Loading...
Agenda 06/24/2025 Item #16B4 (Contract Negotiations with Kimley-Horn for Four-Point Roundabout Design at Immokalee & Camp Keais Roads)6/24/2025 Item # 16.B.4 ID# 2025-1929 Executive Summary Recommendation to approve the selection committee’s ranking and authorize staff to begin contract negotiations with Kimley-Horn and Associates, Inc., related to RPS No. 24-8310, Design Services for “Four-Point Roundabout Immokalee Road at Camp Keais Road” so that a proposed agreement can be brought to the Board for consideration at a future meeting. OBJECTIVE: To approve the selection committee’s ranking of RPS No. 24-8310 and direct staff to negotiate an agreement to engage professional design services for the Four-Point Roundabout Immokalee Road at Camp Keais Road project (the “Project”). CONSIDERATIONS: The Project encompasses the realignment of the intersection of Immokalee Road and Camp Keais Road, which will converge to form a new roundabout intersection. The proposed roadway improvements will enhance traffic movement and safety at this four-point intersection, providing motorists a safer, more efficient traffic pattern. Consistent with the Long-Range Transportation Plan and Objective, the final improvements are intended to maintain an acceptable level of service and safety. Where needed, the County plans to acquire the necessary right-of- way at the new intersection location. On June 11, 2024 (Agenda Item 16.B.6), the Board approved the recommendation to approve and authorize a State- Funded Grant Agreement with the Florida Department of Transportation, reimbursing the County up to $1,050,000 for the design, engineering and permitting of the Project. The realignment of the intersection is a key component of the County’s future plans to improve the overall traffic network and system connectivity in the eastern Collier County area. On January 22, 2025, the Procurement Service Division posted RPS No. 24-8310, Design Services for Four-Point Roundabout Immokalee Road at Camp Keais Road. To stimulate interest, staff extended the response deadline for an additional two weeks and the County received six proposals by the March 11, 2025, deadline. Staff reviewed those proposals and found all six firms to be responsive and responsible. A selection committee met on April 16, 2025, and after deliberation, scored the proposals and shortlisted three firms to provide presentations. On May 2, 2025, the selection committee reconvened for presentations and established a final ranking of the firms as follows: Firm Names Final Ranking Kimley-Horn and Associates, Inc. 1 Johnson Engineering LLC. 2 HNTB Corporation 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 Kimley-Horn and Associates, Inc. (“Kimley-Horn”). Kimley-Horn has provided professional engineering services in Southwest Florida for the past 55 years. Kimley-Horn has completed planning, design, and post-design services on many roadway reconstruction projects throughout Florida. If staff is unable to reach a proposed agreement with Kimley-Horn, 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. This item is consistent with the Collier County strategic plan objective to maintain an effective transportation system to reduce traffic congestion and improve the mobility of the County's 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 the Transportation Grants Fund (1841) and Transportation Match Fund (1842), Project 33890. Page 1449 of 3580 6/24/2025 Item # 16.B.4 ID# 2025-1929 GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. —SRT RECOMMENDATIONS: To approve the selection committee’s ranking and authorize staff to begin contract negotiations with Kimley-Horn and Associates, Inc., related to RPS No. 24-8310, Design Services for “Four-Point Roundabout Immokalee Road at Camp Keais Road” as provided above, so that a proposed agreement can be brought to the Board for consideration at a future meeting. PREPARED BY: Robert White, PE, Project Manager III, Transportation Engineering ATTACHMENTS: 1. 3. 24-8310 Final Ranking_ 2. 4. 24-8310 NORA 3. 6. 24-8310 - Solicitation 4. 5. 24-8310 Kimley-Horn and Assoc. Proposal_compressed (1) Page 1450 of 3580 Selection Committee Final Ranking RPS #: 24-8310 Title: Design Services for Four-Point Roundabout-Immokalee Rd at Camp Keais Rd Name of Firm Robert White Peter Hayden Paul Abbott Christopher Ordonez Lorraine Lantz Total Selection Committee Final Rank Final Ranking Tie Breaker Kimley-Horn and Associates, Inc.2 2 1 1 2 8 1.0000 1 Johnson Engineering, LLC 1 1 2 3 1 8 1.0000 2 HNTB Corporation 3 3 3 2 3 14 3.0000 3 Procurement Professional Lisa Oien Date 5/2/2025 Page 1451 of 3580 Procurement Services Division Notice of Recommended Award Solicitation: 24-8310 Title: Design Services for Four-Point Roundabout Immokalee Rd. at Camp Keais Rd. Due Date and Time: March 11, 2025, at 3:00 PM EST Respondents: Company Name City County State Final Ranking Responsive/ Responsible Kimley-Horn and Associates, Inc. Orlando Orange FL 1 Yes/Yes Johnson Engineering, LLC Ft. Myers Lee FL 2 Yes/Yes HNTB Corporation Kansas City Jackson MO 3 Yes/Yes American Structure Point, Inc. Tampa Hillsborough FL Not Ranked Yes/Yes Patel, Greene and Associates, LLC Temple Terrace Hillsborough FL Not Ranked Yes/Yes Stanley Consultants, Inc. West Palm Beach Palm Beach FL Not Ranked Yes/Yes Utilized Local Vendor Preference: Yes No On January 22, 2025, the Procurement Services Division released notices for Request for Professional Services (RPS) No. 24-8310 Design Services for Four-Point Roundabout Immokalee Rd. at Camp Keais Rd. The County notified two thousand eight hundred seven (2,807) firms and seventy-three (73) firms viewed the solicitation information. The due date was extended fortwo (2) additional weeks, and six (6) proposals were received by the March 11, 2025, deadline. Staff reviewed the proposal received and found all six (6) firms to be responsive and responsible, with HNTB Corporation, Kimley-Horn and Associates, Inc. and Patel, Greene and Associates, LLC having minor irregularities. The Selection Committee Convened on April 16, 2025, and as described in step 1 of the solicitation documents, the committee scored each of the proposals and shortlisted three (3) firms to move to step 2 in the order listed below: Kimley-Horn and Associates, Inc. HNTB Corporation Johnson Engineering LLC. On May 2, 2025, the selection Committee reconvened for step 2, oral presentations, and final ranking. The final ranking for first place resulted in a tie between Kimley-Horn and Associates, Inc. and Johnson Engineering LLC. Pursuant to the tie breaker procedure outlined in the solicitation documents and the Collier County Procurement Manual, the tie was resolved. The firms were ranked as follows. Page 1452 of 3580 Kimley-Horn and Associates, Inc. - ranked as 1 Johnson Engineering LLC. - ranked as 2 HNTB Corporation - ranked as 3 Staff is recommending negotiations with Kimley-Horn and Associates, Inc. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Page 1453 of 3580 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 Four-Point Roundabout – Immokalee Rd at Camp Keais Rd RPS NO.: 24-8310 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 1454 of 3580 SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSIONAL SERVICES (RPS) NUMBER: 24-8310 PROJECT TITLE: 24-8310 Design Services for Four-Point Roundabout - Immokalee Rd at Camp Keais Rd RPS OPENING DAY/DATE/TIME: February 25, 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 This project encompasses the realignment of the intersection of Immokalee Road and Camp Keais Road, which will converge to form a new roundabout intersection. The proposed roadway improvements will enhance traffic movement and safety at this four-point intersection, providing motorists a safer, more efficient traffic pattern. 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 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. Provide services as defined in this Scope of Services, which references the Florida Department of Transportation (FDOT) manuals and procedures. For this project, the CONSULTANT and/or Sub-Consultant(s) must be FDOT qualified (Rule Chapter 14-75) to perform the assigned work and/or services required. At a minimum, the CONSULTANT and/or Sub- Consultant(s) must be qualified to perform the following types of work: Major work mix includes: • 0235 Roundabout (Intersection Reconfigurations) Major work groups include: • 2.0 PD&E (Minor – Engineering Study, Location/design alternatives, and geometrics) • 3.1 Minor Highway Design • 3.2 Major Highway Design Page 1455 of 3580 Minor work groups include: • 4.1.1 Miscellaneous • 6.1 Traffic Engineering Studies • 6.3.1 ITS Analysis & Design • 7.1 Signing, Pavement Marking & Channelization • 7.2 Lighting • 8.1 Control Surveying • 8.2 Design, Right of Way, and Construction Surveying • 8.4 Right of Way Mapping • 9.1 Soil Exploration • 9.2 Geotechnical Classification Lab Testing • 9.3 Highway Materials Testing • 9.4 Foundation Studies • 9.5 Geotechnical Specialty Lab Testing The Florida Department of Transportation (FDOT) is partnering with the County through a Specific Appropriation 2042A of Ch.2023-239 Laws Of Florida (L.O.F.) grant. The FDOT will provide the “earmark” funds for the design phase of the project in FDOT Fiscal Year 2024. The Firms submitting as the PRIME CONSULTANT must be prequalified by the FDOT. In addition, FDOT will review the design documents at each phase. Furthermore, at a minimum the Prime Firm must be pre- qualified through FDOT in the following work groups: Group 2 – Project Development and Environmental Studies Group 3 – Highway Design – Roadway: 3.2 Major Highway Design The general objective is for the CONSULTANT to prepare a set of contract documents including plans, specifications, supporting engineering analysis, calculations 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. Elements of work shall include Engineering conceptual study, roadways, intersection, geotechnical activities, surveys, drainage, signing and pavement markings, signalization, lighting, utility relocations, right-of-way maps and legal descriptions and sketches, maintenance of traffic, cost estimates, environmental permits, environmental mitigation, all necessary incidental items for a complete 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 2024 FDOT Design Manual, FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance (Florida Greenbook), Collier County Land Development Code and other pertinent manuals are specifically prescribed to accomplish the work included in this contract, and also indicate which items of work will be the responsibility of the CONSULTANT and/or the COUNTY. 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 professions 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 and FDOT 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 Page 1456 of 3580 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 designs 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 & BACKGROUND The CONSULTANT shall investigate the status of the project and become familiar with concepts and commitments (typical sections, alignments, Developer Contribution Agreements, etc.) developed from prior studies and/or activities. The CONSULTANT shall use approved concepts as a basis for the design unless otherwise directed by the COUNTY. Immokalee Road and Camp Keais Road intersect in unincorporated Collier County approximately three miles south of the City of Immokalee, FL. The growing number of motorists from local development has fueled traffic delays and crashes. The COUNTY seeks a roundabout design for this intersection in order to improve traffic capacity and safety, lower crash severity and reduce maintenance costs. These undivided roadways consist of two, 12-foot travel lanes (one in each direction), narrow shoulders (Immokalee Road has 5-ft paved shoulders), and roadside swales on both sides. There are no sidewalks or bike lanes on either side of the existing roadways. The posted speed for Immokalee Road and Camp Keais Road is 55 mph. Agricultural fields border the existing roadways. One Collier Area Transit route (CAT Route 19) passes through the project limits, providing service between Naples and Immokalee. Immokalee Road is an east-west arterial corridor that serves both urban and coastal Collier County and as a hurricane evacuation route. This project as proposed will relocate and reconstruct the Immokalee Road (CR 846) and Camp Keais Road intersection into a roundabout configuration. It is necessary that the consultant evaluates other alternatives such as constructing the roundabout on Immokalee Rd at Camp Keais Rd existing location or at a new alignment to the south. The design should include all the components required for a complete intersection. The CONSULTANT shall perform an Intersection Control Evaluation (ICE) for the development and evaluation of alternative designs. Information to be considered shall include but not be limited to existing Level Of Service (LOS), traffic patterns, turning movement counts, crash data, and traffic volume projections in order to determine the roundabout placement and design. The CONSULTANT shall review current roundabout design guides and guidelines on operational analysis, design characteristics, and safety studies to plan the geometry of the approach lanes and the roundabout. The roundabout design should consider stage construction, designed and built as small as needed for the near term, with an expansion option to accommodate the future addition of the approach lanes and a second circulatory lane. Design the appropriate number of lanes with respect to capacity and safety. The system should be modeled and demonstrated with simulation software. The design shall be consistent with the Collier County Growth Management Plan and Long-Range Transportation Plan. 2.1 Project General and Roadway (Activities 3, 4, and 5) Public Involvement: See Public Involvement Scope, Section 3.1 Other Agency Presentations/Meetings: South Florida Water Management District (SFWMD), Army Corp of Engineer (ACOE), US Fish and Wildlife Service (USFWS), Florida Fish and Wildlife Conservation Commission (FWC) Joint Participation Agreements: Yes Local Agency Program Agreement: N/A Specification Package Preparation: See Specifications Package Preparation, Section 3.3 Value Engineering: N/A Engineering Concept Study: The CONSULTANT shall develop the geometric elements of the roundabout in accordance with the classifications in the Manual of Uniform Minimum Standards for Design, the Florida Design Manual, and the NCHRP Report 1043 (as a guidance). The design elements shall include, but are not limited to, the horizontal and vertical alignments, lane widths, Page 1457 of 3580 shoulder widths, cross slopes, borders, sign distance, splitter islands, pedestrian crossing locations, entry flare, design speed, and design vehicle. Plan Type: Roadway Plans The CONSULTANT shall prepare the Roadway Plans Package for an intersection using a roundabout at the intersection of Immokalee Road (CR 846) and Camp Keais Road. The CONSULTANT will develop the final plans after the COUNTY approves and accepts the preferred concept developed from the Engineering Concept Study. 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 American Association of State Highway and Transportation Officials (AASHTO), 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 FDOT Design Manual (FDM) criteria and the National Association of City Transportation Officials (NACTO) Urban Bikeway Design Guide should be considered for best practice. The COUNTY must approve deviations from the criteria and processes provided in the FDM in writing Typical Section: The CONSULTANT shall develop the Typical Section Package within the Engineering Conceptual Study phase and the approved package shall be incorporate it in the final design. Pavement Designs: 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: The CONSULTANT shall evaluate any necessary modifications to cross slopes of existing pavement to be retained as part of this project. Access Management Classification: To be coordinated with the COUNTY as required. Transit Route Features: N/A Major Intersections/Interchanges: N/A Bridges: N/A Roadway Alternative Analysis: N/A Level of TTCP: The CONSULTANT shall provide Temporary Traffic Control Plans as required. Appropriate maintenance of traffic during construction is critical to the public, local businesses, and emergency services. The CONSULTANT shall develop maintenance of traffic plans that limit impacts to the public while minimizing the cost and duration of construction. Temporary Lighting: The CONSULTANT is responsible for any temporary lighting designs necessary for the project. Temporary Signals: (Only if required for Maintenance of Traffic) Temporary Drainage: The CONSULTANT is responsible for any temporary drainage designs necessary for the project. Design Variations/Exceptions: The CONSULTANT is responsible for design and application for all variances, clearances and waivers. Back of Sidewalk Profiles: As required Selective Clearing and Grubbing: TBD Landscaping: See Section 3.12 2.2 Drainage (Activities 6a and 6b) System Type: As required. The storm water systems shall be designed to meet the permitting requirements of all applicable permitting agencies. The stormwater 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 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. All existing drainage structures and features shall be shown on the construction plans and inspected for existing scour, erosion, structural integrity, and accumulation of sediments as necessary. The CONSULTANT shall coordinate all repairs or modifications with the COUNTY’s Project Manager before adding them to the Construction Contract Documents. 2.3 Utilities Coordination (Activity 7) The CONSULTANT is responsible to certify 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 Collier County standards, policies, procedures, practices, and design criteria are Page 1458 of 3580 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 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 Collier County Water and Sewer District (CCWSD) coordination processes.  A thorough knowledge of COUNTY 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 to 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 Project Manager. Any proposed change of the approved Utility Coordination Manager shall be subject to review and approval by COUNTY Project Manager prior to any change being made in this contract. Anticipated utilities include but not limited to:  CenturyLink/Lumen  Comcast  Florida Power and Light  Crown Castle  Summit Broadband, Inc.  TECO Peoples Gas  Collier County IT  Immokalee Water and Sewer District  Collier County Traffic Operations 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 are not limited to: • Environmental Resource Permit (SFWMD) • Right-of-way Occupancy Permit (BCB/SFWMD) • FDEP Section 404 Permit The CONSULTANT is responsible for identifying, applying and obtaining 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 COUNTY approval of the plans and applications before submitting them to the permitting Page 1459 of 3580 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: N/A Bridge Number: N/A 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. Noise Barrier Walls: N/A Miscellaneous Structures: The CONSULTANT shall provide all design services and deliver construction documents for any miscellaneous structures required for the project. 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. 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 but not limited to using a 2.5” x 2.5” galvanized metal square tubular signpost.” 2.7 Signalization (Activities 21 & 22) Intersections: List all existing and proposed signalized intersections and requirements (i.e. loops, mast arms, etc.) Traffic Data Collection: List all locations that will require data collection and data to be collected. Traffic Studies: List all studies required and locations (i.e. signal warrant justification, studies by others, etc.) Count Stations: List the number of count stations/TBD Traffic Monitoring Sites: List the number of monitoring sites/TBD 2.8 Lighting (Activities 23 & 24) The CONSULTANT shall include lighting design within the project limits. 2.9 Landscape (Activities 25 & 26) – See Section 3.12 2.10 Survey (Activity 27) Design Survey: The CONSULTANT shall provide all survey services necessary for the project. It is anticipated this will include a detailed topographic and control survey for the project limits including but not limited to WB Immokalee Rd to NB Immokalee Road to SB Camp Keais Road, including all areas and access points in between, beyond or within Collier County existing ROW. Subsurface Utility Exploration: The CONSULTANT is responsible for designating all utilities within the project limits. If 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 mast arm foundations in an area two (2) times the proposed drilled shaft diameter prior to the final design. Proposed SUE locations must be approved by the COUNTY prior to authorization of this task. Right of Way Survey: The CONSULTANT is responsible for all Right of Way Surveys and defining all official Collier County maintained right of ways necessary for the project. Pond Site and Floodplain Compensation Area: The CONSULTANT shall identify ponds within the project limits. Vegetation Survey: N/A Bathymetric Survey: N/A 2.11 Photogrammetry (Activity 28) N/A 2.12 Mapping (Activity 29) Control Survey Map: The CONSULTANT shall provide a project control map for the project limits Right of Way Map: The CONSULTANT is responsible for all Right of Way Maps or Sketches for right of way acquisitions necessary for the project. Obtaining any Title Searches that may be required is the responsibility of the CONSULTANT. Legal Descriptions and Sketches: The CONSULTANT is responsible for all Legal Descriptions and Sketches and for Page 1460 of 3580 Technical Memorandums for right-of-way acquisitions necessary for the project. Obtaining any Title Searches that may be required is the responsibility of the CONSULTANT. Copies of all Title Searches shall be furnished to the COUNTY upon receipt. Maintenance Map: The CONSULTANT shall provide an aerial-based maintenance map utilizing Collier County Aerial Mapping for the project limits showing the local agency jurisdictional areas. Miscellaneous Items: N/A 2.13 Terrestrial Mobile LiDAR (Activity 30) N/A 2.14 Architecture (Activity 31) N/A 2.15 Noise Barriers (Activity 32) N/A 2.16 Intelligent Transportation Systems (Activities 33 & 34) N/A 2.17 Geotechnical (Activity 35) The CONSULTANT shall be responsible for all necessary geotechnical activities associated with/required for this project. Soil sampling and types and depths 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 548 calendar days (approx. 18 months) from the date of Notice to Proceed (NTP). This will consist of a design phase (548 days), a construction bid phase (145 days), and a post-design phase (365 days). A separate NTP will be issued for the post-design services phase. In no event shall the total contract time exceed 1058 days (35 months). Within ten (10) days after the NTP is issued, and prior to the CONSULTANT beginning work, the CONSULTANT shall provide a detailed project activity/event schedule in Microsoft Project for COUNTY and CONSULTANT to meet the completion date(s) for all phases of design. The CONSULTANT shall indicate each milestone activity/event that is included in the scope of work and at a minimum, submission dates for, Engineering Concept Study, 30% plans, 60% plans, 90% plans, Final plan (100%), and SFWMD submittal packages. The schedule shall allow for a minimum of 30 calendar days for FDOT and/or COUNTY reviews of the 30% plans, 60% plans, 90% plans and Final plans. The schedule shall also include the right-of-way documents (sketches and descriptions) submittal at the 60% phase and must allow a minimum of 12-months from the date of submittal to acquire all the right-of way. All fees and price proposals are to be based on a contract schedule of 1058 calendar days for final construction contract documents and post design services. The Bid Plans shall be submitted after obtaining a notice of intent to permit from the governing permitting agencies, which may include FDEP, USACE, and SFWMD. The CONSULTANT shall submit an updated project schedule and project status report when the monthly invoice is submitted to the Clerk of Courts (bccapclerk@collierclerk.com). Before submitting the invoice package to the Clerk of Courts, the CONSULTANT shall provide a pencil copy to the COUNTY Project Manager for approval. 2.20 Submittals & Deliverables The CONSULTANT shall furnish construction contract documents as required by the COUNTY to adequately control, coordinate, and approve the project concepts. At each submittal phase, the CONSULTANT shall provide all sheets pertaining to the roadway design, and those of the other component plans 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 Studio software platform. The CONSULTANT shall set up studio project collaboration sessions in Bluebeam at each phase submittal if the CONSULTANT is accustomed to and uses this platform. The CONSULTANT shall manage the marked-up documents so that comments can be tracked and are easily organized for hard copy print outs. The comment and review process for all deliverables for this Contract shall utilize Bluebeam Studio Sessions. The Page 1461 of 3580 CONSULTANT’s Bluebeam setup shall include comment tracking and a response mechanism. The CONSULTANT shall provide session access to COUNTY staff (and other independent Consultants) as identified by COUNTY Project Manager. The CONSULTANT shall provide a response to each comment until the comment is identified and 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 FDOT 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. The method of delivery must be preapproved by the COUNTY. In addition to the delivery of the files produced during 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. Drawing files shall be provided in most current versions of a fully functional MicroStation V8i (.dgn) or AutoCAD 2019(.dwg) or later software format and 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 the production and delivery of digital project data. 2.21 Provisions for Work 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 American Association of State Highway and Transportation Officials (AASHTO), 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 FDOT Design Manual (FDM) criteria and the National Association of City Transportation Officials (NACTO) Urban Bikeway Design Guide should be considered for best practice. The COUNTY must approve deviations from the criteria and processes provided in the FDM in writing. All work shall be prepared with English units (unless otherwise specified) 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 Page 1462 of 3580 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 Department 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  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 Page 1463 of 3580 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 Department of Transportation Right of Way Procedures Manual o Florida Department of Transportation Surveying Handbook o Right of Way Mapping Procedure 550-030-015  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  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 o 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  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 Page 1464 of 3580  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:  Building  Fuel Gas  Mechanical  Plumbing  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)  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 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 Page 1465 of 3580  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  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  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  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) 2.22 Services to be Performed by the COUNTY when appropriate and /or available, the COUNTY will provide project data including: Page 1466 of 3580  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 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  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: o Approved Permit Document when available. o Approval of all contacts with environmental agencies. o Payment for permitting and mitigation fees. o 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. o 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 is to be performed by the CONSULTANT. Project Research: The CONSULTANT shall perform research of existing PD&E Studies, DCA, PUD and DRI documents that are applicable for developments adjacent 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 construction cost estimate and reviewing and updating the cost estimate at 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 and recurring special provisions. Standard Specifications, recurring special provisions and supplemental specifications should not be modified unless necessary to control project specific requirements. The first nine sections of the FDOT standard specifications, recurring special provisions, and supplemental specifications shall be modified with 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 copy in a format other than Microsoft Word or Adobe Acrobat (.pdf) will not be accepted. If the COUNTY requests another format than specified herein, it shall be considered an additional service. Field Reviews: The CONSULTANT shall make as many trips to the project site as required to obtain necessary data for all Page 1467 of 3580 elements of the project. Technical Meetings: The CONSULTANT shall attend all technical meetings necessary to execute the Scope of Services of this contract. This includes meetings with COUNTY and FDOT or other Agency staff, between disciplines and subconsultants, such as access management meetings, pavement design meetings, local governments, railroads, airports, progress review meetings (phase review), and miscellaneous meetings. The CONSULTANT shall prepare, and submit to the COUNTY Project Manager for review, the meeting minutes for all meetings attended by them. The meeting minutes are due within five (5) working days of attending the meeting. Quality Assurance/Quality Control: The CONSULTANT shall be accountable for their work's professional quality, technical accuracy, and quality. CONSULTANT-prepared surveys, construction plans, and contract documents that contain errors or omissions, and results 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 that describes the procedures to be utilized to verify, independently check, and review all maps, design drawings, specifications, and other documentation 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 shall be one specifically designed for this project. The CONSULTANT shall submit a Quality Control Plan for approval within twenty (20) business days of the written Notice to Proceed and it shall be signed by the CONSULTANT’s Project Manager and the CONSULTANT’s QC Manager. The Quality Control Plan shall include the names 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 will sign a statement certifying that the review was conducted and found to meet the required specifications. The CONSULTANT shall, without additional compensation, correct all errors or deficiencies in the designs, maps, drawings, specifications and/or other products and services. Independent Peer Review: The COUNTY will furnish the Independent Peer Review tasks under a separate contract at 30%, 60%, and 90% design submittal phases and occur concurrently with ERC/COUNTY review. The CONSULTANT shall provide 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. The Independent Peer Review for design Phase Plans submittals shall ensure the plans meet the FDM, the FDOT Manual of 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 the COUNTY 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 Page 1468 of 3580 The CONSULTANT shall prepare for and attend (2) public meetings after the 30% and 60% Phases as directed by the COUNTY. Public involvement includes communicating to all interested persons, groups, and government organizations information regarding the development of the project. 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 review and approval at least five (5) business days prior to printing and / or distribution. Public input 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 public meetings will be scheduled after the 30% and 60% submittals and may be a public workshop. The goal of the public meeting will be to show all the design components of the project to the public and receive feedback. The CONSULTANT shall process the public information received, discuss the results with the Project Manager, and advise the County of the economic, cultural, and social feasibility of implementing the request. If approved, the Consultant will integrate the needs of the public into the project. The CONSULTANT shall develop and provide all necessary exhibits for the public meetings, meeting agenda, sign-in sheets, and meeting minutes. 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, and website comments in response to or following said meeting. Comments and Coordination Report: The CONSULTANT shall prepare a comments and coordination report containing documentation of the public participation accomplished throughout the design period. This report should summarize and respond to the comments from the public involvement workshops, agency coordination, etc. 3.1.1 Community Awareness Plan Prepare a Community Awareness Plan (CAP) for review and approval by the COUNTY within 30 calendar days after receiving Notice to Proceed. The objective of the plan is to notify local governments, affected property owners, tenants, and the public of the COUNTY’S proposed construction and the anticipated impact of that construction. The CAP shall address timeframes for each review and shall include tentative dates for each public involvement requirement for the project. The CAP will also document all public involvement activities conducted throughout the project’s duration. In addition to the benefits of advance notification, the process should allow the COUNTY to resolve controversial issues during the design phase. This item shall be reviewed and updated periodically as directed by the COUNTY throughout the life of the project. 3.1.2 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 in all directions) The CONSULTANT shall 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. 3.1.3 Median Modification Letters The CONSULTANT shall prepare a median modification letter to be sent to property owners along the corridor. In addition, the CONSULTANT shall prepare a sketch of each proposed median modification for inclusion in the letter. The letters will be sent on COUNTY letterhead. 3.1.4 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. 3.1.5 Newsletters If requested by the COUNTY, the CONSULTANT shall prepare and mail a newsletter on COUNTY Letterhead for distribution to elected officials, public officials, property owners along the corridor, and other interested parties. Page 1469 of 3580 3.1.6 Renderings and Fly-Throughs The CONSULTANT shall prepare renderings and fly-throughs for use in public meetings. 3.1.7 PowerPoint Presentations The CONSULTANT shall prepare PowerPoint presentations for use in public meetings. 3.1.8 Public Meeting Preparations The CONSULTANT shall prepare the necessary materials for use in all public meetings. The COUNTY will investigate potential meeting sites to advise the CONSULTANT on their suitability. The COUNTY will pay all costs for meeting site rents and insurance. No COUNTY meetings will be held on public school system properties. 3.1.9 Public Meeting Attendance and Follow-up The CONSULTANT shall attend the public meetings, assist with meeting setup, and take down. The CONSULTANT shall also prepare a summary of each public meeting that includes all copies of all materials shown or provided at the public meeting. The summary shall also include a listing of all written comments made during or after the meeting and responses to those written comments. The CONSULTANT shall attend the meetings with an appropriate number of personnel to assist the COUNTY'S Project Manager. The CONSULTANT shall anticipate two public information meetings and one public hearing during the design process. Other Agency Meetings. 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), Homeowner’s Associations, Community Development District Board, and Golf Club Board. 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 that for this project there will be at least two (2) meetings with each of the entities mentioned earlier. 3.1.10 Web Site CONSULTANT shall provide Public Involvement Graphics to the COUNTY for its Website. 3.2 Joint Project Agreements – See Section 2.1 3.3 Specifications Package Preparation The CONSULTANT shall prepare and provide a specifications package for those specifications NOT considered FDOT Standard Specifications. The CONSULTANT shall 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 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 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 The CONSULTANT shall be responsible for 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 but is not limited to the compilation and delivery of final documents, reports or calculations that support the development of the contract plans; it includes uploading files to an FTP server. 3.5 Value Engineering (Multi-Discipline Team) Review – N/A 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. Page 1470 of 3580 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 may include, but not be limited to meetings, bidding assistance, construction assistance, plans revisions, shop drawing review, survey services, as-built drawings, and load ratings. The CONSULTANT will provide the COUNTY the following limited services during the bid phase and construction phase: Pre-Bid Conference The CONSULTANT shall: • Attend the pre-bid conference to receive oral/written questions regarding interpretation and clarification of Bid Documents. • Respond to bidders written questions regarding interpretation and clarification of Bid Documents • Assist the COUNTY with Addenda. Review Bids The CONSULTANT shall: • Evaluate bidders’ qualification and ability to perform the work per the Plans and Specifications. • Evaluate bids, via Bid Analysis, to ensure all quantities and costs are consistent with the Engineers Opinion of Probable Cost. Any significant deviation shall be documented and justified. • Providing written letters of recommendation Management Engineering Services The CONSULTANT shall perform the management engineering services (as requested by the COUNTY) to help facilitate the activities of the parties involved in accomplishing completion of the project. The CONSULTANT shall provide interpretations of the plans, specifications and contract provisions; and to make recommendations to the COUNTY to resolve disputes which arise in relation to the construction contract. Services include the following: • Attend the pre-construction conference with the low bidder. • Assist the COUNTY with interpretation of the plans, specifications, and contract provisions, the CONSULTANT shall consult with the County when an interpretation involves complex issues or may impact the cost and duration of performing the work. • Assist the COUNTY with analyzing changes to the plans, specification, or contract provisions and extra work which appear to be necessary to carry out the intent of the contract when it is determined that a change or extra work is necessary and such work is within the scope and intent of the original contract. Recommend such changes to the County for approval. • Assist the COUNTY with monitoring the project to the extent necessary to determine whether construction activities violate the requirements of the permits. Notify the contractor of any violations or potential violations and request his immediate resolution of the problem. • The CONSULTANT shall receive, review, reject and/or approve shop drawings, product data and test results to be submitted by the contractor for all pertinent items needed in construction. The CONSULTANT shall review the submittals to determine satisfactory compliance with the project plans and specifications, noting his approval or stipulations. Determine the acceptability, subject to County approval, of substitute materials and equipment proposed by the contractor and receive and review (for general content as required by the specifications) maintenance operating instructions, schedules, guarantees and certificates of inspection which are to be assembled by the contractor in accordance with the contract documents. • The CONSULTANT shall attend, up to 18, COUNTY monthly construction conferences with the contractor, COUNTY, and Utility Companies to discuss in detail the requirements and responsibilities for such items as contractor’s responsibilities for shop drawings submittal, maintenance of traffic, safety, etc. • Upon completion of construction and upon preparing the record drawings from as-built drawings provided by the contractor, the CONSULTANT shall prepare the required certification of completion letters to SFWMD, Florida Department of Environmental Protection (FDEP), and other permitting agencies as required. • The CONSULTANT shall conduct the necessary site visits to address any design related questions that may arise during construction. • Upon Substantial Completion of construction and establishment of the Final Punchlist items, the County may Page 1471 of 3580 request the Consultant to provide a cost estimate for the Final Punchlist items. The Consultant shall conduct a site walkthrough to have a better understanding of the Final Punchlist items to properly estimate the Final Punchlist cost. • Provide contract document interpretation and assistance in addressing requests for information (RFI) and unforeseen conditions when requested by the COUNTY. • Assist COUNTY with South Florida Water Management (SFWMD) permit certification, including reviewing contractor’s as-built plans, preparing certification form and submittal to the agency. • Periodic meeting attendance (assumes one (1) meeting per month during construction.) and field visits (as required to respond to RFI’s and review construction progress). • Assist COUNTY with shop drawing review(s). • Review and assist in field changes, including minor redesign, as requested by the COUNTY. • Perform a review of contractor’s final as-built drawings. • Attend one (1) substantial completion walk through and (1) one final completion meeting in the field. 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 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 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 Project Manager during the Quality Control submittal/review to establish the anticipated stages of construction. The CONSULTANT must notify the COUNTY 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 the 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 Document Package Certification(s) must be digitally signed and sealed by the CEI Consultant. Quality assurance material testing shall be the responsibility of the Contractor. 3.9 Digital Delivery The CONSULTANT shall deliver final contract plans and documents in digital format. 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 – N/A 3.11 Railroad, Transit and/or Airport Coordination – N/A 3.12 Landscape and Existing Vegetation Coordination Coordinate with the COUNTY Project Manager to ensure preservation and protection of existing vegetation. Relocation of existing vegetation may be necessary in some cases. Space for proposed landscape should be preserved and conflicts with drainage, utilities, ITS, and signage should be minimized. Coordination with the COUNTY Landscape Architect (Pamela.Lulich@colliercountyfl.gov) may be necessary. 3.13 Transit Coordination The CONSULTANT shall coordinate with the COUNTY 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 addendums, evaluating bids and bidders, and providing written letters of recommendation. Page 1472 of 3580 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 prepare a Typical Section Package. 