservation. Spanning 3.70 miles from Josie Billie Highway to Arrow Road, the project included roadway reconstruction, milling, resurfacing, drainage, multi-use pathway lighting, fiber optic design, and utility upgrades. Adam led field investigations, coordinated geotechnical surveys, and managed design approvals, ensuring compliance with FDOT and STOF standards. Design Manager, Josie Billie Highway Segment 2, Seminole Tribe of Florida, Big Cypress Reservation, Florida Federal Funded BIA - This project consists of widening 9.6 miles of Josie Billie Highway from 10ft per lane to 12 ft per lane. The construction also includes paved shoulders and guardrails at the canal side of the road. Engineer-of-Record, Collier County, LAP 111th Ave from Bluebill – Shoulder improvements- Bike Lane. Adam was responsible for reviewing plans, conducting site visits, QA/QC, FDOT coordination, RAI response. Construction of 5- foot wide bike lanes on the north and south side of 111th Avenue from Bluebill Ave Bridge to 7th Street North (Approx. 4,600 LF or 0.871 Miles). Engineer-of-Record, Collier County, LAP Eden Park Sidewalks- Adam was tasked with overseeing project team and working with the County and FDOT. Construction of 6-foot wide concrete sidewalk on the south and west side of Carson Road from Carson Lakes Circle to Westclox Road. Engineer-of-Record, Collier County, LAP Lake Trafford Sidewalks, Bike Lanes, and Drainage Improvements- Adam was responsible for reviewing plans, QA/QC, and county and FDOT coordination. Construction of 6-foot wide concrete sidewalk on the south side of the Lake Trafford Road from Carson Road to Krystal Lane; and North 18th Street to Laurel Street. Project Manager, Stirling Road/ SR848 Off- Site Roadway Improvement; Hollywood, Florida. Construction of three turn lanes and incidental improvements located near the intersection of SR 848/Stirling Road and SW 58th Avenue. The turn lanes were constructed to accommodate anticipated traffic generated by a future development in the existing vacant parcel. Adam provided coordination with the Seminole Tribe of Florida, Designer, and Contractor: shop drawing review; contract compliance; contractor clarifications and request for information; contract modifications; contractors monthly pay applications; as-built/record drawings; project closeout. Roadway Design Engineer; Lee County Complete Streets Design Build Criteria Packages; Lee County, Florida. Design Criteria Packages efforts for the 11 planned projects listed in the Complete Streets Initiative TIGER Grant application. Project included the preparation of Conceptual Plans (horizontal layout on aerial photos) which delineated the intent of the proposed project(s), preparation of typical sections which defined project features such as sidewalks, pathways, bike lanes and shoulders; Coordinated NEPA permitting effort. Page 827 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 48 Availability of Professional Personnel Summary of Capabilities Geotechnical Engineering Civil Engineering Foundation Engineering Project Management Engineering Management Ground Subsidence Investigations Construction Materials Testing and Inspection Years of Experience With Tierra: 16 Years With Other Firms: 7 Years Education BS, Civil Engineering, University of South Florida, 2000 Professional Organizations/Registrations Florida Professional Engineer, No. 65514 National Society of Civil Engineers KEVIN H. SCOTT, P.E. Senior Geotechnical Engineer Mr. Scott has 23 years of experience in geotechnical investigation and evaluation for a variety of projects including municipal, commercial and residential projects as well as roadway and bridge design, water and wastewater facilities. His experience includes shallow and deep foundation analyses, retaining wall design, settlement analyses, and pavement evaluation. Mr. Scott also has experience with Pile Integrity Testing (PIT) and Cross-Hole Sonic Logging (CSL). He has performed PIT and CSL services across Florida and in Texas, Louisiana and Mississippi for a variety of applications and clients including FDOT and FHWA. Mr. Scott has also provided project management and project consulting services for construction materials testing and inspection projects including high rise, industrial, roadway, commercial and residential projects. Mr. Scott has been selected as the Neutral Evaluator for more than fifty sinkhole claim disputes throughout the State of Florida. Relevant Project Experience Immokalee Water and Sewer District Well Access Roads Improvements, Collier County – This project consisted of the design of four well access roads that were damaged by Hurricane Ian. The improvements were intended to increase the resiliency of the roadways against future damage. Tierra provided subsurface investigations, laboratory testing and geotechnical recommendations to support the design. Immokalee Sports Complex Improvements, Collier County – This project consisted of the design and construction of a mat foundation supported generator pad and surrounding barrier wall for a new emergency generator. The project also included stormwater management improvements. Tierra provided subsurface investigations, laboratory testing and geotechnical recommendations to support the design. Collier County Parking Lot Program, Collier County – This project included design improvements to the Golden Gate Community Park in Collier County. Tierra provided subsurface investigations including pavement cores, hand augers, Static Cone Penetrometer probes, laboratory testing and geotechnical recommendations to support the design. Collier County Sheriffs Operations Substation, Collier County – This project included the evaluation of pavement distress at the subject property. Tierra services included Floor Flatness testing, Foundation Test Pits, SPT borings and hand augers as well as laboratory testing and providing recommendations for remediation. Goodlette-Frsnk Stormwater & Ditch Improvements (Section B), Collier County – This project included design improvements along the west side of the Goodlette-Frank Road Stormwater Management Conveyance System (1400 feet south of the intersection with Orange Blossom Dr. to Vanderbilt Beach Rd.). The reconstruction of the ditch slopes was to include surface erosion protection, secondary reinforcement and compaction preventing surficial sloughing. Other Collier County Experience: • Marco Island Bridge Replacement, Collier County • I-75 (SR 93) Design-Build, from N of Golden Gate Parkway to S of SR 80 in Lee and Collier Counties • I-75 (SR 93) Widening from North of SR 951 to North of Golden Gate Parkway, Collier County • I-75 (SR 93) at Golden Gate Parkway, Collier County Page 828 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 49 Availability of Professional Personnel Summary of Capabilities Geotechnical Engineering Structural Engineering Structural Damage Evaluations Structural and Geotechnical Analysis Project Management Numerical Modeling of Soft Soil Embankments Numerical Modeling of Soil-Structure Interaction Years of Experience With Tierra: 11 Years With Other Firms: 1 Year Education B.S., Civil Engineering, University of South Florida, 2011 Professional Organizations/Registrations/Awards Florida Professional Engineer, License No. 81669 American Society of Civil Engineers Thomas E. Musgrave, P.E. Geotechnical Engineer Mr. Musgrave has worked in the field of Structural and Geotechnical Engineering for more than 11 years, starting as an intern and gaining experience in structural damage assessment, structural analysis, ground subsidence, water intrusion, roof inspection, cause and origin forensic investigation, and soils and materials testing. His experience includes working on structural forensic investigations as well as FDOT roadway projects, subsidence investigations, structural bridge analysis, pavement evaluation, MSE wall analysis, corrosion testing and research. He has performed FDOT projects for Districts I, V, VII and Florida’s Turnpike Enterprise. Mr. Musgrave also has extensive experience in structural testing including GPR evaluation of concrete and steel reinforcement. Relevant Project Experience Vanderbilt Beach Road at Logan Boulevard Intersection Improvements, Collier County, Geotechnical Engineer – The project consisted of providing geotechnical and pavement coring services at the intersection of Vanderbilt Beach Road and Logan Boulevard in Collier County, including the addition of four (4) mast arm signal pole structures, roadway widening and the addition of new turning lanes. Tierra provided geotechnical and pavement coring services for the roadway widening and the new turning lanes. Lake Trafford Road Bike Lanes, Collier County, Geotechnical Engineer – The project consisted of the design and construction of 5-foot bike lanes on both sides of Lake Trafford Road from Little League Road to Laurel Street in Collier County. The improvements consisted of 9,720 lineal feet of paved shoulder in each direction of the existing alignment. Tierra obtained data on the existing pavement section, base and sub-base conditions along the subject roadway as well as the subsurface conditions adjacent to the existing roadway to provide geotechnical information to assist with the design of the proposed improvements. 111th Avenue North Bike Lanes, Collier County, Geotechnical Engineer – The project consisted of the design and construction of 5-foot bike lanes on both sides of 111th Avenue North from east of the Bluebill Avenue Bridge to 7th Street North in Collier County. The improvements consisted of 3,980 lineal feet of paved shoulder in each direction of the existing alignment from east of the Bluebill Avenue Bridge to 7th Street North. Tierra obtained data on the existing pavement section, base and sub-base conditions along the subject roadway as well as the subsurface conditions adjacent to the existing roadway to provide geotechnical information to assist with the design of the proposed improvements. Immokalee Complete Streets (TIGER IX Grant), Collier County, Geotechnical Engineer – The project consisted of developing the Design Criteria Package and RFP for the proposed Design-Build of infrastructure improvements within the City of Immokalee and surrounding areas in Collier County. The project included one (1) mile of Shared Use Path along portions of Seminole Tribe owned roadway, twenty (20) miles of new concrete sidewalks with associated drainage swale improvements along existing roadways within the City of Immokalee, approximately five (5) miles of new Bike Boulevard lanes along existing roadways within the City, five (5) miles of new street lighting along existing roadways within the City, and new bus shelters, transit center, landscaping, intersection and traffic calming treatments. Tierra performed a limited geotechnical study to obtain information with respect to typical soil conditions along the project alignments and to identify potential areas within the corridor that may require further subsurface exploration. Page 829 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 50 Availability of Professional Personnel Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES BENVIE, PAUL B. Do not alter this document in any form. 18091 OTTER WATER WAY LICENSE NUMBER: PE72261 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. ALVA FL 33920 Always verify licenses online at MyFloridaLicense.com Ron DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES CHIGURUPATI, BHARATHI Do not alter this document in any form. 3137 WINGLEWOOD CIRCLE LICENSE NUMBER: PE84860 EXPIRATION DATE: FEBRUARY 28, 2023 This is your license. It is unlawful for anyone other than the licensee to use this document. LUTZ FL 33558 Always verify licenses online at MyFloridaLicense.com Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES MOSS, COLETTE F. Do not alter this document in any form. 1901 S. CRYSTAL LAKE DRIVE LICENSE NUMBER: PE48263 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. ORLANDO FL 32806 Always verify licenses online at MyFloridaLicense.com Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES TU, HUNG Do not alter this document in any form. 1516 WESTERLY DRIVE LICENSE NUMBER: PE89055 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. BRANDON FL 33511 Always verify licenses online at MyFloridaLicense.com Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES JAROCH, MICHAEL J Do not alter this document in any form. 16501 EAST COURSE DRIVE LICENSE NUMBER: PE48951 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. TAMPA FL 33624 Always verify licenses online at MyFloridaLicense.com Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES RODRIGUEZ, LEO E. Do not alter this document in any form. 20210 POND APPLE LN. LICENSE NUMBER: PE78493 