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