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 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 provided as part of the pavement report. The CONSULTANT shall coordinate with Collier County Road 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 each project in coordination with COUNTY staff. The CONSULTANT shall review adopted access management standards and the existing access conditions (interchange spacing, signalized intersection spacing, median opening spacing, and connection spacing). Median openings that will be closed, relocated, or substantially altered shall be shown on plan sheets and submitted with supporting documentation for review with the first plan’s submittal. 4.7 Roundabout Evaluation The CONSULTANT will review existing traffic data from planning studies to carry out traffic analysis for this Project and determine whether additional data may be needed. The CONSULTANT will conduct the following Traffic Analysis and Planning studies: 4.7.1 Traffic Analysis Methodology The CONSULTANT will perform traffic analysis in accordance with guidance from the PD&E Manual, Traffic Analysis Handbook, and the latest Project Traffic Forecasting Handbook. The CONSULTANT will prepare an analysis methodology which must be agreed upon by the COUNTY prior to beginning any analysis. The methodology must state the type of documentation, Project Study Area to be analyzed, and method and assumptions that will be used to analyze existing and future traffic conditions. Existing, mid-year, and design-year traffic volumes will be provided by the CONSULTANT. Capacity analysis will be based on the latest Highway Capacity Manual procedures. Use of microsimulation traffic analysis software such as SimTraffic, and/or VISSIM is not anticipated for this Project. If the study corridor is projected to experience over-saturated conditions in the design year, the CONSULTANT will meet with the COUNTY to discuss this situation. If the COUNTY determines that microsimulation analysis is needed, this work effort will be conducted under OPTIONAL SERVICES and a separate scope of services and fee estimate will be prepared. Calibration and validation are required when a microsimulation approach is used. Data should be gathered in accordance with the Traffic Analysis Handbook. Traffic analysis methodology will include an approach or procedure to evaluate safety performance of the project alternatives. All traffic analysis documentation must be written in plain language and in a format that can be easily followed. The CONSULTANT must submit all traffic analysis files for assumptions, inputs, outputs, network data, calculations, and results to the COUNTY. 4.7.2 Traffic Counts The CONSULTANT will conduct an eight-hour turning movement count at the Immokalee Road at Camp Keais Road intersection. The count will include trucks, pedestrians, and bicyclists with the data provided in 15-minute increments. The CONSULTANT will also conduct 48-hour vehicle classification counts on each leg of the intersection. 4.7.3 Existing Traffic Operational Analysis Page 1473 of 3580 The CONSULTANT will conduct an existing (base year) traffic operational analysis and report the operational performance measures as agreed upon in the analysis methodology. The analysis must include bicycle, pedestrian, and transit (if applicable) operations. The manual count data will be used to obtain the existing design hourly volumes using historical and seasonal adjustments as appropriate. All existing design hourly volumes must be reasonably balanced before being used in the analysis. 4.7.4 Calibration and Validation The CONSULTANT will perform a base year sub-area validation refinement for the study area, using the current District 1 Regional Planning Travel Demand Model (D1RPM v1.0.6). 4.7.5 Future Demand Forecasting No Build Model Forecast Daily Traffic: The COUNTY will provide an Annual Update and Inventory Report for use by the CONSULTANT in developing Average Annual Daily Traffic (AADT) forecast volumes for the No Build Alternative. Build Model Forecast Daily Traffic: A 2040 Build alternative model(s) is not anticipated for this project. Future No Build and Build Alternatives Forecasts: The CONSULTANT will verify the reasonableness of the travel demand model forecasts for the No Build using growth rates from historical traffic trends analysis and population projections from the Bureau of Economic and Business Research (BEBR). Based on this comparison, the CONSULTANT shall develop No Build traffic growth for the study area 4.7.6 Design Hour Traffic Development – N/A No Build Volumes: Based on No Build growth rates developed above, the CONSULTANT will develop opening year, interim year, and design year design hourly volumes for the No Build Alternative in accordance with the Project Traffic Forecasting Procedure, Topic No. 525-030-120. Build Alternatives Volumes: Based on Build Alternative growth rates developed above, the CONSULTANT will develop opening year, interim year, and design year design hour volumes only for viable or feasible Build Alternatives. The CONSULTANT will make sure the future year turning movement volumes are reasonably balanced at each intersection. 4.7.7 No Build Analysis – N/A The CONSULTANT will analyze the operational performance of the No Build Alternative for the analysis years to identify deficiencies related to the purpose and need for the project. The CONSULTANT will evaluate the operational effectiveness of the No Build Alternative using agreed upon performance measures of effectiveness (MOEs). The analysis should include multimodal evaluation for pedestrian, bicycle, freight, and transit modes, as appropriate. 4.7.8 Development and Screening of Alternatives The CONSULTANT will identify, develop, assess, and screen preliminary potential Project alternatives that would meet the purpose and need for this Project in accordance with Part 2, Chapter 3 of the PD&E Manual. Development of alternatives will consider previously completed planning products. By considering project goals and objectives, purpose and need, and results of ETDM Programming screen event, the CONSULTANT in consultation with the COUNTY, will identify and document alternatives to be eliminated from further detailed study. Only viable or feasible alternatives should be carried forward for detailed study. 4.7.9 Operational Evaluation of Build Alternatives The CONSULTANT will analyze the operational performance of viable or feasible alternative(s) for opening, interim, and design years. The analysis must include multimodal evaluation for pedestrian, bicycle, and transit modes as appropriate. The CONSULTANT will evaluate the operational effectiveness of Build Alternatives using agreed upon performance MOEs. 4.7.10 Project Traffic Analysis Report As described in Part 2, Chapters 2 and 3 of the PD&E Manual, the CONSULTANT will prepare the Project Traffic Analysis Report (PTAR) to document development of design traffic volumes and results of the traffic analysis for No Build and Build Alternatives, which includes the transit, bicycle, and pedestrian analysis, as appropriate. The results must be shown on diagrams for each alternative and discussed in the report. The PTAR will also summarize the comparison of the operational and safety performance of all alternatives evaluated in detail and how they perform against each other. The COUNTY will prepare a Project Traffic Forecasting Technical Memorandum that documents the development of the future year No-Build Alternative daily traffic volumes (including the subarea travel demand model validation). This Project Traffic Forecasting Technical Memorandum will be provided to the CONSULTANT for inclusion in the PTAR. 4.7.11 Preliminary Signal Warrant Volume Analysis The CONSULTANT will evaluate the existing traffic volumes collected as part of task 4.7.2 and determine whether the existing volumes satisfy any of the volume based traffic signal warrants (i.e., eight-hour volume warrant, four-hour The CONSULTANT shall finalize the design of the roundabout in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The CONSULTANT shall perform a final roundabout operational analysis that recommends a functional geometric layout Page 1474 of 3580 that is cost effective, safe and meets the needs of the community. A final roundabout design will be recommended for implementation, and all geometric and operational analysis will be documented in a final roundabout report. 4.8 Cross Section Design Files The CONSULTANT shall establish and develop cross-section design files in accordance with the applicable FDOT CADD manual sections for the Bentley Microstation platform. The CONSULTANT shall Coordinate with all utility owners to obtain the location of subsurface facilities. The cross sections will show both existing locations and proposed relocations of all utilities. 4.9 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). 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. 4.10 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. 4.11 Selective Clearing and Grubbing – N/A 4.12 Tree Disposition Plans – N/A 4.13 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. 4.14 Design Report The CONSULTANT shall prepare 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. Digital copies of all paper submittals above shall be provided in pdf or Microsoft Word format for submittal to the COUNTY. 4.15 Quantities The CONSULTANT shall develop accurate quantities and the supporting documentation, including construction days when required. 4.16 Cost Estimate 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 document submittal. 4.17 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. The CONSULTANT shall justify all modifications to other sections to the COUNTY and to be included in the project's Page 1475 of 3580 specifications package as Technical Special Provisions. The Technical Special Provisions shall describe work, materials, equipment, and specific requirements, method of measurement and basis of payment. These provisions shall be submitted electronically (PDF’s). 4.18 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. 4.19 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. 4.20 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 117. The CONSULTANT shall identify the necessary pay items to be included in the bid documents to monitor existing structures. Optional Services (may be negotiated at a later date if needed): The CONSULTANT shall coordinate with and assist the geotechnical engineer and/or structural engineer to develop mitigation strategies (when applicable). 4.21 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. 4.22 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. 4.23 Independent Peer Review See Section 3.0. 4.24 Supervision Includes all efforts required to supervise all technical design activities. 4.25 Coordination Includes all efforts to coordinate all elements of the roadway analysis to produce a final set of construction documents. 5 ROADWAY PLANS The CONSULTANT shall prepare Roadway, 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 Typical Section Sheets 5.2.1 Typical Sections 5.2.2 Typical Section Details 5.3 General Notes/Pay Item Notes 5.4 Project Layout 5.5 Plan/Profile Sheet 5.6 Profile Sheet 5.7 Plan Sheet 5.8 Special Profile 5.9 Back-of-Sidewalk Profile Sheet 5.10 Interchange Layout Sheet Page 1476 of 3580 5.11 Ramp Terminal Details (Plan View) 5.12 Intersection Layout Details 5.13 Special Details 5.14 Cross-Section Pattern Sheets 5.15 Roadway Soil Survey Sheets 5.16 Cross Sections 5.17 Temporary Traffic Control Plan Sheets 5.18 Temporary Traffic Control Cross Section Sheets 5.19 Temporary Traffic Control Detail Sheets 5.20 Utility Adjustment Sheets 5.21 Selective Clearing and Grubbing Sheets 5.21.1 Selective Clearing and Grubbing 5.21.2 Selective Clearing and Grubbing Details 5.22 Tree Disposition Plan Sheets 5.22.1 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. 5.22.2 Tree Disposition Plan Tables and Schedules 5.23 Project Control Sheets (furnished by Surveyor) 5.24 Environmental Detail Sheets – (where 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. 5.25 Utility Verification Sheets (SUE Data) 5.26 Quality Assurance/Quality Control 5.27 Supervision 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 FDOT Drainage Manual. The CONSULTANT shall coordinate fully with the appropriate permitting agencies and the COUNTY staff. All activities and submittals should be coordinated through the COUNTY 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. Page 1477 of 3580 6a.3 Pond Siting Analysis and Report Evaluate pond sites using a preliminary hydrologic analysis. Document the results and coordination for all the project's pond site analyses. The Drainage Manual provides specific documentation requirements. 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 drain pipes, 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 (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 Design French Drain Systems to provide stormwater treatment and attenuation. Identify location for percolation tests and review these, determine the size and length of French Drains, design the control structure/weir, and model the system of inlets, conveyances, French Drains, and other outfalls using a routing program. 6a.11.1 Existing French Drain Systems Include this task if French Drains are proposed and the existing systems must be analyzed for a pre- versus post comparison of the peak stages and/or discharges. 6a.12 Drainage Wells Design the discharge into deep wells to comply with regulatory requirements. Identify the location of the well, design the control structure/weir, and model the system using a routing program. 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 Drainage Quantities for EQ Report The CONSULTANT shall determine drainage pay items and quantities and the supporting documentation. 6a.17 Cost Estimate Prepare cost estimates for the drainage components, except bridges and earthwork for stormwater management and flood compensation sites. 6a.18 Technical Special Provisions / Modified Special Provisions 6a.19 Hydroplaning Analysis Perform a hydroplaning analysis to assist in the determination of the appropriate roadway geometry for all necessary Page 1478 of 3580 locations (both typical sections and critical cross sections) as needed. See the FDOT Hydroplaning Guidance and FDOT Design Manual (FDM) Chapters 210 and 211 for more information. 6a.20 Existing Permit Analysis Data gathering including desktop analysis of local, state and federal Drainage permits. 6a.21 Other Drainage Analysis Includes all efforts for a drainage task not covered by an existing defined task. 6a.22 Noise Barrier Evaluation Evaluate the capacity of drainage openings in noise barriers and locate them to ensure flows are accommodated. 6a.23 Erosion Control Plan Includes analysis and design of the Erosion Control Plan. Includes creating the design file. 6a.24 Field Reviews 6a.25 Technical Meetings Meetings with COUNTY staff, regulatory agencies, local governments such as meetings with District Drainage Engineer, the Water Management District, FDEP, etc. 6a.26 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.27 Quality Assurance/Quality Control 6a.28 Independent Peer Review 6a.29 Supervision 6a.30 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 (Including Interchanges) 6b.2 Bridge Hydraulics Recommendation Sheets 6b.3 Drainage Structures 6b.4 Lateral Ditch Plan/Profile & Cross Sections 6b.5 Retention/Detention/Floodplain Compensation Pond Details & Cross Sections 6b.6 Erosion Control Plan 6b.7 SWPPP 6b.8 Quality Assurance/Quality Control 6b.9 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. 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. 7.1.1 Utility Kickoff Meeting Before any contact with the UAO(s), the CONSULTANT shall meet with the COUNTY Transportation Engineering Division and Public Utilities Department 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. The CONSULTANT shall be prepared to discuss the project’s applied utility schedule logic and current UAO contact information. 7.2 Identify Existing Utility Agency Owner(s) The CONSULTANT shall identify all Utility Agency Owners (UAOs) in the corridor and within and adjacent to the project limits that may be impacted by the project. Identification shall include the updates UAO contact information. The CONSULTANT shall contact Sunshine 811, perform a field visit, and review prior COUNTY utility permits, reports, existing plans, and surveys provided. 7.3 Make Utility Contacts First Contact: The CONSULTANT shall send emails and electronic (.pdf) sets of plans to each utility, to the utility office, Page 1479 of 3580 and to the COUNTY Offices as required by the Department. 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 COUNTY for a legal opinion. Include the meeting schedule (if applicable) and the design schedule. Include typical meeting agenda. When scheduling a meeting, the CONSULTANT shall give 4 weeks advance notice. Second Contact: At a minimum of 4 weeks prior to the meeting, the CONSULTANT shall send 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 email one set to the COUNTY Offices as required by the Department. 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 an electronic set of plans to the UAO(s) including all component sets, to the utility office and to construction and maintenance if required. Include the design schedule. Not all projects will have all contacts as described above. 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 Design Alternative. 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 alternative 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, reviewing the current design schedule, evaluating the utility information collected, provide follow-up information on compensable property rights from the COUNTY Transportation ROW 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. 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) marked/RGB 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 The CONSULTANT, if requested by the COUNTY, shall transmit to and secure from the UAO the executed subordination agreements prepared by the appropriate COUNTY office. 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 COUNTY 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 resolutions 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, Page 1480 of 3580 geotechnical, drainage, structures, lighting, roadway, signals, utilities, landscape architecture, municipalities, maintaining agency, and COUNTY Traffic Operations for review and comment. Coordinate with the COUNTY Project Manager for execution. Distribute Executed Final Documents. Prepare Work Order for UAO(s). The CONSULTANT shall coordinate with the Collier 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 identified 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 4.8 (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, piers, culverts, tunnels, air release valves or other critical locations where foundation construction is proposed, or as directed by the COUNTY’S Construction Project Manager. Refer to Section 27.10 for SUE services. • County Utility Analysis – The CONSULTANT shall review the existing Collier County utilities within the project area and evaluate potential impacts cause by the proposed project improvements. The CONSULTANT will obtain County GIS data to assist with evaluating water, wastewater, and irrigation quality assets that will conflict with the proposed road work. The CONSULTANT will survey above-ground utility infrastructure. The CONSULTANT shall perform an SUE investigation at “Tie-in” points and said impacted utilities should be documented per a conflict matrix. For the 0 to 60% design phase, the CONSULTANT will be responsible for identifying all those utilities impacted by the roadway improvements and determining whether additional right-of-way will be required for their relocation. • County Utility Design – After creating the conflict matrix, the CONSULTANT will be responsible for Utility Relocation Designs. The CONSULTANT will not be responsible for any Utility Upgrade Designs for the COUNTY utilities. Utility upgrade design will be considered an Additional Service. 7.14 Processing Utility Work by Highway Contractor (UWHC) This includes coordinating utility design efforts 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 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 COUNTY, the CONSULTANT shall transmit the contract plans as processed for letting to the UAO(s). Transmittals to UAO(s) via electronic delivery or another agreeable format. 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; 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. Page 1481 of 3580 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. If 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 or 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 8.2.1 Pond Site Alternatives: The CONSULTANT shall review alternative pond sites as directed by the COUNTY and information shall be included in the Pond Siting Report. 8.2.2 Establish Wetland Jurisdictional Lines and Assessments: The CONSULTANT shall be responsible for, but not limited to, the following activities:  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).  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.  Set seasonal high-water levels in adjacent wetlands with biological indicators  Obtain a jurisdictional determination as defined by the rules or regulations of each permitting agency processing a COUNTY permit application for the project.  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 professional surveyor and mapper. All surveyed jurisdictional boundaries are to be tied to the project's baseline of survey.  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.  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 "Request for Corps Jurisdictional Determination"; 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 Page 1482 of 3580 commenting agency that is processing a COUNTY permit. Species specific survey included for gopher tortoise burrows, fox squirrel nests, Florida bonneted bat (roost and acoustic survey). No species-specific survey for red-cockaded woodpecker and Florida scrub-jay. 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 2, Categorical Exclusion Re-evaluation to meet National Environmental Policy Act (NEPA) compliance. CONSULTANT will prepare the required documentation to support the Type 2 CE Re-evaluation and will submit the required information for the Type 2 CE Re-evaluation 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. 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 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. Permit applications limited to FWC 10 or fewer gopher tortoise relocation permit and modification of existing USFWS Biological Opinion. 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 Complete and Submit Documentation for Coordination and/or USCG Bridge Permit Application The CONSULTANT shall be responsible for the level of effort needed for the USCG authorization in accordance with the regulatory agency requirements. Page 1483 of 3580 8.6.1 Prepare and submit required documents for USCG Coordination The CONSULTANT shall complete appropriate documentation required for the USCG to determine the navigability of the waterway and whether a USCG permit will be required. 8.6.2 Complete and submit USCG Bridge Permit Application The CONSULTANT shall prepare and submit required USCG bridge permit application. The CONSULTANT shall be responsible for acquiring the USCG approval. 8.7 Prepare Water Management District or Local Water Control District Right of Way Occupancy Permit Application The CONSULTANT shall be responsible for the preparation of the ROW Occupancy permit application in accordance with the regulatory agency requirements. 8.8 Prepare Coastal Construction Control Line (CCCL) Permit Application The CONSULTANT shall be responsible for the preparation of the CCCL permit application and acquire the final "Notice to Proceed" authorization from the Florida Department of Environmental Protection (FDEP). Legal advertisements shall be published one time in a newspaper that meets the notification requirements of the FDEP. 8.9 Prepare USACE Section 408 Application to Alter a Civil Works Project The CONSULTANT shall be responsible for the preparation of Section 408 (33 USC 408) application and obtaining Section 408 permission. 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 is the only mitigation options:  Purchase of mitigation credits from a mitigation bank  Payment to DEP/WMD for mitigation services  Monetary participation in offsite regional mitigation plans  Creation/restoration of wetlands In the event that physical creation or restoration is the only feasible alternative to offset wetland impacts, the CONSULTANT shall collect all of the data and information necessary to prepare mitigation plans acceptable to all permitting agencies and commenting agencies who are processing or reviewing a permit application for a COUNTY project. Prior to selection of a final creation/restoration mitigation site, the CONSULTANT will provide the following services in the development of a mitigation plan:  Preliminary jurisdictional determination for each proposed site  Selection of alternative sites  Coordination of alternative sites with the COUNTY/all environmental agencies  Written narrative listing potential sites with justifications for both recommended and non- recommended sites. 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 Regulatory Agency Support The CONSULTANT shall provide regulatory agency support which may include but is not limited to preparing: a Statement of Findings or Memorandum for the Record; Public Notice; Findings of Fact; and Biological Opinion. 8.13 Technical Support to the COUNTY for Environmental Clearances and Re-evaluations (use when CONSULTANT provides technical support only) 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 has been approved. These changes include but are not limited to pond or mitigation sites identified, land use or environmental changes, and major design changes. 8.13.1 NEPA or SEIR Re-evaluation During the development of the final design plans, the CONSULTANT shall be responsible for coordinating with the COUNTY Project Manager to provide necessary engineering information required in the preparation of the re-evaluation by the COUNTY. The preparation of environmental re-evaluations includes those as listed in Part 1, Chapter 13 of the FDOT’s PD&E Manual: Right of Way, Design Change, and Construction Advertisement. Page 1484 of 3580 Re-evaluations will be completed in accordance with Part 1, Chapter 13 of the PD&E Manual. 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 COUNTY Project Manager with engineering information on major design changes including changes in typical section, roadway alignment, pond site selection, right of way requirements, bridge to box culvert, drainage, and traffic volumes that may affect noise models. 8.13.2 Archaeological and Historical Resources The CONSULTANT shall provide necessary technical information to the COUNTY Project Manager 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 the COUNTY Project Manager 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 the COUNTY Project Manager 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 the COUNTY Project Manager 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 Contamination Impact Analysis 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 Project Manager and District Contamination Impact Coordinator. The draft Level 1 Contamination Screening Evaluation document shall be submitted to the COUNTY 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. 8.14.1 NEPA or SEIR Re-evaluation During the development of the final design plans, the CONSULTANT shall be responsible for collecting the data and preparing a 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 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 Other Environmental Permits 8.16 Asbestos Survey The COUNTY will provide asbestos and metal-based coatings survey services. Page 1485 of 3580 If asbestos or metal based coatings above threshold levels are found on the bridge(s), the CONSULTANT shall coordinate with the COUNTY Project Manager to obtain plan notes, general notes, specifications, pay item notes, and Operation and Maintenance (O&M) plan for any asbestos to remain in place. 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 Structures Quantities for EQ Report 9.9 Cost Estimate 9.10 Technical Special Provisions and Modified Special Provisions 9.11 Field Reviews 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 – N/A The CONSULTANT shall prepare a Bridge Development Report (BDR). The BDR shall be submitted as part of the Phase I (30%) Roadway Submittal, General Requirements. General Requirements 10.1 Bridge Geometry 10.2 Ship Impact Data Collection 10.3 Ship Impact Criteria Superstructure Alternatives 10.4 Short-Span Concrete 10.5 Medium-Span Concrete 10.6 Long Span Concrete 10.7 Structural Steel Foundation and Substructure Alternatives Page 1486 of 3580 10.8 Pier/Bent 10.9 Shallow Foundations / GRS Abutments 10.10 Deep Foundations Movable Span 10.11 Data Collection and Design Criteria 10.12 Movable Span Geometrics and Clearances 10.13 Deck System Evaluation 10.14 Framing Plan Development 10.15 Main Girder Preliminary Design 10.16 Conceptual Span Balance/Counterweight 10.17 Support System Development 10.18 Drive Power Calculations 10.19 Drive System Development 10.20 Power and Control Development 10.21 Conceptual Pier Design 10.22 Foundation Analysis (FL PIER) 10.23 Tender Visibility Study Other BDR Issues 10.24 Aesthetics 10.25 TTCP/Staged Construction Requirements 10.26 Constructability Requirements 10.27 Load Rating for Damaged/Widened Structures 10.28 Quantity and Cost Estimates 10.29 Quantity and Cost Estimates - Movable Span 10.30 Wall Type Justification Report Preparation 10.31 Exhibits 10.32 Exhibits - Movable Span 10.33 Report Preparation 10.34 Report Preparation - Movable Span 10.35 BDR Submittal Package Preliminary Plans (To be included in the BDR) 1. General Notes Sheets 2. Plan and Elevation Sheets 3. Construction Staging 4. Superstructure Section Sheets 5. Substructure Section Sheets 6. Report of core borings 7. Preliminary foundation layouts 8. Wall Layout Sheets Preliminary Geotechnical investigations Report shall be included as part of the BDR preparation. 11 STRUCTURES - TEMPORARY BRIDGE – N/A The CONSULTANT shall prepare plans for Temporary Bridge(s) at the location(s) specified in Section 2.5. The CONSULTANT shall contact COUNTY Project Manager to determine the type and availability of temporary before deciding on the temporary bridge type to be used. General Layout Design and Plans 11.1 Overall Bridge Final Geometry 11.2 General Plan and Elevation 11.3 Miscellaneous Details Page 1487 of 3580 End Bent Design and Plans 11.4 End Bent Structural Design 11.5 End Bent Details Intermediate Bent Design and Plans 11.6 Intermediate Bent Structural Design 11.7 Intermediate Bent Details Miscellaneous Substructure Design and Plans 11.8 Foundation Layout 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE – N/A 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 End Bent Design and Plans 12.7 End Bent Geometry 12.8 End Bent Structure Design 12.9 End Bent Plan and Elevation 12.10 End Bent Details Intermediate Bent Design and Plans 12.11 Bent Geometry 12.12 Bent Stability Analysis 12.13 Bent Structural Design 12.14 Bent Plan and Elevation 12.15 Bent Details Miscellaneous Substructure Design and Plans 12.16 Foundation Layout Superstructure Design and Plans 12.17 Finish Grade Elevation Calculation 12.18 Finish Grade Elevations Cast-In-Place Slab Bridges 12.19 Bridge Deck Design 12.20 Superstructure Plan 12.21 Superstructure Section and Details Prestressed Slab Unit Bridges 12.22 Prestressed Slab Unit Design 12.23 Prestressed Slab Unit Layout 12.24 Prestressed Slab Unit Details and Schedule 12.25 Deck Topping Reinforcing Layout 12.26 Superstructure Section and Details Reinforcing Bar Lists 12.27 Preparation of Reinforcing Bar List Load Rating 12.28 Load Rating 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE – N/A Page 1488 of 3580 The CONSULTANT shall prepare plans for Medium Span Concrete Bridge(s) at the location(s) specified in Section 2.5. General Layout Design and Plans 13.1 Overall Bridge Final Geometry 13.2 Expansion/Contraction Analysis 13.3 General Plan and Elevation 13.4 Construction Staging 13.5 Approach Slab Plan and Details 13.6 Miscellaneous Details End Bent Design and Plans 13.7 End Bent Geometry 13.8 Wingwall Design and Geometry 13.9 End Bent Structural Design 13.10 End Bent Plan and Elevation 13.11 End Bent Details Intermediate Bent Design and Plans 13.12 Bent Geometry 13.13 Bent Stability Analysis 13.14 Bent Structural Design 13.15 Bent Plan and Elevation 13.16 Bent Details Pier Design and Plans 13.17 Pier Geometry 13.18 Pier Stability Analysis 13.19 Pier Structural Design 13.20 Pier Plan and Elevation 13.21 Pier Details Miscellaneous Substructure Design and Plans 13.22 Foundation Layout Superstructure Deck Design and Plans 13.23 Finish Grade Elevation (FGE) Calculation 13.24 Finish Grade Elevations 13.25 Bridge Deck Design 13.26 Bridge Deck Reinforcing and Concrete Quantities 13.27 Diaphragm Design 13.28 Superstructure Plan 13.29 Superstructure Section 13.30 Miscellaneous Superstructure Details Reinforcing Bar Lists 13.31 Preparation of Reinforcing Bar List Continuous Concrete Girder Design 13.32 Section Properties 13.33 Material Properties 13.34 Construction Sequence 13.35 Tendon Layouts 13.36 Live Load Analysis 13.37 Temperature Gradient 13.38 Time Dependent Analysis 13.39 Stress Summary 13.40 Ultimate Moments 13.41 Ultimate Shear 13.42 Construction Loading 13.43 Framing Plan 13.44 Girder Elevation, including Grouting Plan and Vent Locations 13.45 Girder Details 13.46 Erection Sequence Page 1489 of 3580 13.47 Splice Details 13.48 Girder Deflections and Camber Simple Span Concrete Design 13.49 Prestressed Beam 13.50 Prestressed Beam Schedules 13.51 Framing Plan Beam Stability 13.52 Beam/Girder Stability Bearing 13.53 Bearing Pad and Bearing Plate Design 13.54 Bearing Pad and Bearing Plate Details Load Ratings 13.55 Load Ratings 14 STRUCTURES - STRUCTURAL STEEL BRIDGE – N/A 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE – N/A 16 STRUCTURES - MOVABLE SPAN – N/A 17 STRUCTURES – RETAINING WALLS General Requirements 17.1 Key Sheet 17.2 Horizontal Wall Geometry Permanent Proprietary Walls 17.3 Vertical Wall Geometry 17.4 Semi-Standard Drawings 17.5 Wall Plan and Elevations (Control Drawings) 17.6 Details Temporary Proprietary Walls 17.7 Vertical Wall Geometry 17.8 Semi-Standard Drawings 17.9 Wall Plan and Elevations (Control Drawings) 17.10 Details Cast-In-Place Retaining Walls 17.11 Design 17.12 Vertical Wall Geometry 17.13 General Notes 17.14 Wall Plan and Elevations (Control Drawings) 17.15 Sections and Details 17.16 Reinforcing Bar List Other Retaining Walls and Bulkheads 17.17 Design 17.18 Vertical Wall Geometry 17.19 General Notes, Tables and Miscellaneous Details 17.20 Wall Plan and Elevations 17.21 Details General Requirements 18 STRUCTURES – MISCELLANEOUS The CONSULTANT shall prepare plans for Miscellaneous Structure(s) as specified in Section 2.5. Concrete Box Culverts 18.1 Concrete Box Culverts 18.2 Concrete Box Culverts Extensions 18.3 Concrete Box Culvert Data Table Plan Sheets 18.4 Concrete Box Culvert Special Details Plan Sheets Page 1490 of 3580 Strain Poles 18.5 Steel Strain Poles 18.6 Concrete Strain Poles 18.7 Strain Pole Data Table Plan Sheets Mast Arms 18.8 Strain Pole Special Details Plan Sheets Mast Arms 18.9 Mast Arms 18.10 Mast Arms Data Table Plan Sheets 18.11 Mast Arms Special Details Plan Sheets Overhead/Cantilever Sign Structure 18.12 Cantilever Sign Structures 18.13 Overhead Span Sign Structures 18.14 Special (Long Span) Overhead Sign Structures 18.15 Monotube Overhead Sign Structure 18.16 Bridge Mounted Signs (Attached to Superstructure) 18.17 Overhead/Cantilever Sign Structures Data Table Plan Sheets 18.18 Overhead/Cantilever Sign Structures Special Details Plan Sheets High Mast Lighting 18.19 Non-Standard High Mast Lighting Structures 18.20 High Mast Lighting Special Details Plan Sheets Noise Barrier Walls (Ground Mount) 18.21 Horizontal Wall Geometry 18.22 Vertical Wall Geometry 18.23 Summary of Quantities – Aesthetic Requirements 18.24 Control Drawings 18.25 Design of Noise Barrier Walls Covered by Standards 18.26 Design of Noise Barrier Walls not Covered by Standards 18.27 Aesthetic Details Special Structures 18.28 Fender System 18.29 Fender System Access 18.30 Special Structures 18.31 Other Structures 18.32 Condition Evaluation of Signal and Sign Structures, and High Mast Light Poles 18.33 Condition Evaluation of Signal and Sign Structures, and High Mast Light Poles (No As built or Design Plans Available) 18.34 Analytical Evaluation of Signal and Sign Structures, and High Mast Light Poles Concrete Box Culverts 18.35 ncillary Structures Report 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 The CONSULTANT shall perform all effort required for field data collection, and investigation in accordance with the FDOT Manual on Uniform Traffic Studies. The CONSULTANT shall submit the signed and sealed report to the COUNTY for review and approval. 19.3 Signing and Pavement Marking Master Design File The CONSULTANT shall prepare the Signing & Marking Design file to include all necessary design elements and all associated reference files. Page 1491 of 3580 19.4 Multi-Post Sign Support Calculations The CONSULTANT shall determine the appropriate column size from the DEPARTMENT'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 The CONSULTANT shall analyze and document Lighting/Electrical Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The CONSULTANT shall prepare a photometric analysis to be submitted as part of the Lighting Design Analysis Report. An analysis shall be provided for each new and/or modified sign panel which requires lighting. The CONSULTANT shall submit voltage drop calculations and load analysis for each new and/or modified sign panel which requires lighting. 19.7 S&PM Quantities for EQ Report The CONSULTANT shall determine signing and pavement marking pay items and quantities and the supporting documentation. 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 & Signature Sheet 20.2 General Notes/Pay Item Notes 20.3 Project Layout 20.4 Plan Sheet 20.5 Special Details 20.6 Service Point Details 20.7 Guide Sign Data 20.8 Cross Sections (Sign Installations) 20.9 Quality Assurance/Quality Control 20.10 Special Service Point Details as required 20.11 Special Details 20.12 Interim Standards 20.13 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. 20.14 Supervision 21 SIGNALIZATION ANALYSIS – N/A Page 1492 of 3580 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 The CONSULTANT shall perform all efforts 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 The Collier County Traffic Operations 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 – N/A 21.7 Overhead 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 Signalization Quantities for EQ Report The CONSULTANT shall determine signalization pay items and quantities and the supporting documentation. 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. Any additional Technical Special Provisions (must be approved by Traffic Operations Engineers) 21.14 Field Reviews 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:  Existing Signal and Pedestrian Phasing  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 Page 1493 of 3580 22 SIGNALIZATION PLANS – N/A The CONSULTANT shall prepare a set of Signalization Plans in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums, which includes the following: 22.1 Key Sheet 22.2 Signature Sheet 22.3 Tabulation of Quantities 22.4 General Notes/Pay Item Notes 22.5 Signalization Plan Sheets 22.6 Interconnect Plans 22.7 Traffic Monitoring Site 22.8 Guide Sign Data 22.9 Special Details 22.10 Service Point Details 22.11 Mast Arm/Monotube Tabulation Sheet 22.12 Strain Pole Schedule 22.13 TTCP Signal 22.14 Temporary Detection Sheet 22.15 Utility Conflict Sheet 22.16 Interim Standards 22.17 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. 22.18 Supervision 23 LIGHTING ANALYSIS The CONSULTANT shall analyze and document Lighting Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 23.1 Lighting Justification Report The CONSULTANT shall prepare a Lighting Justification Report. The report shall be submitted under a separate cover with the Phase I plans submittal, titled Lighting Justification Report. The report shall provide analyses for mainlines, interchanges, and arterial roads and shall include all back-up data such that the report stands on its own. Back up data shall include current ADT's, general crash data average cost from the Florida Highway Safety Improvement Manual, crash details data from the last three years, and preliminary lighting calculations. The report shall address warrants to determine if lighting warrants are met and shall include a benefit-cost analysis to determine if lighting is justified. The report shall include calculations for the night-to-day crash ratio as well as a table summarizing the daytime and the night-time crashes. The report shall follow the procedures outlined in the FDOT Manual on Uniform Traffic Studies (MUTS) manual which utilizes ADT, Three Year Crash Data, night/day crash ratio, percentage of night ADT, etc. 23.2 Lighting Design Analysis Report (LDAR) The CONSULTANT shall prepare a Preliminary Lighting Design Analysis Report in accordance with the requirements of the FDOT Design Manual. The report shall be submitted under a separate cover with the Phase II plans submittal. After approval of the preliminary report, the CONSULTANT shall submit a revised report for each submittal. 23.3 Voltage Drop Calculations The CONSULTANT shall submit voltage drop calculations showing the equation or equations used along with the number Page 1494 of 3580 of luminaries per circuit, the length of each circuit, the size conductor or conductors used and their ohm resistance values. The voltage drop incurred on each circuit (total volts and percentage of drop) shall be calculated, and all work necessary to calculate the voltage drop values for each circuit should be presented in such a manner as to be duplicated by the COUNTY. The Voltage Drop Calculations shall be submitted as part of the Lighting Design Analysis Report. 23.4 FDEP Coordination and Report 23.5 Reference and Master Design Files The CONSULTANT shall prepare the Lighting Design file to include all necessary design elements and all associated reference files. 23.6 Temporary Highway Lighting The CONSULTANT shall develop a Temporary Highway Lighting design and, when required, a Temporary Highway Lighting design file. The Temporary Highway Lighting design must account for all phases of the TTCP and includes the analysis, calculations, and placement of luminaires, supports, conductors, conduits, pull boxes, and electrical power service. 23.7 Design Documentation The CONSULTANT shall submit a Design Documentation with each plans submittal under a separate cover and not part of the roadway documentation book. At a minimum, the design documentation shall include:  Phase submittal checklist.  Structural calculations for special conventional pole concrete foundations.  Correspondence with the power company concerning new electrical service. 23.8 Lighting Quantities for EQ Report The CONSULTANT shall determine lighting pay items and quantities and the supporting documentation. 23.9 Cost Estimate 23.10 Technical Special Provisions and Modified Special Provisions 23.11 Other Lighting Analysis 23.12 Field Reviews 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:  Existing Lighting Equipment  Load Center, Capabilities and Condition/Age  Condition of Lighting Structure(s)  Verification of horizontal clearances  Verification of breakaway requirements 23.13 Technical Meetings 23.14 Quality Assurance/Quality Control 23.15 Independent Peer Review 23.16 Supervision 23.17 Coordination 24 LIGHTING PLANS The CONSULTANT shall prepare a set of Lighting Plans in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 24.1 Key Sheet & Signature Sheet 24.2 General Notes/Pay Item Notes 24.3 Pole Data, Legend & Criteria 24.4 Project Layout 24.5 Plan Sheets 24.6 Special Details 24.7 Service Point Details 24.8 Temporary Highway Lighting Plan Sheets 24.9 Quality Assurance/Quality Control Page 1495 of 3580 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. 24.10 Supervision 25 LANDSCAPE ANALYSIS – N/A 26 LANDSCAPE PLANS – N/A 27 SURVEY 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) methods. 