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. TAMPA FL 33647 Always verify licenses online at MyFloridaLicense.com Page 830 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 51 Availability of Professional Personnel Melanie S. Griffin, SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES FULTON, TOMMY L Do not alter this document in any form. 15310 AMBERLY DRIVE LICENSE NUMBER: PE39722 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. SUITE 200 TAMPA FL 33647 Always verify licenses online at MyFloridaLicense.com DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES WALLACE, STEVEN LEE Do not alter this document in any form. 34134 A NICE PL LICENSE NUMBER: PE59537 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. DADE CITY FL 33523 Always verify licenses online at MyFloridaLicense.com Page 831 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 52 Availability of Professional Personnel Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES GRAMER, WILLIAM J. Do not alter this document in any form. 2229 CAMPESTRE TERRACE LICENSE NUMBER: PE59090 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. NAPLES FL 34119 Always verify licenses online at MyFloridaLicense.com Page 832 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 53 Availability of Professional Personnel Melanie S. Griffin,SecretaryRon DeSantis, Governor STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES DICKEY, MICHAEL SCOTT Do not alter this document in any form. 17060 SHADY GROVE LANE LICENSE NUMBER: PE60057 EXPIRATION DATE: FEBRUARY 28, 2025 This is your license. It is unlawful for anyone other than the licensee to use this document. CAPE CORAL FL 33909 Always verify licenses online at MyFloridaLicense.com TThhee EEccoollooggiiccaall SSoocciieettyy ooff AAmmeerriiccaa Founded 1915 The Ecological Society of America, upon recommendation of the Board of Professional Certification, hereby certifies that KKyyllee PPhhiillppoott meets the requirements as a certified EEccoollooggiisstt and is governed by the Society’s Code of Ethics. Certified by the Ecological Society of America from October 1, 2023 through October 31, 2028 Chair, Board of Professional Certification President, Ecological Society of America Page 833 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 54 Availability of Professional Personnel March 22, 2023DAVID JOHN HYATT3205 BECK BLVD NAPLES, FL 34114-1201 Detach Here Under the provisions of Chapter 472, Florida Statutes Professional Surveyor and Mapper License DAVID JOHN HYATT3205 BECK BLVDNAPLES, FL 34114-1201 This is to certify that the professional surveyor and mapper whose name and address are shown above is licensed as required by Chapter 472, Florida Statutes. WILTON SIMPSONCOMMISSIONER OF AGRICULTURE License No.: LS5834 Expiration Date February 28, 2025 Florida Department of Agriculture and Consumer ServicesDivision of Consumer ServicesBoard of Professional Surveyors and Mappers2005 Apalachee Pkway Tallahassee, Florida 32399-6500800HELPFLA(435-7352) or (850) 488-2221 Florida Department of Agriculture and Consumer ServicesDivision of Consumer ServicesBoard of Professional Surveyors and Mappers2005 Apalachee Pkway Tallahassee, Florida 32399-6500 SUBJECT:Professional Surveyor and Mapper License # LS5834 Your application / renewal as a professional surveyor and mapperas required by Chapter 472, Florida Statutes, has been received and processed. The license appears below and is valid through February 28, 2025. You are required to keep your information with the Board current.Please visit our website at www.800helpfla.com/psm to create your online account. If you have already created your online account, you can use the website to maintain your license. You can also find other valuable information on the website. If you have any questions, please do not hesitate to call the Divisionof Consumer Services, Board of Professional Surveyors and Mappers at 800-435-7352 or 850-488-2221. Detach Here Florida Department of Agriculture and Consumer ServicesBoard of Professional Surveyors and Mappers LS5834 Professional Surveyor and Mapper DAVID JOHN HYATT IS LICENSED under the provisions of Ch. 472 FSExpiration date: February 28, 2025 September 9, 2024JOHNSON ENGINEERING, LLC2122 JOHNSON STFORT MYERS, FL 33901-3408 Detach Here Under the provisions of Chapter 472, Florida Statutes Professional Surveyor and Mapper Business License JOHNSON ENGINEERING, LLC2122 JOHNSON STFORT MYERS, FL 33901-3408 This is to certify that the professional surveyor and mapper whose name and address are shown above is licensed as required by Chapter 472, Florida Statutes. WILTON SIMPSONCOMMISSIONER OF AGRICULTURE License No.: LB642 Expiration Date February 28, 2025 Florida Department of Agriculture and Consumer ServicesDivision of Consumer ServicesBoard of Professional Surveyors and Mappers2005 Apalachee Pkway Tallahassee, Florida 32399-6500800HELPFLA(435-7352) or (850) 488-2221 Florida Department of Agriculture and Consumer ServicesDivision of Consumer ServicesBoard of Professional Surveyors and Mappers2005 Apalachee Pkway Tallahassee, Florida 32399-6500 SUBJECT:Professional Surveyor and Mapper Business Certificate #LB642Your application / renewal as a professional surveyor and mapper business as required by Chapter 472, Florida Statutes, has been received and processed.The license appears below and is valid through February 28, 2025.You are required to keep your information with the Board current. Please visit our website at www.800helpfla.com/psm to create your online account. If you have already created your online account, you can use the website to maintain your license. You can also find other valuable information on the website.If you have any questions, please do not hesitate to call the Division of Consumer Services, Board of Professional Surveyors and Mappers at 800-435-7352 or 850-488-2221. Page 834 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 55 Availability of Professional Personnel Page 835 of 2218 TAB 2 Past Performance Page 836 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 57 Past Performance Our team’s extensive project area experience over the decades has allowed our team to begin to identify unique project challenges/opportunities and cost-saving measures in preparation for this RPS. As shown by the below exhibit, our team has a detailed understanding of the project and what opportunities/challenges the project brings. This will help the County and our team to create a comprehensive scope of work which will assist in preventing schedule/budget over-runs. Page 837 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 58 Past Performance DRMP served as the lead design consultant along with The Lane Construction Corporation as the lead contractor for this $22 million design-build project in the City of Casselberry, Seminole County, Fl.  The project included the design and construction of a single-point urban interchange (SPUI) at SR 15/600 (US 17/92) and SR 436.  The interchange elevated four lanes of SR 15/600 (US 17-92) over SR 436 at what was previously an at- grade intersection.  This increased capacity and minimized driver delays at one of the most heavily congested intersections in Florida. The project constructed the bridge over SR 436 with FIB 96 beams, currently the longest ones in the State. The project also included a new closed drainage system and ponds, milling and resurfacing, signing and pavement markings, signalization, ITS, maintenance of traffic, lighting and utility coordination. US 17/92 Interchange at SR 436 DB The Lane Construction Corporation | Seminole County, Florida Design Budget: $1,872,000 Date Completed: 2015 Client Reference: Todd Womick P: 407.482.7833 E: twomick@transystems.com Highlights • Single Point Urban Interchange (SPUI) • 96-inch deep Florida-I Beams (FIBs) • Longest prestressed concrete beams in the United States • Triple left turn lanes • Maintenance of traffic Page 838 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 59 Past Performance As part of the I-4 Beyond the Ultimate plan to improve connectivity, mobility, and safety along the corridor, this project includes the reconstruction of the existing I-4 at Sand Lake Interchange to a diverging diamond interchange and provides a direct connection from the westbound I-4 general use lanes to Turkey Lake Road. It also includes the design of one buffered express lane on westbound I-4 between Sand Lake Road and Central Florida Parkway, existing roadway improvements, three bridge replacements, three new ramp bridges, and one bridge widening. Our Team’s innovative alternative technical concept includes shifting the entire I-4 typical section to the west, which improves the horizontal and vertical geometry of the mainline and ramps, constructs the bridges off-line, reduces the bridge deck area by over 18,000 SF, and eliminates all Category 2 Bridges, post-tensioned piers, and shoring towers. This not only significantly improves the constructability of the entire project but opens I-4 westbound to Turkey Lake Road 24 months earlier than the original project schedule. Additional services include signing and pavement markings, lighting and aesthetic lighting, geotechnical, signals, and intelligent transportation system (ITS) improvements. Budget: $14,291,000 Date Completed: Ongoing Client Reference: Terry Carmichael P: 407.381.5731 E: TLCarmichael@laneconstruction.com D5-I4 at Sand Lake Interchange and I4 Widening DB The Lane Construction Corporation | Orange County, Florida Similar Elements • General civil • Environmental & stormwater • Parks & recreation • TWO under continuing services contract • Stakeholder coordination • SJRWMD permitting Page 839 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 60 Past Performance This $267.9 million design-build project includes the design of a new 2.63-mile limited access toll road and system-to-system interchange connecting I-4, SR 417, and SR 429 that completes the beltway around Orlando and accommodates for future I-4 Beyond the Ultimate express lanes. The project includes 20 new bridges and two bridge widenings with bridge types of single and multi-span bridges, concrete Florida-I Beams, and steel plate girders. There are 25 stormwater management facilities to address water quality, attenuation, and floodplain impacts. DRMP was also responsible for the preparation of an Interchange Modification Report (IMR), permitting, design of retaining walls, noise walls, signing and pavement markings, signals, and lighting. DRMP, in partnership with our Contractor, designed an innovative Alternative Technical Concept (ATC) that provided $25 million in project cost savings, improved operations and safety during and after construction, reduced bridge deck area by 200,000 SF, preserved four existing bridges, minimized overall impacts and long-term maintenance costs. Budget: $24,999,000 Date Completed: 2023 Client Reference: Terry Carmichael P: 407.381.5731 E: TLCarmichael@laneconstruction.com Wekiva Parkway Section 8 Interchange DB The Lane Construction Corporation | Seminole County, Florida Highlights • General civil • Environmental & stormwater • Parks & recreation • TWO under continuing services contract • Stakeholder coordination • SJRWMD permitting Page 840 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 61 Past Performance The SR 589 (Veterans Expressway) was a $380 million project located in Hillsborough County, Florida. The previous roadway was not meeting the capacity demands of frequent commuters. As a result, the structures needed to be updated to provide enough width for additional travel lanes. DRMP was responsible for the structural and roadway improvements which involved widening a 2.5-mile stretch of limited access all electronic tolling (AET) facility with express lanes from a 4-lane to an 8-lane section from Memorial Highway to north of Barry Road.  DRMP’s structural engineering components include:  a Bridge Development Report and structural design and plans production for the widening of two bridge sites (a 2-span continuous steel plate girder bridge and a 3-span AASHTO beam bridge to be widened using the new Florida I-Beam 36).  The substructure components of the bridge are founded on 18-inch PPC piles at the end bents and the piers.  The project also included the analysis of existing overhead sign span trusses, an existing monotube analysis, proposed cantilever signs, proposed span truss signs, bridge mounted signs, box culvert extensions and numerous MSE and sheet pile wall designs. FAA coordination was also key to the project. The new limited access highway benefits the community by adding one general use lane and one express toll lane in each direction. The express lane allows for willing motorists to bypass traffic congestion by paying an additional toll which will decrease travel time and increase the Turnpike Enterprise’s revenue. The widened existing structures will provide a smooth traffic flow that will meet the growing capacity demands of the highway. Construction and Design Budget: $3,290,000 Date Completed: 2012 Client Reference: Anil Sharma P: 407.280.9969 SR 589 (Veterans Expressway) Widening (MP 2.7-5.4) URS Corporation | Hillsborough County, Florida Highlights • Complex maintenance of traffic • Bridge widening • Florida I-Beam (FIB) • Two-Span continuous steel plate girder bridge • Complex wall design • Urban setting Page 841 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 62 Past Performance DRMP provided services for this new systems interchange connecting SR 429 to SR 516, a new 4-lane limited access toll facility that extends to US 27. This interchange includes five new bridges, with two using concrete Florida-U Beams and three using steel box girders, and four bridge widenings, where three are using Florida-I Beams and one is using steel I-girders. This project also includes two miles of roadway improvements along SR 429, which includes widening, adding ramps and milling and resurfacing of the remaining existing roadway, a new dual teardrop roundabout at the interchange with Valencia Parkway, permitting with FDEP and SFWMD, coordination with Orange County, Lake County and local landowners, drainage, intelligent transportation systems, lighting, signing and pavement markings, tolling, aesthetics and geotechnical services. Budget: $12,195,740.18 Date Completed: 2023 Client Reference: Will Hawthorne P: 407.690.5000 E: Will.Hawthorne@cfxway.com SR 516 (Lake Orange Expressway) from Orange/Lake County Line to SR 429 (Segment 3) (Contract No. 516-238) Central Florida Expressway Authority | Orange County, Florida Highlights • New four-lane limited access toll facility • Five new bridges • Roadway improvements • Roundabout design Page 842 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 63 Past Performance DRMP served as the lead designer for this new 2.63-mile limited access toll road and system-to-system interchange that connects I-4, SR 417, and SR 429, and accommodates future express lanes. This $267.9 million design-build project includes 20 new bridges and two bridge widenings, with bridge types being a combination of single and multi-span bridges, concrete Florida-I Beams, and steel plate girders, and 25 stormwater management facilities to address water quality, attenuation, and floodplain impacts.  Our team’s alternative technical concepts provided $25 million in project cost savings, improved operations, and safety during and after construction, reduced bridge deck area by 200,000 SF, preserved four existing bridges, and minimized overall impacts and long-term maintenance costs. Other project design elements included complex maintenance of traffic, drainage design, permitting, signing and pavement marking, lighting, signalization, intelligent transportation systems, landscape, geotechnical, tolling, and surcharge areas to consolidate deep muck. Budget: $24,999,000 Date Completed: 2023 Client Reference: Dyelan Phillips P: 407.331.3100 E: djphillips@laneconstruct.com Wekiva Parkway Section 8 Interchange Design-Build The Lane Construction Corporation | FDOT District Five | Seminole County, Florida Highlights • System-to-system interchange • Single and multi-span bridges using concrete FIBs and steel plate girders • Accommodations for future express lanes • 20 new bridge structures • 25 Stormwater Facilities Page 843 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 64 Past Performance The I-275 at I-4 Interchange in Downtown Tampa, Florida, has experienced frequent congestion for many years. As a vital connection to Downtown Tampa and Ybor city that serves nearly 200,000 vehicles per day, this major interchange needs safety and operational improvements to provide congestion relief and improve regional connectivity, traffic flow, interstate mobility, and travel time reliability for all modes of transportation. DRMP is serving as the lead designer for this $226.2 million design- build interchange improvements project for FDOT District Seven. The project includes the design and construction of six new bridges, eight bridge widenings/modifications, four existing bridge coatings, and two existing bridge railing retrofits. The existing roadway is being widened from 2-lanes to 3-lanes in specific segments, improving existing drainage facilities, and providing complex temporary traffic control plans throughout each phase of the project to minimize disruption for all users. Other project design elements include permitting; signing and pavement markings; lighting; signalization; and intelligent transportation systems. Our team’s innovative alternative technical concept (ATC) includes a new dual-lane flyover bridge to accommodate the I-275 southbound traffic onto I-4 eastbound without needing complex widening. This innovation has numerous benefits to FDOT and the community, including eliminating over 100 detours by performing off-line construction, provides FDOT with the opportunity to add a new I-4 eastbound auxiliary lane to the Selmon Expressway exit east of the downtown interchange, minimizes noise and visual impacts within the community, reduces overall traffic system delay, increases operational speeds, reduces long-term maintenance over the 75-year design life, and improves safety to the traveling public. When completed, this project will improve roadway safety and efficiency for all users, making travel times more reliable throughout the corridor. This route will also continue to serve as one of the main hurricane evacuation routes for the greater Tampa Bay region. Budget: $16,916,326 Date Completed: Ongoing Client Reference: Dyelan Phillips P: 407.331.3100 E: djphillips@laneconstruct.com I-275 at I-4 Interchange Improvements Design-Build The Lane Construction Corporation | FDOT District Seven | Hillsborough County, Florida Page 844 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 65 Past Performance The SR 528/SR 436 Interchange serves as the northern entrance of the Orlando International Airport, which experiences record passenger growth each year and is one of the busiest airports in Florida. Coupled with the continuous population growth in Central Florida, additional capacity for this interchange and along SR 528 was needed to improve the increasing congestion demands. DRMP provided transportation engineering for the reconstruction of the interchange and the widening of SR 528 from four lanes to six lanes, with an auxiliary lane eastbound to Goldenrod Road and westbound to Conway Road. This project included construction of seven new bridges using a mix of steel box girders and concrete Florida U-Beams, the replacement of one box culvert, and enhanced aesthetics common to CFX roadways, including a planted median separated by a barrier wall, planter walls adjacent to the ends of the bridges, pylons at the bridge abutments, and many areas for landscaping.  This project also involved extensive coordination with the Greater Orlando Aviation Authority, Federal Aviation Administration, and Brightline.  The reconstructed interchange provides an additional lane of capacity at each of the critical movements within the interchange, additional lanes of capacity along SR 528, and semi-directional flyovers for all movements to better serve the growing airport and local community. DRMP provided services for the reconstruction of the SR 528/SR 436 interchange and widening of SR 528 from 4-lanes to 6-lanes with an auxiliary lane eastbound to Goldenrod Road and westbound to Conway Road. This project includes construction of seven new bridges using a mix of steel box girders and concrete Florida U-Beams as well as the replacement of one box culvert. This project also involved extensive coordination with the Greater Orlando Aviation Authority and the Federal Aviation Administration as this interchange serves as the north entrance and exit to the Orlando International Airport. Other project design elements included complex maintenance of traffic, drainage design, permitting, signing and pavement marking, lighting, signalization, intelligent transportation systems, and geotechnical analysis. Budget: $7,994,000 Date Completed: 2020 Client Reference: Will Hawthorne P: 407.690.5000 E: Will.Hawthorne@cfxway.com SR 528/SR 436 Interchange Improvements and SR 528 Widening from SR 436 to Goldenrod Road (Contract No. 528-143) Central Florida Expressway Authority | Orange County, Florida Highlights • Roadway widening • Design of seven new bridges • Steel box girder bridges • Florida U-Beam bridge • Enhanced aesthetic elements Page 845 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 66 Past Performance Jacobs conducted a congestion analysis for future (5-year and 20-year) conditions along a 2.3-mile segment of Immokalee Road from Livingston Road to Logan Boulevard, including nine intersections. Our team obtained traffic counts, evaluated surrounding land use, and projected traffic forecasts along the corridor and at the intersections for existing (2019), 2025, and 2040 conditions. Due to the severe congestion projected and limited ROW available, we performed an alternatives analysis to evaluate both conventional and innovative alternatives at each of the intersections. The corridor was modeled in SYNCHRO software by Trafficware to conduct the analysis for delay, volume to capacity ratio, and level of service for existing and future conditions under the no- build and build scenarios. Types of innovative improvements evaluated at each of the nine intersections using the FDOT’s Intersection Control Evaluation (ICE) process and evaluated intersection types included a continuous- flow intersection (CFI), jug handle, single point urban interchange (SPUI), restricted crossing U-turn (R-CUT), diverging diamond interchange (DDI), median U-turn (MUT), and Continuous Green-T, as applicable. We prepared concepts for the recommended improvements at each intersection and along the corridor. Concepts with innovative solutions included: • A CFI at Strand Boulevard and Juliet Boulevard • A DDI at the I-75 interchange • A CFI and SPUI at Logan Boulevard We prepared a video presentation, including animation for a CFI and DDI, and used it for public involvement activities. We also conducted a public meeting (virtual due to COVID-19 restrictions), and coordinated meetings with stakeholders such as homeowners associations (HOAs), business owners, Fire District, FDOT, Collier County Sheriff’s Department, and social media. Immokalee Road Coriddor Congestion Study Collier County Page 846 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 67 Past Performance Immokalee Road Coriddor Congestion Study Collier County Relevence • Date Completed: 2021 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation:24-8286 Design Services for Immokalee Road and Livingston Road Flyover Reference Questionnaire for: Jacobs Engineering (Name of Company Requesting Reference Information) Bill Gramer, PE, AICP (Name of Individuals Requesting Reference Information) Name:Trinity Scott, Department Head (Evaluator completing reference questionnaire) Company:Collier County Capital Project Planning, Impact Fees & Program Management (Evaluator’s Company completing reference) Email:Trinity.Scott@colliercountyfl.gov FAX:Telephone:239-252-5873 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/individual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Immoklaee Road Corridor Congestion Study Completion Date: 8/02/2021 Project Budget:$250,000 Project Number of Days:365 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly.10 8 Ability to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.10 10 Overall comfort level with hiring the company in the future (customer satisfaction).10 TOTAL SCORE OF ALL ITEMS 100 Page 847 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 68 Past Performance Jacobs designed improvements to the Immokalee Road and Collier Boulevard Intersection to provide additional capacity (triple-lefts) and extend Collier Blvd north by about a half mile. Our work included roadway alternatives analysis, roadway design, drainage design, sidewalks, bike lanes, pathways, Cocohatchee Canal Relocation (USACE NW permitting), prefabricated bridge crossing of Cocohatchee Canal, CR 951 box culvert extension, signalization, lighting, utility design (36-inch water main, 30-inch water main [42-inch by 540-linear- foot directional drill], 16-inch force main, 24-inch reclaimed water main), coordination with FPL for transmission and distribution line relocation, boat ramp design, and coordination with adjacent developments including NCH Hospital and