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 Designation includes 2-dimensional collection of existing utilities and selected 3-dimensional verification as needed for Page 1496 of 3580 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 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 Page 1497 of 3580 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 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 or their representative. 27.31 Supplemental Surveys Supplemental survey days and hours are to be approved in advance by DS or DLS. 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 Department. 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. Page 1498 of 3580 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 and FDOT 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. 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. A Closure Report will be certified by the licensed land surveyor and submitted with or on the Sketch and Description. All Sketches accompanying Descriptions shall include 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 depicted thereon. Obtaining any Title Searches that may be required is the responsibility of the CONSULTANT. 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 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 making adjustments 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 city/county limit lines. Sheet Files 29.10 Control Survey Cover Sheet 29.11 Control Survey Key Sheet 29.12 Control Survey Detail Sheet 29.13 Right of Way Map Cover Sheet 29.14 Right of Way Map Key Sheet 29.15 Right of Way Map Detail Sheet 29.16 Maintenance Map Cover Sheet 29.17 Maintenance Map Key Sheet 29.18 Maintenance Map Detail Sheet 29.19 Reference Point Sheet 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 Page 1499 of 3580 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 Miscellaneous Surveys and Sketches 29.22 Parcel Sketches 29.23 TIITF Sketches 29.24 Other Specific Purpose Survey(s) 29.25 Boundary Survey(s) Map 29.26 Right of Way Monumentation Map 29.27 Title Search Map 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 This task is to cover efforts resulting from major design and/or development changes after 60% map development that affect the right of way requirements/parent tract property lines and may include any number of tasks. Request and approval to utilize the Supplemental Mapping hours will be in writing and approved by the COUNTY project manager prior to any work being done under this task. 30 TERRESTRIAL MOBILE LiDAR – N/A 31 ARCHITECTURE DEVELOPMENT – N/A 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE – N/A The CONSULTANT shall fulfill the commitments resulting from the traffic noise analysis and noise barrier evaluation performed during the Project Development and Environment (PD&E) Phase, as directed and clarified by the COUNTY. The noise analysis shall be performed in accordance with the FDOT's Noise Policy (Part 2, Chapter 17 of the FDOT's PD&E Manual) and the FDOT's Traffic Noise Modeling and Analysis Guidelines. The noise analysis and noise abatement evaluation shall be performed by or supervised/reviewed by a person(s) who has attended the Department's Traffic Noise Analysis training course or has attended and successfully completed the National Highway Institute's Highway Traffic Noise Course (FHWA-NHI-142051). The Federal Highway Administration (FHWA) approved noise model, the Traffic Noise Model (TNM) Version 2.5 (or most current version) shall be used for the noise analysis, unless otherwise directed by the COUNTY. 32.1 Noise Analysis The CONSULTANT shall review the preferred PD&E alternative to identify any design changes that would require a reanalysis of traffic noise. Coordination will be held with the District Environmental Management Office, prior to initiating any reanalysis, to discuss possible effects of design changes on the validity of in the noise study performed during PD&E. The CONSULTANT shall perform a land use review to identify noise sensitive sites that may have received a building permit subsequent to the PD&E noise study but prior to the Date of Public Knowledge (DPK), or to identify areas where the land use may have changed or is subject to change. New noise sensitive sites meeting DPK requirements that were not considered during the PD&E phase will be subject to a traffic noise analysis to be performed by the CONSULTANT. Additionally, noise sensitive sites analyzed in the PD&E phase may have to be re-analyzed if affected by design changes. The CONSULTANT shall review any commitments made during the PD&E phase regarding possible traffic noise impacts to special use locations. Analysis of special use locations shall be performed using the FDOT's "A Method to Determine Reasonableness and Feasibility of Noise Abatement at Special Use Locations" document and shall be coordinated with the District Environmental Management Office. Page 1500 of 3580 The CONSULTANT shall review the commitments made during the PD&E phase regarding noise barrier concepts determined to be potentially feasible and reasonable. The CONSULTANT will update the analysis of feasibility and reasonableness for noise barriers recommended for further consideration during the design phase and for any additional noise barriers required, using design information (e.g., profile data, horizontal alignment data, etc.) and incorporate into the analysis any new conditions or additional costs related to noise barrier construction that have been identified during design. A design phase noise analysis will be performed at any additional locations required (based on DPK requirements or roadway design changes). Additional survey may also be required at proposed barrier locations. Changes to, or fulfillment of, the original noise abatement commitments made during PD&E shall be documented in a Noise Study Report (NSR) Addendum to be prepared by the CONSULTANT in coordination with the District Environmental Management Office. A copy of the final NSR Addendum shall be provided to the District Environmental Management Office. Traffic Data: The CONSULTANT shall review the traffic data obtained during the PD&E phase to determine if the data remains valid for design phase reanalysis. If the traffic data is no longer valid, the CONSULTANT shall provide to the noise analyst the following data for each road segment (i.e. intersection to intersection) for the design year with the proposed improvements to the road:  Level of Service C (LOS C) directional volumes  Demand peak hour volumes (peak and off-peak directions)  Posted speed  Percentage of heavy trucks (HT) in the design hour  Percentage of medium trucks (MT) in the design hour  Percentage of buses in the design hour  Percentage of motorcycles (MC) in the design hour Except for LOS C volumes, the data above shall also be provided for all interchange/highway ramps. The COUNTY Project Manager may also identify cross streets for which the same data is necessary. (i.e., a cross street for which noise sensitive sites are in close proximity to the project). The CONSULTANT shall contact the COUNTY Project Manager for direction on the format to be used for providing the traffic data and any requirements regarding approval of the data prior to its use for noise analysis. The traffic data to be used in the noise analysis must be generated by a qualified traffic engineer/planner who works for the COUNTY or is a COUNTY consultant. 32.2 Noise Barrier Evaluation The CONSULTANT will present the data along with recommendations to the COUNTY for selection of the noise barrier's locations, barriers heights and lengths to be incorporated into the design plans. These recommendations shall consider the noise barrier feasibility and reasonableness. An evaluation of proposed noise barriers will be performed to identify any engineering conflicts or constraints. The CONSULTANT will be responsible for documenting any resolutions to engineering conflicts or issues that require modification to or preclude construction of a noise barrier. At a minimum, the engineering review will consider the following:  Right of way needs including access rights (air, light, view, ingress/egress, outdoor advertising conflicts)  Limited access issues  Necessary construction and maintenance easements  Safety issues (e.g., line of sight)  Maintenance issues  Structural and vegetative restrictions within easement  Utility conflicts  Drainage issues  Environmental issues  Other criteria as applicable The CONSULTANT shall re-analyze noise barrier(s) for feasibility and reasonableness and re-establish barrier height and length if design constraints require alteration in a barrier's location or dimensions. After reestablishing the recommended height and length of the barrier(s), the CONSULTANT shall coordinate with design engineers and the COUNTY Project Manager to include the barrier(s) on the design plans. In addition, the CONSULTANT will present a memo to the COUNTY Project Manager containing a recommendation for selection of the barrier height and Page 1501 of 3580 length to be carried forward for public input. This recommendation shall consider amount of noise reduction provided, engineering constraints and cost (reasonableness). In addition, the CONSULTANT will also consider the overall visual appearance in relation to the existing and proposed site conditions. This includes smoothing the profile along the top of a noise barrier to the extent possible while minimizing any loss in the amount of noise reduction provided and extending the ends of a noise barrier to cover additional receivers. Extending the ends of a noise barrier will not exceed the cost criteria and will only be performed when it is appropriate and in the public interest. 32.3 Public Involvement If noise barriers are determined to be feasible and cost reasonable, the CONSULTANT shall carry out the public involvement and surveys necessary to report to the COUNTY whether or not the majority of the impacted and/or benefited receptors desire the construction of a noise barrier. Input shall also be obtained from the public regarding barrier aesthetics (color and texture) on one or both sides of the barrier. The CONSULTANT shall be responsible for coordinating with local government officials. As a minimum, the following tasks shall be completed by the CONSULTANT for public involvement purposes:  Identification of impacted and/or benefited property owners  Identification of renters and non-residing property owners (for a property that may be rented)  Preparation of a mailing list (property owners, renters and non-residing property owners)  Preparation of a summary package (including an information letter, aerial showing the noise barrier location and a survey form to document the recipients position to be sent to property owners, and occupants/non-residing property owners informing them of the proposed noise barrier  If necessary, preparation of additional mailings and/or door-to-door/telephone surveys until a majority decision is obtained or until directed by the COUNTY Project Manager  Tallying of survey results  Noise barrier aesthetics coordination  Public meetings coordination (including arranging the meeting location, advertisements, displays, etc.)  Responding to public inquiries on an individual basis in coordination with the COUNTY. The CONSULTANT shall bring to the attention of the COUNTY unforeseen conditions and issues which are relevant to the project decision. Other than noise barrier length, height and location, the CONSULTANT shall abstain from indicating preferences for any of the barrier options prior to or during contact with the property owners unless specifically requested to do so by the COUNTY. Following the public involvement process, the CONSULTANT shall produce a final noise barrier recommendation that identifies the starting and ending points for all noise barriers, the top elevation(s), and the aesthetic elements to be provided (e.g. - color, texture, graphics). 32.4 Outdoor Advertising Identification The CONSULTANT shall identify potential noise barriers that may block the view of an existing lawfully erected sign that is governed by and conforms to state and federal requirements for land use, size, height and spacing consistent with the requirements of Florida Statute (FS) 479.25 and the FDOT Noise Policy (Part 2, Chapter 17 of the PD&E Manual). The CONSULTANT shall notify the COUNTY’S Project Manager of a potential noise barrier(s) that may affect the visibility of a legally permitted outdoor advertising sign. Resolution of the potential conflict shall be documented in the NSR and included in the environmental document. 32.5 Noise Study Report (NSR) Addendum The results of noise barrier evaluations performed by the CONSULTANT shall be documented in the NSR Addendum (in accordance with Chapter 264 of the FDOT Design Manual (FDM)) and shall include the results of the computer modeling (electronically), public involvement activities and final noise abatement commitments. 32.6 Technical Meetings Prior to proceeding with the noise barrier analysis, the CONSULTANT shall discuss and coordinate with the appropriate COUNTY Project Manager and the COUNTY Environmental Management Office staff. The purpose of this discussion will be for the COUNTY to provide the CONSULTANT with all pertinent project information and to confirm the methodologies to be used to conduct the noise analysis. This meeting is mandatory and should occur after the Notice to Proceed is given to the CONSULTANT. It is the responsibility of the CONSULTANT to undertake the necessary action (e.g. phone calls, meetings, correspondence, etc.) to ensure that COUNTY Project Manager is kept informed of the noise analysis efforts so that these tasks are accomplished in a manner that will enhance the overall success of the project. 32.7 Quality Assurance/Quality Control QA/QC reviews will be performed for all NSR Addendums submitted to the COUNTY. Documentation of the QA/QC will be provided to the COUNTY Project Manager. Page 1502 of 3580 The CONSULTANT shall ensure that the noise barrier(s) location(s), length, height and aesthetics as shown on the final design plans are consistent with the results of the noise barrier evaluation and recommendation documented in the original NSR and/or the NSR Addendum. 32.8 Supervision 32.9 Coordination 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS The CONSULTANT shall analyze and document Intelligent Transportations System (ITS) Analysis Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, existing ITS standard operating procedures, ITS master and strategic plans, Florida's SEMP guidelines, National, statewide and/or regional ITS architectures, and current design bulletins. 33.1 ITS Analysis The CONSULTANT shall review the approved preliminary engineering report, typical section package, traffic technical memorandum and proposed geometric design alignment to identify impacts to existing ITS components (if applicable) and proposed ITS field device placements. The CONSULTANT shall review all related District ITS plans and documentation for the project corridor to ensure all cited ITS elements are included in this project, and develop a Concept of Operations (ConOps), Project Systems Engineering Management Plan (PSEMP), RTVM, and other documents as necessary for conformance with Federal Highway Administration (FHWA) requirements. The CONSULTANT shall use applicable COUNTY and FDOT requirements and guidelines, including, but not limited to, the FDM, Standard Plans, and Standard Specifications for Road and Bridge Construction in the design of ITS. The CONSULTANT design is expected to include the following attributes, facilities, infrastructure, ITS devices, systems, and associated work: [Insert project specifics (e.g. TMC facilities; communication system design; SunGuide software system installation or expansion; deployment of ITS device such as DMS, CCTV cameras, vehicle detection systems, etc.)] CCTV camera system shall provide 100 percent coverage of all mainline lanes, entrance and exit ramps, interchanges (includes view of crossing arterials), blind spots (such as those caused due to existing and proposed bridges, existing and proposed signage, vegetation, and horizontal and vertical curvatures). Cameras shall be spaced to meet the Project requirements, guidance from the ConOps, and as approved by the COUNTY. Vehicle detection devices shall be spaced as required to meet the Project requirements (speed, volume, and occupancy detection), guidance from the ConOps and as approved by the COUNTY. Both expressway and arterial dynamic message signs (DMS) shall be located to meet the Project requirements, guidance from the ConOps, and as approved by the COUNTY. All FDOT FDM requirements shall be met for DMS locations. DMS locations shall be designed in conjunction with the Project’s master signing design. The CONSULTANT shall review the existing TMC Operations and develop additional incident management service requirements as necessary to support during the Construction Phase of the Project. The CONSULTANT shall coordinate with COUNTY and the District’s Traffic Operations ITS Office for additional information regarding existing Incident Management and TMC Operational Procedures (If desired by the COUNTY or District). All ITS devices shall be compatible with the latest version of the National Transportation Communications for ITS Protocol (NTCIP) and compatible with SunGuide software platform. The CONSULTANT shall design the project such that all ITS field devices and ancillary components comply with FDOT’s Approved Product List (APL) and are supported within the SunGuide software or other software approved by the COUNTY. Closed Circuit Television (CCTV) Camera Assembly The CONSULTANT shall be responsible for the design and exact field locations for the camera assemblies. The camera subsystem shall provide overlapping coverage to overcome visual blockage. Camera assemblies may include a camera lowering device (CLD). The camera subsystem shall be designed to provide additional benefits such as the monitoring of DMS operations and security surveillance of critical infrastructure elements. A stand-alone DMS confirmation camera shall be designed and installed to support TMC operations to verify and confirm the posted DMS messages (if desired by the COUNTY). The position, height, and design of each camera pole shall be finalized during the design phase of the project. Each site shall be designed for overall monitoring capability, as well as designed to provide safe and effective maintenance conditions. The camera assembly deployment shall be designed to provide fields of view that give the required corridor coverage. The CONSULTANT shall determine the camera location by performing a videography study at each proposed camera site. The study shall include video at the proposed camera location and elevation with respect to the roadway elevation. The CONSULTANT shall identify the final number and locations of the camera assemblies based on the videography study. The camera system design shall ensure that the video quality is not degraded due to wind or vibration. The CONSULTANT shall be responsible for the design of the poles and foundations to minimize the potential for vibration. The CONSULTANT shall prepare cross section plan sheets showing details of horizontal and vertical clearances of the proposed equipment with Page 1503 of 3580 identified utilities. The CONSULTANT shall be responsible for the design of the grounding and lightning protection system based on FDOT criteria. The CCTV camera assembly shall comply with the latest version of FDOT Standard Specifications for Road and Bridge Construction, Supplemental Specification 682. Vehicle Detection Subsystem The CONSULTANT shall select vehicle detection technology to meet the Project needs, ConOps requirements, and as approved by the COUNTY. The CONSULTANT shall be responsible for the design of a non-intrusive vehicle detection subsystem for the roadway facilities. The detectors shall be positioned near other ITS field device infrastructure including the fiber-optic splice vaults when feasible to reduce cost. Final detection station locations shall be based on a number of location variables identified during the design phase. The vehicle detection subsystem shall collect and process volume, speed and occupancy data on a lane-by-lane basis for the corridor mainlines, in both directions of travel. The data will be used by the TMC for functions including detecting incidents, determining travel times, estimating traffic conditions for dissemination to travelers, sharing information with other agencies, and data archiving for transportation planning and historical data analysis. The vehicle detection subsystem shall allow for connectivity to the TMC. Vehicle detectors must meet the Project requirements under all environmental and traffic conditions expected for the corridors. The detection system shall produce accurate volume, speed and occupancy data for all corridor traffic operation conditions. The CONSULTANT design must limit the likelihood of occlusions, other blocking of vehicles and adjacent lanes detection that degrade the detection system performance below specified accuracy. Design the system so that signs, walls, guardrails, and other physical elements do not degrade detection performance. The system shall allow remote configuration, calibration, monitoring, and diagnostic of real-time traffic activities from a remote location, such as the TMC, using the FDOT SunGuide central software and software provided by the detection system vendor. The CONSULTANT shall determine the exact location of the field devices to meet the desired coverage and functional requirements of vehicle detectors. The detector and associated cabinet locations shall be identified by the CONSULTANT. The CONSULTANT will coordinate and perform a detailed site survey with a factory trained and certified representative of the detection system manufacturer being proposed in their design. The site survey must confirm that the design does not exceed the operational capabilities of the proposed detection technology or device. The CONSULTANT shall be responsible for the design of a vehicle detection system that allows travel times to be automatically calculated for roadway facilities. The travel time system may utilize a variety of vehicle detection systems, including loop, video, microwave, wireless magnetometer, and Automatic Vehicle Identification (AVI) systems. The system shall utilize the project communications backbone in order to collect and distribute travel time data to the TMCs. When utilizing transponders, they will be read by AVI reader equipment placed at checkpoints along the roadway. As a transponder passes a checkpoint, its data shall be acquired by the AVI system. The AVI system shall automatically add the time, date, transponder reading antenna number, and the antenna location to the transponder identification code and store the data. Systems that rely upon transponders shall utilize supplemental toll tag readers placed at appropriate existing device locations as applicable, as well as interchanges and at intermediate locations throughout the project as required to provide the required coverage to satisfy travel time measurement requirements. Using the designed communications, the transponder information shall be forwarded to the TMC for further processing. The CONSULTANT shall coordinate all design efforts for use of SunPass AVI transponders with the Florida’s Turnpike Enterprise (FTE) Tolls group. The vehicle detection system utilized shall comply with the latest version of FDOT Standard Specifications for Road and Bridge Construction, Specification 660. Dynamic Message Sign Subsystem – As needed. The CONSULTANT shall be responsible for the design of the DMS subsystem for the roadway facilities. The position of each DMS shall be finalized during the design phase of the project. The CONSULTANT shall select DMS technology, type, and display to meet the Project requirements and ConOps requirements. The CONSULTANT shall locate the DMS to satisfy the required sign functionality and to provide the required visibility of the signs. The project communications system shall enable full control of the DMS from the TMC facilities. All DMS hardware, software and related infrastructure components shall be fully compatible with SunGuide software. All DMS shall include a dedicated confirmation camera that allows for visual verification of the messages posted on the DMS by a TMC Operator (if desired by the COUNTY). The CONSULTANT shall design support structures to accommodate the specified DMS to meet the design functional, Page 1504 of 3580 operational, and maintenance requirements. The DMS shall be designed in accordance with the latest version of FDOT Standard Specifications for Road and Bridge Construction, Supplemental Specification 700. All Highway Signing, including Dynamic Message Signs, shall comply with the latest version of FDOT Standard Specifications for Road and Bridge Construction, Specification 700. Roadway Weather Information Systems (RWIS) -As needed. The CONSULTANT shall develop Technical Special Provisions or Modified Special Provisions for RWIS based upon the unique needs of the project. The CONSULTANT shall ensure that, each RWIS site consists of a remote processing unit (RPU), communication hardware, and determine the site-specific components as required from below: Fog/Smoke Detection Sensor; Classifying Precipitation; Precipitation Occurrence Sensor; Air Temperature/Relative Humidity Sensor; Wind Speed and Direction Sensor; RWIS Tower/Pole Structure, foundation, base, and cabinet with electrical service, and lightning protection & grounding assembly; and, Communication hardware. The RWIS subsystem shall include all hardware, software, and licenses to operate, including SQL database for the TMC and RWIS Central Hardware for TMC. 33.2 Communications Subsystem Analysis See FDM 233.4, 233.5, and 233.8 for communication systems design requirements. The CONSULTANT shall review the existing communication files in GIS or PDF format provided by the COUNTY and or the local highway agencies and create an overall communication map to summarize mapping data associated with the fiber optic conduits and cables connectivity. This provides a communication location-based intelligence for the project and will be used in the communication design. In addition, the CONSULTANT shall include high level overview of how the project corridor(s) are connected to the TMC communication network including the existing and proposed master communication hubs. The CONSULTANT shall develop a communications plan to determine the optimal communications medium for the project corridor. The plan shall be developed prior to submittal of Phase I plans. The plan shall identify communications media alternatives and provide a cost estimate that includes initial, operations and maintenance cost for the life cycle of the communications network. The plan shall ensure that video, voice, and data will be communicated in real-time between center to-field and center-to-center (C2C) nodes as applicable. The communications system design must utilize non- proprietary, open- architecture, standards-based, robust, scalable, and proven technology. The communication plan analysis shall address communication and connections between field devices, communications and connections between field devices and the TMC, center-to-center communications between TMCs, and any other communication links or connections required to meet project goals and ConOps guidance. The plan must include bandwidth analysis and recommendations, needs assessment, and provide recommendations regarding minimum requirements, media, network devices, protocols, network topology, communication redundancy, future needs, spare capacity, and any communications or data sharing with other agencies. The plan must include loss budget analysis and calculations for the optical cable lengths and bandwidth. The CONSULTANT shall provide the calculations confirming the loss budgets are in conformance with allowable values established in the standard specifications. The CONSULTANT shall calculate the loss budgets based on distance, anticipated fusion splices, and connectors to ensure the cabling will work with the links intended to be used. After installation, the loss budget for the cabling is compared to the actual test results during final acceptance to ensure the cable plant is installed properly. For major widening projects where the existing underground fiber optic communication cables and ITS sites are impacted, the CONSULTANT shall review the roadway, drainage, and TTCP plans to analyze and identify the magnitude of impact to the existing ITS infrastructure. The CONSULTANT shall prepare the Maintenance of Communication (MOC) concept that supports the final design in efforts to maintain and sustain center-to-field device connectivity and operability to the existing ITS field devices previously deployed along the project corridor. The MOC analysis shall consider and mitigate the impacts of the project's various construction phases so as to sustain center-to-field devices connectivity and operability in order to maintain operational quality as a minimum at the level provided prior to construction start and minimizing down time of the critical devices. After approval of the plan, the CONSULTANT shall submit a revised plan including a detailed design analysis for each submittal. The CONSULTANT'S communications design shall include multiple redundant paths for each location, which allows for automatic switching of communications path onto a secondary path, if the primary path is impacted (if desired by the District). 33.3 Grounding, Surge Suppression, and Lightning Protection Analysis Page 1505 of 3580 The CONSULTANT shall be responsible for a complete and reliable grounding, surge suppression, and lightning protection design to provide personnel and equipment protection against faults, surge currents and lightning transients. When Standards Plans depicting air terminal device heights above poles or equipment are not available, the height of the air terminal above poles or equipment shall be determined using applicable standards. See FDM 233.3.8 for additional design requirements. 33.4 Power Subsystem See FDM Section 233.3 for ITS Power Design Requirements. The CONSULTANT shall be responsible for an electrical design in accordance with all NEC requirements. No solar power should be utilized as a power solution for the Project unless otherwise approved by the COUNTY. To enhance power reliability, the CONSULTANT shall design a power distribution and backup system consisting of, at a minimum, underground power conduits and conductors, transformers, diesel fuel generators, automatic transfer switches (ATS), uninterruptable power supply (UPS), electrical distribution panel, equipment framing, reinforced concrete pad for the generator, site drainage, site security fencing and security camera (as directed by the COUNTY), power command and control, Ethernet-based Modbus, and ITS Cabinet with Remote Power Management Unit (RPMU), and all associated equipment. The power backup system shall supply electrical power in event of commercial power supply failure for all system components. Power equipment shall be installed in areas to avoid wet locations. All connections and equipment shall be protected from moisture and water intrusion. The CONSULTANT shall ensure that vandal resistant mechanisms for all electrical infrastructure shall be included as part of the Design. The CONSULTANT shall submit the power system design and voltage drop calculations for the power distribution system as part of phase II, III, and IV design submittals. The CONSULTANT shall conduct a short circuit and protection coordination study for the designed power system and document the study as part of the power system design report. 33.5 Voltage Drop Calculations See FDM Section 233.3.6 for voltage drop design requirements. The electrical design shall address allowable voltage drops per the NEC. The CONSULTANT shall submit voltage drop calculations for any electrical circuit providing power to the ITS field devices beyond the electric utility service point. The calculations shall document the length of each circuit, its load, the size of the conductor or conductors and their ohm resistance values and the required voltages from the service point to the respective ITS devices to maintain voltage drops within allowable limits. The voltage drop incurred on each circuit (total volts and percentage of drop) shall be calculated, and all work necessary to calculate the voltage drop values for each circuit should be presented in such a manner as to be duplicated by the COUNTY. Load analysis calculations shall be submitted covering electrical path from all power sources to each ITS site connected to each power source. All voltage drop calculations shall allow for future expansion of ITS infrastructure, if identified in the Project ConOps. 33.6 Design Documentation The CONSULTANT shall submit a Design Documentation Book with each plan submittal under separate cover and not part of the roadway documentation book. At a minimum, the design documentation book shall include:  Quantities and engineers estimate for all applicable items on plans.  Phase submittal checklist.  Three-way quantity check list  Structural calculations for all structures  Power Design Analysis, voltage drop calculations, and load analysis calculations  Correspondences including utility design meeting and conflict resolutions  Electrical Power Service Letter of Confirmation  Subsurface Utility Exploration tables for each ITS support structure 33.7 Existing ITS The CONSULTANT shall research any required legacy system or system components that may be impacted by new work, such as: existing communications; existing types, numbers, locations, models, manufacturers, and age of ITS devices; as- built plans; existing operating software; existing center-to-field devices; and C2C communications and capabilities. The project intelligence files provided by the COUNTY and researched by the CONSULTANT may include the following documents:  Existing ITS field devices compared to the latest FDOT Standards and District requirements: device type, model, manufacturer, capabilities, condition, date installed, and historical maintenance logs. The COUNTY will provide the ITS FM data, when available, to the CONSULTANT upon request.  Condition of support structure(s), and associated mechanical brackets, and vertical hangers.  Electrical power related to the existing demand loads, sizes of the main and branch circuit breakers for the service disconnect, underground or overhead service feeder sizes from the power company transformer to the meter base.  Existing fiber optic allocation as a graphical display of the existing buffer tube for the ITS devices at the Managed Page 1506 of 3580 Field Ethernet Switch points, the buffer allocated for the existing local communication hubs, given number of connections within a corridor while maintaining the maximum number of physical connection on a specific Local Area Network (LAN), and local hubs to existing master communication hubs.  A KMZ file of the existing fiber optic pull and splice boxes, ITS devices, local hubs, power service poles with latitudes and longitudes data.  Underground infrastructure.  Proximity to utilities.  Other field reconnaissance as necessary to develop a complete ITS design package.  33.8 Queue Analysis The CONSULTANT shall perform a queue analysis at high volume interchanges and high frequency conflict / crash locations to determine optimal placement of DMS using project forecasted traffic volumes. This analysis shall be performed prior to submittal of the Phase I plans. The Consultant shall perform other traffic engineering analysis as necessary to ensure that the DMS locations are selected based on optimum message delivery to the motorists. The CONSULTANT shall perform field observation of the existing traffic patterns during the normal peak hours to determine the optimal placement of DMS, ADMS, CCTV cameras, and detection sites. The CONSULTANT shall perform lane closure analysis and determine the time periods where construction activities can be performed. The lane closure analysis shall be performed using the available traffic data. In cases when traffic technical memorandums have been performed by others and are available through the COUNTY, or available from TMC CCTV camera surveillance sites, the CONSULTANT shall use these reports and information in lieu of performing traffic engineering and safety analysis. The CONSULTANT shall coordinate with COUNTY’S Transportation Operations for additional information regarding existing Incident Management and TMC Operational Procedures to address maintenance of ITS and post construction requirements. 33.9 Reference and Master ITS Design File The CONSULTANT shall prepare the ITS design file to include all necessary design elements and the reference files for topo, R/W roadway, utilities files, etc. This effort includes the design and layout of all proposed ITS devices and electrical service points, conduits, pull boxes, conductor sizing, generators, and transformers. All existing ITS infrastructure shall be referenced to the new ITS plan sheets (if applicable). 33.10 Reference and Master Communications Design File The CONSULTANT shall prepare the communication design file to include all necessary design elements and all associated reference files as well as reference files of topo, R/W, roadway, utilities files, existing ITS communications infrastructure, etc. This effort includes design and layout of proposed communications conduit, cabinet, pull boxes, splice boxes, standard route markers, communications plan overview, fiber optic sizing, fiber optic splicing, connections, communications hubs, etc. 33.11 ITS Poles and Overhead Structures Elevation Analysis See FDM Section 233.6 for ITS Poles and Structures design requirements. The CONSULTANT shall evaluate pole elevation requirements and design pole heights to meet the Project requirements including field of view; elimination of occlusion; site access for maintenance vehicles and personnel; access to pole mounted equipment, such as CCTV cameras, traffic detectors, and cabinets; and probability of lightning strike. The CONSULTANT shall coordinate with roadway, structures, and drainage disciplines to confirm that the elevations are updated during various design phases, and the ITS poles and overhead structure details are revised and designed with the correct heights, lengths, foundation depths and sizes. 33.12 DMS Sign Panel Design Analysis The CONSULTANT shall design all ITS signing in conjunction with the Roadway Master Signing. This includes any static sign panel that includes changeable message elements. Expressway and arterial full size DMS shall not be co-located with other static signs. [If desired by the COUNTY]. 33.13 ITS Quantities for EQ Report The CONSULTANT shall determine ITS pay items and quantities and the supporting documentation. 33.14 Cost Estimate The CONSULTANT shall prepare an engineer's cost estimate for the project using historical data from the FDOT or from other Industry sources. The CONSULTANT shall also load the category information, pay items, and quantities into AASHTOWare Project Preconstruction. 33.15 Technical Special Provisions and Modified Special Provisions Page 1507 of 3580 The CONSULTANT shall develop Technical Special Provisions (TSP) and Modified Special Provisions (MSP) for the specific items or conditions of the project that are not addressed in the FDOT's Standard Specifications, Supplemental Specifications and Special Provisions. 33.16 Other ITS Analyses – N/A 33.17 Field Reviews The CONSULTANT shall conduct a field review for the required phase submittals. The review shall identify necessary data for all elements of the project including, but not limited to, the following:  Existing ITS Field Devices as compared with the latest FDOT standards and District requirements  Device Make, Model, Capabilities, Condition / Age, Existence of SunGuide Software Driver  Condition of Structure(s), cabinets, and other above-ground infrastructure and devices  Type of Detection as Compared with Current COUNTY Standards and preferences.  Underground Infrastructure  Proximity of other utilities  Traffic Operations  Any other field reconnaissance as necessary to develop a complete ITS design package 33.18 Technical Meetings The CONSULTANT shall attend meetings as necessary to support the project. 33.19 Quality Assurance / Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of designs, drawings, specifications, and other services and work 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 documentation 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 may be one specifically designed for this project. The CONSULTANT shall utilize the COUNTY’S quality control checklist. The responsible Professional Engineer that performed the Quality Control review shall sign a statement certifying that the review was conducted. The CONSULTANT shall, without additional compensation, correct all errors or deficiencies in their work. 33.20 Supervision The CONSULTANT shall provide all efforts required to supervise all technical design activities. 33.21 Coordination The CONSULTANT shall coordinate with Survey, Geotech, Drainage, Structures, Lighting, Roadway Design, Utilities, municipalities, maintaining agencies and Traffic Operations to produce a final set of construction contract documents and to ensure that a high degree of accuracy for the design plans is achieved. The CONSULTANT shall coordinate with the roadway Utility Adjustment Plan to incorporate all ITS support structural foundations symbols drawn to scale in the Utility Adjustment Plans and attend the utility design meetings conveying the information to all utility owners to preserve the location of the proposed foundations and avoid any conflicts. 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS The CONSULTANT shall prepare a set of ITS Plans in accordance with the FDOT Design Manual that includes the following: 34.1 Key Sheet The CONSULTANT shall prepare the key sheet in accordance with the latest format depicted in the FDM, MUTCD, Standard Specifications, Developmental Specifications and Standard Plans 34.2 Tabulation of Quantities The CONSULTANT shall place pay item numbers, descriptions, quantities and grand totals on the tabulation sheet(s) and provide updating of the tabulation of quantities sheets during the design period. 34.3 General Notes / Pay Item Notes The CONSULTANT shall include all pertinent general notes and pay item notes as deemed fit and as established by the COUNTY. 34.4 Project Layout The CONSULTANT shall prepare plan sheet(s) with an overview of the entire project that include stations and offsets, project limits, intersection locations, ramps, railroads crossings, devices, device identification using SunGuide Page 1508 of 3580 nomenclature, and plan sheet numbering and coverage. 34.5 Typical and Special Details The CONSULTANT shall prepare typical and / or special details for conditions in the project not addressed by the FDOT's Standard Plans for Design, Construction, Maintenance, and Utility Operations on the State Highway System. The CONSULTANT shall prepare special details not addressed by FDOT Standard Plans, including block diagrams, hub cabinets, wiring diagrams, solar power service, and special mounting details, horizontal directional drilling at critical crossings, wireless ethernet equipment for local and broadband communication, Ethernet based Blue Toad, Ramp Signaling System, RSU block diagrams, Power station site plan, Field Equipment Shelters for master hubs, electrical and communication conduit, equipment inside box girders. 34.6 Plan Sheet The CONSULTANT shall prepare the ITS plan sheets utilizing the Design file to include all necessary information related to the project design elements and all associated reference files. The plan sheets shall include general and pay item notes and pay items. The plans shall depict the location of ITS devices and cabinets, pull boxes, splice boxes, conduit runs, electrical service points, conduit, pull boxes, and conductors, and underground and overhead utilities, if applicable. Devices shall be located by station and offset as well as setback from the travel way. The CONSULTANT shall ensure the ITS sites and ground mounted cabinets locations are not in wetlands or wet drainage channels, do not interfere with protected species, meet the OSHA circle of safety from the overhead energized lines, and do not conflict with underground utilities. 