CVS. Permits included SFWMD, USACE, and FDEP. The SFWMD permit included onsite treatment and attenuation and compensatory storage within adjacent development to minimize costs and maximize treatment. During the past 10 years, the Immokalee Road-Collier Boulevard Intersection has been designed (by Jacobs) and constructed in pieces to accommodate traffic needs and construction budgets. However, we designed the intersection to eventually accommodate a single point urban interchange at this location, with Immokalee Road passing over Collier Boulevard. Immokalee Road/Collier Boulevard Intersection Improvements Collier County Page 848 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 69 Past Performance Immokalee Road/Collier Boulevard Intersection Improvements Collier County Relevence • Date completed: 2017 • Next adjacent major intersection west of Wilson Boulevard and Immokalee Road intersection • Experience designing and coordinating permitting for improvements crossing the Cocohatchee Canal Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation:24-8286 Design Services for Immokalee Road and Livingston Road Flyover Reference Questionnaire for: Jacobs Engineering (Name of Company Requesting Reference Information) Bill Gramer, PE, AICP (Name of Individuals Requesting Reference Information) Name:Laurie Beard – Project Manager II (Evaluator completing reference questionnaire) Company:Collier County Capital Project Planning, Impact Fees & Program Management (Evaluator’s Company completing reference) Email:Laurie.Beard@colliercountyfl.gov FAX:Telephone:239-252-5782 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/individual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Immoklaee Road / Collier Boulevard Intersection Improvements Completion Date: 2017 Project Budget:$625,000/Const. $7.75M Project Number of Days:720 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly.10 8 Ability to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.10 10 Overall comfort level with hiring the company in the future (customer satisfaction).10 TOTAL SCORE OF ALL ITEMS 100 Page 849 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 70 Past Performance Jacobs managed design for the extension of Vanderbilt Beach Road, a new 7-mile road from east of Collier Boulevard (CR 951) to 16th Street Northeast. We led public involvement, roadway design, drainage, permitting, maintenance of traffic (MOT), structural design, environmental surveys, traffic, noise, aesthetics, survey, geotechnical, access management, and utility services. The project includes relocating a 2-mile section of the Cypress Canal to the south of the roadway and three new bridges at Curry Canal, Corkscrew Canal, and Orange Tree Canal. Minor improvements to existing intersecting streets included Weber Boulevard, Danbury Boulevard, Massey Street, Douglas Street, Wilson Boulevard, 8th Street Northeast, 16th Street Northeast and a new intersection to Greyhawk Trail for the Golf Club of The Everglades.’ Our team provided stormwater design for 16 drainage basins, including 11 wet detention ponds and 5 dry detention ponds to treat water quality prior to discharge to the canals. The project included continuous coordination with SFWMD conceptual Environmental Resource Program and construction permits. The project also included utility relocation and wastewater, potable, and raw water main design. The project included ROW acquisition of over 300 parcels comprising of 314 acres. We conducted an environmental assessment, developing innovative approaches to wetland delineations and Florida Land Use, Cover, and Forms Classification System mapping using a mobile data collection platform. The project included a listed species assessment and surveys as well as wetland and other surface water impacts. Jacobs successfully coordinated mitigation credits for the County to purchase from mitigation banks to address impacts to both wetlands and the Florida panther. An environmental resource permit was issued by SFWMD in 2021 with a single request for additional information. We coordinated with USACE and FDEP and obtained a state 404 permit. Vanderbilt Beach Road Extension Collier County Page 850 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 71 Past Performance Vanderbilt Beach Road Extension Collier County Relevence • Date Completed: 2022 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation:24-8286 Design Services for Immokalee Road and Livingston Road Flyover Reference Questionnaire for: Jacobs Engineering (Name of Company Requesting Reference Information) Bill Gramer, PE, AICP (Name of Individuals Requesting Reference Information) Name:Trinity Scott – Department Head (Evaluator completing reference questionnaire) Company:Collier County Transportation Management Services Department (Evaluator’s Company completing reference) Email:Trinity.Scott@colliercountyfl.gov FAX:Telephone:239-252-6064 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/individual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Vanderbilt Beach Road Extension (Collier Blvd. to 16th Street NE) Completion Date: Design: 03/2022 Project Budget:$5,667,445 Project Number of Days:1,550 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly.10 8 Ability to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.10 10 Overall comfort level with hiring the company in the future (customer satisfaction).10 TOTAL SCORE OF ALL ITEMS 99 Page 851 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 72 Past Performance Jacobs delivered design plans for the median widening of 1.7 miles of the existing four-lane roadway to a six-lane roadway. Tasks included public involvement meetings, roadway design, drainage, permitting (SFWMD), MOT, structural design of a double barrel 9’ x 5’ box culvert to replace an existing 72” pipe, traffic, noise, aesthetics, survey, geotechnical, access management, and utility services. The design bid plans have been submitted, and construction is anticipated to start in the summer of 2025. Johnson Engineering and Capital Consulting were sub consultants on this project, providing a synergy and familiarity that will carry over to this project. Our team has also held numerous public engagement meetings with the Pelican Marsh Community, homeowners’ association boards, and Naples Christian Church to educate the stakeholders about the impacts of the widening and the box culvert installation, and how our team has implemented multiple mitigation efforts to minimize impact to their establishments. Vanderbilt Beach Road Widening Collier County Page 852 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 73 Past Performance Vanderbilt Beach Road Widening Collier County Relevence • Date Completed: 2022 • Roadway widening • Maintaining the flow of traffic during • Construction • Permitting (SFWMD) • Utility coordination/design Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 24-8286 Design Services for Immokalee Road and Livingston Road Flyover Reference Questionnaire for: Jacobs Engineering (Name of Company Requesting Reference Information) Bill Gramer, PE, AICP (Name of Individuals Requesting Reference Information) Name: Dennis McCoy, Project Manager III (Evaluator completing reference questionnaire) Company: Collier County Transportation Engineering (Evaluator’s Company completing reference) Email: Dennis.McCoy@colliercountyfl.gov FAX: Telephone: 239-252-5726 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/individual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Vanderbilt Beach Road Widening Completion Date: Ongoing Project Budget: $1,619,970 Project Number of Days: 1270 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 9 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Ability to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 99 • Extensive stakeholder coordination Page 853 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 74 Past Performance COLLIER COUNTY US 41 Utility Relocations from CR 951 to Greenway Road This project consisted of relocating a wastewater force main and potable water main along US-41 from CR- 951 to Greenway Road to accommodate for roadway and drainage improvements proposed by FDOT. Johnson Engineering provided the design, FDOT coordination, permitting, bidding assistance and construction administration services. Design included relocating approximately 19,968 linear feet of wastewater force main, 19,221 linear feet of potable water main and over 1,000 linear feet of directional drills under various canal crossings. Johnson Engineering also assisted Collier County with the preparation of utility work by Highway Contractor Agreement which included preparing the utility work schedule, technical specifications, bid schedule pursuant to the FDOT master bid list and close coordination with the FDOT Utility Coordinator and roadway design engineer. COLLIER COUNTY US 41 Utility Relocations from CR 951 to 6L Farms This project consisted of relocating a wastewater force main and potable water main along US-41 from CR- 951 to 6L Farms to accommodate for roadway and drainage improvements proposed by FDOT. Johnson Engineering provided the design, FDOT coordination, permitting, bidding assistance and construction administration services. Design included relocating approximately 19,970 linear feet of wastewater force main, 19,200 linear feet of potable water main and over 1,000 linear feet of directional drills under various canal crossings within the congested right-of-way. Johnson Engineering also assisted Collier County with the preparation of utility work by Highway Contractor Agreement which included preparing the utility work schedule, technical specifications, bid schedule pursuant to the FDOT master bid list and close coordination with the FDOT Utility Coordinator and roadway design engineer. COLLIER COUNTY Hickory Road Water Main Extension and Booster Pump Station Improvements This project consisted of improvements to the existing yard piping configuration ranging from 12” up to 48” diameter at the Carica Water Booster Pump Station, including a new 30” above ground valve control assembly that included electrical improvements and SCADA network integration, and approximately 4,700 feet of new downstream 20” diameter transmission water main pipeline that was installed through an existing residential neighborhood and included an 18” diameter directional drill crossing underneath State Road 45 (US-41). The project also included the installation of fire hydrants, valves, connections to existing systems, abandonment of the existing water mains, and restoration to all disturbed areas including residential driveways. Johnson Engineering performed project management, surveying and SUE, design, permitting, bidding, and construction administration services for Collier County, and coordinated work efforts with County and contractor staff, residences in the community, and FDOT staff. The project was completed within the schedule and budget. This project was unique in that a specific construction sequencing plan was required due to the configuration of the site piping, the high demand for the booster pump station, and the deficiencies with the existing valves, to ensure water main shutdowns were minimized, and to allow for the construction of future phases. The design team worked closely with the Contractor to ensure specific tasks could be completed during the anticipated shutdown windows. Johnson Engineering An Apex Company Page 854 of 2218 TAB 3 Project Approach, Willingness to Meet Time and Budget Requirements Page 855 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 76 Project Approach, Willingness to Meet Time and Budget Requirements PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS Our technical approach is based on a comprehensive understanding of required roadway design elements, bicycle and pedestrian needs, existing and proposed site conditions, access management, utility infrastructure relocations, drainage requirements, Collier Area Transit (CAT) and Collier County Public School (CCPS) infrastructure needs, constructability constraints and opportunities, safety concerns and “Critical Path” schedule items, as defined below. The key design elements of our project approach include: Interchange Bridge The proposed conceptual plan at Immokalee Road and Livingston Road calls for a proposed flyover bridge over Immokalee Road as well as an at-grade facility to facilitate future traffic movement at the intersection. Due to the arrangement of the existing interchange and proposed improvements, the proposed bridge will be highly complex in design as well as construction. Our team has extensive experience in complex bridge design and construction analysis to ensure the proposed bridge will both meet the demand of the proposed improvements as well the county’s preference. Our team has evaluated two possible alternatives at the intersection listed below: On the north side of Immokalee Road, there is an existing bridge that will need to be widened before the proposed bridge can be constructed. Due to this, the proposed flyover substructure location will need to be placed outside of the limits of the existing substructure. Each alternative will utilize steel tub girders due to their torsional stability, simpler constructability which would minimize disruptions to traffic, and improved aesthetics as opposed to steel plate girders. The two alternatives correspond with two separate viable span arrangements at the intersection. ALTERNATIVE/SPANS PRELIMINARY SPAN ARRANGEMENT TOTAL BRIDGE LENGTH SUPERSTRUCTURE TYPE 1 375’375’Steel Tub Girders 3 150’-300’-150’600’Steel Tub Girders 1-Span Bridge 3-Span Bridge Page 856 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 77 Project Approach, Willingness to Meet Time and Budget Requirements Alternative 1 - Single-span bridge: The single-span alternative would result in a large span length of approximately 375’, resulting in larger girder depths and complex shoring methods, which will need to be accommodated in the proposed temporary traffic control plans. Our team has extensive experience in steel bridges and understands fabrication, shipping and erection needs. Alternative 2 - Three-span bridge: This alternative is more desirable, resulting in an optimized girder design with shallower girder depths. Another benefit of multiple spans is to extend the bridge limits further from the intersection to increase traffic operations (U-turns away from intersection) and the addition of landscaping improvements with the use of aesthetic pylons and planter walls, similar to the intersection at Golden Gate Parkway and Airport Pulling Road. Walls: Mechanically Stabilized Earth (MSE) walls are expected at each bridge end. The MSE walls have precast panels that can accommodate aesthetic features such as logos, rustications and brick-line patterns, similar to the existing SPUI at Golden Gate Parkway and Airport Road. Existing bridge: On the north side of Immokalee Road, there is an existing bridge (#034039) currently in good condition that was built in 1997 and reconstructed in 2003. The proposed roadway typical section proposes additional lanes in the southbound direction along Livingston Road, resulting in the existing bridge needing to be widened to accommodate this. Coordination with SFWMD will be required for bridge clearance and ROW permitting. Proposed Bridge widening: Preliminary screening indicates that existing the continuous cast-in-place (CIP) slab and pile bents provide: • Vertical Clearance: The shallow CIP slabs maintain the vertical clearance over the canal. • Substructure/Foundations: Similar bent cap and pile sizes would be provided. • Durability: The chloride content is not expected to be high at this location. However, our team proposes to use concrete mixes with economical highly reactive pozzolans (ternary blends). Walls: Temporary walls will be needed to construct the wrap-around wing walls at each bridge end. Roadway Design As part of the Immokalee Road Corridor Congestion Study (Study), prepared by Jacobs, an Intersection Control Evaluation (ICE) analysis was performed and a Single Point Urban Interchange was selected as the recommended intersection improvement. This was based on a thorough analysis of existing and projected traffic volumes, and future area roadway projects. After extensive County and FDOT coordination, commissioner townhall meetings, HOA meetings, stakeholder notices, etc., the intersection geometry, bridge type (4-lane, 3-span), and required lane configurations were finalized. Although atypical for an SPUI, the access management needs of both Aston Gardens and St. Croix south of the intersection, and Seed to Table and Carlton Lakes north of the intersection, as well as emergency services responder needs necessitated an at-grade northbound and southbound through lane. This design is a similar design to the existing SPUI in Collier County at Golden Gate Parkway and Airport Road. Existing aesthetics SPUI at Golden Gate Parkway and Airport Road Page 857 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 78 Project Approach, Willingness to Meet Time and Budget Requirements The heavy volume of northbound and southbound left turns necessitated triple left turn lanes southbound and dual left turn lanes northbound. Additionally, the northbound right turn movement requires dual right turn lanes with a large amount of queue storage. Bike lanes must remain along Livingston Road to connect to the existing system both north and south of the intersection. The intersection geometry, lane configurations and bridge type (4-lane, 3-span) were vetted and approved by Collier County Traffic Operations, and Collier County Growth Management Department, and Collier and Collier County Board of County Commissioners (BCC). The Study recommended, a three-span bridge (length 600’), which the BCC approved rather than a single-span bridge SPUI, (even though the construction costs were higher approximately $6M - $8M) due to aesthetics (the project will be a “gateway landmark” for Collier County, landscaping and architectural brick pavers, etc.), traffic operations (independent U-turns), reduced vertical profile, and reduced MSE wall requirements. As a part of our Value Engineering review, a single-span bridge (length 375’) can be considered and is feasible; however, based on the above-mentioned issues, it was not brought forward as the recommended alternative. Our team has explored both options and is ready to discuss both alternatives with the County prior to moving forward with design, if that is desired. Additional Immokalee Road Improvement Considerations As part of the Study, nine intersections along Immokalee Road were evaluated from Livingston Road to Logan Boulevard. Based on our analysis, the FDOT is currently planning the DDI at I-75 east of this project. To further improve traffic operations along Immokalee Road, we are recommending including the Study’s identified improvements to the Juliet Blvd/Strand Blvd and Immokalee Road (Juliet intersection), as well as expanding on the Study’s recommendations and connecting the four eastbound right turn lanes and extending the “thru/right” to the I-75 interchange, similar to the Study recommended westbound fourth “thru/right” lane, as shown in the figure to the right. Proposed Immokalee Road Corridor enhancements Temporary Traffic Control Plans (TTCP) This intersection is one of the busiest in Collier County; therefore, efficient and effective traffic operations will be critical during construction. It will be critical to safely construct this project while minimizing disruptions to existing traffic and maintaining business/residential access. TTCP plans will be developed to avoid major disruptions to traffic and minimize required detours for bridge construction. The timing of construction should also take into account the seasonal impact of traffic to maximize construction activities during “off-season” periods. Our TTCP approach follows the logical steps of construction. • TTCP Phase I: Relocate impacted utilities, widen Cocohatchee Canal bridge, Construct northbound and southbound additional pavement. • TTCP Phase II: Relocate traffic to new lanes, construct abutments, MSE walls, and bridge. • TTCP Phase III: Construct remaining elements and shift traffic to new intersection. The traffic operations department would like to maintain six lanes of Livingston Road traffic whenever possible; however, this may not be feasible throughout the duration of construction. At a minimum, at least four lanes of Livingston Road through traffic must be maintained, with dual lefts both northbound and southbound, throughout all of construction. Temporary pavement will be utilized to maintain traffic operations. DRMP and Jacobs have designed many SPUI’s, similar to this exact project configuration, and our TTCP plans will reflect that successful experience. Note: Any reduction to existing posted speed limits (anticipated) will be shown in the TTCP plans, which will avoid separate BCC approval requirements. Page 858 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 79 Project Approach, Willingness to Meet Time and Budget Requirements Drainage The existing project area is currently divided into three separate subbasins. Subbasin One: Consists of Livingston Road north of Immokalee Road and is governed by Permit 11-01359-S. Currently, the dry detention ponds on the west and east side of Livingston Road discharge to the Cocohatchee Canal. The impacted dry detention areas will be mitigated by the proposed FPL dry detention pond(s), which will also treat and attenuate the 2.13 acres of additional impervious area anticipated. Subbasin Two: Consists of Immokalee Road and is governed by Permit 030711-18. A 24” French Drain along the south bank of the Cocohatchee Canal treats and attenuates the stormwater from Immokalee Road and discharges into the Cocohatchee Canal. Any additional impervious areas will be mitigated in either Subbasin One or Subbasin Three. 0.65 acres of additional impervious area is anticipated. Subbasin Three: Consists of Livingston Road south of Immokalee Road and is governed by Permit 11-01501-P. Currently, the dry detention areas on the west and east side of Livngston Road discharge to the Cocohatchee Canal. The impacted dry detention areas will be mitigated by the proposed FPL dry detention pond(s), which will also treat and attenuate the 2.20 acres of additional impervious area anticipated. Permit modifications will be required to all three existing permits. During our pre-application meeting with the South Florida Water Management District, we will discuss our approach to the permit modifications and what will be required within each subbasin. Utilities Utility relocations are the initial critical path during construction of this project, as the widening of the Cocohatchee Canal Bridge cannot begin until the aerial crossings and utilities (on west side) are relocated. Significant cost and schedule savings can be realized by relocating some of these utilities, under a separate contract, prior to commencement of roadway construction, potentially saving four+ months of construction time! Our team has identified 15 Utility Agency Owners (UAOs) within the study area in our Sunshine One Call ticket. Major utilities include County raw water main, force main, and IQ mains, overhead electric (FP&L), Collier County Traffic Operations, and a gas line (TECO). The west aerial utility crossing (RWM, FM, IQ) are our most significant impacts and will require relocation. The FPL overhead distribution lines will need to be relocated. The existing FPL transmission lines are not impacted. Transmission Water Mains: There are several large diameter water mains within the project area, including a 30”, 20”, and 16” water mains. These water mains are critical transmission water mains and it is essential to minimize the amount of water interruptions, and reduce water outage periods during construction. Page 859 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 80 Project Approach, Willingness to Meet Time and Budget Requirements The Master Pump Station 103 (located on the northwest corner of Immokalee Road and Livingston Road): The pump station receives a large portion of the wastewater generated along Immokalee Road, west of Livingston Road, through the 20” force main from the east to Collier Blvd. A bypass should be installed beforehand to limit the amount of downtime, as this critical 16” FM cannot be shutdown for a large amount of time. Note: The County has future plans to extend the western interconnect force main along Livingston Rd from Vanderbilt Beach Rd to Immokalee Rd. This would be phase 8 of the Western Interconnect Project, likely a 20” or 24” force main. Our team will coordinate with Collier County to establish connection points in the FPL easement area for ease of future connection, while avoiding impacts to proposed utility relocations, roadway widening, bridge widening, etc. Irrigation Quality (IQ) Water Mains: There are several large diameter IQ water mains surrounding the Immokalee Road and Livingston Road intersection, including a 24”, 16”, and 12” IQ main, as well as water meter connections for customer connections. The IQ water mains along the west side of Livingston Road are anticipated to be in conflict with the roadway and bridge improvements and are anticipated to require relocation. The utility team will coordinate with the Collier County EPMD and Collier County IQ Water Operations to identify timeframes where the