34.7 ITS Communications Plans The CONSULTANT shall prepare plans for the communications network. These plans shall consist of block diagrams, splicing diagrams, port assignments, wiring diagrams, and all other information necessary to convey the design concept to the contractor. These plans shall be included in the ITS plan set and be prepared in a manner consistent with immediately adjacent ITS project installations (planned or installed). Communication plans shall include conduit, fiber, pull and splice boxes, ITS devices, communication lateral drops, fiber connection hardware, pay items etc. The communication system shall be an open-architecture, non-proprietary, real-time, multimedia communications network. The communication system design must be compatible and completely interoperable with the existing systems. The CONSULTANT's design shall include protecting and maintaining the existing ITS infrastructure. For locations where existing ITS infrastructure is impacted, the CONSULTANT's design shall include mitigation to minimize the downtime of existing system as per the COUNTY's requirements and prepare the Maintenance of Communication (MOC) plans. The CONSULTANT shall develop the MOC sheets for the project, providing temporary communications as necessary, notes, details, and direction applicable to the ITS elements and associated communications for inclusion in the MOC plans. The MOC plans shall include the notes, plan sheets, cross sections showing existing and proposed grades with the tables defining the stations limits for the conduit depths below existing and proposed grades for various construction phases. If applicable, the CONSULTANT shall review the roadway TTCP, drainage, structures, and landscaping plans and prepare the MOC plans for each construction phase. The MOC plans shall include construction phasing notes, half cross sections depicting existing and proposed grades, roadway templates, drainage ponds, flood mitigation zones, provide tables depicting the station range, location and depth of the proposed fiber optic trunk line below existing and proposed grades. The MOC plans shall optimize the reliable field-to-center (F2C) connectivity and operability of the ITS field devices previously deployed along the project corridor. The MOC design effort shall mitigate the impacts of the project's various construction phases so as to sustain center-to-field devices connectivity and operability, maintaining operational quality as a minimum at the level provided prior to construction start and minimizing down time as much as possible. In cases, where major alteration to the existing roadway begins in the areas where the existing ITS devices and underground communication will be impacted at the initial construction phase, the CONSULTANT shall include the permanent ITS and communication and electrical power work to be constructed in the early phase and stage of the construction to activate the devices. The notes referencing the MOC plan details shall be included in the TTCP plans alerting the Contractor and emphasizing the importance of keeping the ITS devices operational. Subsequently, the CONSULTANT shall attend the utility design and pre-construction meeting conveying the importance of the MOC and operability of the overall system. The CONSULTANT shall include the MOC plan sheets in the beginning of the ITS plans. The CONSULTANT is responsible for the design of the communication infrastructure and its integration with the DEPARTMENT's communication system. Additionally, the CONSULTANT shall determine the most cost effective, best performing, communication connectivity option. The communication system must allow command and control as well as data and video transmission between the field devices and the TMC. Conduit paths shall be selected to provide a continuous duct system on one side of the road unless otherwise requested by the COUNTY. The various components of ITS sites will be located on both sides of the freeway and therefore under pavement bore and lateral conduits will be necessary to access equipment locations. The CONSULTANT is responsible to locate the ITS sites so they are accessible by maintenance vans. Page 1509 of 3580 34.8 Fiber Optic Splice Diagrams The CONSULTANT shall produce fiber optic cable splicing diagrams to show the connectivity of the fiber optic cable from its termini at field devices to the TMC. The diagrams shall denote new and existing fiber routes, splices, and terminations involved in the work. The diagrams shall identify cables by size, tube color / number and stand colors / numbers. All cables shall be identified either by numbering system identified either by numbering system identified on the plans or by bounding devices. The diagrams shall denote the types of connectors in the patch panels. The CONSULTANT shall determine physical connection points and methods between the existing project limits to make the desired physical connection. The CONSULTANT shall determine and identify the Buffer Tube/Fiber and Ring allocation to maintain acceptable maximum number of the local intersection per ring before redundant ringing to a master communication hub and manage the transmission bandwidth. The CONSULTANT shall analyze existing and proposed fiber optic communication infrastructure for physical and logical connectivity into existing infrastructure. 34.9 Grounding and Lightning Protection Plans The CONSULTANT shall include efforts to design a complete and reliable lightning protection design for each pole and associated devices, ITS device installation, as well as device cabinets and communications hubs, etc. if not already addressed in the FDOT's Standard Plans for Design, Construction, Maintenance and Utility Operations on the State Highway System. Where the ITS site is located on viaducts and bridges, the CONSULTANT shall provide the grounding and lightning protection details in the plans and show the work that is integral to the elevated superstructure and substructure. 34.10 Cross Sections The CONSULTANT shall prepare cross sections for all ITS devices and support structures including the ground mounted cabinets or local hubs. The cross section shall include the underground and overhead utilities with utility relocation provisions. 34.11 Guide Sign Work Sheets The CONSULTANT shall prepare the guide sign work sheets to include all necessary information related to the design of the static and DMS, Embedded DMS, and DTBS in the project corridor. 34.12 Special Service Point Details The CONSULTANT shall design any special service point and electrical distribution system beyond the electric utility company's service point. The plan shall depict with pay items, general and plan notes the locations of transformers, switches, disconnects, conduits, pull boxes and power conductors. The plans shall identify the location of underground and overhead service points with identifying pole and transformer numbers. The CONSULTANT shall prepare the plan sheets depicting the electrical riser diagram and the line diagram for each location. 34.13 Strain Pole Schedule The CONSULTANT shall incorporate the schedule detail chart for concrete or steel strain poles in the plan set. The strain pole schedule details shall include stations, offsets, the ground elevations, proposed elevations, top of foundation elevation, all attachment tie-in heights, pole length, and embedment length. 34.14 Overhead / Cantilever Sign Structure The CONSULTANT shall be responsible for preparing the civil and structural plans of the overhead/cantilever structures, for proper installation of the DMS on the horizontal truss, viewing angle and decision site distance as per Chapter 2e - Guide Signs-Freeways and Expressways in the Manual on Uniform Traffic Control Devices (MUTCD) and Florida Department of Transportation FDOT Design Manual (FDM) and all other applicable manuals and guidelines as per governing regulations. The details shall include stations, offsets, the existing ground elevations, proposed elevations, top of drilled shaft foundation elevation, all attachment tie-in heights, upright length, and drilled shaft embedment length. The CONSULTANT shall coordinate the design with the roadway, structural, and MSE wall disciplines and cross reference the critical information on the respective plans for installation, routing of conduits for electrical power and communication inside the substructure and superstructure, and parapets and pilasters. In segments where concrete median barrier walls are proposed, The CONSULTANT shall coordinate the design with the roadway, drainage, and structural disciplines to design the drilled shafts integral to the barrier walls and minimizing the shoulder width reduction. 34.15 Other Overhead Sign Structures (Long Span, Monotube, etc.) The CONSULTANT shall be responsible for preparing the civil and structural plans when determining the requirements for other type of structures (long span, monotube, etc) used as part of the project for proper installation of the DMS, viewing angle and decision sight distance requirement as per AASHTO Green Book, Chapter 2e - Guide Signs-Freeways and Expressways in the Manual on Uniform Traffic Control Devices (MUTCD) and Florida Department of Transportation FDOT Design Manual (FDM) and all other applicable manuals and guidelines as per governing regulations. The details shall include stations, offsets, the existing ground elevations, proposed elevations, top of drilled shaft foundation elevation, all attachment tie-in heights, upright length, and drilled shaft diameter and embedment length. The CONSULTANT shall coordinate the design with the roadway, drainage, structural, and MSE wall disciplines and cross Page 1510 of 3580 reference the critical information in the respective plans for installation, routing of conduits for electrical power and communication inside the substructure and superstructure, bridge deck, and parapets with pilasters. 34.16 Temporary Traffic Control Plans The CONSULTANT shall prepare Temporary Traffic Control Plans (TTCP) to minimize impact to traffic during the construction of ITS field devices and associated communications infrastructure that will be deployed along the project corridor. The TTCP shall strive to maintain and sustain center-to-field device connectivity and operability to the ITS field devices previously deployed along the project corridor. The TTCP effort shall consider and mitigate the impacts of the project's various construction phases so as to sustain center-to-field devices connectivity and operability, maintaining operational quality as a minimum at the level provided prior to construction start and minimizing down time as much as possible. The CONSULTANT shall develop the TTCP sheets for the project, providing temporary communications as necessary, notes, details, and direction applicable to the ITS elements and associated communications for inclusion in the TTCP. The CONSULTANT shall review the existing TMC Operations and develop additional incident management service requirements as necessary to support during the Construction Phase of the Project. The CONSULTANT shall coordinate with COUNTY’S Traffic Operations for additional information regarding existing Incident Management and TMC Operational Procedures. 34.17 Interim Standards The CONSULTANT shall adhere to all COUNTY Interim Standards for ITS applications. 34.18 GIS Data and Asset Management Requirements The CONSULTANT is responsible for providing Geographic Information System (GIS), spatial data, for the ITS components design. This information is required to integrate ITS components to the SunGuide software. A coordinate point compatible with the Florida State Plane System or FDOT's current coordinate plane system shall be collected for all ITS components part of the Project design. All GIS information provided shall be compatible with the FDOT's ITS FM asset management software. The information shall be transferred to the as-built plans and submitted to the COUNTY in electronic format along with the as-built plans. The Global Positioning System (GPS) unit shall be provided by the CONSULTANT and used to collect data with a minimum accuracy of three (3) meters when differentially corrected. The CONSULTANT shall collect spatial data points and physical address location for:  DMS, Embedded DMS, ADMS, DTBS location (mainline and arterial)  Vehicle detection pole location  CCTV camera pole location  WWVDS sites  Ramp Signal system sites  RWIS locations  RSU sites  Ground mounted cabinets  Fiber optic cable path (fiber backbone)  Communications hubs  Standard route markers  Lateral fiber optic cable connections  Lateral power cable connections  Pull boxes (power and fiber)  Splice boxes  Power drops (service point and cable path)  Power station site equipment (Generator, Power Distribution, ITS Cabinet, Pad Mounted Transformers, power service pole) 34.19 Quality Assurance / Quality Control The CONSULTANT shall utilize the COUNTY’S quality control checklist for traffic design drawings in addition to the QC effort described in Section Three. 34.20 Supervision The CONSULTANT shall supervise all technical design activities. Page 1511 of 3580 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 COUNTY and FDOT standards, or as otherwise directed by the COUNTY Project Manager. The COUNTY Project Manager will make interpretations and changes regarding geotechnical standards, policies and procedures and provide guidance to the CONSULTANT. 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 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. 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. Roadway The CONSULTANT shall be responsible for coordination of all geotechnical related field work activities. The CONSULTANT shall retain all samples until acceptance of Phase IV plans. Rock cores shall be retained as directed in writing by the COUNTY Project Manager. Obtain pavement cores as directed in writing by the COUNTY Project Manager. If required by the COUNTY Project Manager, a preliminary roadway exploration shall be performed before the Phase I 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 roadway exploration shall be performed 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 500 feet  Buried storm sewer system SPT borings to a depth of 10 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  Four double-ring infiltrometer tests along drainage swales.  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 All laboratory testing and classification will be performed in accordance with applicable COUNTY and FDOT 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 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 Page 1512 of 3580 accordance with the FDOT Standard Plans Index 102 series. 35.6 Drilling Access Permits Obtain all State, County, City, 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 COUNTY'S Project Manager. 35.8 Groundwater Monitoring Monitor groundwater, using piezometers. 35.9 LBR / Resilient Modulus Sampling Collect appropriate samples for Limerock Bearing Ratio (LBR) testing. 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. 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 Provide Roadway EOR guidance on the radius to review existing structures for monitoring. Optional services (may be negotiated at a later date if needed): Identify existing structures in need of settlement, vibration and/or groundwater monitoring by the contractor during construction and coordinate with the EOR and structural engineer (when applicable) to develop mitigation strategies. 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 FDM Chapter 117 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 (e.g. 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. Page 1513 of 3580 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 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 Phase IV plans. Rock cores shall be retained as directed in writing by the District Geotechnical Engineer. CONSULTANT shall perform specialized field-testing as required by needs of project and as directed in writing by the District Geotechnical Engineer. All laboratory testing and classification will be performed in accordance with applicable COUNTY and 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 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 FDOT'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. 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. Page 1514 of 3580 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 (BDR) Evaluation and selection of foundation alternative, including the following:  GRS-IBS  Spread footings  Prestressed concrete piling - various sizes  Steel H- piles  Steel pipe piles  Drilled shafts  Foundation analyses shall be performed using approved COUNTY and FDOT methods. Assist in selection of the most economical, feasible foundation alternative. 35.38 Detailed Analysis of Selected Foundation Alternate(s) Detailed analysis and basis for the selected foundation alternative. Foundation analyses shall be performed using approved COUNTY methods and shall include:  GRS-IBS (including the parameters identified in the Instructions for Developmental Design Standard D6025 to be provided by the Geotechnical Engineer)  Spread footings (including soil bearing capacity, minimum footing width, and minimum embedment depth).  For pile and drilled shaft foundations, provide graphs of ultimate axial soil resistance versus tip elevations. Calculate scour resistance and/or downdrag (negative skin friction), if applicable.  CONSULTANT shall assist the Engineer of Record in preparing the Pile Data Table (including test pile lengths, scour resistance, downdrag, minimum tip elevation, etc.)  Provide the design soil profile(s), which include the soil model/type of each layer and all soil-engineering properties required for the Engineer of Record to run the FBPier computer program. Review lateral analysis of selected foundation for geotechnical compatibility.  Estimated maximum driving resistance anticipated for pile foundations.  Provide settlement analysis. 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) Analyze sheet pile walls as directed by the COUNTY. 35.43 Design Soil Parameters for Signs, Signals, High Mast Lights, and Strain Poles 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  Provide the design soil profile(s) that include the soil model/type of each layer and all soil properties required by Page 1515 of 3580 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. 35.45 Preliminary Report - BDR 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 FDOT's Standard Specifications.  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 FDOT’s Standard Specifications.  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 FDOT's Standard Specifications.  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 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 Page 1516 of 3580 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 Department of 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 The CONSULTANT shall analyze and document Roadway Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The CONSULTANT shall deliver all master design files, 3D surface design models, and all supporting digital files for the development of plans as required in the FDOT CADD Manual. The CONSULTANT shall prepare a 3D model using the latest FDOT software in accordance with the FDOT CADD Manual. Includes all efforts required for developing files for 3D deliverables supporting automated machine guidance for design models. This includes importing survey data and creation of existing 3D surface features and models and developing proposed corridor models with necessary detail of features to depict the proposed project in 3D to comply with the FDOT CADD Manual. The CONSULTANT shall add detail to the corridor and design model for 3D design. Includes many elements that contribute to this including but not limited to slope transitions, typical section transitions, changes in pavement depth, berms, swales/ditches, and other feature transitions. Extra corridor structure leads to extra assemblies, extra targeting, etc. The CONSULTANT shall create an accurate roadway design model which includes modeling the intersections. The CONSULTANT shall submit .dgn files associated with the 3D Model and their respective components. 36.1 Phase I 3D Design Model The CONSULTANT shall prepare, submit and present for review by the COUNTY, Phase I 3D interactive model, comprised of, but not limited to: Existing features (pavement, shoulders, sidewalk, curb/gutter, utilities-if required per scope, drainage - if required per scope) and proposed corridor(s). 36.2 Phase II 3D Design Model The CONSULTANT shall prepare, submit and present for review by the COUNTY, Phase II 3D model, comprised of, but not limited to: Modification of the Phase I model to update the model to comply with changes based on the Phase I review comments and to include the addition of ponds, floodplain compensation sites, retaining walls, barrier walls, guardrail terminals, cross overs, gore areas, side street connections, roundabouts, and driveways. [List optional services to be included, e.g. 3D deliverables files for review, Curb Ramps, Closed Drainage Network, Bridge Modeling, Bridge Abutment, Overhead sign post/structures with foundation, Toll gantry and overhead DMS structures with foundation, proposed utilities (pressure pipe/gravity), etc.]. 36.3 Phase III 3D Design Model The CONSULTANT shall prepare, submit and present for review by the COUNTY, Phase III 3D model and 3D deliverables files for review, comprised of, but not limited to: Modification of the Phase II model to update the model to comply with changes based on the Phase II review comments and to further refine areas of transition between templates, detailed grading areas, bridge approaches and end bents, median noses, shoulder transition areas, retaining walls, barrier walls and guardrail. 36.4 Final 3D Model Design The CONSULTANT shall prepare for review by COUNTY, the Phase IV 3D model and deliverables, comprised of, but not Page 1517 of 3580 limited to: Modification of the Phase III model to update the model to comply with changes based on the phase III review comments and to accurately generate, export and otherwise prepare the final 3D deliverable files as described in the FDOT CADD Manual. 36.5 Cross Section Design Files The CONSULTANT shall establish and develop cross section design files in accordance with the FDOT CADD manual and FDOT Design Manual. Includes all work required to establish and utilize intelligent/automated methods for creating cross sections including determining the locations for which all cross sections will be shown, existing and proposed features, cross section refinement, placement of utilities and drainage, soil boxes, R/W lines, earthwork calculations, and other required labeling. 36.6 Template and Assembly Development (Optional) The CONSULTANT shall prepare for approval by COUNTY, project specific templates/assemblies needed to develop the features required to deliver the 3D model. 36.7 Quality Assurance/Quality Control 36.8 Supervision 36.9 Coordination 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 COUNTY 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 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. 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 Page 1518 of 3580 supplemental amendment in accordance with paragraph 2.00 of the Standard Consultant Agreement. The additional services may include Construction Assistance, Review of Shop Drawings, Final Bridge Load Rating, update (Category II) bridge plans electronically (CADD) for the Final "As-Built" conditions, based on documents provided by the DEPARTMENT (CADD Services Only) or 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 1519 of 3580 County of Collier, FL Procurement -, - 3299 Tamiami Trail, East Naples, FL 34112 [KIMLEY-HORN AND ASSOCIATES, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8310 Design Services for Four-Point Roundabout - Immokalee Rd at Camp Keais Rd RESPONSE DEADLINE: March 11, 2025 at 3:00 pm Report Generated: Tuesday, March 11, 2025 Kimley-Horn and Associates, Inc. Response CONTACT INFORMATION Company: Kimley-Horn and Associates, Inc. Email: florida.marketing@kimley-horn.com Contact: Erin Athas Address: 189 South Orange Avenue, Suite 1000 Orlando, FL 32801 Phone: (321) 754-0910 Website: https://www.kimley-horn.com/ Submission Date: Mar 11, 2025 2:07 PM (Eastern Time) Page 1520 of 3580 [KIMLEY-HORN AND ASSOCIATES, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8310 Design Services for Four-Point Roundabout - Immokalee Rd at Camp Keais Rd [KIMLEY-HORN AND ASSOCIATES, INC.] RESPONSE DOCUMENT REPORT undefined - Design Services for Four-Point Roundabout - Immokalee Rd at Camp Keais Rd Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Mar 11, 2025 1:39 PM by Erin Athas Addendum #2 Confirmed Mar 11, 2025 1:39 PM by Erin Athas 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) days of the County's issuance of a Notice of Recommended Award. Confirmed Page 1521 of 3580 [KIMLEY-HORN AND ASSOCIATES, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8310 Design Services for Four-Point Roundabout - Immokalee Rd at Camp Keais Rd [KIMLEY-HORN AND ASSOCIATES, INC.] RESPONSE DOCUMENT REPORT undefined - Design Services for Four-Point Roundabout - Immokalee Rd at Camp Keais Rd Page 3 5. Collier County Required Forms PROPOSAL SUBMITTAL* Please submit a proposal per Evaluation Criteria outlined in Solicitation. Kimley-Horn_Submittal_for_Four_Point_Roundabout_RPS#24-8310.pdf VENDOR CHECK LIST* Form_0_Vendor_Checklist_KHA..pdf VENDOR DECLARATION STATEMENT (FORM 1)* Form_1_Vendor_Declaration_Statement_KHA..pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* Form_2_Conflict_of_Interest_KHA.pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* Form_3_Immigrant_Affidavit_KHA.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. Form_4_Reference_Form.pdf GRANT PROVISIONS AND ASSURANCES PACKAGE (FORM 5)* Form_5_Grants_Package_KHA.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* E-Verify_MOU_-_Kimley-Horn.pdf Page 1522 of 3580 [KIMLEY-HORN AND ASSOCIATES, INC.] RESPONSE DOCUMENT REPORT GEN No. 24-8310 Design Services for Four-Point Roundabout - Immokalee Rd at Camp Keais Rd [KIMLEY-HORN AND ASSOCIATES, INC.] RESPONSE DOCUMENT REPORT undefined - Design Services for Four-Point Roundabout - Immokalee Rd at Camp Keais Rd Page 4 W-9 FORM* W-9_Form_KHA.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Sunbiz_2025.pdf SIGNED ADDENDUMS (IF APPLICABLE) Signed_Addendums_KHA.pdf MISCELLANEOUS DOCUMENTS Miscellaneous_Documents_KHA.pdf Page 1523 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 CollierCounty Prepared for:Prepared by: Page 1524 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 2RSFLNAPL004720.2025 Dear Mr. Webster and Members of the Selection Committee: The Kimley-Horn team has been enthusiastically anticipating the release of this RPS for the Four-Point Roundabout to help you continue to improve our community and implement your vision. I will manage a local team of highly skilled professionals who have a working history with Collier County, and knowledge of the project area and surrounding roadway network, and are currently completing the Vanderbilt Beach Road Extension Phase II (VBRX II) design. As your project manager, I will lead our team with a thorough understanding of Collier County’s goals for this project, as well as the distinct challenges associated with it. Understanding of Collier County and Your Design Challenges. Our team understands that the Four-Point Roundabout is critical in facilitating the movement of local and regional traffic in eastern Collier County. Mobility is constrained by conservation lands in the northeastern and southeastern parts of the County, as well as the County’s canal system. Immokalee Road and Camp Keais Road will be re-aligned and converted to a Roundabout intersection to provide improved circulation and connectivity in the area. It will also assist with addressing safety issues along the corridor by eliminating existing dangerous horizontal curves. The key drivers of this project are to alleviate congestion for the local community, prepare for additional development, improve safety, and accommodate the volume of drivers that future growth will add to this already congested area of the County. Project challenges include proposed typical section design approach, i.e., to keep the proposed roadway re-alignments and roundabout within existing right-of-way, supplemented by a stormwater management approach based on keeping the construction cost low, access management considerations, and utility concerns, including coordination with FPL. Tailored, Innovative, and Implementable Solutions. Kimley-Horn’s solutions revolve around the need to ease congestion and access constraints and improve safety and operations along the corridor. Kimley-Horn possesses unique insight for this project and understands that exceptional roadway corridor design requires careful planning to ensure local capacity and safety solutions are balanced with utility and environmental concerns in a contextually sensitive manner. We recognize this project will require flexibility, experience, creativity, and innovation. The County needs a visionary team with proven experience and a collaborative approach that encompasses thorough documentation, sound engineering, and imaginative design. A comprehensive review of applicable design criteria, the Collier MPO LRTP, existing as-built plans, and input received from stakeholders has allowed us to recommend enhancements to the RPS Scope of Services concepts for innovative and cost-effective design solutions. These will be discussed with the County at the inception of design and based on the County’s preferences and available funding, we will proceed accordingly. Our recommended roadway re-alignments and roundabout design (discussed in detail in Tab 4) include upgrades to improve: safety for drivers, complying with clear zone and lateral offset requirements, and accommodating transit and the Americans with Disabilities Act (ADA). RE: RPS Number: 24-8310; Design Services for Four-Point Roundabout – Immokalee Road at Camp Keais Road The Kimley-Horn Advantage • Local team with ongoing and past work in proximity to the project corridor • Identified solutions for Typical Section design approach • Awareness of project constraints and key elements within the project • Experience with utility providers along the corridor • Value providing a high level of support and service as a reliable partner to the County • The Kimley-Horn team is FDOT-qualified to perform the types of work outlined in the detailed Scope of Work. March 11, 2025 Submittal Via OpenGov Mr. Matthew Webster, Procurement Strategist Collier County Procurement Services Division 3295 Tamiami Trail East, Building C-2 Naples, FL 34112 kimley-horn.com 2640 Golden Gate Parkway, Suite 201, Naples, FL 34105 239 999 3187 Page 1525 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 3 Experienced Leadership Team. My primary role is to ensure effective communication between your staff and my team, and I will be your Single Point of Contact. We will be responsive, readily available, and will aggressively examine ways to reduce costs as we work with you to define specific needs and implement sound engineering solutions. Through our extensive experience implementing infrastructure projects, we have developed a robust understanding of how to efficiently integrate roadway, bicycle and pedestrian, drainage, traffic, and intersection improvement projects in Southwest Florida and offer proven mobility and safety benefits as demonstrated in the similar projects list in Tab 3. In addition, we have a clear understanding of the variety of land uses and transitional needs required to improve the connectivity for the growth expected in eastern Collier County. We look forward to offering seamless project leadership support to the County to actively identify and solve critical issues, find reliable and innovative solutions, ensure responsiveness, and develop cost-effective designs. Outstanding Local Resources and Expertise. Kimley-Horn’s local Naples and Fort Myers offices maintain a robust group of core services consisting of roadway, stormwater, utility, civil site design, and planning services. Our Naples office, just five minutes from the County’s office, will be the responsible location for design and production of this project, providing a strong local presence and local staff. From this location, we will work diligently, encouraging open communication to keep you informed about project activity and primary schedule achievements. We are committed to working as your partner, offering you the most effective level of communication to relay project issues, progress, and results that best serve your and the community’s needs. We will work with the County to establish the schedule, scope of work, and serve in proximity as the direct contact with the County for the duration of the assignment. Should the need arise, we have staff redundancy from our Sarasota, Tampa, and Fort Myers offices to provide support, along with experts throughout the state who are available for technical support to ensure timely completion and fulfillment of project goals. Kimley-Horn has long-standing relationships, with our specialty subconsultants, that span over a decade. DRMP, Inc. will provide survey, right-of-way, and subsurface utility engineering (SUE), Tierra, Inc. will provide geotechnical services, and Rose Consulting, Inc. will provide drainage expertise and engineering support. Dedicated and Available Project Team. Kimley-Horn has an unwavering commitment to quality, an excellent track record delivering quality projects, and an understanding that committing to a project schedule requires a dedicated and available consultant team. Consequently, I have purposely chosen the staff reflected in this proposal not only for their technical expertise to address the specific project issues, but also to accommodate the proposed project schedule. Fully Committed to Collier County and the Local Community. The Kimley-Horn team has successfully collaborated with County staff, related agencies, and the local public on previous projects including roadway and signal design, land use, transportation/mobility, utility, stormwater analysis, and park design projects for Collier County. Our entire team has proven experience with Collier County and understands your needs, as well as the expectations of your staff and community. Through our work within the County, Kimley-Horn has assisted with community development providing planning, design, and permitting services in support of the County’s vision for growth. As your project manager, you have my personal commitment that our team will work hard to surpass your expectations and goals for this important project for Collier County. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. kimley-horn.com 2640 Golden Gate Parkway, Suite 201, Naples, FL 34105 239 999 3187 Jacob Lennertz, PE, IMSA II Project Manager jacob.lennertz@kimley-horn.com 239.271.2638 Rick Arico, PE Deputy Project Manager richard.arico@kimley-horn.com 239.984.6525 Gary Nadeau, PE Senior Vice President/Authorized Signer gary.nadeau@kimley-horn.com 941.379.7654 If selected, Kimley-Horn looks forward to successfully negotiating a mutually agreeable contract, specifically the heightened standard of care provision, as presented on page 13, Article 17.1 of the Sample Contract, as well as the removal of the indemnification language in the Purchase Orders. In accepting a fiduciary duty, as required by Article 17.1 of the Sample Contract,, an individual or entity enters a commitment to act in the best interests of a beneficiary, and a licensed Design Professional cannot be a fiduciary to its client as it cannot be required to put a client’s interests above the interests and safety of the public. The Purchase Orders have additional indemnity terms which are in violation of Florida Statute 725.08 and inconsistent with the language in the sample contract. Page 1526 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 4RSFLNAPL004720.2025 Section Page Table of Contents Tab 1. Ability of Professional Personnel . . . . . . . . . . . . . . . . . . . . . . . . 5 Tab 2. Past Performance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .63 • Reference Questionnaires (Form 4) Tab 3. Project Approach, Willingness to Meet Time and Budget Requirements . . .72 • Four-Point Roundabout Design and Permitting Schedule Tab 4. Recent, Current, and Projected Workloads of the Firm . . . . . . . . . . . .79 Tab 5. Required Forms and Documentation . . . . . . . . . . . . . . . . . . . . . .82 • Vendor Check List • Conflict of Interest Affidavit (Form 2) • Corporate Certificate • Sunbiz Report • E-Verify – Company Profile Page • Immigration Law Affidavit Certification (Form 3) • Grant Provisions and Assurances Package (Form 5) • Vendor W-9 Form • Insurance Certificate • Miscellaneous Documents »Staff Licenses and Certifications »Naples Business Tax Receipt »FDOT Prequalification »Authorized Signer • Signed Addendums Page 1527 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 5RSFLNAPL004720.2025 Tab 1. Ability of Professional Personnel Team Overview We have carefully selected a core team of professionals tailored to the needs of this project, to provide practical, cost- effective design solutions coupled with local experience in roadway capacity, safety improvements, and expansion projects. A team who fully understands the local design standards, construction industry, and regulatory processes, and provides a high level of responsiveness to Collier County. The Kimley-Horn team offers you the ideal combination of relevant experience, innovative ideas, and proven cost control management techniques, which will be discussed throughout this proposal. We are confident in our team’s abilities to successfully deliver this project. Staffing Plan The personnel assigned to the project are the best at the respective services they provide. Their technical expertise will result in a project that is completed in an efficient manner. Our team members are not just filling a spot in an organizational chart to meet a proposal requirement, they provide these services on a daily basis and understand what it takes to make their respective services successful. We will view the project from your perspective, examine issues in a strategic context, and provide you with effective solutions. In short, Kimley-Horn’s management approach is team and results-oriented, saturated with top quality people who routinely produce superior results. The project team members shown on the following organizational chart were selected using two criteria: (1) their experience with similar projects/project corridors and (2) their availability to assume major technical responsibilities within your project schedule. As your design consultant for this project, the Kimley-Horn team offers the County the following advantages: • A Hands-on Project Manager who is passionate about service to his clients, has experience with similar projects in Collier County and the local permitting agencies, and is tasked daily with finding solutions to repair, replace, and expand aging transportation infrastructure. • Extensive Roadway Project Experience. A multidisciplinary firm with strength, depth, and resources that only a national firm can provide, coupled with a local team, in Naples, that has a thorough understanding of the County’s project requirements, issues, and goals readily available to supplement the County’s staff and offer reliable support. A team with a proven track record of delivering roadway improvement projects on time and under budget. • Extension of County’s Staff. A consultant team who understands that they represent Collier County and must always keep your best interests in mind. • A Committed Consultant Team with the passion, desire, experience, and creativity to develop innovative, time and cost-saving ideas to meet your needs for this contract. • Local Office. Our Project Manager, roadway design team and a full support team of professionals are located in our Naples office, just 5 minutes from your office. Additional staff resources are also available from our Ft. Myers office—you can continue to trust our commitment to SWFL as an available and long-term partner. Page 1528 of 3580 RSFLNAPL004720.2025 6 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 COLLIER COUNTY PROJECT MANAGER Robert White, PE PROJECT MANAGER Jacob Lennertz, PE, IMSA II PRINCIPAL-IN-CHARGE Gary Nadeau, PE DEPUTY PROJECT MANAGER Rick Arico, PE QUALITY CONTROL/QUALITY ASSURANCE Roadway – Bob Joel, PE Drainage – Deborah Knighton, PE INTELLIGENT TRANSPORTATION SYSTEM (ITS)/LIGHTING Mo Ansari, PE Jacob Lennertz, PE, IMSA II HIGHWAY DESIGN Rick Arico, PE Jacob Rehm, PE Jordan Leep, PE, PMP Austin Decker, EI Tomas Acuna, EI SURVEY, MAPPING, AND SUE Bill Curtis (DRMP) Christopher Wild, PSM (DRMP) Tom Yocom, PSM, PLS (DRMP) MISCELLANEOUS STRUCTURES Joseph Roberts, PE Nolan Villatoro, PE, FRSE DRAINAGE Brian Rose, PE (RCA) Victor Gallo, PE Gloria Manrique, EI ENVIRONMENTAL/ PERMITTING Sarah Johnson, CE Jeff Hemphill, CNRP Drainage: Rose Consulting Advisors, Inc. (RCA) Survey, Mapping, and SUE: DRMP, Inc. (DRMP) Geotechnical: Tierra, Inc. (Tierra) SUBCONSULTANTS GEOTECHNICAL Marc Novack, PhD, PE (Tierra) Thomas Musgrave, PE (Tierra) UTILITIES/UTILITY COORDINATION Rick Arico, PE Jacob Rehm, PE SIGNING AND PAVEMENT MARKING Jacob Rehm, PE Austin Decker, EI Konnor Stone PUBLIC INVOLVEMENT / PD&E Jacob Lennertz, PE, IMSA II Rick Arico, PE TRAFFIC ANALYSIS Ian Rairden, PE Cory Dorman, PE, PTOE, IMSA II MAINTENANCE OF TRAFFIC Mo Ansari, PE Frank Heck, PE Daniel DaGraca, PE TECHNICAL ADVISOR Mark Lenters, PE Page 1529 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 7RSFLNAPL004720.2025 Key Personnel Jacob Lennertz, PE, IMSA II Project Manager; Public Involvement/PD&E; Intelligent Transportation System (ITS)/Lighting At the core of our proposed staff is Jacob, who has extensive experience managing and designing municipal arterials and high-speed limited access facilities throughout Florida and southwest Florida. Jacob has collaborated with Collier County staff, related agencies, and the local public on previous projects, most recently assisting the County with the Collier County Vanderbilt Beach Road Extension Phase II project where he serves as Deputy Project Manager. He possesses a comprehensive understanding of the existing deficiencies and the needs for the Collier County roadway network. He has led the design of roadway, signing and pavement markings, signals, ITS, lighting, drainage, and temporary traffic control for projects throughout Florida and has served as Engineer-of-Record for roadway projects for FDOT Districts One, Six, Four, Florida’s Turnpike Enterprise, and several municipalities. He has also provided construction phase services for arterials and high-speed limited access facilities where he frequently meets with the CEI and Contractor in the field to solve issues and provide a quality product to clients. Jacob is also FDOT Advanced MOT certified and FDOT Specifications Package certified. Jacob’s breadth of engineering knowledge across multiple disciplines makes him uniquely positioned to understand the effort required to successfully complete this type of contract including coordination with the County, Kimley-Horn staff, subconsultants, utility companies, permitting agencies, stakeholders, and other design disciplines. As Project Manager, Jacob will be our single point of contact on both technical and management tasks and will be responsible for: plans production, interdisciplinary coordination, making the required engineering judgments, review of plans, communication with the County’s staff, coordination of schedules, and coordinating the various activities and disciplines performed on this project. Jacob will work directly with our key design staff to maintain control of the project by monitoring the schedule and technical issues and by effective communication and coordination. This approach has proven successful on the Vanderbilt Beach Road Extension Phase II design and previous similar projects for Collier County and other local agencies. Richard Arico, PE Deputy Project Manager; Highway Design; Utilities/Utility Coordination; Public Involvement/PD&E Supporting Jacob in this important contract is Rick Arico, PE. Rick is currently the Project Manager for Collier County Vanderbilt Beach Road Extension Phase II project as it nears completion and was Engineer-of-Record for the S&PM plans for the Collier County 16th Avenue NE widening and bridge project. He lives in North Naples, approximately four miles from the County offices and twelve miles from the project, and he truly understands the existing deficiencies and the needs for the Collier County roadway network. He has 35 years of extensive experience in roadway design and project management. He has performed work with design and plan production efforts for rural and urban highway resurfacing and reconstruction projects. His recent design management experience includes projects in Collier, Lee, Charlotte, Hendry, DeSoto, and Glades Counties. Rick is also the Project Manager for our Collier County Continuing Services Contract and our City of Naples Continuing Services Contract. Gary Nadeau, PE Principal-in-Charge Gary has 33 years of experience managing improvement projects for the Florida Department of Transportation, cities, and counties throughout the state. He is currently serving as Principal-in- Charge for the Vanderbilt Beach Road Extension Phase II design project. Over the course of his career, he has designed and managed many roadway widening projects and understands the intricacies of successfully delivering a widening project which addresses all the critical elements, Page 1530 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 8RSFLNAPL004720.2025 including maintenance of traffic, drainage, environmental, and signalization configuration. Gary has designed more than 300 miles of infrastructure improvement projects and brings a hands-on project management and design approach to every project assignment. He has prepared all aspects of roadway improvement projects, including pavement designs, geometric designs, plans production, maintenance of traffic plans, signing and marking, utility coordination, right-of-way determination and coordination, and public involvement. He specializes in widening and reconstruction projects and has a strong expertise in access management and design approaches. Bob Joel, PE Quality Control/Quality Assurance - Roadway Bob has more than 42 years of design and project management experience that consists of projects ranging from Districtwide Minor Designs to Interstate Interchange Design. He is currently providing Quality Control reviews for the Vanderbilt Beach Road Extension Phase II project. He has been the Project Manager and Engineer-of-Record on projects in FDOT Districts One, Two, Five, and Seven with construction costs that ranged from $300,000 to $170 million. His technical engineering experience is in roadway design, complex interchange design, temporary traffic control, drainage design, right- of-way acquisition, estimating and preparation of PD&E, and preliminary and final design plans. Bob is certified in FDOT Advanced MOT and is current in Specification and LRE Training for FDOT. He is very knowledgeable in FDOT and Florida Greenbook Design Standards and stays current with design changes along with that of other states and local governments. Deborah Knighton, PE Quality Control/Quality Assurance - Drainage Deborah has more than 27 years of experience as a civil engineer specializing in drainage and stormwater management, primarily on FDOT and municipal roadway projects. She is currently providing Quality Control reviews for the Vanderbilt Beach Road Extension Phase II project. Past responsibilities include serving as Drainage Group Manager and Stormwater Technical Director, project management, supervision and mentoring of drainage staff, quality control/assurance reviews, peer reviews, plans development, drainage and flood studies, FDOT Drainage Connection Permit reviews, the production of drainage design guidelines, stormwater permitting, scope development, staff hour estimates, and project schedules. Mark Lenters, PE Technical Advisor Mark has more than 38 years of experience in traffic safety and intersection engineering. He is a leader in applying FHWAs Positive Guidance Assessment procedures, emphasizing driver expectation and human factors to hazard assessment and mitigation. For the past 23 years, Mark has focused his professional engineering practice on modern roundabouts, following 15 years of practice in intersection design and safety reviews. He is a leading engineer in the increasing application of roundabouts in North America. His work covers all aspects of policy, planning, design, public outreach, and research in roundabouts. He provides on-call design review and standards for numerous departments of transportation and local agencies. Mark recently assisted in the development of research and content for NCHRP 1043, the new national roundabout guide. He also served on the review panel for the 2010 FHWA Roundabout Guide and is one of the nations leading roundabout authorities, with over 1,300 projects across North America. Victor Gallo, PE Drainage Victor has 24 years of experience in stormwater design. He is currently serving as the Drainage Engineer- of-Record for the Vanderbilt Beach Road Extension Phase II project. He has designed many roadway storm sewer systems and numerous stormwater management facilities for rural, urban, and interstate projects across Florida. Victor has completed various cross-drain culvert designs for small waterways, including channel modeling and bridge scour analysis. He has also coordinated extensively with various Florida water management districts and environmental regulatory agencies to obtain construction permits. Page 1531 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 9RSFLNAPL004720.2025 Sarah Johnson, CE Environmental/Permitting Sarah has 23 years of extensive experience in managing and conducting public and private sector projects, biological assessments, GIS, photointerpretation, and related studies. She is currently serving as the Environmental Lead for the Vanderbilt Beach Road Extension Phase II environmental permitting. She has experience with NEPA documentation, Wetland Evaluation Reports, Endangered Species Biological Assessments, and environmental assessments. Sarah has managed projects with entities such as private development, SWFWMD, SFWMD, HCEPC, FTE, FDOT Districts One, Seven, and Five, as well as Collier, Lee, Hillsborough, Pinellas, Sarasota, and Nassau Counties. Sarah is knowledgeable of the PD&E guidelines used for development of transportation projects by FDOT and the NEPA process. Additionally, Sarah has direct experience conducting protected species surveys for the Florida panther, crested caracara and nests, Florida scrub-jay, Big Cypress and Sherman fox squirrel, gopher tortoise, red-cockaded woodpecker, wood stork, West Indian manatee, Florida mouse, Florida sandhill crane nests, protected wetland dependent birds, and burrowing owls. Sarah also has extensive knowledge on the mitigation requirements for each of these protected species. Joseph Roberts, PE Miscellaneous Structures Joseph has 13 years of experience in structural engineering with a focus on the design and analysis of superstructures and substructures for a wide range of bridge types. He is currently serving as the Structural Engineer-of-Record for the Vanderbilt Beach Road Extension Phase II project. Superstructure design experience includes post-tensioned concrete U-beams, variable haunch prestressed concrete beams, steel plate girders, Florida-I beams, AASHTO beams, and cast-in-place flat slabs. Substructure design experience includes post-tensioned inverted-T straddle bent piers, conventional reinforced concrete piers, pile bents, and piers subject to ship impact. Other specialties include the design of mast arms, cantilever signs, drilled shafts, box culverts, sheet pile and MSE wall design, bridge load ratings, and shop drawing reviews. Jordan Leep, PE, PMP Highway Design Jordan is a transportation engineer and project manager with 17 years of experience in roadway and intersection design. He has completed design on over a dozen roundabouts in southwest Florida. Jordan is also certified in advanced maintenance of traffic and specifications preparation. Other services he has provided include lighting design, signing and marking, maintenance of traffic, drainage design and plans production, utilities coordination, pavement design, intersection improvements, signalization, ADA enhancements, roundabout design, traffic control, engineers estimates, and project scheduling. Mo Ansari, PE Maintenance of Traffic; Intelligent Transportation System (ITS)/Lighting Mo has more than 15 years of roadway design and project management experience. He brings extensive FDOT experience from several districts and municipal experience throughout the state to our project team. He has served several municipal clients, including Collier County, Miami-Dade County, Broward County, City of Ocala, Marion County, Sumter County, and Alachua County. His project experience includes several 2-lane to 4-lane widening projects including CR 484 Widening for Marion County, CR 470 Widening in Sumter and Lake Counties, Krome Avenue for FDOT District Six, and SR 710 Phases B and C for FDOT District Four. Mo recently worked on the Collier County Pine Ridge Peer Review project and was Engineer-of-Record for the Signalization plans for Collier County’s 16th Avenue NE project. Ian Rairden, PE Traffic Analysis Ian is a project engineer with 20 years of experience. He is supporting Collier County on the Vanderbilt Beach Road Extension Phase II project where he was Engineer-of-Record for the Signal Warrant Study which justified a traffic signal at the Collier County intersection of Everglades Boulevard and the proposed Vanderbilt Beach Road. He is proficient with Highway Capacity Software (HCS) and Synchro software packages and has experience with the (FDOT) District One Regional Planning Model, a four-step, trip-based model based on the Florida Standard Urban Transportation Model Structure Page 1532 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 10RSFLNAPL004720.2025 (FSUTMS). Ian’s background includes both private and public sector work. His work experience in the public sector includes traffic operations studies for FDOT District Six, safety analyses for FDOT District Two, and eminent domain services for the City of Jacksonville (COJ) and the Jacksonville Transportation Authority (JTA). Ian was also the Engineer- of-Record for the Signal Warrant Study which justified a traffic signal at the Collier County intersection of 16th Avenue NE and Randall Boulevard. Subconsultant Partners DRMP, Inc. – Survey, Mapping, and SUE DRMP, Inc. (DRMP) was founded in 1977 by a group of engineers and surveyors who recognized a new trend formulating in the marketplace. By providing a collaborative approach of their firm’s professional services, their clients were beginning to appreciate and expect the consistency and continuity their projects received. To continue providing these quality services, it was only natural to join forces permanently into one full-service company with a strategic path for expanding services, geographic reach and employee base. Today, DRMP has expanded to 23 offices throughout Florida, Georgia, North Carolina, South Carolina and Virginia. The firm continues to be ranked annually in Engineering News-Record’s “Southeast Top Design Firms” and “Top 500 Design Firms” in the United States and remains focused on the same core principles it was founded upon – expertise, quality, leadership, trust and respect. Bill Curtis Survey, Mapping, and SUE Bill Curtis serves as a Project Manager for DRMP’s Survey and Mapping/Geospatial Market Sector. His experience includes time as a Project Manager, CAD Tech, Staff Surveyor, and Field Crew Member. He has worked on boundary and topographic surveys, as well as right-of-way mapping and property legal descriptions and sketches. Rose Consulting Advisors, Inc. – Drainage Rose Consulting Advisors, Inc. (RCA), has over 25 years of experience in the industry. They are under new ownership and revitalizing their commitment to excellence. RCA brings together seasoned professionals and fresh perspectives, combining years of industry knowledge with cutting-edge technologies to deliver unmatched results. From conceptualization to execution, they specialize in a diverse range of engineering services including stormwater management, roadway design, permitting, land development, and utilities. Whether it’s designing sustainable infrastructure, optimizing industrial processes, or implementing groundbreaking technologies, they approach every project with precision, creativity, and a dedication to exceeding expectations. Brian Rose, PE Drainage Design Brian has 20 years of drainage design and permitting experience as well as another 6 years of geotechnical, engineering experience. He has extensive experience in Southwest Florida, including Collier County. He has a vast knowledge of drainage patterns in Southwest Florida and helped resolve and provide drainage input on numerous drainage issues for both public and private property owners during his tenure at South Florida Water Management District (SFWMD). Brian has worked on many different projects from new sidewalks and accommodating off-site drainage, such as 23rd Street SW in Collier County to major capacity projects such as I-75 from Luckett to SR 80 in Lee County. These projects required a variety of stormwater treatment systems from ponds to linear treatment swales as well as stormceptors and nutrient baffle boxes. He has permitted numerous projects through SFWMD and Southwest Florida Water Management District (SWFWMD). Page 1533 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 11RSFLNAPL004720.2025 Tierra, Inc. – Geotechnical Services Tierra is a full-service geotechnical engineering consulting firm with more than 30 years of experience serving governmental agencies. Tierra has provided geotechnical support services on numerous projects within Collier County including Vanderbilt Beach Road Extension - Phase II, Thomasson Drive and Hamilton Avenue Streetscape Improvements, Immokalee Road Shared Use Path project, SR 951 over Big Pass Bridge (Marco Island) as well as the Collier County Professional Services Library Contract for Civil Engineering. Their services include providing geotechnical services including drilling, field sampling, laboratory testing, engineering analysis and reporting. Tierra utilizes AutoCAD and MicroStation for site maps and roadway drawing plan sheets and are fully integrated with GPS and GIS mapping for self- locating field testing and sample locations. Tierra’s approach for success is a commitment to provide quality, responsive service, and professional competence in a wide range of technically demanding areas. Marc Novak PhD, PE Geotechnical Services Marc has been working in the field of geotechnical and materials engineering since 1996. He is currently providing geotechnical services for the Vanderbilt Beach Road Extension Phase II project. He has been exposed to a wide variety of projects while conducting research at the University of Florida including soil-structure interaction, soft-soil embankment modeling, dam construction, laboratory testing, and pavement engineering. Marc joined Tierra in January 2004 and has been involved in projects for the private and public sectors, including FDOT (roadway, pavement, and bridge structure investigations). Marc was the Geotechnical Engineer on I-75 (SR 93) Design-Build, from North of Golden Gate Parkway to South of SR 80 in Lee and Collier Counties and I-75 (SR 93) Design-Build from North of Golden Gate Parkway to South of SR 80 including Immokalee Road and Daniels Parkway Interchanges in Lee and Collier Counties both for FDOT District One. Resumes Resumes for our staff and subconsultant partners are included on the following pages. Page 1534 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 RSFLNAPL004720.2025 Education and Training »Bachelors, Civil Engineering, University of Florida »Professional Engineer in Florida, #91242 »Advanced Work Zone Traffi c Control, FDOT, #608352 »Traffi c Signal Field Technician Level II, IMSA, #BE_127158 PROJECT MANAGER; PUBLIC INVOLVEMENT/PD&E; INTELLIGENT TRANSPORTATION SYSTEM (ITS)/LIGHTING Special Qualifi cations • Jacob has experience in design and management of transportation projects • His design experience includes all phases of rural and urban expressways, arterial highways, toll facilities, M&R projects, intersection improvements, and local streets for several state and county municipal projects • His experience includes design and preparation of construction plans, including roadway geometrics, specifi cations, signing and pavement marking plans, signalization plans, lighting plans, ITS plans, permitting, and traffi c control plans • He also has extensive experience on interstate and large-scale roadway and bridge projects Project Experience NW 1st Avenue Streetscape Upgrades, Boca Raton, FL — Project Manager. Kimley- Horn was selected to perform streetscape upgrades from the Brightline Boca Raton Station to Mizner Park. Kimley-Horn developed the fi nal plans for the Construction Manager at Risk (CMAR) to manage and perform construction of the project. Kimley- Horn was responsible for the development of the roadway plans, pavement markings, lighting, landscape, hardscape, drainage, utility design, irrigation, signs, a new traffi c signal, pedestrian signal upgrades, and permitting. These efforts were highly coordinated in design and construction phasing with the Brightline’s track, platform, and station. Kimley-Horn delivered a cohesive, pedestrian-friendly corridor. Federal Highway at Mizner Boulevard Improvements, Boca Raton, FL — Project Manager. The City of Boca Raton determined the need to remove the free fl ow right turn lane and install a standard right turn lane on northbound US 1 (Federal Highway) at SE Mizner Boulevard. Tasks included roadway design, traffi c control plan, signal plan, and structural design of the new mast arm. Kimley-Horn reviewed available sources of information of as-built plans and fi eld measurements to ascertain existing conditions to establish base mapping of the project improvements. We also coordinated with the City to determine the desired location of the new mast arm in the southeast corner of the intersection. The project consisted of providing full signal plan for the project intersection to identify the signal improvement associated with the removal of the northbound free fl ow right turn lane. The effort involved the preparation of roadway improvement plans to obtain FDOT permits on behalf of the City. Collier County Vanderbilt Beach Road (VBR) Extension Phase II, Naples, FL Deputy Project Manager. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two-lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed Jacob Lennertz, PE, IMSA II 12Page 1535 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 13RSFLNAPL004720.2025 Jacob Lennertz, PE, IMSA II will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. SR 78 from West of Santa Barbara Boulevard to East of Del Prado Boulevard, Lee County, FDOT District One Deputy Project Manager. This 2.489-mile segment of SR 78 in Cape Coral is functionally classed as an Urban Principal Arterial. This design scope is for a Resurfacing, Restoration, and Rehabilitation (RRR) project and it is intended to extend the service life of the existing roadway. Improvements include milling and resurfacing of existing travel lanes, turn lanes and paved shoulders throughout the project limits. ADA improvements and signing and pavement markings are also included for this project. Additionally, safety improvements, in the form of access modifi cations, from Del Prado Boulevard to Hibiscus Drive are also included. These access modifi cations include a median closure at the Lowe’s entrance, addition of a second eastbound left turn lane at Pondella Road, introduction of traffi c channelization islands at the Del Prado Boulevard intersection and introducing a directional median island at the Hibiscus Drive intersection. Lighting improvements are proposed between Del Prado Boulevard and Hibiscus Drive, including intersection lighting improvements at Del Prado Boulevard and Pondella Road. Orlando Health Randal Park Roundabout, Orlando, FL — Lead Engineer for MOT. Kimley-Horn provided design and transportation engineering services for the Randal Park Roundabout project for Orlando Health. The scope of work included the coordination and refi nement of the roundabout concept, detailed analysis and design, preparation of construction plans, and permitting. Our team worked closely with the City of Orlando and other stakeholders to ensure the roundabout met all necessary conditions and requirements. Kimley-Horn also provided construction phase services, including site visits, review of shop drawings, and responses to contractor inquiries. Sarasota County Honore Avenue Widening Fruitville Road to 17th Street, Sarasota, FL — Project Engineer. Kimley- Horn is leading the design and permitting for 1.2 miles of widening the existing road from a two-lane rural roadway typical section to a four-lane divided urban arterial section with closed drainage. The project includes the addition of two travel lanes, a seven-foot barrier separating buffered bicycle lanes, fi ve- to eight-foot sidewalks on both sides of Honore Avenue, conventional roadway lighting, pedestrian signalized crossings features, and landscaping. The existing one-lane roundabout at Honore Avenue and Richardson Road will be retrofi tted to a two-lane roundabout, and the signalized intersection at Honore Avenue and 17th Street will be replaced with a two-lane roundabout. Stormwater facilities including the closing of a 1,500-foot drainage channel with a 10- to 12-foot box culvert, a drainage collection system to accommodate the roadway improvements, and several wet and dry treatment ponds were designed. Utility improvements consist of replacing the Sarasota County’s existing 10-inch water main with a new 12-inch in line with the entire project corridor along with isolated utility adjustments, as necessary, to address project confl icts. Environmental permitting took into consideration the potential presence of the bonneted bat, and other protected species along the corridor. Community engagement was implemented at 30% and 60% design progress level, two public meetings were planned so that residents can view the plans for the road, speak with staff about the project and provide input. 59th Street Widening from Cortez Road to Manatee Avenue, Manatee County, FL — Quality Control Reviewer. This project is 2.7 miles long and includes widening of existing two undivided lanes and a center two-way left turn lane with existing roadway ditch on both sides, intermittent sidewalk only on one side to two lanes in each direction with a center raised median, curb and gutter, a shared use path on the east side, a continuous sidewalk on the west side, proposed drainage, lighting, signalization and signing and pavement marking. The project also includes existing utilities relocations, right-of-way acquisition and public involvement. 16th Street NE Bridge and Widening, Collier County, FL — Quality Control Reviewer. Kimley-Horn provided subconsultant services for Signalization Design and Signing and Marking Design for a 3.3-mile section of 16th Street NE from Golden Gate Boulevard to Randall Boulevard. The project consists of roadway widening and construction of a new bridge structure over the Golden Gate Main Canal. Traffi c Analysis and a Signal Warrant Study was required to evaluate turn length queues and to justify a new mast arm signal at the intersection of Randall Boulevard. PROJECT MANAGER; PUBLIC INVOLVEMENT/PD&E; INTELLIGENT TRANSPORTATION SYSTEM (ITS)/LIGHTING Page 1536 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 14RSFLNAPL004720.2025 Special Qualifi cations • Rick has 35 years of extensive experience in roadway design, right-of-way plans design, plans review, and LAP support • He completed design and plans production efforts for both sidewalk and trail projects in addition to rural and urban highway resurfacing and reconstruction projects • Experienced with federal, state, and local agency coordination in preparing environmental assessments and construction documents • Has keen understanding of “off system” design criteria and the economic constraints facing most local governments Project Experience Collier County Vanderbilt Beach Road Extension Phase II, Naples, FL — Project Manager. The VBR Extension Phase II extends from 16th Street NE to Everglades Boulevard. The entire project is approximately 1.84 miles in length. Based on a traffi c study and analysis, accommodations for an ultimate six-lane facility is being designed. However, a two-lane undivided typical section will be constructed. The proposed typical section will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. The proposed two-lane undivided section that will be constructed is expected to be converted and serve as the future westbound travel lanes when the roadway is expanded to a four-lane facility in the future. The project also includes proposed drainage, environmental permitting, lighting, signalization and signing and pavement marking. 16th Street NE Bridge and Widening, Collier County, FL — Kimley-Horn’s Project Manager and Signing and Pavement Markings Engineer-of-Record. Kimley-Horn provided subconsultant services for Signalization Design and Signing and Marking Design for a 3.3-mile section of 16th Street NE from Golden Gate Boulevard to Randall Boulevard. The project consists of roadway widening and construction of a new bridge structure over the Golden Gate Main Canal. Traffi c Analysis and a Signal Warrant Study was required to evaluate turn length queues and to justify a new mast arm signal at the intersection of Randall Boulevard. SR 31 Widening Improvements, Lee County and Charlotte County, FL — Roadway Quality Control. The project consists of reconstructing SR 31 for Babcock Ranch Community Development District to meet the interim build-out condition identifi ed in the SR 31 PD&E study. The facility will consist of widening from a rural 2 lane section to an urban 4 lane section with a variable median width from 22 feet to 44 feet. The project limits are from SR 78 to Lake Babcock Drive with an overall project length of 5.5 miles. The project will leave the existing SR 31 roadway and right-of-way in place from SR 78 to the Charlotte County line and will remove the existing SR 31 and expand the right of way north of the Charlotte County line. This project includes 3 multi-lane roundabouts as well as alternative intersection designs. SR 31 at CR 78 includes a signalized RCUT intersection while SR 31 at Saw Palmetto Parkway has been designed as a partial median U-turn signal. These alternative designs provide both a capacity, level of service, and safety benefi ts for roadway and pedestrian users. Lighting and signing and pavement marking improvements are part of the project. Education and Training »Masters, Business Administration, University of Tennessee »Bachelors, Civil Engineering, University of Tennessee »Professional Engineer in Florida, #59674 »FDOT Excellence in Project Management,1B »ATSSA Florida Advanced Work Zone Traffi c Control »Institute of Transportation Engineers (ITE) »American Society of Civil Engineers (ASCE) »American Society of Highway Engineers Rick Arico, PE DEPUTY PROJECT MANAGER; HIGHWAY DESIGN; PUBLIC INVOLVEMENT/PD&E; UTILITIES/UTILITY COORDINATION Page 1537 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 15RSFLNAPL004720.2025 DEPUTY PROJECT MANAGER; HIGHWAY DESIGN; PUBLIC INVOLVEMENT/PD&E; UTILITIES/UTILITY COORDINATION Rick Arico, PE Southwest Area Offi ce (SWAO) General Engineering Consultant Services, FDOT District One — Served as project manager for all District One projects requiring Joint Participation Agreements and Locally Funded Agreements between FDOT and the local agencies within District One. Reviewed and evaluated proposals from metropolitan planning organizations (MPO), local agencies, and local governments within Collier, Lee, Charlotte, Hendry, DeSoto, and Glades Counties regarding candidate project development for the FDOT Tentative Five-Year Work Program. Researched technical questions and issues related to projects within Collier, Lee, Charlotte, Hendry, DeSoto, and Glades Counties and provided information to the public information director, Director of SWAO, and FDOT Community Liaisons. Collier County Stormwater Project Management Staff Augmentation, Collier County, FL — Contract Manager. Kimley-Horn is providing Collier County project management consultant services in coordination with and to augment staff in the Collier County Stormwater Division. This contract is a part of Kimley-Horn’s on-call contract and includes on-site project management services for stormwater specifi c projects. Those services include, but are not limited to, the development of project scopes, preparation of Procurement documents, management of studies, design and construction phases, coordination with other County Divisions, municipalities and other agencies, permitting, invoice review, and contract compliance. The intent is to support the County during project management of the entire project life, including the Project Feasibility Phase, Project Design Phase, Project Bid Phase, Project Construction Phase, and the Project Closeout Phase for the various assigned projects. 59th Street Widening from Cortez Road to Manatee Avenue, Manatee County, FL — Project Engineer. This project is 2.7 miles long and includes widening of existing two undivided lanes and a center two-way left turn lane with existing roadway ditch on both sides, intermittent sidewalk only on one side to two lanes in each direction with a center raised median, curb and gutter, a shared use path on the east side, a continuous sidewalk on the west side, proposed drainage, lighting, signalization and signing and pavement marking. The project also includes existing utilities relocations, right-of- way acquisition and public involvement. SR 78 from West of Santa Barbara Boulevard to East of Del Prado Bl Boulevard vd, Lee County, FDOT District One — Project Manager. This 2.489-mile segment of SR 78 in Cape Coral is functionally classed as an Urban Principal Arterial. This design scope is for a Resurfacing, Restoration, and Rehabilitation (RRR) project and it is intended to extend the service life of the existing roadway. Improvements include milling and resurfacing of existing travel lanes, turn lanes and paved shoulders throughout the project limits. ADA improvements and signing and pavement markings are also included for this project. Additionally, safety improvements, in the form of access modifi cations, from Del Prado Boulevard to Hibiscus Drive are also included. These access modifi cations include a median closure at the Lowe’s entrance, addition of a second eastbound left turn lane at Pondella Road, introduction of traffi c channelization islands at the Del Prado Boulevard intersection and introducing a directional median island at the Hibiscus Drive intersection. Lighting improvements are proposed between Del Prado Boulevard and Hibiscus Drive, including intersection lighting improvements at Del Prado Boulevard and Pondella Road. SR 82 from Ortiz Avenue to Colonial Boulevard, Lee County, FDOT District One — Project Manager. This 3.048- mile segment of SR 82 in Fort Myers is functionally classed as an Urban Principal Arterial. There are two existing typical sections throughout the project limits. Typical section one is a six-lane divided rural facility with 12-foot travel lanes, 5-foot outside paved shoulders and 2-foot paved median shoulders. Typical section two is a six-lane divided urban facility with 12-foot travel lanes, 6.5-foot outside paved shoulders and 6.5-foot paved median shoulders. The scope of this Resurfacing, Restoration, and Rehabilitation (RRR) project is limited to requirements of a Pavement Only Project (POP) designation. This includes milling and resurfacing the travel lanes, turn lanes, and paved shoulders throughout the project limits. ADA improvements are limited to intersection curb ramp improvements and pavement markings will be replaced. CR 78 from Hidden Hammock Drive to Kirby Thompson Road, Hendry County, FL — Project Manager. Kimley-Horn is providing engineering design and associated services required for the preparation of roadway resurfacing plans for CR 78 from Hidden Hammock Drive to Kirby Thompson Road. This is a FDOT Small County Outreach Program grant project that includes milling and resurfacing of 1.4 miles roadway with necessary safety and drainage upgrades throughout the project limits. Includes preparation of Construction documents like construction plans/specifi cations in accordance with current FDOT Design criteria and Florida Greenbook. Kimley-Horn is also providing permitting and post design services. Page 1538 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 16RSFLNAPL004720.2025 Education and Training »Masters, Civil Engineering, California State University »Bachelors, Civil Engineering, University of Hartford »Professional Engineer in Florida, #49629 »Professional Engineer in California, #52631 »American Public Works Association (APWA), Member »American Society of Civil Engineers (ASCE), Member »Florida Engineering »Society (FES), Member »Florida Institute of Consulting Engineers (FICE), Member Special Qualifi cations • Gary has 33 years of experience in transportation design, structural, construction, hydraulic, and traffi c engineering • Areas of expertise include freeway and expressway detailed design, design supervision, bridge and highway design, highway and street drainage design, traffi c control design, right-of-way assessment, construction observation, and project management • An FDOT-certifi ed maintenance of traffi c (MOT) professional and accustomed to designing MOT plans that balance all modes of traffi c in an effi cient and effective manner • Project Manager for design of Ringling Boulevard roundabouts on Palm Avenue and Pineapple Avenue Project Experience Naples Central Avenue Improvements, Naples, FL — Project manager for a half mile of Central Avenue between 8th Street and Riverside Circle. Utilized detailed traffi c modeling to fully assess laneage requirements and the resulting level of service from possible lane modifi cations. The goal of the projects was to provide a safe, balanced approach for all modes of travel through the corridor, including motor vehicles, bicycles, and pedestrians. Roadway improvements included milling and resurfacing, drainage upgrades to reduce fl ooding, utility upgrades to increase water main size and add reclaimed water service, landscaping improvements, and signalization upgrades. Our team helped direct a public involvement program with local stakeholders and agency staff to obtain consensus from the community for the approved design concept. Permit coordination was required with FDOT and Collier County for pavement, drainage, and signalization enhancements at the intersections of Central Avenue with US 41 and Goodlette Frank Road. US 41 at Gulfstream Avenue Roundabout PD&E Study and Final Design, FDOT District One, Sarasota, FL — Project manager for roundabout design. Kimley-Horn performed engineering services for the state’s fi rst State-Wide Acceleration and Transformation (SWAT) project for the multi-lane roundabout. Designated as a SWAT project, the PDE and Design efforts overlap to reduce schedule and streamline effi ciency. This project included full reconstruction of the intersection to a roundabout confi guration, pedestrian signals, lighting, landscape, ADA and drainage improvements. This is the fi rst partial 3 lane roundabout in the state and due to its complexity, an emphasis has been placed on public involvement for this project. Design improvements for this constrained urban intersection addressed multi-modal transportation, pedestrian connectivity/ safety enhancements and balanced roundabout performance criteria such as fastest path analysis and design vehicle movements. Due to high pedestrian volumes FDOT is implementing the use of High Intensity Activated Crosswalks or Hawk signals. Kimley- Horn led the PDE portion of this State-Wide Acceleration and Transformation (SWAT) project for the addition of a multi-lane roundabout. Designated as a SWAT project, the PDE and design efforts overlap to reduce schedule and streamline effi ciency. This project includes full reconstruction of the intersection to a roundabout confi guration, pedestrian signals, lighting, landscape, and drainage improvements. This is the fi rst partial 3-lane roundabout in the state and, due to its complexity, an emphasis has been placed on public involvement. Design improvements for this constrained urban intersection address multi-modal transportation, pedestrian connectivity/safety enhancements and balanced roundabout performance. Gary Nadeau, PE PRINCIPAL-IN-CHARGE Page 1539 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 17RSFLNAPL004720.2025 PRINCIPAL-IN-CHARGE Gary Nadeau, PE Modern Roundabout Improvement Design for Ringling Boulevard and Pine Place, Sarasota, FL — Principal-in- Charge. Kimley-Horn was retained by the City to provide conceptual and fi nal design services including construction documents for a roundabout at the intersection of Ringling Boulevard and Pine Place in Sarasota. This project involves the removal/replacement the existing signalized intersection with a modern single-lane roundabout designed within the existing right-of-way. The project will be constructed through a Local Agency Program (LAP) agreement with FDOT. As part of the design process, Kimley-Horn reviewed existing stormwater facilities to incorporate suffi cient design to ensure positive drainage of roadway improvements and preclude any ponding along the roadway. Other design services include utility coordination and utility adjustment plans, signing and pavement marking plans, roadway lighting, temporary traffi c control plans, and environmental permitting. Avenue K NE Complete Streets, Winter Haven, FL — Principal-in-Charge. Principal-in-Charge. Kimley-Horn is providing streetscape, roundabout, drainage, and signing and pavement marking design on this Complete Street project for the City of Winter Haven focusing on improving pedestrian and bicycle access/safety by constructing sidewalk along the Avenue K NE corridor from E. Lake Silver Drive to Fairfax Street NE. In order to further improve safety and reduce speeds on the corridor, the intersection of Avenue K NE and Lake Martha Drive is to be reconstructed to a single- lane roundabout. A roundabout at this intersection will greatly improve the interaction between pedestrians, cyclists, and vehicles, and provide a traffi c calming feature for the surrounding community. All proposed improvement will be within the existing right-of-way and will consist of sidewalk installation on both sides of the corridor, construction of a roundabout, milling and resurfacing of existing roadway, signing and pavement markings plans, drainage, future lighting conduit, and utility modifi cations where needed. SR 31 Widening Improvements, Lee and Charlotte Counties, FL — Principal-in-Charge. The project consists of reconstructing SR 31 for Babcock Ranch Community Development District to meet the interim build-out condition identifi ed in the SR 31 PD&E study. The facility will consist of widening from a rural 2 lane section to an urban 4 lane section with a variable median width from 22 feet to 44 feet. The project limits are from south of SR 78 to 1,000 feet north of Lake Babcock Drive with an overall project length of 5.5 miles. The project will leave the existing SR 31 roadway and right-of-way in place from SR 78 to the Charlotte County line and will remove the existing SR 31 and expand the right of way north of the Charlotte County line. This project includes 3 multi-lane roundabouts as well as alternative intersection designs. SR 31 at CR 78 includes a signalized RCUT intersection while SR 31 at Saw Palmetto Parkway has been designed as a partial median U-turn signal. These alternative designs provide both a capacity, level of service, and safety benefi ts for roadway and pedestrian users. Lighting and signing and pavement marking improvements will be constructed with the project. Collier County Vanderbilt Beach Road (VBR) Extension Phase II, Naples, FL — Principal-in-Charge. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two-lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot- wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten- foot-wide asphalt multi-use trail on the north side of the roadway. Page 1540 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 18RSFLNAPL004720.2025 Education and Training »Bachelors, Civil Engineering, Roger Williams University »Professional Engineer in Florida, #52479 »Traffi c Control Plan Design, FDOT »LRE New User Training, FDOT »Specifi cations Package Preparation for Consultants Training, FDOT Special Qualifi cations • Bob has 43 years of roadway design and maintenance of traffi c experience in Florida, North Carolina, South Carolina, New York, New Jersey, and Puerto Rico • Served as Engineer-of-Record and Project Manager for dozens of transportation improvements ranging from resurfacing, restoration, and rehabilitation (RRR) projects to large-scale interstate design and interchange replacements • Experience also includes QC reviews for stormwater/drainage and safety projects, as well as fi eld work • Has worked extensively in FDOT Districts One, Two, Five, and Seven • Certifi ed in advanced traffi c control, specifi cations, and long-range estimate preparation with FDOT Project Experience SR 31 Widening Improvements, Lee and Charlotte Counties, FL — Roadway QC/QA Manager. The project consists of reconstructing SR 31 for Babcock Ranch Community Development District to meet the interim build-out condition identifi ed in the SR 31 PD&E study. The facility will consist of widening from a rural 2 lane section to an urban 4 lane section with a variable median width from 22 feet to 44 feet. The project limits are from south of SR 78 to 1,000 feet north of Lake Babcock Drive with an overall project length of 5.5 miles. The project will leave the existing SR 31 roadway and right-of-way in place from SR 78 to the Charlotte County line and will remove the existing SR 31 and expand the right of way north of the Charlotte County line. This project includes 3 multi-lane roundabouts as well as alternative intersection designs. SR 31 at CR 78 includes a signalized RCUT intersection while SR 31 at Saw Palmetto Parkway has been designed as a partial median U-turn signal. These alternative designs provide both a capacity, level of service, and safety benefi ts for roadway and pedestrian users. Lighting and signing and pavement marking improvements will be constructed with the project. Sarasota County Honore Avenue Widening Fruitville Road to 17th Street, Sarasota, FL — QC/QA Manager. Kimley-Horn is leading the design and permitting for 1.2 miles of widening the existing road from a two-lane rural roadway typical section to a four-lane divided urban arterial section with closed drainage. The project includes the addition of two travel lanes, a seven-foot barrier separating buffered bicycle lanes, fi ve- to eight-foot sidewalks on both sides of Honore Avenue, conventional roadway lighting, pedestrian signalized crossings features, and landscaping. The existing one-lane roundabout at Honore Avenue and Richardson Road will be retrofi tted to a two-lane roundabout, and the signalized intersection at Honore Avenue and 17th Street will be replaced with a two-lane roundabout. Stormwater facilities including the closing of a 1,500-foot drainage channel with a 10- to 12-foot box culvert, a drainage collection system to accommodate the roadway improvements, and several wet and dry treatment ponds were designed. Utility improvements consist of replacing the Sarasota County’s existing 10-inch water main with a new 12-inch in line with the entire project corridor along with isolated utility adjustments, as necessary, to address project confl icts. Environmental permitting took into consideration the potential presence of the bonneted bat, and other protected species along the corridor. Community engagement was implemented at 30% and 60% design progress level, two public meetings were planned so that residents can view the plans for the road, speak with staff about the project and provide input. QUALITY CONTROL/QUALITY ASSURANCE – ROADWAY Bob Joel, PE Page 1541 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 19RSFLNAPL004720.2025 QUALITY CONTROL/QUALITY ASSURANCE - ROADWAY Bob Joel, PE Collier County Vanderbilt Beach Road Extension Phase II, Naples, FL — Roadway QC/QA Manager. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two-lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot- wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. To maximize ease of maintenance, all embankment tie-down slopes and swale side slopes will be designed to 1V:4H (typical) or fl atter and using a 1V:3H maximum slope where constrained. The proposed two-lane undivided section that will be constructed is expected to be converted and serve as the future westbound travel lanes when the roadway is expanded to a four-lane facility in the future. The project also includes proposed drainage, environmental permitting, lighting, signalization and signing and pavement marking. US 41 at Gulfstream Avenue Intersection Improvement Statewide Acceleration and Transformation (SWAT), FDOT District One — Project Engineer for the design portion of this State-Wide Acceleration and Transformation (SWAT) project for the addition of a multi-lane roundabout. Designated as a SWAT project, the PD&E and design efforts overlap to reduce schedule and streamline effi ciency. This project includes full reconstruction of the intersection to a roundabout confi guration, pedestrian signals, lighting, landscape, and drainage improvements. This is the fi rst partial three-lane roundabout in the state and, due to its complexity, an emphasis has been placed on public involvement. Design improvements for this constrained urban intersection address multimodal transportation, pedestrian connectivity/safety enhancements and balanced roundabout performance. Modern Roundabout Improvement Design for Ringling Boulevard and Pine Place, Sarasota, FL — Project Engineer. Kimley-Horn was retained by the City to provide conceptual and fi nal design services including construction documents for a roundabout at the intersection of Ringling Boulevard and Pine Place in Sarasota. This project involves the removal/ replacement the existing signalized intersection with a modern single-lane roundabout designed within the existing right-of-way. The project will be constructed through a Local Agency Program (LAP) agreement with FDOT. As part of the design process, Kimley-Horn reviewed existing stormwater facilities to incorporate suffi cient design to ensure positive drainage of roadway improvements and preclude any ponding along the roadway. Other design services include utility coordination and utility adjustment plans, signing and pavement marking plans, roadway lighting, temporary traffi c control plans, and environmental permitting. Avenue K NE Complete Streets, Winter Haven, FL — Project Engineer. Kimley-Horn is providing streetscape, roundabout, drainage, and signing and pavement marking design on this Complete Street project for the City of Winter Haven focusing on improving pedestrian and bicycle access/safety by constructing sidewalk along the Avenue K NE corridor from E. Lake Silver Drive to Fairfax Street NE. In order to further improve safety and reduce speeds on the corridor, the intersection of Avenue K NE and Lake Martha Drive is to be reconstructed to a single-lane roundabout. A roundabout at this intersection will greatly improve the interaction between pedestrians, cyclists, and vehicles, and provide a traffi c calming feature for the surrounding community. All proposed improvements will be within the existing right-of-way and will consist of sidewalk installation on both sides of the corridor, construction of a roundabout, milling and resurfacing of existing roadway, signing and pavement markings plans, drainage, future lighting conduit, and utility modifi cations where needed. Page 1542 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 20RSFLNAPL004720.2025 Education and Training »Bachelors, Civil Engineering, University of South Florida »Professional Engineer in Florida, #43920 Special Qualifi cations • Deborah has 26 years of experience as a Civil Engineer specializing in drainage and stormwater management, primarily with consulting fi rms working on FDOT and municipal roadway projects • Experience in project management, quality control/assurance reviews, peer reviews, plans development, drainage and fl ood studies, FDOT Drainage Connection Permit reviews, the production of drainage design guidelines, stormwater permitting, scope development, supervision and mentoring of drainage staff, staff hour estimates, project schedules, and marketing • Design expertise includes stormwater modeling (ICPR, MODRET), storm sewer conveyance systems (GEOPAK Drainage), underground stormwater management systems, wet and dry retention and detention ponds, closed basin design, design high water analysis, cross drain analysis, bridge hydraulics (HEC-RAS), scour analysis (HEC-18), and fl oodplain analysis • Project types include roadway reconstruction, ramp improvements, interstate, new alignment expressway, intersection improvements, drainage improvements, erosion remediation, fl ood studies, pond siting studies, bridge hydraulics studies, sidewalks and trails, subdivision drainage, outfall ditches, bridge culverts, cross drain and side drain replacements, and drainage complaints Project Experience Collier County Vanderbilt Beach Road Extension Phase II, Naples, FL — Drainage QC/QA Manager. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two- lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. To maximize ease of maintenance, all embankment tie-down slopes and swale side slopes will be designed to 1V:4H (typical) or fl atter and using a 1V:3H maximum slope where constrained. The proposed two-lane undivided section that will be constructed is expected to be converted and serve as the future westbound travel lanes when the roadway is expanded to a four-lane facility in the future. The project also includes proposed drainage, environmental permitting, lighting, signalization and signing and pavement marking. QUALITY CONTROL/QUALITY ASSURANCE - DRAINAGE Deborah Knighton, PE Page 1543 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 21RSFLNAPL004720.2025 QUALITY CONTROL/QUALITY ASSURANCE - DRAINAGE Deborah Knighton, PE CR 470, The Villages, Lake County, FL — Drainage QC/QA Manager. Kimley-Horn was selected by The Villages to design and permit roadway widening improvements along CR 470 from approximately 1,700 feet west of the Sumter/ Lake County line to approximately 3,000 feet east of the Florida Turnpike’s northbound ramp terminal intersection. The improvements are intended to accommodate the ongoing and expected growth in the area. The overall length of the project limits are approximately 2.1 miles. The improvements across all phases include widening the CR 470 corridor from a 2-lane undivided roadway with open drainage to a 4-lane divided roadway with a closed drainage system. A new bridge was designed and will be built over the Turnpike to accommodate the future westbound travel lanes along CR 470. Four new traffi c signals will be constructed within the limits, including one at each of the Turnpike’s ramp terminal intersections. One new roundabout was designed at the intersection of CR 470 and McNeill Drive as part of Phase 1S. Services included roadway design, temporary traffi c control, drainage design, signal design, structural design, signing and pavement marking, lighting, ITS, utility coordination, permitting, easements coordination, and cost estimating. Lake County Round Lake Road, Tavares, FL — Project engineer. Kimley-Horn is providing professional engineering services for improvements to Round Lake Road. The existing segment of Round Lake Road from the Orange/Lake County line to Wolf Branch Road will consist of widening from the existing two lane rural roadway to a four lane divided urban roadway. From Wolf Branch Rd to SR 44 a new four lane extension will be provided. Our services include roadway, drainage, permitting, signing and marking, signalization, right of way acquisition, geotechnical, and public involvement. The project includes four roundabout designs at both existing intersections and new alignment. 59th Street Widening from Cortez Road to Manatee Avenue, Manatee County, FL — Drainage QC/QA Manager. This project is 2.7 miles long and includes widening of existing two undivided lanes and a center two-way left turn lane with existing roadway ditch on both sides, intermittent sidewalk only on one side to two lanes in each direction with a center raised median, curb and gutter, a shared use path on the east side, a continuous sidewalk on the west side, proposed drainage, lighting, signalization and signing and pavement marking. The project also includes existing utilities relocations, right-of-way acquisition and public involvement. Turnpike Widening from HEFT to Johnson Street PD&E Study and Design, Florida’s Turnpike Enterprise — Senior Drainage Engineer responsible for Q/C review and ICPR modeling updates. Kimley-Horn provided simultaneous PD&E and design services to widen Florida’s Turnpike Mainline from the Homestead Extension of Florida’s Turnpike (HEFT) to just north of Johnson Street in Broward County. This project included quality control and review of drainage design that included storm sewer design and analysis, box culvert and cross drain analysis, and dry detention stormwater management system designs. In addition, we provided street lighting analysis/design, signalization design, MOT signal, signing and pavement marking design, and the widening of 3.7 miles of Florida ‘s Turnpike Mainline from six lanes to eight lanes. Provided permanent mast arm signal design along Hollywood/Pines Boulevard in the vicinity of the Turnpike, temporary MOT signal design for the various MOT phases, lighting analysis and design for the mainline and Hollywood interchange and signing and pavement marking design along the mainline and the Hollywood interchange. The fi rm is also responsible for updating a previously prepared noise model to encompass further alternatives for the project. Work involved incorporating additional data to the TNM model and the fi ndings into the noise report. CFX Design Consultant Services for CR 532 Widening from Old Lake Wilson Road to US 17/92 — Senior Drainage Engineer responsible for Q/C review and drainage design mentoring. This project consists of a project development study followed by development of a design plans for construction of CR 532 (Osceola Polk Line Road) from Lake Wilson Road to US 17 (S. Orange Blossom Trail). The total project length is approximately 2.9 miles and extends from the existing four-lane section on the east side of the Lake Wilson Road intersection across the RR crossing west of US 17, whereupon the roadway will transition back to a two-lane section. The project includes construction of a four-lane divided roadway with multimodal accommodations as determined in the project development study, associated drainage improvements and storm water ponds, upgrading the Intelligent Transportation System, improving a CSX RR crossing, street lighting, and landscaping considerations. City of St. Pete Beach Gulf Winds Drive Streetscape Improvements, St. Petersburg, FL — QC/QA Manager. Kimley-Horn prepared design plans and contract documents for roadway streetscape improvements for multi- modal accommodations to Gulf Winds Drive from Gulf Boulevard to 73rd Avenue. Improvements included complete reconstruction of the roadway to provide for 10-foot travel lanes with designated bicycle lanes, ADA sidewalks, landscaping, coordination of utility overhead to undergrounding conversion, and public involvement. Community engagement was a critical element of the design due to impacts on residential landscaping. Page 1544 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 22RSFLNAPL004720.2025 Special Qualifi cations • Specializes in Roundabout Planning, Design, Education and Public OutreachIn- service Safety Reviews, Audits and Network ScreeningTransportation Planning and Access Management Project Experience Colorado Department of Transportation (CDOT), SH 6 and Post Boulevard Roundabout Evaluation, Avon, CO — Project Manager. As a trusted advisor to CDOT for roundabout design, Region 3 selected Kimley-Horn to evaluate the existing roundabout at SH 6 and Post Boulevard. The two-lane roundabout has a history of poor operational performance. Kimley-Horn observed traffi c patterns and reviewed aerial imagery of the existing intersection to identify a series of modifi cations that could be made to the roundabout geometry to improve performance. A technical memorandum was prepared for CDOT that included a sketch for the recommended improvements, alternatives for lower cost improvements, and recommendations for priority of improvements. CDOT Region 3 2021 Roundabout Concepts On-call, Grand Junction, CO Project Manager. Kimley-Horn was selected by CDOT Region 3 to develop fast turnaround roundabout concept designs in the Fall of 2021. The current tally includes twelve (12) different locations where Kimley-Horn has been asked to develop rural high-speed and typical urban multilane roundabout concept designs on a short fuse. The assignment also involves numerous peer reviews providing performance checks and recommended modifi cations for roundabouts being designed by other CDOT consultants. GDOT Roundabout On-Call, Statewide, GA — Project Manager. Kimley-Horn led a team of intersection specialists providing GDOT with innovative intersection policy, planning, and design support to further the use of practical intersection control solutions, specifi cally with modern roundabouts. Services provided include plan reviews for concept validation, PFPR and FFPR milestones, concept design, feasibility studies, in-service reviews, Quick Response plan preparation, DPM changes, and the development of GDOT’s fi rst practical roundabout design guide. This contract, consisting of 360 Work Authorizations, had one consistent objective to build a legacy of cost-benefi cial and practical safety and operational improvements using roundabouts in Georgia. Aspen Castle Creek and Maroon Creek Road Traffi c Improvements, Aspen, CO Project Manager. Kimley-Horn was selected by the City of Aspen to provide traffi c study services for Castle Creek Road and Maroon Creek Road Roundabout. The study was completed in September 2020 and the proposed improvements to the roundabout were forwarded to CDOT for development of construction plans that include resurfacing the roundabout. Several concept design alternatives and non-infrastructure improvement alternatives were developed with a focus on improvements and a summary of causes of safety concerns and traffi c congestion on Castle Creek Road and Maroon Creek Road. This information was presented to the City of Aspen and approved by Council before being handed over to CDOT for implementation in 2022. Connecticut DOT, Route 82 Corridor Intersection Control Review, Norwich, CT Project Manager. Mark assisted with developing roundabout capacity estimates and lane confi gurations for six proposed roundabouts. He reviewed plans and designs for geometric and traffi c controls at the preliminary design level in preparation for a public information meeting and at the semifi nal design phase. He also prepared roundabout- focused PowerPoint slides for the public information meeting. Education and Training • Bachelor, Civil Engineering, Lakehead University Canada • Professional Engineer in Texas, #PE111114 • Professional Engineer in Arizona, #59446 • Professional Engineer in Colorado, #PE.0049585 • Professional Engineer in Georgia, #PE036969 • Professional Engineer in Wisconsin, #38450 • Professional Engineer in Virginia, #0402065216 • Transportation Research Board (TRB) • Institute of Transportation Engineers (ITE), Member TECHNICAL ADVISOR Mark Lenters, PE Page 1545 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 23RSFLNAPL004720.2025 TECHNICAL ADVISOR Mark Lenters, PE This project also involves design mentoring of CTDOT staff through the project development and plan preparation. H.W. Lochner, Inc. retained Kimley-Horn on behalf of the Connecticut Department of Transportation (CTDOT), to provide professional engineering services related to the review of conceptual design layouts for the roundabouts proposed as part of the “Safety Improvements on Route 82” project in Norwich, Connecticut. Knightdale Safety Action Plan SS4A Project, Knightdale, NC — Project Engineer. In 2023, Kimley-Horn helped prepare the Town of Knightdale’s Safety Action Plan to identify safety improvement needs, develop a high-injury network map, and prioritize transportation projects that improve safety. The team conducted various safety analyses, including an audit of existing speed limits using big data sources. Additionally, the team applied specifi c focus to roundabout feasibility at key intersections, develop standard specifi cations, and determined locations for new roundabouts at important intersections. Our team worked with the Town to facilitate meetings, create a public involvement plan, analyze the existing conditions, and develop a strategy. Kimley-Horn also prepared roundabout guidelines for the Town that adhere to nationally recognized roundabout design guidance while catering to the specifi c contextual needs and preferences of the Town. Tucson 36th Street Pedestrian Safety and Walkability and 36th Street/S Campbell Roundabout, Tucson, AZ Project Engineer. Kimley-Horn completed the fi rst phase of this Proposition 407 project which included a 30% conceptual design and opinion of probable construction costs for complete and connected sidewalks, curb access ramps, driveway crossings, street lighting, and landscaping along 36th Street between 6th Avenue and Country Club Road. Kimley-Horn completed fi eld reviews and documented compliance of all existing curb access ramps (58 total) and existing paved driveways within the project limits. Our team also provided drainage assessments to evaluate the feasibility of adding curb to uncurbed sections of roadway to provide safer pedestrian facilities. Our team was retained to continue with Phase 2 of the project which will include fi nal design engineering services for the pedestrian improvements identifi ed in the conceptual design and also fi nal design of a new single-lane roundabout that was analyzed as part of the fi rst phase of this project. N Decatur Road Traffi c Calming/E Rock Springs Roundabout, Druid Hills, GA — Project Engineer. Kimley-Horn is providing concept development and construction plan preparation services for safety and traffi c calming improvements along East Rock Springs Road and North Decatur Road. The project involves a mini roundabout and several neighborhood traffi c circles, as well as two mid-block pedestrian crossings. The project is funded with a combination of county SPLOST funding and GDOT Local Maintenance and Improvement Grant (LMIG) funding and will serve to reduce speeds and improve safety for motorists and pedestrians along the corridor between the Fulton/DeKalb County line and the Emory University campus. Page 1546 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 24RSFLNAPL004720.2025 Education and Training »Masters, Civil Engineering, University of Florida »Bachelors, Civil Engineering, Pennsylvania State University »Professional Engineer in Florida, #97342 »Professional Engineer in North Carolina, #057931 »Advanced Work Zone Traffi c Control, FDOT, #610043 HIGHWAY DESIGN; UTILITIES/UTILITY COORDINATION; SIGNING AND PAVEMENT MARKING Jacob Rehm, PE Special Qualifi cations • Jacob has 6 years of experience with roadway design and lighting analysis • Knowledge of FDOT Design Manual and Standard Specifi cations • Ability to design, model, and produce roadway plan set with lighting and signing components at beginner level diffi culty Project Experience US 41 at Gulfstream Avenue Roundabout PDE Study and Final Design, FDOT District One, Sarasota, FL — Project engineer for the design portion of this State- Wide Acceleration and Transformation (SWAT) project for the addition of a multi-lane roundabout. Designated as a SWAT project, the PDE and design efforts overlap to reduce schedule and streamline effi ciency. This project includes full reconstruction of the intersection to a roundabout confi guration, pedestrian signals, lighting, landscape, and drainage improvements. This is the fi rst partial 3-lane roundabout in the state and, due to its complexity, an emphasis has been placed on public involvement. Design improvements for this constrained urban intersection address multi-modal transportation, pedestrian connectivity/safety enhancements and balanced roundabout performance. Kimley-Horn led the PDE portion of this State- Wide Acceleration and Transformation (SWAT) project for the addition of a multi-lane roundabout. Designated as a SWAT project, the PDE and design efforts overlap to reduce schedule and streamline effi ciency. This project includes full reconstruction of the intersection to a roundabout confi guration, pedestrian signals, lighting, landscape, and drainage improvements. This is the fi rst partial 3-lane roundabout in the state and, due to its complexity, an emphasis has been placed on public involvement. Design improvements for this constrained urban intersection address multi-modal transportation, pedestrian connectivity/safety enhancements and balanced roundabout performance. Modern Roundabout Improvement Design for Ringling Boulevard and Pine Place, Sarasota, FL — Project Engineer. Kimley-Horn was retained by the City to provide conceptual and fi nal design services including construction documents for a roundabout at the intersection of Ringling Boulevard and Pine Place in Sarasota. This project involves the removal/replacement the existing signalized intersection with a modern single-lane roundabout designed within the existing right-of-way. The project will be constructed through a Local Agency Program (LAP) agreement with FDOT. As part of the design process, Kimley-Horn reviewed existing stormwater facilities to incorporate suffi cient design to ensure positive drainage of roadway improvements and preclude any ponding along the roadway. Other design services include utility coordination and utility adjustment plans, signing and pavement marking plans, in-road lighting, roadway lighting, temporary traffi c control plans, and environmental permitting. Sarasota County Honore Avenue Widening Fruitville Road to 17th Street, Sarasota, FL — Project Engineer. Kimley-Horn is leading the design and permitting for 1.2 miles of widening the existing road from a two-lane rural roadway typical section to a four-lane divided urban arterial section with closed drainage. The project includes the addition of two travel lanes, a seven-foot barrier separating buffered bicycle lanes, fi ve- to eight-foot sidewalks on both sides of Honore Avenue, conventional roadway lighting, pedestrian signalized crossings features, and landscaping. The existing one-lane roundabout at Honore Avenue and Richardson Road will be retrofi tted to Page 1547 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 25RSFLNAPL004720.2025 HIGHWAY DESIGN; UTILITIES/UTILITY COORDINATION; SIGNING AND PAVEMENT MARKING Jacob Rehm, PE a two-lane roundabout, and the signalized intersection at Honore Avenue and 17th Street will be replaced with a two- lane roundabout. Stormwater facilities including the closing of a 1,500-foot drainage channel with a 10- to 12-foot box culvert, a drainage collection system to accommodate the roadway improvements, and several wet and dry treatment ponds were designed. Utility improvements consisted of replacing the Sarasota Countys existing 10-inch water main with a new 12-inch in line with the entire project corridor along with isolated utility adjustments, as necessary, to address project confl icts. Environmental permitting took into consideration the potential presence of the bonneted bat, and other protected species along the corridor. Community engagement was implemented at 30% and 60% design progress level, two public meetings were planned so that residents can view the plans for the road, speak with staff about the project and provide input. Avenue K NE Complete Streets, Winter Haven, FL — Project Engineer. Kimley-Horn is providing streetscape, roundabout, drainage, and signing and pavement marking design on this Complete Street project for the City of Winter Haven focusing on improving pedestrian and bicycle access/safety by constructing sidewalk along the Avenue K NE corridor from E. Lake Silver Drive to Fairfax Street NE. In order to further improve safety and reduce speeds on the corridor, the intersection of Avenue K NE and Lake Martha Drive is to be reconstructed to a single-lane roundabout. A roundabout at this intersection will greatly improve the interaction between pedestrians, cyclists, and vehicles, and provide a traffi c calming feature for the surrounding community. All proposed improvement will be within the existing right-of-way and will consist of sidewalk installation on both sides of the corridor, construction of a roundabout, milling and resurfacing of existing roadway, signing and pavement markings plans, drainage, future lighting conduit, and utility modifi cations where needed. Collier County Vanderbilt Beach Road Extension Phase II, Naples, FL — Project Engineer. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two-lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. To maximize ease of maintenance, all embankment tie-down slopes and swale side slopes will be designed to 1V:4H (typical) or fl atter and using a 1V:3H maximum slope where constrained. The proposed two-lane undivided section that will be constructed is expected to be converted and serve as the future westbound travel lanes when the roadway is expanded to a four-lane facility in the future. The project also includes proposed drainage, environmental permitting, lighting, signalization and signing and pavement Page 1548 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 26RSFLNAPL004720.2025 Education and Training »Masters, Civil Engineering, University of Central Florida »Bachelors, Civil Engineering, Michigan Technological University »Project Management Professional in US, #2238827 »Professional Engineer in Florida, #76102 »American Public Works Association (APWA), Member »Florida Engineering Society, Member Special Qualifi cations • Project manager and engineer with 17 years of design experience with a specialty focus on roadway, lighting, Maintenance of traffi c and signing and marking design. • Certifi ed in FDOT Advanced Maintenance of Traffi c and Specifi cations Preparation • Profi cient in software such as MS project, Open Roads Designer and Agi32 Project Experience SR 31 Widening Improvements Progressive Design-Build, Babcock Ranch, FL Project Manager. The project consists of reconstructing SR 31 for FDOT in partnership with Babcock Ranch Community Development District to meet the interim build-out condition identifi ed in the SR 31 PDE study (FPID 428917-1-22-01, and 428917-2-21- 01). The facility is currently under construction and consists of an urban 4 lane section with a variable median width from 22 feet to 44 feet. The project limits are from south of SR 78 to 1,000 feet north of Lake Babcock Drive with an overall project length of 5.5 miles. The project will leave the existing SR 31 roadway and right of way in place from SR 78 to the Charlotte County line and will remove the existing SR 31 and expand the right of way north of the Charlotte County line. This project includes 3 multi-lane roundabouts as well as alternative intersection designs. SR 31 at CR 78 includes a signalized RCUT intersection while SR 31 at Saw Palmetto Parkway has been designed as a partial median U-turn signal. These alternative designs provide both a capacity, level of service, and safety benefi ts for roadway and pedestrian users. Lighting and signing and pavement marking improvements will be constructed with the project. Close coordination is required along SR 31 with the bridge replacement project which is currently underway. During the completion stage, Kimley-Horn is providing construction phase support in the form of shop drawing review, RFIs, and site visits to provide plan clarifi cations. The contractor will be responsible for all construction activities. US 41 at Gulfstream Avenue Roundabout PDE Study and Final Design, FDOT District One, Sarasota, FL — Engineer of Record (Lighting), Roadway Design Engineer. Design engineer for the design portion of this State-Wide Acceleration and Transformation (SWAT) project for the addition of a multi-lane roundabout. Designated as a SWAT project, the PDE and design efforts overlap to reduce schedule and streamline effi ciency. This project includes full reconstruction of the intersection to a roundabout confi guration, pedestrian signals, lighting, landscape, and drainage improvements. This is the fi rst partial 3-lane roundabout in the state and, due to its complexity, an emphasis has been placed on public involvement. Design improvements for this constrained urban intersection address multi-modal transportation, pedestrian connectivity/safety enhancements and balanced roundabout performance. Kimley- Horn led the PDE portion of this State-Wide Acceleration and Transformation (SWAT) project for the addition of a multi-lane roundabout. Designated as a SWAT project, the PDE and design efforts overlap to reduce schedule and streamline effi ciency. This project includes full reconstruction of the intersection to a roundabout confi guration, pedestrian signals, lighting, landscape, and drainage improvements. This is the fi rst partial 3-lane roundabout in the state and, due to its complexity, an emphasis has been placed on public involvement. Design improvements for this constrained urban intersection address multi-modal transportation, pedestrian connectivity/safety enhancements and balanced roundabout performance. HIGHWAY DESIGN Jordan Leep, PE, PMP Page 1549 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 27RSFLNAPL004720.2025 HIGHWAY DESIGN Jordan Leep, PE, PMP Naples Central Avenue Improvements, Naples, FL — Project Engineer. Lighting engineer of record for streetscape, intersection design, lighting design, and multimodal improvements for a half mile of Central Avenue between 8th Street and Riverside Circle. Utilized detailed traffi c modeling to fully assess laneage requirements and the resulting level of service from possible lane modifi cations. The goal of the projects was to provide a safe, balanced approach for all modes of travel through the corridor, including motor vehicles, bicycles, and pedestrians. Roadway improvements included milling and resurfacing, drainage upgrades to reduce fl ooding, utility upgrades to increase water main size and add reclaimed water service, landscaping improvements, and signalization upgrades. Our team helped direct a public involvement program with local stakeholders and agency staff to obtain consensus from the community for the approved design concept. Permit coordination was required with FDOT and Collier County for pavement, drainage, and signalization enhancements at the intersections of Central Avenue with US 41 and Goodlette Frank Road. Avenue K NE Complete Streets, Winter Haven, FL — Project Engineer. Kimley-Horn is providing streetscape, roundabout, drainage, and signing and pavement marking design on this Complete Street project for the City of Winter Haven focusing on improving pedestrian and bicycle access/safety by constructing sidewalk along the Avenue K NE corridor from E. Lake Silver Drive to Fairfax Street NE. In order to further improve safety and reduce speeds on the corridor, the intersection of Avenue K NE and Lake Martha Drive is to be reconstructed to a single-lane roundabout. A roundabout at this intersection will greatly improve the interaction between pedestrians, cyclists, and vehicles, and provide a traffi c calming feature for the surrounding community. All proposed improvement will be within the existing right-of-way and will consist of sidewalk installation on both sides of the corridor, construction of a roundabout, milling and resurfacing of existing roadway, signing and pavement markings plans, drainage, future lighting conduit, and utility modifi cations where needed. Sarasota County Honore Avenue Widening Fruitville Road to 17th Street, Sarasota, FL — Senior Engineer. Kimley- Horn is leading the design and permitting for 1.2 miles of widening the existing road from a two-lane rural roadway typical section to a four-lane divided urban arterial section with closed drainage. The project includes the addition of two travel lanes, a seven-foot barrier separating buffered bicycle lanes, fi ve- to eight-foot sidewalks on both sides of Honore Avenue, conventional roadway lighting, pedestrian signalized crossings features, and landscaping. The existing one-lane roundabout at Honore Avenue and Richardson Road will be retrofi tted to a two-lane roundabout, and the signalized intersection at Honore Avenue and 17th Street will be replaced with a two-lane roundabout. Stormwater facilities including the closing of a 1,500-foot drainage channel with a 10- to 12-foot box culvert, a drainage collection system to accommodate the roadway improvements, and several wet and dry treatment ponds were designed. Utility improvements consist of replacing the Sarasota County’s existing 10-inch water main with a new 12-inch in line with the entire project corridor along with isolated utility adjustments, as necessary, to address project confl icts. Environmental permitting took into consideration the potential presence of the bonneted bat, and other protected species along the corridor. Community engagement was implemented at 30% and 60% design progress level, two public meetings were planned so that residents can view the plans for the road, speak with staff about the project and provide input. Modern Roundabout Improvement Design for Ringling Boulevard and Pine Place, Sarasota, FL — Senior Engineer. Kimley-Horn was retained by the City to provide conceptual and fi nal design services including construction documents for a roundabout at the intersection of Ringling Boulevard and Pine Place in Sarasota. This project involves the removal/ replacement the existing signalized intersection with a modern single-lane roundabout designed within the existing right-of-way. The project will be constructed through a Local Agency Program (LAP) agreement with FDOT. As part of the design process, Kimley-Horn reviewed existing stormwater facilities to incorporate suffi cient design to ensure positive drainage of roadway improvements and preclude any ponding along the roadway. Other design services include utility coordination and utility adjustment plans, signing and pavement marking plans, in-road lighting, roadway lighting, temporary traffi c control plans, and environmental permitting. Page 1550 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 28RSFLNAPL004720.2025 Education and Training »Bachelors, Civil Engineering, University of Rhode Island »Engineering Intern in Florida, #1100025791 Special Qualifi cations • Austin has 7 years of experience in roadway, pavement design, drainage, maintenance of traffi c, utility relocation, and signing and pavement marking design • Experienced with preparing comprehensive construction plans and detailed engineering designs according to FDOT, AASHTO, and local standards • His software skills include MicroStation, AutoCAD, ArcGIS, ProjectWise, Bluebeam, and Microsoft Offi ce products. Project Experience 59th Street West from Cortez Road to Manatee Avenue, Manatee County, FL Project Analyst for this roadway widening project. The 59th Street W Corridor from Cortez Road W to Manatee Avenue W was identifi ed in Manatee County’s Capital Improvement Plan (CIP) as one of the essential corridors needing improvements to increase capacity. Kimley-Horn is providing design services for roadway, traffi c engineering, traffi c operations, street lighting, stormwater management, utilities, and landscape and irrigation. We are also assisting with permitting and public involvement. Collier County Vanderbilt Beach Road Extension Phase II, Naples, FL — Project Analyst. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two- lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. South Hammock Road Widening from SR 66 to Highlands County Line, Hardee County, FL — Project Analyst. Kimley-Horn provided engineering design and associated services required for the preparation of roadway resurfacing plans for South Hammock Road from SR 66 to the Highlands County Line. The scope of this project consists of roadway milling and resurfacing with isolated base repairs and roadside safety improvements. The approximate length of the project is 4.00 miles. Roadway analysis and design services included the evaluation of drainage impacts, roadside safety issues, confl icts with existing features and facilities, and determination of the corresponding accommodations. Kimley-Horn also provided permitting and post design services. 16th Street NE Bridge and Widening, Collier County, FL — Project Analyst. Kimley- Horn provided subconsultant services for Signalization Design and Signing and Marking Design for a 3.3-mile section of 16th Street NE from Golden Gate Boulevard to Randall Boulevard. The project consists of roadway widening and construction of a new bridge structure over the Golden Gate Main Canal. HIGHWAY DESIGN; SIGNING AND PAVEMENT MARKING Austin Decker, EI Page 1551 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 29RSFLNAPL004720.2025 Education and Training »Bachelors, Civil Engineering, Florida Gulf Coast University »Engineering Intern in Florida, 1100026467 Special Qualifi cations • Tomas has 2 years of experience in roadway, drainage, water resources, and utility designs • Experience preparing construction plans and detailed engineering designs according with FDOT and/or AASHTO standards • Software skills include AutoCAD, ArcGIS, HEC-RAS, ICPR, Flowmaster, and MicroStation Project Experience Collier County Vanderbilt Beach Road Extension Phase II, Naples, FL — Project Analyst. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two- lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. South Hammock Road Widening from SR 66 to Highlands County Line, Hardee County, FL — Project Analyst. Kimley-Horn provided engineering design and associated services required for the preparation of roadway widening and reconstruction plans for South Hammock Road from SR 66 to the Highlands County Line. The scope of this project consists of roadway and shoulder widening and reconstruction with base repairs and roadside safety improvements. The approximate length of the project is 4.00 miles. Roadway analysis and design services included the evaluation of drainage impacts, roadside safety issues, confl icts with existing features and facilities, and determination of the corresponding accommodations. Kimley-Horn also provided permitting and post design services. 59th Street West from Cortez Road to Manatee Avenue, Manatee County, FL Project Analyst. The 59th Street W Corridor from Cortez Road W to Manatee Avenue W was identifi ed in Manatee County’s Capital Improvement Plan (CIP) as one of the essential corridors needing improvements to increase capacity. Kimley-Horn is providing design services for roadway, traffi c engineering, traffi c operations, street lighting, stormwater management, utilities, and landscape and irrigation. Our team is also assisting with permitting and public involvement. 16th Street NE Bridge and Widening, Collier County, FL — Project Analyst. Kimley- Horn provided subconsultant services for Signalization Design and Signing and Marking Design for a 3.3-mile section of 16th Street NE from Golden Gate Boulevard to Randall Boulevard. The project consists of roadway widening and construction of a new bridge structure over the Golden Gate Main Canal. HIGHWAY DESIGN Tomas Acuna, EI Page 1552 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 30RSFLNAPL004720.2025 Special Qualifi cations • Mo has more than 15 years of experience in roadway design and plans preparation for arterials and limited access highways across Florida. • Served as Engineer-of-Record and Project Manager for dozens of transportation improvements ranging from resurfacing, restoration, and rehabilitation (RRR) projects to large-scale widening and new alignment design. Project Experience NE 8th Avenue Road Diet Phase II, Ocala, FL — Project Manager. Kimley-Horn recently completed the design plans for road diet improvements for NE 8th Avenue to slow travel speeds and encourage bicycle and pedestrian connectivity and interaction between adjacent residential neighborhoods and the Tuscawilla Park recreation area. The complete streets improvements include landscaped medians, the removal of two traffi c signals and the construction of four new roundabouts, the construction of wider sidewalks, and the inclusion of buffered bicycle lanes along the corridor. Kimley-Horn performed roadway design including design of four roundabouts, drainage, signing and pavement marking design, utility coordination, permitting, and bidding phase services. The project is funded by FDOT through a LAP agreement. County Road 501 Warm Springs Avenue Improvements, Ocala, FL — Project Engineer. Project Engineer. Kimley-Horn designed roadway, tunnel, traffi c signalization, and roundabout improvements along both County Road 501 Warm Springs Avenue in Sumter County. The project included design of a two-lane roundabout, two tunnels underneath four-lane roadways, and the widening of approximately one mile of roadway from two lanes to four lanes. Our scope included the design and permitting of the improvements, coordination with impacted utility owners which had infrastructure in the right-of-way, and providing assistance during the construction phase. Kimley- Horn designed roadway, tunnel, traffi c signalization, and roundabout improvements along both County Road 501 Warm Springs Avenue in Sumter County. The project included design of a two-lane roundabout, two tunnels underneath four-lane roadways, and the widening of approximately one mile of roadway from two lanes to four lanes. Our scope included the design and permitting of the improvements, coordination with impacted utility owners which had infrastructure in the right-of-way, and providing assistance during the construction phase. The Villages, Central Parkway, Phase 1 (County Road 470) Improvements, The Villages, FL — Project Engineer. Project Engineer. Sumter County and The Villages selected Kimley-Horn to design the widening of CR 470 from two to four lanes to accommodate the tremendous growth in the area. The expansion of CR 470 is for approximately three miles and involves both expanding on the existing alignment and a new alignment. The design includes a signal, four roundabouts, and two tunnels. Sumter County and The Villages selected Kimley-Horn to design the widening of CR 470 from two to four lanes to accommodate the tremendous growth in the area. The expansion of CR 470 is for approximately three miles and involves both expanding on the existing alignment and a new alignment. The design includes a signal, four roundabouts, and two tunnels. Education and Training »Bachelors, Civil Engineering, Florida International University »Professional Engineer in Florida, #86833 »Temporary Traffi c Control in FDOT, #600981 »American Society of Civil Engineers (ASCE), Member »Florida Engineering Society (FES), Member »Institute of Transportation Engineers (ITE), Member MAINTENANCE OF TRAFFIC; INTELLIGENT TRANSPORTATION SYSTEM (ITS)/LIGHTING Mo Ansari, PE Page 1553 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 31RSFLNAPL004720.2025 Mo Ansari, PE MAINTENANCE OF TRAFFIC; INTELLIGENT TRANSPORTATION SYSTEM (ITS)/LIGHTING C 466 at C 475N Roundabout Safety Project, Sumter County, FL — Project manager for roadway design permitting, utility coordination, and construction and bid plans preparation for the proposed roundabout improvements at the intersection of C466 and C475N in Oxford, Florida. Other services provided include surveying, geotechnical investigations, cultural resource assessments, and environmental site assessments. The project is funded by FDOT through a Class D LAP agreement. 