IQ water systems can be depressurized and/ or shutdown so that they can be relocated or replaced. Subsurface Utility Exploration (SUE): Johnson Engineering will perform SUE to better identify utility locations. Physical utility locates (pot-holing) will be done immediately in critical areas to ensure proper location identification. Advance utility notification letters will be sent to the utility companies immediately upon NTP. Through early identification and resolution of potential conflicts, we will be able to reduce impacts to the design schedule. Upon NTP, letters will be distributed to local utilities informing them of the project. Once prepared, 30% plans will be sent to the utility companies, so they can confirm the location of their utilities, modify locations shown on the plans, and provide desired locations for relocations and future planned utilities. A utility meeting will be held shortly thereafter to discuss potential conflicts and give UAOs sufficient time to begin planning their redesigns (if necessary). Utility meetings will be held again after 60% submittal and utility work schedules will be requested prior to finalizing bid plans. Access Management The following access management modifications are anticipated: • Southbound Livingston Road north of Immokalee Road: The existing directional left turn onto Carlton Lakes Blvd and the rear access to Seed to Table will need to be removed due to the difference in vertical profile caused by the bridge and the MSE walls. Access will be provided via a U-turn located at the intersection. • Southbound Livingston Road south of Immokalee Road: The directional left into Livingston Lakes will be removed due to vertical profile issues caused by the bridge and MSE walls. It will be replaced by a U-turn left turn located at the north entrance to North Collier Regional Park. • Northbound Livingston Road north of Immokalee Road: The existing U-turn between Carlton Lakes Boulevard and Delasol Lane may need to move north (approx. 300’) to provide sufficient weave distance for traffic to utilize. Crash Data The past five years of crash data was reviewed for the intersection of Immokalee Road and Livingston Road from January 1st 2020, to December 7, 2024. Data showed a total of 220 crashes and of these there were 79 crashes that involved injury, one that involved incapacitating injury and no fatalities. The crash density map indicates that there were more crashes for the NB and SB right turn movement. The proposed intersection improvements including the NB dual turn lanes should help mitigate the injury and incapacitating injury crashes by reducing the number of conflict points. Page 860 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 81 Project Approach, Willingness to Meet Time and Budget Requirements Signing and Pavement Markings The project will update signing and pavement markings to meet the latest FDOT, MUTCD and Collier County standards. Enhancements will focus on improving visibility, compliance, and guidance for all road users. Outdated signs will be replaced and signs in conflict with the proposed design will be relocated. High-emphasis crosswalk markings will be used to enhance pedestrian safety. Furthermore, a note will be added to ensure that the contractor use Traffic Operations Signing and Pavement Markings special provision details to include using a 2.5” by 2.5” galvanized metal square tubular signpost. Lighting Existing LED lighting will be assessed and upgraded to Collier County, FDOT, and Collier County Traffic Operations latest Roadway Lighting Technical Special Provisions standards to ensure adequate illumination and improved visibility for all travelers at the interchange. Decorative lighting will be provided on the structure to enhance aesthetics. Lighting underneath the structure will also be provided. Signals There is one signalized intersection within the project limits at Immokalee Road and Livingston Road. This intersection has existing steel strain poles with a box span. It is recommended to replace the steel strain poles with a bridge and at-grade facility. The existing signals will be replaced with bridge mounted signals and pedestal pole signals (similar to existing Golden Gate Pkwy/Airport Rd overpass). We will replace the existing CCTV camera system and coordinate with Collier County to impliment “No Traffic” vehicle detection. All the pedestrian features at the signalized intersections will be updated to comply with the latest standards and ADA guidelines. The design will reflect Collier County Traffic Operations Latest Traffic Technical Special Provisions and Supplemental Terms and Conditions as well as FDOT and MUTCD standards. All internally illuminated street name signs will be replaced with new signs per latest standards. Controls to Meet Budget Budget controls serve as the backbone for monitoring, managing, and optimizing costs throughout the project life cycle. Our strategy to overcome limited budgets is to have an honest and open conversation with the County’s Project Manager at the scoping meeting regarding the available funds for each task on all task work orders. We use these numbers to come up with a number of items that can done to achieve the County’s goals. This approach has worked for us and has allowed us to keep our projects within budget. Mr. Wallace will work diligently to negotiate scope and fee to align with the County’s budgetary constraints while meeting the project’s requirements. Additionally, DRMP will employ precise construction cost estimating techniques to provide accurate projections, ensuring transparency and financial viability throughout each project’s life cycle. DRMP’s team strives to set ourselves apart not only with the quality of our final product but also with our attention to our client’s needs and deadlines. We are aware that rush requests are sometimes necessary to be able to report back to management or citizens. We will always ensure our clients have the materials they need to remain accountable within their organization and with their constituency. We pride ourselves on the diversity of services and skills we can offer to the County. Production Plans and Documents Ready for Review Quality Control Team Conducts Review Project Manager/ Quality Control Team Discusses Revisions Design Team/ Project Manager Incorporates Revisions Quality Control Team Verifies Revisions 1 2 43 5PRODUCTIONREVIEWCONCURRENCECHANGE INCORPORATION VERIFICATION Page 861 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 82 Project Approach, Willingness to Meet Time and Budget Requirements Page 862 of 2218 TAB 4 Recent, Current, and Projected Workloads of the Firm Page 863 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 84 Recent, Current, and Projected Workloads of the Firm RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM We have carefully studied our current and future workload to plan the allocation of staff resources for this project. DRMP and our subconsultants are committed to provide the staff identified in this proposal for the duration of the project. 2025 0% 40% 20% 60% 80% 100% February 50 40 40 OctoberJuneApril DecemberAugustCOMMITTED WORKLOAD80 65 55 Steve Wallace, PE Project Manager Availability 55% Leo Rodriguez, PE Deputy Project Manager Availability 65% Colette Moss, PE Vice President-in-Charge Availability 30% Tom Fulton, PE Quality Assurance/Quality Control Availability 40% Bharathi Chigurupati, PE, RSP1 Traffic Engineering Availability 65% Michael Jaroch, PE Drainage Design Availability 60% Paul Benvie, PE Utility Coordination Availability 55% Hung Tu, PE, SE Structures Engineer Availability 80% Jacobs Engineering Group, Inc. 1 Bill Gramer, PE, AICP Roadway Design/ TTCP/MOT/Public Involvement Availability 35% Darren Dyer, PE Roadway Design/Drainage Design Availability 35% DeeAngela Tjikueni, PE SPM/Signalization Availability 45% Imran Shah, PE Lighting and Signalization Availability 50% Robert Grubel Traffic Data Collection and Modeling Availability 45% Tierra, Inc. 3 Thomas Musgrave, PE Geotechnical Services Availability 70% Kevin Scott, PE Geotechnical Services Availability 70% Johnson Engineering, LLC 2 David Hyatt, PSM Surveying Services Availability 35% Kyle Philpot, CE Environmental Services Availability 55% Michael Dickey, PE Utility Coordination Availability 45% Billy Saum, PE Utility Coordination Availability 30% Laura Brady Herrero Environmental Services Availability 55% Jacobs Engineering Group, Inc. 1 Continued Tom Ross, PE ITS Availability 35% Colleen Ross, PE Community Outreach Availability 45% DRMP commits to providing ALL RESOURCES NECESSARY to deliver this project on schedule. Page 864 of 2218 TAB 5 Required Forms Page 865 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 86 Required Forms N/A Page 866 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 87 Required Forms Page 867 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 88 Required Forms Page 868 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 89 Required Forms Page 869 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 90 Required Forms Page 870 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 91 Required Forms Page 871 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 92 Required Forms Page 872 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 93 Required Forms Page 873 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 94 Required Forms Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS AA RR TT II CC LL EE II PP UURR PPOOSS EE AANNDD AA UU TT HH OO RR II TT YY The parties to this agreement are the Department of Homeland Security (DHS) and (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. AARR TT II CCLLEE IIII RR EE SS PP OO NN SS II BB II LL II TT II EE SS AA .. RR EE SS PP OO NN SS II BB II LL II TT II EE SS OO FF TT HH EE EE MM PP LL OO YY EE RR 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. P age 1 of 1 7 E -Verify MOU for Employers | Revision Date 06/01/13 DRMP, Inc. 148561 Page 874 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 95 Required Forms Company ID Number: 4.The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5.The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a.The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6.The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a.If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b.If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7.The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8.The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the anti- discrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a.The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly P a ge 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 148561 Page 875 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 96 Required Forms Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b.DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9.The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10.The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11.The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12.The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13.The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status Pa ge 3 of 1 7 E-Verify MOU f or Employers | Revision Date 06/01/13 148561 Page 876 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 97 Required Forms Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service) or 1-888-897-7781 (worker hotline). 14.The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15.The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16.The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17.The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18.The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon P a ge 4 of 1 7 E-Verify MOU f or Employers | Revision Date 06/01/13 148561 Page 877 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 98 Required Forms Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19.The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20.The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21.The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22.The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1.If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2.In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a.An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. P a ge 5 of 1 7 E-Verify M O U for Employers | Revision Date 06/01/13 148561 Page 878 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 99 Required Forms Company ID Number: b.Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i.That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii.The employee’s work authorization has not expired, and iii.The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f.The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i.The Employer cannot determine that Form I-9 complies with Article II.A.6, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with P a ge 6 of 1 7 E -Verify MOU for Employers | Revision Date 06/01/13 148561 Page 879 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 100 Required Forms Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g.The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2.SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3.SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4.SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a.Automated verification checks on alien employees by electronic means, and P a ge 7 of 1 7 E -Verify MOU for Employers | Revision Date 06/01/13 148561 Page 880 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 101 Required Forms Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4.DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6.DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7.DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8.DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9.DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. AA RRTT II CC LL EE II II II RR EE FF EE RR RR AA LL OO FF II NN DD II VV II DD UU AA LL SS TT OO SS SS AA AA NN DD DD HH SS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. P a ge 8 of 1 7 E-Verify M O U for Employers | Revision Date 06/01/13 148561 Page 881 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 102 Required Forms Company ID Number: The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2.The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation.3.After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so.4.The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6.The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1.If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2.The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3.The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4.If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 148561 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5.If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6.The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a.Scanning and uploading the document, or b.Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7.The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8.DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. AARRTTIICCLLEE IIVV SSEERRVVIICCEE PPRROOVVIISSIIOONNSS AA.. NNOO SSEERRVVIICCEE FFEEEESS 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. AARRTTIICCLLEE VV MMOODDIIFFIICCAATTIIOONN AANNDD TTEERRMMIINNAATTIIOONN AA.. MMOODDIIFFIICCAATTIIOONN 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify c hecking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. P a ge 10 o f 17 E -V e r i fy MOU f or Employers | Revision Date 06/01/13 148561 Page 882 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 103 Required Forms Company ID Number: BB.. TTEERRMMIINNAATTIIOONN 1.The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3.An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non- Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4.The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. AARRTTIICCLLEE VVII PPAARRTTIIEESS A.Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B.Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C.The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D.Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. Pa ge 11 o f 1 7 E-Ver ify MOU for Employers | Revision Date 06/01/13 148561 Page 883 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 104 Required Forms Company ID Number: E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. P a ge 12 o f 1 7 E-Ver i fy MOU for Employers | Revision Date 06/01/13 148561 Page 884 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 105 Required Forms Company ID Number: Approved by: EEmmppllooyyeerr Name (Please Type or Print) Title Signature Date DDeeppaarrttmmeenntt ooff HHoommeellaanndd SSeeccuurriittyy –– VVeerriiffiiccaattiioonn DDiivviissiioonn Name (Please Type or Print) Title Signature Date P a ge 13 o f 1 7 E-Ve r i fy MOU for Employers | Revision Date 06/01/13 USCIS Verification Division 08/29/2008 Doreen Douglas Electronically Signed DRMP, Inc. 08/29/2008 Electronically Signed 148561 Page 885 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 106 Required Forms Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 DRMP, Inc. ORANGE 541 500 to 999 148561 941 Lake Baldwin Lane Orlando, FL 32814 591791174 23 site(s) Page 886 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 107 Required Forms Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: P a ge 15 of 1 7 E-Ver i fy MOU for Employer s | Revision Date 06/01/13 GA FL SC NC VA 1 1 4 1 16 148561 Page 887 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 108 Required Forms Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: P a ge 16 o f 1 7 E-Ver i fy MOU for Employers | Revision Date 06/01/13 Email 40789605941219 Raven Paredes 148561 Name Phone Number Fax rparedes@drmp.com Page 888 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 109 Required Forms Company ID Number: This list represents the first 20 Program Administrators listed for this company. P a ge 17 of 1 7 E-Ver i fy MOU for Employer s | Revis i on Date 06/01/13 148561 Page 889 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 110 Required Forms 941 LAKE BALDWIN LANE ORLANDO,FL 32814 Current Principal Place of Business: Current Mailing Address: 941 LAKE BALDWIN LANE ORLANDO,FL 32814 US Entity Name:DRMP, INC. DOCUMENT#556073 FEI Number: 59-1791174 Certificate of Status Desired: Name and Address of Current Registered Agent: CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE,FL 32301 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Officer/Director Detail Date FILED Jan 08,2025 Secretary of State 2723685963CC TOM SECKER SECRETARY 01/08/2025 2025 FLORIDA PROFIT CORPORATION ANNUAL REPORT No Title TREASURER Name DOSHI, CHARUL Address 1200 17TH ST SUITE 860 City-State-Zip:DENVER CO 80202 Title SECRETARY Name SECKER, TOM Address 941 LAKE BALDWIN LANE City-State-Zip:ORLANDO FL 32814 Title PRESIDENT Name LUSINK, GLENN Address 941 LAKE BALDWIN LANE City-State-Zip:ORLANDO FL 32814 Title CHAIRMAN Name RENSHAW, MICHAEL Address 1200 17TH ST SUITE 860 City-State-Zip:DENVER CO 80202 Page 890 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 111 Required Forms Addendum #1 Date: January 16, 2025 From: Matthew Webster, Procurement Strategist To: Interested Bidders Subject: Addendum #1 Solicitation # 24-8286 Design Services for Immokalee Road and Livingston Road Flyover This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the original solicitation documents and bid schedule for the above referenced solicitation: CHANGES: Bid Due Date Change: The County will change the bid due date by one (1) day due to the Holiday. The “Proposal Submission Deadline” has been extended from: February 17, 2025, at 3:00 pm to February 18, 2025 at 3:00 pm EST. If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Matthew.Webster@colliercountyfl.gov Telephone: (239) 252-8491 2/25/2025 DRMP, Inc. Page 891 of 2218 RPS# 24-8286 Collier County | Design Services for Immokalee Road and Livingston Road Flyover 112 Required Forms Addendum #2 Date: February 10, 2025 From: Matthew Webster, Procurement Strategist To: Interested Bidders Subject: Addendum #2 Solicitation # 24-8286 Design Services for Immokalee Road and Livingston Road Flyover This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the original solicitation documents and bid schedule for the above referenced solicitation: CHANGES: Bid Due Date Extension: The County will extend the bid for 8 days as follows: The “Proposal Submission Deadline” has been extended from: February 18, 2025, at 3:00 pm to February 26, 2025 at 3:00 pm EST. If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Matthew.Webster@colliercountyfl.gov Telephone: (239) 252-8491 2/25/2025 DRMP, Inc. Page 892 of 2218 Page 893 of 2218 BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: £) Collier County Form 1: Vendor Declaration Statement The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms , conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF WE have hereunto subscribed our names on this 1.-S day of H b~'i; q,. .:,09:f✓ , in the State of (/or,' c6 . Firm 's Legal Name: Address: City, State, Zip Code : Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR# or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title : DRMP, Inc. 1404 Dean Street, Suite 101 Fort Myers, FL 33901 Florida Certificate of Authority Document Number: 556073 Federal Tax Identification Number: 59-1791174 239.206.5093 CMoss@drmp.com ~ Colette Moss, PE Vice President-in-Charge , 20 Z.6in the County of Page 894 of 2218 Send payments to: (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone : Email : Office servicing Collier County to place orders (required if different from abo ve) Contact name : Title : Address: City, State, ZIP Telephone: Email : Additional Contact Information DRMP , Inc. Comp any name used as payee Priscilla Garcia Accounts Receivable Specialist 941 Lake Baldwin Lane Orlando, FL 32814 407.362.1264 PGaracia@drmp.com Page 895 of 2218 _€) Collier County Form 2: Conflict oflnterest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules -The finn has not set the "ground rules" for affiliated past or current Collier County project identified above ( e.g., writing a procurement's statement of work, specifications, or perfonning systems engineering and technical direction for the procurement) which appears to skew the competition in favor ofmy finn. Impaired objectivity -The finn has not perfonned work on an affiliated past or current Collier County project identified above to evaluate proposals / past perfonnance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information -The finn has not had access to nonpublic infonnation as part of its perfonnance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. State of Floy ,· J.-a County of Or~.,~ The foregoing in trument was acknowledged before me b of (c. b,v eirj (month), '2.o i'S (year), by · Personally Known OR Produced Identification Type ofldentification Produced DRMP , Inc. Company Name Signature Colette Moss, PE, Vice President-in-Charge Print Name and Title means of IX! physical presence or □ online notarization, this 1-S day t ~vi.o-f (name of person acknowledging). ~ -=== (Signature ofNotary Public) -M-U1~ 6chqbq (Print, Type, or Stamp Commissioned Name of Notary Public) ...-~v"f•··-.. VICTORIA HAUN f/m~\ Notary Public -State of Florida fa~ ~j Commission II HH 605969 ·,::f:f'o, r,.if,'' My Comm . Expires Oct 23, 20n ........... Bonded through National Notary Assn . J.. __________ ,,_~ Page 896 of 2218 _f) Collier County Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (http s://ww, .e-verifv .!.wv/), at the time of the submission ofthe Vendor's proposal/bid. Acceptable evidence ofyour enrollment consists ofa copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAIL RE TO EXECUTE THIS AFFIDAVIT CERTIFJCATIO BMIT WJTH VENDOR PROPOSAL/BID MAY DEEM THE VE DOR 'S AS ON-RESPO SIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U .S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A ( e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s), that it is aware of and in compliance with the requirements set forth in Florida Statutes §448.095, and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. State of __ h_/_o_r_i_d_2,"-'---- County of Or"?icf"fl DRMP, Inc. ~~Company Name Signature Colette Moss, PE, Vice President-in-Charge Print Name and Title The foregoing instrument was acipowledged before me bG means of~ physical presence or □ online notarization, this 1., '=' day of f:<'7rvZ,-e (month) lo?,':) (year), by Co ~f-k, Mo'")S, P[ (name of person acknowledging). 11~~ Personally Known OR Produced Identification Type ofldentification Produced (Signature ofNotary Public) (Print, Type, or Stamp Commissioned Name ofNotary Public) /1~;;;%\ VICTORIA HAUN ·: 1 • m':j Notary Public· State of Florida r ,~ "d'f/ ommrss on # HH 605969 • .~ ... C • i f. ····•·?.~.~_...; My Comm. Expires Oct 23, 2028 Bonded through National Notary Assn . { - Page 897 of 2218 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation:24-8286 Design Services for Immokalee Road and Livingston Road Flyover Reference Questionnaire for: Jacobs Engineering (Name of Company Requesting Reference Information) Bill Gramer, PE, AICP (Name of Individuals Requesting Reference Information) Name:Laurie Beard – Project Manager II (Evaluator completing reference questionnaire) Company:Collier County Capital Project Planning, Impact Fees & Program Management (Evaluator’s Company completing reference) Email:Laurie.Beard@colliercountyfl.gov FAX:Telephone:239-252-5782 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/individual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Immoklaee Road / Collier Boulevard Intersection Improvements Completion Date: 2017 Project Budget:$625,000/Const. $7.75M Project Number of Days:720 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly.10 8 Ability to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.10 10 Overall comfort level with hiring the company in the future (customer satisfaction).10 TOTAL SCORE OF ALL ITEMS 100 Page 898 of 2218 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation:24-8286 Design Services for Immokalee Road and Livingston Road Flyover Reference Questionnaire for: Jacobs Engineering (Name of Company Requesting Reference Information) Bill Gramer, PE, AICP (Name of Individuals Requesting Reference Information) Name:Trinity Scott, Department Head (Evaluator completing reference questionnaire) Company:Collier County Capital Project Planning, Impact Fees & Program Management (Evaluator’s Company completing reference) Email:Trinity.Scott@colliercountyfl.gov FAX:Telephone:239-252-5873 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/individual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Immoklaee Road Corridor Congestion Study Completion Date: 8/02/2021 Project Budget:$250,000 Project Number of Days:365 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly.10 8 Ability to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.10 10 Overall comfort level with hiring the company in the future (customer satisfaction).10 TOTAL SCORE OF ALL ITEMS 100 Page 899 of 2218 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 24-8286 Design Services for Immokalee Road and Livingston Road Flyover Reference Questionnaire for: Jacobs Engineering (Name of Company Requesting Reference Information) Bill Gramer, PE, AICP (Name of Individuals Requesting Reference Information) Name: Dennis McCoy, Project Manager III (Evaluator completing reference questionnaire) Company: Collier County Transportation Engineering (Evaluator’s Company completing reference) Email: Dennis.McCoy@colliercountyfl.gov FAX: Telephone: 239-252-5726 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/individual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Vanderbilt Beach Road Widening Completion Date: Ongoing Project Budget: $1,619,970 Project Number of Days: 1270 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 9 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Ability to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 99 Page 900 of 2218 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation:24-8286 Design Services for Immokalee Road and Livingston Road Flyover Reference Questionnaire for: Jacobs Engineering (Name of Company Requesting Reference Information) Bill Gramer, PE, AICP (Name of Individuals Requesting Reference Information) Name:Trinity Scott – Department Head (Evaluator completing reference questionnaire) Company:Collier County Transportation Management Services Department (Evaluator’s Company completing reference) Email:Trinity.Scott@colliercountyfl.gov FAX:Telephone:239-252-6064 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/individual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Vanderbilt Beach Road Extension (Collier Blvd. to 16th Street NE) Completion Date: Design: 03/2022 Project Budget:$5,667,445 Project Number of Days:1,550 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly.10 8 Ability to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.10 10 Overall comfort level with hiring the company in the future (customer satisfaction).10 TOTAL SCORE OF ALL ITEMS 99 Page 901 of 2218 FORM 5 IF APPLICABLE GRANT PROVISIONS AND ASSURANCES FORMS ARE PROVIDED IN A SEPARATE PACKAGE AND MUST BE COMPLETED AND EXECUTED IN ITS ENTIRTY AND RETURNED WITH THE SUBMISSION OF THE BID/PROPOSAL. FAILURE TO DO SO MAY DEEM YOU NON- RESPONSIVE. Page 902 of 2218 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS) and (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 DRMP, Inc. 148561 Page 903 of 2218 Company ID Number: 4.The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5.The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a.The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6.The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a.If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b.If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7.The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8.The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the anti- discrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a.The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 148561 Page 904 of 2218 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b.DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9.The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10.The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11.The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12.The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13.The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 148561 Page 905 of 2218 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 (customer service) or 1-888-897-7781 (worker hotline). 14.The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15.The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16.The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@uscis.dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17.The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18.The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 148561 Page 906 of 2218 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19.The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20.The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21.The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22.The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1.If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2.In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a.An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 148561 Page 907 of 2218 Company ID Number: b.Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c.Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i.That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii.The employee’s work authorization has not expired, and iii.The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f.The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i.The Employer cannot determine that Form I-9 complies with Article II.A.6, ii.The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii.The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 148561 Page 908 of 2218 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g.The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2.SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3.SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4.SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a.Automated verification checks on alien employees by electronic means, and Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 148561 Page 909 of 2218 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4.DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6.DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7.DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8.DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9.DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 148561 Page 910 of 2218 Company ID Number: The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2.The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3.After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4.The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6.The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1.If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2.The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3.The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4.If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 148561 Page 911 of 2218 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5.If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6.The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a.Scanning and uploading the document, or b.Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7.The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8.DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9.While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 148561 Page 912 of 2218 Company ID Number: B. TERMINATION 1.The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3.An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non- Federal contractor participants, and will be required to use the E-Verify p rocedures to verify the employment eligibility of all newly hired employees. 4.The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A.Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B.Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C.The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D.Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 148561 Page 913 of 2218 Company ID Number: E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 148561 Page 914 of 2218 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 USCIS Verification Division 08/29/2008 Doreen Douglas Electronically Signed DRMP, Inc. 08/29/2008 Electronically Signed 148561 Page 915 of 2218 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 DRMP, Inc. ORANGE 541 500 to 999 148561 941 Lake Baldwin Lane Orlando, FL 32814 591791174 23 site(s) Page 916 of 2218 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 GA FL SC NC VA 1 1 4 1 16 148561 Page 917 of 2218 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Email 40789605941219 Raven Paredes 148561 Name Phone Number Fax rparedes@drmp.com Page 918 of 2218 Company ID Number: This list represents the first 20 Program Administrators listed for this company. Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 148561 Page 919 of 2218 Page 920 of 2218 941 LAKE BALDWIN LANE ORLANDO, FL 32814 Current Principal Place of Business: Current Mailing Address: 941 LAKE BALDWIN LANE ORLANDO, FL 32814 US Entity Name: DRMP, INC. DOCUMENT# 556073 FEI Number: 59-1791174 Certificate of Status Desired: Name and Address of Current Registered Agent: CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Officer/Director Detail Date FILED Jan 08, 2025 Secretary of State 2723685963CC TOM SECKER SECRETARY 01/08/2025 2025 FLORIDA PROFIT CORPORATION ANNUAL REPORT No Title TREASURER Name DOSHI, CHARUL Address 1200 17TH ST SUITE 860 City-State-Zip:DENVER CO 80202 Title SECRETARY Name SECKER, TOM Address 941 LAKE BALDWIN LANE City-State-Zip:ORLANDO FL 32814 Title PRESIDENT Name LUSINK, GLENN Address 941 LAKE BALDWIN LANE City-State-Zip:ORLANDO FL 32814 Title CHAIRMAN Name RENSHAW, MICHAEL Address 1200 17TH ST SUITE 860 City-State-Zip:DENVER CO 80202 Page 921 of 2218 Addendum #1 Date: January 16, 2025 From: Matthew Webster, Procurement Strategist To: Interested Bidders Subject: Addendum #1 Solicitation # 24-8286 Design Services for Immokalee Road and Livingston Road Flyover This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the original solicitation documents and bid schedule for the above referenced solicitation: CHANGES: Bid Due Date Change: The County will change the bid due date by one (1) day due to the Holiday. The “Proposal Submission Deadline” has been extended from: February 17, 2025, at 3:00 pm to February 18, 2025 at 3:00 pm EST. If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Matthew.Webster@colliercountyfl.gov Telephone: (239) 252-8491 2/25/2025 DRMP, Inc. Page 922 of 2218 Addendum #2 Date: February 10, 2025 From: Matthew Webster, Procurement Strategist To: Interested Bidders Subject: Addendum #2 Solicitation # 24-8286 Design Services for Immokalee Road and Livingston Road Flyover This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the original solicitation documents and bid schedule for the above referenced solicitation: CHANGES: Bid Due Date Extension: The County will extend the bid for 8 days as follows: The “Proposal Submission Deadline” has been extended from: February 18, 2025, at 3:00 pm to February 26, 2025 at 3:00 pm EST. If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Matthew.Webster@colliercountyfl.gov Telephone: (239) 252-8491 2/25/2025 DRMP, Inc. Page 923 of 2218 Page 924 of 2218 Page 925 of 2218 Page 926 of 2218 Page 927 of 2218 Page 928 of 2218 Page 929 of 2218 Page 930 of 2218 Page 931 of 2218 Page 932 of 2218 Page 933 of 2218 Page 934 of 2218 Page 935 of 2218 Page 936 of 2218