16th Street NE Bridge and Widening, Collier County, FL — Signalization Engineer-of Record. Kimley-Horn provided subconsultant services for Signalization Design and Signing and Marking Design for a 3.3-mile section of 16th Street NE from Golden Gate Boulevard to Randall Boulevard. The project consists of roadway widening and construction of a new bridge structure over the Golden Gate Main Canal. Traffi c Analysis and a Signal Warrant Study was required to evaluate turn length queues and to justify a new mast arm signal at the intersection of Randall Boulevard. Okeechobee Road (SR 25) from East of NW 87 Avenue to NW 79 Avenue, FDOT District Six — Project Engineer. Kimley-Horn is providing fi nal design services for the reconstruction of a one-mile section of Okeechobee Road in Miami-Dade County. Services include widening the existing road to four lanes in each direction; widening the NW 79th Avenue Bridge over the Miami (C-6) Canal; intersection modifi cations at NW 95th Street and Frontage Road; relocation of an existing BJs Wholesale Club entrance and addition of a new free-fl ow right-turn lane; and new access from the Frontage Road to westbound Okeechobee Road. The project includes structural design, drainage design, signing and marking, signalization, lighting design, ITS system design, and landscaping along the corridor. SR 826 Connector at Golden Glades Interchange and Various Ramps, FDOT District Six — Project Engineer. Kimley- Horn is providing drainage, ITS, signalization, lighting, and minor structural design services as a subconsultant to another fi rm. The Golden Glades Interchange (GGI) provides connectivity to six major arterials and limited access expressway facilities including I-95, SR 826/Palmetto Expressway, Florida’s Turnpike, SR 7/US 441, and NW 167th Street. The GGI has a direct impact on inter-county travel between Miami-Dade, Broward and Palm Beach counties and serves as the backbone for the transportation of goods, services, and the traveling public in South Florida. The South Florida Rail Corridor (SFRC) also traverses the interchange area. SR 826 Palmetto Expressway from North Canal C-8 Bridge 162 Street to East of NW 67 Avenue, FDOT District Six — Lighting Design Engineer. The project includes full roadway construction of SR 826, eastbound and westbound frontage roads including the interchange for SR 826 at NW 67 Avenue as a Single Point Urban Interchange (SPUI). SR 826 is to be widened to one Express lane, one inside auxiliary lane, three general purpose lanes, and one outside auxiliary lane with 12-foot inside and outside shoulders. Frontage Road typical section includes two lanes with a bike lane, curb and gutter and sidewalk. Florida Gas Transmission (FGT), numerous overhead and underground utilities are located within project limits. Services provided include lighting analysis and design and drainage analysis and design. Reconstruction of Krome Avenue from South of SW 296 Street to South of SW 232 Street, FDOT District Six Lighting Design Engineer for the team providing roadway, signing and marking, signalization, lighting, structures and landscape design. This project is part of the Krome Avenue South Corridor and has several environmentally sensitive areas. This segment of Krome Avenue handles part of the main freight activity in South and West Miami-Dade County, with a daily truck percentage of 15%. Page 1554 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 32RSFLNAPL004720.2025 MAINTENANCE OF TRAFFIC Special Qualifi cations • Frank brings 35 years of experience with high-profi le improvement programs in Florida • He has extensive roadway design, RFP development, and cost estimating experience and enjoys supporting FDOT and other transportation agencies on major roadway widening and urban reconstruction efforts with complex right- of-way, utility, and public involvement elements • He served for fi ve years as Deputy Program Manager for FDOT District Seven’s Tampa Bay Next interstate modernization program Project Experience SR 31 Widening Improvements, Lee and Charlotte Counties, FL — Project Engineer. The project consists of reconstructing SR 31 for Babcock Ranch Community Development District to meet the interim build-out condition identifi ed in the SR 31 PD&E study. The facility will consist of widening from a rural 2 lane section to an urban 4 lane section with a variable median width from 22 feet to 44 feet. The project limits are from south of SR 78 to 1,000 feet north of Lake Babcock Drive with an overall project length of 5.5 miles. The project will leave the existing SR 31 roadway and right-of-way in place from SR 78 to the Charlotte County line and will remove the existing SR 31 and expand the right of way north of the Charlotte County line. This project includes 3 multi-lane roundabouts as well as alternative intersection designs. SR 31 at CR 78 includes a signalized RCUT intersection while SR 31 at Saw Palmetto Parkway has been designed as a partial median U-turn signal. These alternative designs provide both a capacity, level of service, and safety benefi ts for roadway and pedestrian users. Lighting and signing and pavement marking improvements will be constructed with the project. Sarasota County Honore Avenue Widening Fruitville Road to 17th Street, Sarasota, FL — Project Engineer. Kimley-Horn is leading the design and permitting for one mile of widening the existing road from a 2-lane section to a 4-lane urban arterial section with closed drainage. The project includes the addition of two through travel lanes, bicycle lanes, sidewalks on both sides of Honore Avenue, roadway lighting and landscaping. The existing one lane roundabout at Honore Avenue and Richardson Road will be widened to a 2-lane roundabout and the signalized intersection at Honore Avenue and 17th Street will be converted to a 2-lane roundabout. Stormwater facilities and drainage to accommodate the roadway improvements are also included in the design. Community engagement will be implemented near the 30% and 60% design progress level, two public meetings will be scheduled so that residents can view the plans for the road, speak with staff about the project and provide input. Collier County Vanderbilt Beach Road Extension Phase II, Naples, FL — Project Engineer. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two- Education and Training »Bachelors, Civil Engineering, University of South Florida »Professional Engineer in Florida, #54027 Frank Heck, PE Page 1555 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 33RSFLNAPL004720.2025 MAINTENANCE OF TRAFFIC Frank Heck, PE lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. 59th Street West from Cortez Road to Manatee Avenue, Manatee County, FL Project Engineer. The 59th Street W Corridor from Cortez Road W to Manatee Avenue W was identifi ed in Manatee County’s Capital Improvement Plan (CIP) as one of the essential corridors needing improvements to increase capacity. Kimley-Horn is providing design services for roadway, traffi c engineering, traffi c operations, street lighting, stormwater management, utilities, and landscape and irrigation. Our team is also assisting with permitting and public involvement. 9th Avenue NW Improvements, Manatee County, FL — Project Engineer. The project consists of the reconstruction and resurfacing of the west end of the 9th Avenue NW roadway from 75th Street NW to 99th Street NW. The project consists of construction of 10.5-foot standard vehicle lane widths, a 10-foot-wide multi-use trail, sidewalks, crosswalks, signage and striping, street lighting, piped and open drainage systems, stormwater ponds as needed, and wetland mitigation areas and/or fl oodplain compensation areas. The project scope also includes constructing missing sidewalk links along 9th Avenue NW from 75th Street NW to 71st Street NW. I-75/I-275 Design (Phases I-II), FDOT District Seven — Project Manager. Description for phases I-IV Preparation of design and construction plans for a three-lane southbound CD road system from the I-75/I-275 apex to the SR 56 southbound on-ramp to complement the northbound CD road system. This includes a new two-lane southbound on- ramp from the CD roadway to southbound I-75 which will require widening of the bridge 100412 over Cypress Creek, a new bridge over Cypress Creek for the southbound CD roadway, a new major fork of I-75/I-275 SB, a new bridge of SB I-275 over the CD road ramp to SB I-75, removal of the existing southbound SR 56 on-ramp to southbound I-75, new concrete barrier wall between I-75 southbound mainline and southbound CD roadway, a proposed ramp from the southbound CD roadway to southbound I-75, and cutback of the existing sloped abutment of the northbound I-275 overpass bridge structure to provide vertical walls for new ramp location. The project will also include signing and pavement marking, lighting, ITS relocations, environmental permitting, and miscellaneous structure design. US 41/SR 45 Resurfacing from North of 15th Avenue South to South of Bullfrog Creek Bridge, FDOT District Seven — Project Engineer. Kimley-Horn is providing professional engineering services for 8.5 miles of milling and resurfacing of a four-lane divided principal arterial roadway thorough the Gibsonton, Ruskin, and Apollo Beach industrial and residential communities. The design for this corridor includes upgrading the signalized intersection at Symmes Road, adding back plates for all signalized intersections, adding sidewalk and ADA compliant bus landing pads, and providing bike lanes throughout the corridor. Page 1556 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 34RSFLNAPL004720.2025 Education and Training »Bachelors, Civil Engineering, University of Florida »Professional Engineer in Florida, #96314 Special Qualifi cations • Daniel is a professional engineer with 5 years of experience in roadway plans production • His experience includes lighting, utility coordination, environmental resource permitting, cost estimates, roadway drainage design/analysis, and plans production • Software experience in AutoCAD Civil 3D, Bentley StormCAD, and ArcGis Project Experience NE 8th Avenue Road Diet Phase II, Ocala, FL — Project Engineer. Kimley-Horn recently completed the design plans for road diet improvements for NE 8th Avenue to slow travel speeds and encourage bicycle and pedestrian connectivity and interaction between adjacent residential neighborhoods and the Tuscawilla Park recreation area. The complete streets improvements include landscaped medians, the removal of two traffi c signals and the construction of four new roundabouts, the construction of wider sidewalks, and the inclusion of buffered bicycle lanes along the corridor. Kimley-Horn performed roadway design including design of four roundabouts, drainage, signing and pavement marking design, utility coordination, permitting, and bidding phase services. The project is funded by FDOT through a LAP agreement. The Villages, Central Parkway, Phase 1 (County Road 470) Improvements, The Villages, FL — Project Engineer. Sumter County and The Villages selected Kimley- Horn to design the widening of CR 470 from two to four lanes to accommodate the tremendous growth in the area. The expansion of CR 470 is for approximately three miles and involves both expanding on the existing alignment and a new alignment. The design includes a signal, four roundabouts, and two tunnels. Morse Boulevard Warm Springs Avenue Roundabout Improvement, Tallahassee, FL — Project Engineer. Kimley-Horn designed roadway and roundabout improvements along Warm Springs Avenue in Sumter County. The project included design of a multi- lane roundabout along an existing four-lane roadway. Our scope included the design and permitting of the improvements, coordination with impacted utility owners which had infrastructure in the right-of-way, and providing assistance during the construction phase. C 466 at C 475N Roundabout Safety Project, Sumter County, FL — Project Engineer. Kimley-Horn recently completed the roadway design permitting, utility coordination, and construction and bid plans preparation for a new single lane roundabout at the intersection of C 466 and C 475N in Oxford, Florida. Other services provided include surveying, geotechnical investigations, cultural resource assessments, and environmental site assessments. The project is funded by FDOT through a LAP agreement. CR 484 Widening, Ocala, FL — Project Engineer. Kimley-Horn is providing design, permitting and bidding assistance services for the widening of CR 484 in Marion County. This project will widen and reconstruct CR 484 from Marion Oaks Pass to Marion Oaks Course and include two new signalized intersections at Florida Crossroads Commerce Park Road and SW 49th Court Road. The primary objective of this project is to widen CR 484 from an existing two-lane undivided roadway to a 4-lane divided roadway to support future traffi c and a future Industrial Park as part of a Future Job Growth Infrastructure Grant Agreement with the State of Florida Department of Economic Opportunity (DEO). MAINTENANCE OF TRAFFIC Daniel DaGraca, PE Page 1557 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 35RSFLNAPL004720.2025 MAINTENANCE OF TRAFFIC Daniel DaGraca, PE C-478 from US 301 to SR 471, Bushnell, FL — Project Engineer. Kimley-Horn designed pavement rehabilitation and widening improvements along County Road 478 between US 301 and SR 471 in Sumter County. Specifi cally, the project’s scope of work consisted of reconstructing a portion of the existing pavement footprint, milling and resurfacing, widening the existing substandard lane widths to 12 feet, constructing two-foot paved shoulders, regrading roadside swales to tie into natural grade, and other signage/striping improvements. Ancillary drainage improvements included desilting of existing cross drain pipes and side drain pipes as well as replacing grates on existing cross-drain mitered end sections. The project limits also included a CSX railroad crossing and coordination with CSX was required to ensure the track improvements tied into the roadway design. Kimley-Horn performed roadway design, utility coordination, and permitting for the subject project. Kimley-Horn also prepared opinion of probable costs and construction duration estimates for the project. Sumter County CR 525E from US 301 to CR 514 Ultimate Four Lane Project, Sumterville, FL — Project Engineer. This project involved the design and permitting of the widening (two-lanes undivided to four-lanes divided) of CR 525E from CR 514 to US 301 in Sumter County to support regional transportation connectivity and economic growth. The project included a new at-grade CSX rail crossing to replace the existing at-grade crossing. Services included surveying and mapping, geotechnical explorations, environmental assessments, preparation of construction plans, permitting, and preparation of bid documents. Permitting was required with CSX, FDOT, SWFWMD, and the numerous utility agency owners. Buena Vista Boulevard Extension Preliminary Engineering Study (PES) and Design, Wildwood, FL — Project Engineer. Kimley-Horn prepared the Preliminary Engineering Study for the Buena Vista Boulevard Extension, from south of SR 44 to Meggison Road. Three alternative roadway alignments were evaluated based on environmental and engineering impacts, right-of-way and property impacts, public support, and costs. The project included public involvement activities including stakeholder coordination, a community alternatives meeting, and presentation to the Board of County Commissioners. Following the PES approval, Kimley-Horn was selected to prepare design plans for the recommended alternative. The design scope included a bridge crossing over sovereign submerged lands, geotechnical evaluations and design for subsoil stabilization, signal design, roundabout design, stormwater design, wetland mitigation, and permitting with SWFWMD, FDEP, and FDOT. Meggison Road Planning and Design, Sumter County, FL — Project engineer for design plans and permits for Meggison Road, from SR 44 to Warm Springs Avenue. As part of the design project, Kimley-Horn has prepared design traffi c forecasts. The design traffi c forecasts were utilized to develop a signal warrant and traffi c operational analysis to support a new traffi c signal at SR 44. Traffi c forecasts were also utilized to develop the roadway typical section, pavement design, access management, and recommended intersection geometry and control at Warm Springs Avenue. Ongoing permitting coordination is occurring with Sumter County, FDOT and the Southwest Florida Water Management District (SWFWMD). As a result of continuous coordination, FDOT has approved a variance for a future traffi c signal on SR 44 at Meggison Road. Bexley Road over Florida’s Turnpike — Project Engineer. Kimley-Horn was selected to provide professional engineering services to expand the road network of Sumter County. Bexley Trail is part of the Sumter County community road network located in The Villages community. As part of this project, we designed a four-lane vehicular facility with a 15’-6” Connectivity path running parallel to the vehicular travel lanes. This pathway caters to pedestrians, cyclists, and golf carts. Our responsibilities encompassed a comprehensive range of tasks, spanning the entire design process, including securing permits from the Florida Turnpike Enterprise (FTE). Notably, the project necessitated the construction of two key bridges—one spanning Florida’s Turnpike and the other crossing a Sabal Gas easement. These critical structures aim to foster connectivity between both sides of The Villages divided by the Turnpike, facilitating access to various shopping and activity centers in the region. Page 1558 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 36RSFLNAPL004720.2025 Education and Training »Masters, Engineering Management, University of South Florida »Bachelors, Civil Engineering, University of South Florida »Professional Engineer in Florida, #75592 »Professional Engineer in Georgia, #PE041195 »American Society of Civil Engineers (ASCE), Member »Engineers Without Borders (EWB-USA), Member Special Qualifi cations • Victor has 24 years of experience in stormwater design • Has designed roadway storm sewer systems and stormwater management facilities for rural, urban, and interstate projects across Florida • Areas of expertise include stormwater design, roadway storm sewer systems, pond siting analysis, stormwater management facilities, fl oodplain compensation, culvert design, bridge scour analysis, and permitting • Has coordinated extensively with various Florida water management districts and environmental regulatory agencies to obtain construction permits Project Experience SR 31 Widening Improvements, Lee and Charlotte Counties, FL — Drainage Engineer-of-Record. The project consists of reconstructing SR 31 for Babcock Ranch Community Development District to meet the interim build-out condition identifi ed in the SR 31 PD&E study. The facility will consist of widening from a rural 2 lane section to an urban 4 lane section with a variable median width from 22 feet to 44 feet. The project limits are from south of SR 78 to 1,000 feet north of Lake Babcock Drive with an overall project length of 5.5 miles. The project will leave the existing SR 31 roadway and right-of-way in place from SR 78 to the Charlotte County line and will remove the existing SR 31 and expand the right of way north of the Charlotte County line. This project includes 3 multi-lane roundabouts as well as alternative intersection designs. SR 31 at CR 78 includes a signalized RCUT intersection while SR 31 at Saw Palmetto Parkway has been designed as a partial median U-turn signal. These alternative designs provide both a capacity, level of service, and safety benefi ts for roadway and pedestrian users. Lighting and signing and pavement marking improvements will be constructed with the project. CR 470, The Villages, Lake County, FL — Drainage Engineer-of-Record. Kimley-Horn was selected by The Villages to design and permit roadway widening improvements along CR 470 from approximately 1,700 feet west of the Sumter/Lake County line to approximately 3,000 feet east of the Florida Turnpike’s northbound ramp terminal intersection. The improvements are intended to accommodate the ongoing and expected growth in the area. The overall length of the project limits are approximately 2.1 miles. The improvements across all phases include widening the CR 470 corridor from a 2-lane undivided roadway with open drainage to a 4-lane divided roadway with a closed drainage system. A new bridge was designed and will be built over the Turnpike to accommodate the future westbound travel lanes along CR 470. Four new traffi c signals will be constructed within the limits, including one at each of the Turnpike’s ramp terminal intersections. One new roundabout was designed at the intersection of CR 470 and McNeill Drive as part of Phase 1S. Services included roadway design, temporary traffi c control, drainage design, signal design, structural design, signing and pavement marking, lighting, ITS, utility coordination, permitting, easements coordination, and cost estimating. US 41 at Gulfstream Avenue Roundabout PDE Study and Final Design, FDOT District One, Sarasota, FL — Project Engineer. Drainage design engineer for the addition of a multi-lane roundabout. Designated as a SWAT project, the PDE and design efforts overlap to reduce schedule and streamline effi ciency. This project includes full reconstruction of the intersection to a roundabout confi guration, DRAINAGE Victor Gallo, PE Page 1559 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 37RSFLNAPL004720.2025 DRAINAGE Victor Gallo, PE pedestrian signals, lighting, landscape, and drainage improvements. This is the fi rst partial 3-lane roundabout in the state and, due to its complexity, an emphasis was placed on public involvement. Design improvements for this constrained urban intersection addressed multi-modal transportation, pedestrian connectivity/safety enhancements and balanced roundabout performance. Lake County Round Lake Road, Tavares, FL — Project Engineer. Kimley-Horn is providing professional engineering services for improvements to Round Lake Road. The existing segment of Round Lake Road from the Orange/Lake County line to Wolf Branch Road will consist of widening from the existing two lane rural roadway to a four lane divided urban roadway. From Wolf Branch Rd to SR 44 a new four lane extension will be provided. Our services include roadway, drainage, permitting, signing and marking, signalization, right of way acquisition, geotechnical, and public involvement. The project includes four roundabout designs at both existing intersections and new alignment. Collier County Vanderbilt Beach Road Extension Phase II, Naples, FL — Drainage Engineer-of-Record. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two-lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot- wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten- foot-wide asphalt multi-use trail on the north side of the roadway. 59th Avenue NW Improvements, Manatee County, FL — Drainage Engineer-of- Record. The 59th Street W Corridor from Cortez Road W to Manatee Avenue W was identifi ed in Manatee County’s Capital Improvement Plan (CIP) as one of the essential corridors needing improvements to increase capacity. Kimley-Horn is providing design services for roadway, traffi c engineering, traffi c operations, street lighting, stormwater management, utilities, and landscape and irrigation. Our team is also assisting with permitting and public involvement. 9th Avenue NW Improvements, Manatee County, FL — Drainage Engineer-of- Record. The project consists of the reconstruction and resurfacing of the west end of the 9th Avenue NW roadway from 75th Street NW to 99th Street NW. The project consists of construction of 10.5-foot standard vehicle lane widths, a 10-foot-wide multi-use trail, sidewalks, crosswalks, signage and striping, street lighting, piped and open drainage systems, stormwater ponds as needed, and wetland mitigation areas and/or fl oodplain compensation areas. The project scope also includes constructing missing sidewalk links along 9th Avenue NW from 75th Street NW to 71st Street NW. Okeechobee Road (SR 25) from East of NW 87 Avenue to NW 79 Avenue, FDOT District Six — Drainage Engineer- of-Record. Kimley-Horn is providing fi nal design services for the reconstruction of a one-mile section of Okeechobee Road in Miami-Dade County. Services include widening the existing road to four lanes in each direction; widening the NW 79th Avenue Bridge over the Miami (C-6) Canal; intersection modifi cations at NW 95th Street and Frontage Road; relocation of an existing BJs Wholesale Club entrance and addition of a new free-fl ow right-turn lane; and new access from the Frontage Road to westbound Okeechobee Road. The project includes structural design, drainage design, signing and marking, signalization, lighting design, ITS system design, and landscaping along the corridor. I-75 Widening over Six-Mile Cypress, FDOT District One — Stormwater Design Engineer who completed the Bridge Hydraulics Report, including scour analysis for this bridge and completed a waterway analysis using HEC-RAS This project consists of developing a Bridge Hydraulics Report for widening the existing two bridge crossings of Interstate 75 over the Six Mile Cypress Slough in Lee County, Florida. The twin bridges are located 1.2 miles south of the Colonial Boulevard/I-75 Interchange. The current structures carry a total of four lanes of traffi c (two northbound and two southbound). Page 1560 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 38RSFLNAPL004720.2025 Special Qualifi cations • Gloria has 7 years of experience as a drainage design engineer • Her areas of expertise include stormwater design, roadway storm sewer systems, pond siting analysis, stormwater management facilities, fl oodplain compensation, culvert design, and permitting • She has coordinated extensively with various Florida water management districts and environmental regulatory agencies to obtain construction permits Project Experience Collier County Vanderbilt Beach Road Extension Phase II, Naples, FL — Project Analyst. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two- lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. 59th Street West from Cortez Road to Manatee Avenue, Manatee County, FL Project Analyst. The 59th Street W Corridor from Cortez Road W to Manatee Avenue W was identifi ed in Manatee County’s Capital Improvement Plan (CIP) as one of the essential corridors needing improvements to increase capacity. Kimley-Horn is providing design services for roadway, traffi c engineering, traffi c operations, street lighting, stormwater management, utilities, and landscape and irrigation. Our team is also assisting with permitting and public involvement. SR 31 Widening Improvements, Lee and Charlotte Counties, FL — Project Analyst. The project consists of reconstructing SR 31 for Babcock Ranch Community Development District to meet the interim build-out condition identifi ed in the SR 31 PD&E study. The facility will consist of widening from a rural 2 lane section to an urban 4 lane section with a variable median width from 22 feet to 44 feet. The project limits are from south of SR 78 to 1,000 feet north of Lake Babcock Drive with an overall project length of 5.5 miles. The project will leave the existing SR 31 roadway and right-of-way in place from SR 78 to the Charlotte County line and will remove the existing SR 31 and expand the right of way north of the Charlotte County line. This project includes 3 multi- lane roundabouts as well as alternative intersection designs. SR 31 at CR 78 includes a signalized RCUT intersection while SR 31 at Saw Palmetto Parkway has been designed as a partial median U-turn signal. These alternative designs provide both a capacity, level of service, and safety benefi ts for roadway and pedestrian users. Lighting and signing and pavement marking improvements will be constructed with the project. Education and Training »Bachelors, Civil Engineering, University of Central Florida »Engineering Intern in Florida, #1100021228 DRAINAGE Gloria Manriquez, EI Page 1561 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 39RSFLNAPL004720.2025 Special Qualifi cations • Sarah has 23 years of experience in managing and conducting biological assessments, GIS, photointerpretation, and related studies • Experienced in environmental assessment, mitigation plans, project management, wetland and protected species surveys, NEPA documentation and permitting • Authorized Gopher Tortoise Agent for survey, bucket traps, live traps, hand shovel excavation, backhoe excavation, and mark, transport, and release • Knowledgeable of the NEPA process and PD&E guidelines used for development of transportation projects by FDOT • Direct experience conducting protected species surveys for the Florida panther, crested caracara and nests, Florida scrub-jay, Big Cypress fox squirrel, gopher tortoise, red-cockaded woodpecker, wood stork, Florida bonneted bat, sand skink West Indian manatee, bald eagle, Florida sandhill crane nests, protected wetland dependent and shore birds, southeastern American kestrel, and burrowing owls Project Experience SR 31 Widening Improvements, Lee and Charlotte Counties, FL — Environmental Scientist. The project consists of reconstructing SR 31 for Babcock Ranch Community Development District to meet the interim build-out condition identifi ed in the SR 31 PD&E study. The facility will consist of widening from a rural 2 lane section to an urban 4 lane section with a variable median width from 22 feet to 44 feet. The project limits are from south of SR 78 to 1,000 feet north of Lake Babcock Drive with an overall project length of 5.5 miles. The project will leave the existing SR 31 roadway and right-of-way in place from SR 78 to the Charlotte County line and will remove the existing SR 31 and expand the right of way north of the Charlotte County line. This project includes 3 multi-lane roundabouts as well as alternative intersection designs. SR 31 at CR 78 includes a signalized RCUT intersection while SR 31 at Saw Palmetto Parkway has been designed as a partial median U-turn signal. These alternative designs provide both a capacity, level of service, and safety benefi ts for roadway and pedestrian users. Lighting and signing and pavement marking improvements will be constructed with the project. Avenue K NE Complete Streets, Winter Haven, FL — Kimley-Horn is providing streetscape, roundabout, drainage, and signing and pavement marking design on this Complete Street project for the City of Winter Haven focusing on improving pedestrian and bicycle access/safety by constructing sidewalk along the Avenue K NE corridor from E. Lake Silver Drive to Fairfax Street NE. In order to further improve safety and reduce speeds on the corridor, the intersection of Avenue K NE and Lake Martha Drive is to be reconstructed to a single-lane roundabout. A roundabout at this intersection will greatly improve the interaction between pedestrians, cyclists, and vehicles, and provide a traffi c calming feature for the surrounding community. All proposed improvement will be within the existing right-of-way and will consist of sidewalk installation on both sides of the corridor, construction of a roundabout, milling and resurfacing of existing roadway, signing and pavement markings plans, drainage, future lighting conduit, and utility modifi cations where needed. Education and Training »Masters, Zoology, University of Oklahoma »Bachelors, Zoology, Ohio Wesleyan University »Certifi ed Ecologist, Ecological Society of America (ESA) »Gopher Tortoise Authorized Agent, the Florida Fish and Wildlife Conservation Commission (FWC), #GTA-18-00041B »Approved Florida Manatee Observer, FWC »Stormwater Management Inspector, the Florida Department of Environmental Protection (FDEP), #23835 »Approved Crested Caracara Observer, US Fish and Wildlife Service (USFWS) ENVIRONMENTAL/PERMITTING Sarah Johnson, CE Page 1562 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 40RSFLNAPL004720.2025 ENVIRONMENTAL/PERMITTING Sarah Johnson, CE Sarasota County Honore Avenue Widening Fruitville Road to 17th Street, Sarasota, FL — Environmental Scientist. Kimley-Horn is leading the design and permitting for one mile of widening the existing road from a 2-lane section to a 4-lane urban arterial section with closed drainage. The project includes the addition of two through travel lanes, bicycle lanes, sidewalks on both sides of Honore Avenue, roadway lighting and landscaping. The existing one lane roundabout at Honore Avenue and Richardson Road will be widened to a 2-lane roundabout and the signalized intersection at Honore Avenue and 17th Street will be converted to a 2-lane roundabout. Stormwater facilities and drainage to accommodate the roadway improvements are also included in the design. Community engagement will be implemented near the 30% and 60% design progress level, two public meetings will be scheduled so that residents can view the plans for the road, speak with staff about the project and provide input. Lake County Round Lake Road, Tavares, FL — Environmental Scientist. Kimley-Horn is providing professional engineering services for improvements to Round Lake Road. The existing segment of Round Lake Road from the Orange/Lake County line to Wolf Branch Road will consist of widening from the existing two lane rural roadway to a four lane divided urban roadway. From Wolf Branch Rd to SR 44 a new four lane extension will be provided. Our services include roadway, drainage, permitting, signing and marking, signalization, right-of-way acquisition, geotechnical, and public involvement. The project includes four roundabout designs at both existing intersections and new alignment. Collier County Vanderbilt Beach Road Extension Phase II, Naples, FL — Environmental Scientist. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two-lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. 59th Street West from Cortez Road to Manatee Avenue, Manatee County, FL — Environmental Scientist. The 59th Street W Corridor from Cortez Road W to Manatee Avenue W was identifi ed in Manatee County’s Capital Improvement Plan (CIP) as one of the essential corridors needing improvements to increase capacity. Kimley-Horn is providing design services for roadway, traffi c engineering, traffi c operations, street lighting, stormwater management, utilities, and landscape and irrigation. Our team is also assisting with permitting and public involvement. 9th Avenue NW Improvements, Manatee County, FL — Environmental Scientist. The project consists of the reconstruction and resurfacing of the west end of the 9th Avenue NW roadway from 75th Street NW to 99th Street NW. The project consists of construction of 10.5-foot standard vehicle lane widths, a 10-foot-wide multi-use trail, sidewalks, crosswalks, signage and striping, street lighting, piped and open drainage systems, stormwater ponds as needed, and wetland mitigation areas and/or fl oodplain compensation areas. The project scope also includes constructing missing sidewalk links along 9th Avenue NW from 75th Street NW to 71st Street NW. Manatee County Fort Hamer Road and Bridge PD&E Study and Final Design, Manatee County, FL — Environmental Scientist. Kimley-Horn was the prime consultant for the PD&E study and fi nal design for widening of the existing two-lane Fort Hamer Road to four lanes from Upper Manatee River Road to US 301, approximately four miles, within unincorporated Manatee County. The scope of services included an evaluation of the traffi c needs, intersection control evaluations, pond siting, bridge analysis, bridge hydraulics, contamination screening, natural resource evaluation, cultural resource assessment, and public involvement to FDOT standards. The PD&E study was conducted to FDOT standards to maintain federal funding eligibility for future phases. The bridge (Bridge #134123) included within the project limits, carrying Fort Hamer Road across the Manatee River, is also proposed to be widened to four lanes. The goal of this project is to address the capacity and transportation demand of the corridor while enhancing safety conditions and better accommodating multimodal activity within the area. Page 1563 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 41RSFLNAPL004720.2025 Education and Training »Bachelors, Environmental Science, Florida State University »Certifi ed Natural Resources Professional, #16123027360230302 »Gopher Tortoise Authorized Agent, the Florida Fish and Wildlife Conservation Commission (FWC), #GTA-22-00093 Special Qualifi cations • Jeff has 7 years of experience working in environmental regulatory compliance • As a wildlife biologist, he has conducted numerous wildlife surveys, habitat analyses, threatened and endangered species evaluations, and served as the environmental monitor for multiple projects • He has experience performing natural resource assessments, Section 404 jurisdictional determinations, 62-340, F.A.C. Wetlands and Surface Water Delineations, and regulatory agency permit applications with water management districts and the U.S. Army Corps of Engineers • His NEPA experience includes categorical exclusions, environmental assessments, and natural resource evaluation reports Project Experience SR 31 Widening Improvements, Lee and Charlotte Counties, FL — Environmental Scientist. The project consists of reconstructing SR 31 for Babcock Ranch Community Development District to meet the interim build-out condition identifi ed in the SR 31 PD&E study. The facility will consist of an urban 4 lane section with a variable median width from 22 feet to 44 feet. The project limits are from south of SR 78 to 1,000 feet north of Lake Babcock Drive with an overall project length of 5.5 miles. The project will leave the existing SR 31 roadway and right-of-way in place from SR 78 to the Charlotte County line and will remove the existing SR 31 and expand the right-of-way north of the Charlotte County line. This project includes 3 multi-lane roundabouts as well as alternative intersection designs. SR 31 at CR 78 includes a signalized RCUT intersection while SR 31 at Saw Palmetto Parkway has been designed as a partial median U-turn signal. These alternative designs provide both a capacity, level of service, and safety benefi ts for roadway and pedestrian users. Lighting and signing and pavement marking improvements will be constructed with the project. Sarasota County Honore Avenue Widening Fruitville Road to 17th Street, Sarasota County, FL — Environmental Scientist. Kimley-Horn is leading the design and permitting for one mile of widening the existing road from a 2-lane section to a 4-lane urban arterial section with closed drainage. The project includes the addition of two through travel lanes, bicycle lanes, sidewalks on both sides of Honore Avenue, roadway lighting and landscaping. The existing one lane roundabout at Honore Avenue and Richardson Road will be widened to a 2-lane roundabout and the signalized intersection at Honore Avenue and 17th Street will be converted to a 2-lane roundabout. Stormwater facilities and drainage to accommodate the roadway improvements are also included in the design. Community engagement will be implemented near the 30% and 60% design progress level, two public meetings will be scheduled so that residents can view the plans for the road, speak with staff about the project and provide input. Collier County Vanderbilt Beach Road Extension Phase II, Naples, FL Environmental Scientist. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two- lane undivided urban facility. Stage II would improve the roadway to a four-lane divided ENVIRONMENTAL/PERMITTING Jeff Hemphill, CNRP Page 1564 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 42RSFLNAPL004720.2025 ENVIRONMENTAL/PERMITTING Jeff Hemphill, CNRP facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two-lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. 9th Avenue NW Improvements, Manatee County, FL — Environmental Scientist. The project consists of the reconstruction and resurfacing of the west end of the 9th Avenue NW roadway from 75th Street NW to 99th Street NW. The project consists of construction of 10.5-foot standard vehicle lane widths, a 10-foot-wide multi-use trail, sidewalks, crosswalks, signage and striping, street lighting, piped and open drainage systems, stormwater ponds as needed, and wetland mitigation areas and/or fl oodplain compensation areas. The project scope also includes constructing missing sidewalk links along 9th Avenue NW from 75th Street NW to 71st Street NW. 59th Street West from Cortez Road to Manatee Avenue, Manatee County, FL Environmental Scientist. The 59th Street W Corridor from Cortez Road W to Manatee Avenue W was identifi ed in Manatee County’s Capital Improvement Plan (CIP) as one of the essential corridors needing improvements to increase capacity. Kimley-Horn is providing design services for roadway, traffi c engineering, traffi c operations, street lighting, stormwater management, utilities, and landscape and irrigation. Our team is also assisting with permitting and public involvement. East Selmon Expressway PD&E Study, Tampa Hillsborough Expressway Authority, Tampa, FL — Environmental Scientist. The Tampa Hillsborough Expressway Authority (THEA) retained Kimley-Horn to conduct a Project Development and Environmental (PD&E) Study to evaluate the needs, costs, and effects of widening the Selmon Expressway from Brorein Street to I-75 to accommodate future traffi c, improve travel time reliability, and enhance safety conditions. New ramp connections between the general use lanes and reversible express lanes are also being considered. Kimley-Horn is responsible for all engineering, environmental, and public involvement efforts in support of the PD&E documentation. Sumter County CR 525E from US 301 to CR 514 Ultimate Four Lane Project, Sumterville, FL — Environmental Scientist. This project involved the design and permitting of the widening (two-lanes undivided to four-lanes divided) of CR 525E from CR 514 to US 301 in Sumter County to support regional transportation connectivity and economic growth. The project included a new at-grade CSX rail crossing to replace the existing at-grade crossing. Services included surveying and mapping, geotechnical explorations, environmental assessments, preparation of construction plans, permitting, and preparation of bid documents. Permitting was required with CSX, FDOT, SWFWMD, and the numerous utility agency owners that had infrastructure along the corridors right-of-way. Kimley-Horn also provided engineer of record services during construction. PD&E Widen Suncoast Pkwy (SR589), Florida’s Turnpike Enterprise, Wesley Chapel, FL — Environmental Scientist. Kimley-Horn is conducting a PD&E study to evaluate alternatives for the widening of the Suncoast Parkway from south of Van Dyke Road to north of SR 52, approximately 16 miles. Improvements to the existing interchanges within project limits will be evaluated as well as alternatives for new interchange access locations. Suncoast Parkway is currently a four-lane (two lanes in each direction) limited access facility, and the study will evaluate an alternative of three general toll lanes in each direction for the project limits. Thompson Nursery Road Extension, Winter Haven, FL — Environmental Scientist. Kimley-Horn is providing roadway and structural design services for this 6.4 mile widening and extension project between US 17 and West Lake Ruby Drive in Winter Haven. The project is being designed in phases, and Kimley-Horn has completed the design of Segment 1 and is fi nalizing an alignment study and fi nal design plans for the design/construction of Segments 2, 4, and 5. Services also include structural design, signing and pavement marking, signalization design, environmental permitting, contamination assessments, utility coordination, drainage design, railroad coordination, and FDOT permitting. Page 1565 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 43RSFLNAPL004720.2025 Education and Training »Masters, Structural Engineering, University of Florida »Bachelors, Civil Engineering, University of Florida »Professional Engineer in Florida, #78547 »American Society of Civil Engineers (ASCE), Board Member Special Qualifi cations • Joseph has 13 years of experience in structural engineering • Experience in complex bridge design, including post-tensioned pier caps, curved steel box girders, haunched prestressed beams, and post-tensioned concrete U-beams • Software Aptitude: FB Multi Pier, FDOT Beam Stability, FDOT Biaxial Column, FDOT LRFD Box Culvert, FDOT LRFD Prestressed Beam, GEOPAK, LARSA 4D (FEM), MathCAD, MicroStation, RC Pier, Smart Bridge Suite, SPWall 911 Sheet Pile Design, Shoring8, STAAD (FEM), MDX Project Experience CR 470, The Villages, Lake County, FL — Structural Engineer. Kimley-Horn was selected by The Villages to design and permit roadway widening improvements along CR 470 from approximately 1,700 feet west of the Sumter/Lake County line to approximately 3,000 feet east of the Florida Turnpike’s northbound ramp terminal intersection. The improvements are intended to accommodate the ongoing and expected growth in the area. The overall length of the project limits are approximately 2.1 miles. The improvements across all phases include widening the CR 470 corridor from a 2-lane undivided roadway with open drainage to a 4-lane divided roadway with a closed drainage system. A new bridge was designed and will be built over the Turnpike to accommodate the future westbound travel lanes along CR 470. Four new traffi c signals will be constructed within the limits, including one at each of the Turnpike’s ramp terminal intersections. One new roundabout was designed at the intersection of CR 470 and McNeill Drive as part of Phase 1S. Services included roadway design, temporary traffi c control, drainage design, signal design, structural design, signing and pavement marking, lighting, ITS, utility coordination, permitting, easements coordination, and cost estimating. Sumter County Extension of Buena Vista Boulevard from SR 44 to Meggison Road, Wildwood, FL —Structural Engineer. Kimley-Horn was selected to prepare design plans for an alignment extension of Buena Vista Boulevard from south of SR 44 to Meggison Road. Three alternative roadway alignments were evaluated based on environmental and engineering impacts, right-of-way and property impacts, public support, and costs. The Board of County Commissioners approved the recommended alternative in September 2018. The project included public involvement activities including stakeholder coordination, a community alternatives meeting, and presentation to the Board of County Commissioners. Following the PES approval, Kimley-Horn was selected to prepare design plans for the recommended alternative. The design scope included a bridge crossing over sovereign submerged lands, geotechnical evaluations and design for subsoil stabilization, signal design, roundabout design, stormwater design, wetland mitigation, and permitting with SWFWMD, FDEP, and FDOT. Awarded Feb. 2023 the APWA FL Chapter West Coast Branch Award - Project of the Year Awards – Transportation. Collier County Vanderbilt Beach Road Extension Phase II, Naples, FL — Structural Engineer. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane MISCELLANEOUS STRUCTURES Joseph Roberts, PE Page 1566 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 44RSFLNAPL004720.2025 MISCELLANEOUS STRUCTURES Joseph Roberts, PE undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two-lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot- wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. 59th Street Widening from Cortez Road to Manatee Avenue, Manatee County, FL — Structural Engineer. This project is 2.7 miles long and includes widening of existing two undivided lanes and a center two-way left turn lane with existing roadway ditch on both sides, intermittent sidewalk only on one side to two lanes in each direction with a center raised median, curb and gutter, a shared use path on the east side, a continuous sidewalk on the west side, proposed drainage, lighting, signalization and signing and pavement marking. The project also includes existing utilities relocations, right-of- way acquisition and public involvement. Thompson Nursery Road Extension, Winter Haven, FL — Project Manager. Kimley-Horn is providing roadway and structural design services for this 6.4 mile widening and extension project between US 17 and West Lake Ruby Drive in Winter Haven. The project is being designed in phases, and Kimley-Horn has completed the design of Segment 1 and is fi nalizing an alignment study and fi nal design plans for the design/construction of Segments 2, 4, and 5. Services also include structural design, signing and pavement marking, signalization design, environmental permitting, contamination assessments, utility coordination, drainage design, railroad coordination, and FDOT permitting. Poinciana Parkway Extension/I-4 Connector, Central Florida Expressway Authority — Structural Engineer. Kimley- Horn conducted a Concept, Feasibility and Mobility Study for this planned expressway which widens the existing Poinciana Parkway and extends it to I-4. Existing environmental and physical constraints were identifi ed, which included mitigation banks, cemeteries and extensive utilities. Alternative alignments were developed to minimize impacts and these alternatives are currently being evaluated. Due to development, a cemetery and utility constraints, a critical factor for determining feasibility of the expressway is its interchange connection to I-4; therefore, interchange concepts were developed to determine the feasibility of tying into I-4 at two different locations. Extensive stakeholder meetings and coordination occurred with property owners, utilities, developers, local governments, FDOT and Florida’s Turnpike. Manatee County Fort Hamer Road and Bridge PD&E Study and Final Design, Manatee County, FL — Structural Engineer. Kimley-Horn was the prime consultant for the PD&E study and fi nal design for widening of the existing two-lane Fort Hamer Road to four lanes from Upper Manatee River Road to US 301, approximately four miles, within unincorporated Manatee County. The scope of services included an evaluation of the traffi c needs, intersection control evaluations, pond siting, bridge analysis, bridge hydraulics, contamination screening, natural resource evaluation, cultural resource assessment, and public involvement to FDOT standards. The PD&E study was conducted to FDOT standards to maintain federal funding eligibility for future phases. The bridge (Bridge #134123) included within the project limits, carrying Fort Hamer Road across the Manatee River, is also proposed to be widened to four lanes. The goal of this project is to address the capacity and transportation demand of the corridor while enhancing safety conditions and better accommodating multimodal activity within the area. Grand National Drive and Greenbriar Parkway Widening, Orlando, FL — Structural Engineer. Kimley-Horn was retained to provide preliminary engineering, design, and preparation of construction plans for Grand National Drive from Oak Ridge Road to Sand Lake Road. The project involved widening the roadway to four lanes, drainage upgrades, access management features, enhancing pedestrian features, multiuse trails, other bicycling facilities, landscape architecture, OUC water main improvements, and City of Orlando wastewater main improvements. Additionally, modifi cations to the intersection of International Drive and Grand National Drive included a review of the existing mast arms structural capacity due to the additional signal head loading as well as maintaining the connection to the existing fi ber optic network that is being impacted by the improvements. Our team was responsible for reviewing the historical and anticipated growth that is planned for the corridor and developing 2025 and 2045 growth rates. The project also included public involvement with meetings to inform the public about the project, different alignment alternatives, and build consensus on the preferred alternative. Page 1567 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 45RSFLNAPL004720.2025 Education and Training »Masters, Structural Engineering, North Carolina State University »Bachelors, Civil Engineering, Clemson University »Professional Engineer in Florida, #93862 »Active member of American Society of Engineers (ASCE) and Society of Hispanic Professional Engineers (SHPE) Special Qualifi cations • Nolan has 8 years of structural engineering experience including analysis and design of superstructures and substructures in a wide variety of bridge types • Other experience includes box culvert design and extension, MSE wall design, C-I-P cantilever retaining wall, mast arm design, strain pole design, and load rating bridges • Software experience Leap Openbridge, Leap Concrete, Leap Steel, MicroStation, Risa-3D, STADD, and Revit Project Experience Collier County Vanderbilt Beach Road Extension Phase II, Naples, FL — Project Engineer. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two- lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. CR 470, The Villages, Lake County, FL — Project Engineer. Kimley-Horn was selected by The Villages to design and permit roadway widening improvements along CR 470 from approximately 1,700 feet west of the Sumter/Lake County line to approximately 3,000 feet east of the Florida Turnpike’s northbound ramp terminal intersection. The improvements are intended to accommodate the ongoing and expected growth in the area. The overall length of the project limits are approximately 2.1 miles. The improvements across all phases include widening the CR 470 corridor from a 2-lane undivided roadway with open drainage to a 4-lane divided roadway with a closed drainage system. A new bridge was designed and will be built over the Turnpike to accommodate the future westbound travel lanes along CR 470. Four new traffi c signals will be constructed within the limits, including one at each of the Turnpike’s ramp terminal intersections. One new roundabout was designed at the intersection of CR 470 and McNeill Drive as part of Phase 1S. Services included roadway design, temporary traffi c control, drainage design, signal design, structural design, signing and pavement marking, lighting, ITS, utility coordination, permitting, easements coordination, and cost estimating. 59th Street Widening from Cortez Road to Manatee Avenue, Manatee County, FL — Project Engineer. This project is 2.7 miles long and includes widening of existing two undivided lanes and a center two-way left turn lane with existing roadway ditch on both sides, intermittent sidewalk only on one side to two lanes in each direction with a center raised median, curb and gutter, a shared use path on the east side, a continuous sidewalk on the west side, proposed drainage, lighting, signalization and signing and pavement marking. The project also includes existing utilities relocations, right-of-way acquisition and public involvement. MISCELLANEOUS STRUCTURES Nolan Villatoro, PE Page 1568 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 46RSFLNAPL004720.2025 MISCELLANEOUS STRUCTURES Nolan Villatoro, PE Northeast Gateway (Welaunee Boulevard Bridge over I-10), Tallahassee — Project Engineer. Kimley-Horn is leading the fi nal design of a six-mile extension of Welaunee Boulevard north from Fleischmann Road, over interstate I-10, to the intersection of Centerville/Roberts/Bradfordville Roads including an extension of Shamrock Street South east to intersect with Welaunee Boulevard. The project will serve as a new north-south corridor in northeast Tallahassee, which will improve regional mobility and enhance connectivity for motorized and non-motorized users. The project includes fi nal design of several important roadway bridge structures including the Welaunee Boulevard roadway bridge crossing over interstate I-10 and low level wetland crossing bridge structures that are being utilized to minimize the environmental footprint. Fairbanks Avenue at Denning Drive, Winter Park, FL — Project Engineer. As part of our continuing services contract with the City of Winter Park, Kimley-Horn is providing professional services related to Design of an additional southbound right turn lane at the intersection of Fairbanks Avenue and Denning Drive. The City of Winter Park desires to construct a 125-foot southbound right turn lane at the intersection of Fairbanks Avenue and Denning Drive. The project will include pavement widening, pedestrian improvements, installation of curb and gutter, signing and pavement markings, signal modifi cations, and associated drainage. Thompson Nursery Road Extension, Winter Haven, FL — Project Engineer. Kimley-Horn is providing roadway and structural design services for this 6.4 mile widening and extension project between US 17 and West Lake Ruby Drive in Winter Haven. The project is being designed in phases, and Kimley-Horn has completed the design of Segment 1 and is fi nalizing an alignment study and fi nal design plans for the design/construction of Segments 2, 4, and 5. Services also include structural design, signing and pavement marking, signalization design, environmental permitting, contamination assessments, utility coordination, drainage design, railroad coordination, and FDOT permitting. Manatee County Fort Hamer Road and Bridge PD&E Study and Final Design, Manatee County, FL — Project Engineer. Kimley-Horn was the prime consultant for the PD&E study and fi nal design for widening of the existing two-lane Fort Hamer Road to four lanes from Upper Manatee River Road to US 301, approximately four miles, within unincorporated Manatee County. The scope of services included an evaluation of the traffi c needs, intersection control evaluations, pond siting, bridge analysis, bridge hydraulics, contamination screening, natural resource evaluation, cultural resource assessment, and public involvement to FDOT standards. The PD&E study was conducted to FDOT standards to maintain federal funding eligibility for future phases. The bridge (Bridge #134123) included within the project limits, carrying Fort Hamer Road across the Manatee River, is also proposed to be widened to four lanes. The goal of this project is to address the capacity and transportation demand of the corridor while enhancing safety conditions and better accommodating multimodal activity within the area. PD&E and Engineering Design Services for Nova Road (CR532) Widening from US 192 to Future Sunbridge Parkway, Osceola County, FL — Project Engineer. Kimley-Horn was selected by Osceola County to provide engineering and design services for the PD&E study for Nova Road Widening. Project limits extend from US 192 to the future Sunbridge Parkway, with a total length of approximately 4.7 miles. Kimley-Horn will provide an alternatives evaluation for the construction of a four-lane divided roadway with multimodal accommodations, associated drainage improvements and storm water ponds, as well as upgrading the Intelligent Transportation Systems (ITS), modifi cation/ replacement of two bridges over the canal system, and street lighting. Kimley-Horn will perform the fi nal design phase based on the preferred alignment selected in the study. Page 1569 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 47RSFLNAPL004720.2025 TRAFFIC ANALYSIS Education and Training »Masters, Transportation Engineering, University of Florida »Bachelors, Civil Engineering, University of Florida »Professional Engineer in Florida, #69224 »Conference of Minority Transportation Offi cials (COMTO) Special Qualifi cations • Ian has 20 years of Project Engineering experience • Experience in Highway Capacity Software (HCS) and Synchro software packages • Experience with the Simplifi ed Trips on Projects Software (STOPS) transit model and the Southeast Regional Planning Model (SERPM), Treasure Coast Regional Planning Model (TCRPM), and Northeast Regional Planning Model (NERPM) based on the Florida Standard Urban Transportation Model Structure (FSUTMS) Project Experience SR 31 Widening Improvements, Lee and Charlotte Counties, FL — Project Engineer. The project consists of reconstructing SR 31 for Babcock Ranch Community Development District to meet the interim build-out condition identifi ed in the SR 31 PD&E study. The facility will consist of widening from a rural 2 lane section to an urban 4 lane section with a variable median width from 22 feet to 44 feet. The project limits are from south of SR 78 to 1,000 feet north of Lake Babcock Drive with an overall project length of 5.5 miles. The project will leave the existing SR 31 roadway and right-of-way in place from SR 78 to the Charlotte County line and will remove the existing SR 31 and expand the right of way north of the Charlotte County line. This project includes 3 multi-lane roundabouts as well as alternative intersection designs. SR 31 at CR 78 includes a signalized RCUT intersection while SR 31 at Saw Palmetto Parkway has been designed as a partial median U-turn signal. These alternative designs provide both a capacity, level of service, and safety benefi ts for roadway and pedestrian users. Lighting and signing and pavement marking improvements will be constructed with the project. Miami Beach Pine Tree Drive and 46th Street Roundabout, Miami Beach, FL Project Engineer. Kimley-Horn was retained by the City of Miami Beach to perform Traffi c Operational Analysis for the intersection of Pine Tree Drive and West 46th Street and analyze the installation of a roundabout to serve as a traffi c calming treatment. As part of the scope of services, the following tasks were performed: Roundabout Conceptual Design and Operational Analysis; Traffi c Data Collection; Operational Analysis; and Conceptual Plan and Preliminary Opinion of Probable Cost. After the initial phase was approved, Kimley-Horn continued to prepare construction documents for the removal of the existing signal and the installation of the roundabout. The project involves key Complete Streets features such as increased mobility for the modes that use this neighborhood. Kimley-Horn was retained by the City of Miami Beach to perform a traffi c operational analysis for the intersection of Pine Tree Drive and West 46th Street and analyze the feasibility of a roundabout to serve as a traffi c calming treatment. Our team provided a roundabout conceptual design and operational analysis; traffi c data collection; operational analysis; conceptual plan; and preliminary opinion of probable cost. After the initial phase was approved, our team prepared construction documents for the removal of the existing signal and the installation of the roundabout. The project resulted in increased mobility for the modes that use this neighborhood Collier County Vanderbilt Beach Road Extension Phase II, Naples, FL Project Engineer. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire Ian Rairden, PE Page 1570 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 48RSFLNAPL004720.2025 TRAFFIC ANALYSIS Ian Rairden, PE project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six- lane divided roadway footprint. The two-lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot- wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten- foot-wide asphalt multi-use trail on the north side of the roadway. Okeechobee Road (SR 25) from East of NW 87 Avenue to NW 79 Avenue, FDOT District Six — Project Engineer. Kimley-Horn is providing fi nal design services for the reconstruction of a one-mile section of Okeechobee Road in Miami-Dade County. Services include widening the existing road to four lanes in each direction; widening the NW 79th Avenue Bridge over the Miami (C-6) Canal; intersection modifi cations at NW 95th Street and Frontage Road; relocation of an existing BJs Wholesale Club entrance and addition of a new free-fl ow right-turn lane; and new access from the Frontage Road to westbound Okeechobee Road. The project includes structural design, drainage design, signing and marking, signalization, lighting design, ITS system design, and landscaping along the corridor. 16th Street NE Bridge and Widening, Collier County, FL — Project Engineer. Kimley-Horn provided subconsultant services for Signalization Design and Signing and Marking Design for a 3.3-mile section of 16th Street NE from Golden Gate Boulevard to Randall Boulevard. The project consists of roadway widening and construction of a new bridge structure over the Golden Gate Main Canal. Traffi c Analysis and a Signal Warrant Study was required to evaluate turn length queues and to justify a new mast arm signal at the intersection of Randall Boulevard. 59th Street Widening from Cortez Road to Manatee Avenue, Manatee County, FL — Project Engineer. This project is 2.7 miles long and includes widening of existing two undivided lanes and a center two-way left turn lane with existing roadway ditch on both sides, intermittent sidewalk only on one side to two lanes in each direction with a center raised median, curb and gutter, a shared use path on the east side, a continuous sidewalk on the west side, proposed drainage, lighting, signalization and signing and pavement marking. The project also includes existing utilities relocations, right-of- way acquisition and public involvement. Districtwide Traffi c Safety Studies, FDOT District Two — Project Engineer for Kimley-Horn’s current FDOT District Two Districtwide Traffi c Safety Studies contract for which we have completed numerous assignments. The projects include performing studies and developing solutions to crash problems within District Two on state roads. Types of studies included signal warrant analyses, intersection studies, and arterial studies. The following list of projects highlights some examples of work assignments we have completed: Safety and Operational Intersection Studies, FDOT District Two. Various intersections throughout the District were analyzed for potential safety and operational improvements. Locations include SR 134 (103rd Street) at Firestone Road and I-295, SR 10 (Atlantic Boulevard) at SR 109 (University Boulevard), and SR 10A (Union Street) at Davis Street. Old St. Augustine Road Arterial and Interstate Ramp Study, FDOT District Two. Studied arterial safety and operations along Old St. Augustine Road from the intersection of Bartram Park Boulevard east to the intersection of the Baptist Medical Center South Driveway. The four signalized intersections were analyzed along with the eastbound weave section along Old St. Augustine Road between the two loop ramps. The interstate ramps were additionally studied to determine any existing safety and operational defi ciencies at the merge and diverge areas and the acceleration and deceleration lanes. Fatal Crash Reviews, FDOT District Two. Reviewed all fatal crashes that occurred within the District from 2007 to 2009 to determine if any roadway characteristics could be considered a contributory cause of the crashes. The fatal database was updated with verifi ed crash data and summaries of the crash report narratives. Field visits and detailed crash histories were compiled for locations warranting additional research. Page 1571 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 49RSFLNAPL004720.2025 TRAFFIC ANALYSIS Special Qualifi cations • Cory has 12 years of traffi c engineering and transportation planning experience • Traffi c operations and design experience including traffi c operations analyses, signal timing optimization, travel time studies, signal design and modifi cation, maneuverability analyses, turn-lane analyses, all-way stop control analyses, and signal warrant analyses • Experience in design software’s such as MicroStation, AutoCAD, Synchro, and VISSIM • Experience with safety studies, traffi c impact studies, bicycle and pedestrian planning studies, freight planning studies, and corridor studies Project Experience Modern Roundabout Improvement Design/PD&E for US 41 and Gulfstream, FDOT District One — Project Analyst. Kimley-Horn performed engineering services for the state’s fi rst State-Wide Acceleration and Transformation (SWAT) project for the multi-lane roundabout. Designated as a SWAT project, the PD&E and Design efforts overlap to reduce schedule and streamline effi ciency. This project included full reconstruction of the intersection to a roundabout confi guration, pedestrian signals, lighting, landscape, ADA, and drainage improvements. This is the fi rst partial three- lane roundabout in the state and due to its complexity, an emphasis has been placed on public involvement for this project. Design improvements for this constrained urban intersection addressed multimodal transportation, pedestrian connectivity/safety enhancements and balanced roundabout performance criteria such as fastest path analysis and design vehicle movements. Due to high pedestrian volumes FDOT is implementing the use of High Intensity Activated Crosswalks or Hawk signals. Okeechobee Road (SR 25) from East of NW 87 Avenue to NW 79 Avenue, FDOT District Six — Project Engineer. Kimley-Horn is providing fi nal design services for the reconstruction of a one-mile section of Okeechobee Road in Miami-Dade County. Services include widening the existing road to four lanes in each direction; widening the NW 79th Avenue Bridge over the Miami (C-6) Canal; intersection modifi cations at NW 95th Street and Frontage Road; relocation of an existing BJs Wholesale Club entrance and addition of a new free-fl ow right-turn lane; and new access from the Frontage Road to westbound Okeechobee Road. The project includes structural design, drainage design, signing and marking, signalization, lighting design, ITS system design, and landscaping along the corridor. I-95 Corridorwide Planning for Operational Defi ciencies, US 1 to Broward County Line, FDOT District Six — Project Engineer. Kimley-Horn developed and evaluated improvement concepts and performed a detailed planning level operational analysis for the I-95 corridor within District Six. The analysis included evaluation of the study interchanges, interchange infl uence areas, and ramp junctions, as well as post- implementation operational conditions of the 95 Express corridor improvements. The purpose of this evaluation was to identify defi ciencies focusing on recurring bottlenecks and to develop a series of proposed improvements to address the existing and future demands of the corridor. Districtwide Traffi c Operations Studies, FDOT District Six — Project Analyst for a contract focusing on the development of various traffi c operations and safety studies for both intersections and arterials within the District. Task Work Orders under this Education and Training »Bachelors, Civil Engineering, University of Florida »Professional Engineer in Florida, #85462 »Professional Traffi c Operations Engineer, #4620 »Traffi c Signal Field Technician Level II, IMSA, #693 Cory Dorman, PE, PTOE, IMSA II Page 1572 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 50RSFLNAPL004720.2025 TRAFFIC ANALYSIS Cory Dorman, PE, PTOE, IMSA II contract consist of traffi c operations studies including VISSIM microsimulation bottleneck analyses, signal and left-turn phase warrant analyses, data collection, traffi c signal and arterial analyses, and safety tasks including fatal crash reviews and high crash site safety studies. SR 972/SW 3rd Avenue/SW 22nd Street/Coral Way at SR 933/SW 12th Avenue, FDOT District Six — Project Engineer for the Kimley-Horn team that examined the intersection of SR 972/SW 3rd Avenue/SW 22nd Street/Coral Way at SR 933/SW 12th Avenue, identifi ed operational defi ciencies and safety concerns, and recommended mid-term (year 2020) and long-term (year 2040) improvements. This analysis included traffi c data collection, fi eld observations, design traffi c forecasts, intersection operational analysis, and the development of mid-term and long-term needs for the study intersection. The operational analysis examined existing and future traffi c conditions during the weekday peak hours. The analysis also developed three different alternatives for the intersection. Las Olas Boulevard and Colee Hammock Neighborhood Traffi c Calming, Fort Lauderdale, FL — Project Engineer. Kimley-Horn assisted the City with preliminary designs for the reconfi guration of Las Olas Boulevard, which resulted in the City implementing a pilot project for temporary lane elimination and buffered bike lanes. Our services also addressed traffi c circulation, safety, multimodal mobility, and quality-of-life issues along the Las Olas Boulevard corridor (from just west of the Himmarshee Canal to the Intracoastal Waterway Bridge). The project also included a traffi c calming study for the Colee Hammock neighborhood. Improvements included enhanced crosswalks, raised intersection, and warning lights for improved safety. For Colee Hammock, our team provided plans for roadway design, signing and pavement markings, lighting improvements, and permitting application preparation. Kimley-Horn also provided post-design construction services. Wiles Road Design from Rock Island Road to US 441 (SR 7), Coral Springs, FL — Project Engineer on the Kimley-Horn team selected by the Broward County Engineering Division to prepare complete contract plans for the reconstruction and widening of Wiles Road as a six-lane divided urban arterial from Rock Island Road to US 441 (SR 7). Broward County and FDOT are sharing in the cost of improvements which include drainage, lighting, landscaping, irrigation, bicycle lanes, signalization, utility coordination, and detailed traffi c control plans. Districtwide Traffi c Operations Safety Studies, FDOT District Four — Project Engineer for a contract that is performing task work orders ranging from safety studies, safety reviews, fatal crash reviews, lighting assessments, minor designs, crosswalk warrant analysis, operational analysis, and qualitative assessments. Involved in all facets of the contract including fi eld reviews, countermeasure development, economic analysis, documentation, stakeholder coordination, presentations, scope development, and subconsultant management. I-95 Interchange Master Plan from South of Hallandale Beach Boulevard to North of Hillsboro Boulevard, FDOT District Four — Project Engineer. Kimley-Horn served as a subconsultant for the I-95 Interchange Master Plan. This project involved a study of the nineteen existing interchanges from Hallandale Beach Boulevard to Hillsboro Boulevard in Broward County. Kimley-Horn was tasked with developing improvements for the six interchanges in Broward County (Hallandale Beach Boulevard, Pembroke Road, and Hollywood Boulevard, Sheridan Street, Stirling Road, and Griffi n Road). Bicycle and Pedestrian Safety Analysis, FDOT District Four — Project Engineer for a bicycle and pedestrian safety analysis performed under our Districtwide Modal Development Consultant Contact. Responsible for collecting bicycle/ pedestrian crash data and creating illustrations, such as graphs and tables, to help identify crash patterns and trends. Drafted a report identifying crash frequencies and patterns to help propose measures to reduce bicycle/pedestrian injuries and fatalities. Page 1573 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 51RSFLNAPL004720.2025 Education and Training »Bachelors, Aerospace Engineering, University of Central Florida Special Qualifi cations • CAD Design • Data validation and analysis • Electrical Testing Project Experience Collier County Vanderbilt Beach Road (VBR) Extension Phase II, Naples, FL Project Analyst. The VBR Extension Phase II will extend eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. For the long-term, this section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II would improve the roadway to a four-lane divided facility. Stage III would provide an ultimate six-lane facility. Kimley-Horn is responsible to develop construction set of plans for VBR Extension Phase II (Stage I) that will be designed to accommodate the ultimate six-lane divided roadway footprint. The two- lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. Immokalee Water and Sewer District (IWSD) - Well Access Roads Mitigative Improvements, Immokalee, FL — Project Analyst. Unpaved access roads to six IWSD wells were impacted by Hurricane Ian. Kimley-Horn performed all design services and plan preparation necessary to construct mitigative improvements or improvements beyond pre-hurricane conditions to the approximately 3,710 feet of existing unpaved access roads. The project was funded through the Hurricane Ian Recovery Program by the Florida Division of Emergency Management (FDEM). The project included drainage improvements and pavement structural improvements to help mitigate for future fl ood events. The improvements to the access roads minimized impacts to existing drainage patterns, fl ora and fauna, and utilities. A key component was the initial fi eld assessment and due diligence process. This effort included site reconnaissance, review of published soils and topographic information, documentation of general location and description of potentially deleterious materials that could interfere with construction progress and pavement structure performance, estimation of the seasonal high groundwater levels and identifying general pavement section design parameters and construction considerations. Hardee County Ten Mile Grade Road from Scarborough Road to Marguerite Road, Zolfo Springs, FL — Project Analyst. Kimley-Horn is completing the design for the paving of Ten Mile Grade Road, starting at the intersection of Scarborough Road to the intersection of Marguerite Road, for a total of 4.540 miles in Hardee County. The initial project task was to prepare a Preliminary Engineering Report based on a fi eld assessment to document the existing conditions and defi ciencies, and determination of design criteria to be used. The design corrected inadequacies and rehabilitated existing conditions while adhering to budgetary constraints. We provided an improved pavement structure, enhanced existing signing and pavement markings, reconstructed driveway turnouts, and coordinated with local utility owners for disposition of utility confl icts. SIGNING AND PAVEMENT MARKING Konnor Stone Page 1574 of 3580 BILLCURTIS Project Manager 11 Years of Experience | <1 Year at DRMP Experience Summary Bill Curtis serves as a Project Manager for DRMP’s Survey and Mapping/Geospatial Market Sector. His experience includes time as a Project Manager, CAD Tech, Staff Surveyor, and Field Crew Member. He has worked on boundary and topographic surveys, as well as home surveys for new home construction. Relevant Project Experience Lover’s Key State Park-South Beach Restroom Replacement, Florida Department of Environmental Protection, Manatee County, Florida: Mr. Curtis served on This project that includes the design and permitting for a new elevated restroom, sanitary sewer lift station, 2800-LF of forcemain and water main (open cut and directional drill), and associated park amenities. WORK PRIOR TO DRMP Stantec Consulting (Jun 2022 - Jun 2023): Project Manager, originally hired as a CAD Tech, responsible for working primarily on site development construction projects with AutoCAD Civil 3D. Mr. Curtis worked on boundary and topographic surveys for design, and home surveys for new home construction and additions and pools. His management duties included coordinating, scheduling, and preparing field crews, inventory and ordering equipment, keeping up with maintenance of vehicles and equipment, and preparing deliverables. As a Project Manager, he helped run the Ft. Myers and Naples Survey Departments, where he took projects from the bidding and proposal process to completion, tracking the effort and financials, including doing the CAD work and preparing the deliverable. Captain Bill Curtis LLC (Jan 2020 - May 2022): Owner/Operator of an inshore and offshore charter fishing business. Mr. Curtis was responsible for all aspects of business from marketing, accounting, administration, reservations, scheduling, hiring, and maintenance of multiple vessels. Marketing duties included creation and updating of multiple websites, business listings, and social media applications. He also operated as Captain, running the trips. Most offshore charters ranged from 6-10 hours, requiring up to 12-14-hour workdays. Fish-n-Tales Offshore Fishing Charters (May 2014 - Dec 2020): For-Hire captain running offshore charters. Mr. Curtis was responsible for operating as captain, daily maintenance of vessel, hiring and scheduling employees/mates, and marketing. McKim and Creed (Jul 2013 - Mar 2014): Originally hired as a Field Crew Member for predominantly FDOT roadway projects. Mr. Curtis worked in the field recovering boundary monuments for right-of- way and land surveys. As a CAD Tech, he was responsible for processing field data for importation into various CAD systems and creating and submitting design deliverables, mostly using Caice software with final deliverables in MicroStation. He also coordinated and directed field crews to obtain proper data to complete surveys. 10,000 Islands Houseboat Adventures LLC: Owner/Operator of a houseboat rental and charter fishing business based out of Port of the Islands in Collier County, Florida. He was responsible for all aspects of Education Associate of Arts, Tallahassee Community College, Florida Software Aptitude AutoCAD Civil 3D Caice GEOPAK Leica GPS Microsoft Office Suite MicroStation Softdesk Trimble Page 1575 of 3580 business from marketing, accounting, administration, reservations, scheduling, and maintenance of multiple vessels. AIM Engineering and Surveying Inc. (Jul 2001 - May 2008): As a Design Survey Project Manager, Mr. Curtis was responsible for managing topographic surveys for engineering design services contracts by AIM for FDOT and other municipal clients. His staff, which ranged from two to four employees, were responsible for as many as five to ten projects at a time. Two of his larger project responsibilities were merging aerial photogrammetry data with traditionally ground located survey data into one final design survey deliverable, and configuring ACAD 07-08 templates and deliverables for design surveys. Additionally, Mr. Curtis managed workflow for prompt delivery of final project, completed quality assurance checks to ensure final deliverables cover the full scope of the project and were in the correct format and up to the client’s standards, and trained staff at AIM in EFB processing, GPS processing, Caice, MicroStation, and FDOT software. As a Staff Surveyor, he primarily worked on roadway design surveys and minor design surveys for multiple projects throughout the state of Florida, including several large jobs in I-75 in Lee, Charlotte, and Hillsborough Counties and several large projects for Collier County. Mr. Curtis was responsible for DTM creation and analysis including topographic information, alignment, and right-of-way; processing field data for importation to Caice software then to FDOT deliverable format in MicroStation for Districts One, Four, Five, and Seven; processing survey data to AutoCAD deliverable format for other municipal and private clients; GPS utilization; and researching control, designing networks, keeping up with and establishing field procedures, and processing field data. Mr. Curtis became proficient in geodetics, translating from geodetic coordinates to state plane and applying scale factors for ground measurements. Deni Associates Inc. (Sep 1998 - Jul 2001): At Deni Associates Inc., Mr. Curtis worked on many roadway design surveys throughout the state, for Districts One, Five, and Seven, including multiple miles of US 27 through Haines City. He also worked on high order countywide mapping projects, for multiple counties in Iowa and Indiana, as well as two separate 70-square-mile jobs in Collier County. As a Project Manager, he was responsible for managing and processing FDOT projects from start to finish, bridge data surveys, and planning, preparing, and processing GPS networks for high accuracy horizontal control and some vertical adjustments. As a CAD Tech, he processed EFB field data for importation to Caice software and created FDOT deliverables for roadway design surveys in MicroStation format. As a Field Crew Member, he gained Crew Chief experience, and worked on FDOT roadway design surveys, lot surveys, and mapping projects. The Home Depot (1997 - 1998): Sales Associate responsible for sales, stocking, special orders, merchandising, inventory, and ordering stock merchandise. He was also licensed by Home Depot to operate four different forklifts. Gator Construction (1997): Frame Carpenter for first and second floor construction on townhouses. Environmental Quality Laboratory, Port Charlotte (1995): Mr. Curtis performed solids testing on water and soil samples and alkalinity tests on water samples. He also completed fieldwork, including collecting surface water sampling and biological salt water surveying. Bill Curtis, Continued Page 1576 of 3580 CHRISTOPHERWILD, PSM Vice President and Tampa Survey Department Manager 19 Years of Experience | 18 Years at DRMP Experience Summary Christopher Wild, PSM, serves as a Vice President and the Tampa Survey Department Manager for DRMP’s Survey and Mapping/Geospatial Market Sector. He serves as a Project Manager for surveying and mapping projects specializing in design surveys, control surveys, terrestrial LiDAR, topographic and boundary surveys, plats, legal descriptions and right-of-way mapping. His responsibilities include contract administration and project coordination, technical oversight and professional development of staff, budget and schedule coordination and quality assurance/quality control of survey deliverables. When serving in a leadership role, Mr. Wild enacts a proactive approach to the management of both the field and office aspects of project delivery. His other focus while leading projects is maintaining an open line of communication not only with his staff and subconsultants but serving as a single point of contact to clients, keeping them abreast of a project’s status. Mr. Wild has employed this leadership style on continuing contract projects as well as major transportation projects. Relevant Project Experience Engineering Services for Stormwater Initiatives, Sarasota County, Florida: Project Surveyor to provide continuing engineering services for stormwater infrastructure in support of County’s integrated water program that includes floodplain protection, water quality and stormwater infrastructure repair, rehabilitation or replacement on an as-needed basis. South Brink Weir Rehabilitation, Sarasota County, Florida: Project Surveyor for topographic survey of existing weir and seawall structures to support the design of a fish ladder. This project included coordination with the Sarasota Bay Estuary Program and the MOTE Marine Laboratory to incorporate a stair-step pool system fish ladder to replace the existing weir. Stepping off the weir will allow fish to swim upstream thereby providing environmental benefits and re-establishing the historical ecosystem. Professional Surveying and Mapping Services, Sarasota County, Florida: Project Manager responsible for providing survey services on a project-specific basis assigned by the County for boundary surveys, topographic surveys, control surveys, right-of-way maps, specific- or special-purpose surveys, underground utility surveys, construction layout surveys, as-built surveys, hydrographic surveys and aerial/photogrammetric surveys/maps. Representative project includes: Professional Registration Professional Surveyor and Mapper No. 6893, Florida, 2012 Education Bachelor of Science in Geomatics, University of Florida, 2007 Certification FDOT Maintenance of Traffic OSHA 1910.146 Permitted Confined Space CPR/First Aid CSX Roadway Worker Protection E-RAILSAFE IdenTrust Digital Certificate Software Aptitude ArcGIS AutoCAD Civil 3D Electronic Field Book Processing GEOPAK MicroStation OpenRoads Designer TopoDOT Trimble Business Center Professional Affiliation Florida Surveying and Mapping, Tampa Bay Chapter, (President, 2016-2018), (Secretary, 2013-2015) National Society of Professional Surveyors (NSPS) American Society of Civil Engineers (ASCE) Page 1577 of 3580 Central County Solid Waste Disposal Center Topographic Survey, Sarasota County, Florida: Project Manager responsible for a topographic survey of the entrance facilities for the Central County Solid Waste Disposal Center. The survey included recovering National Geodetic Survey and Sarasota County control as well as establishing site benchmarks and horizontal project control. One foot contours were created along with digital terrain model and all existing visible site improvements were located. I-75 (SR 93) from Collier County Line to Gator Crossing Canal Bridge, FDOT District One, Lee County, Florida: Project Surveyor responsible for the design survey to support the milling and resurfacing of this 13.8- mile, 6-lane facility extending from Collier County Line to Gator Crossing Canal Bridge on 1-75 (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. Terrestrial Mobile LiDAR was used to safely collect roadway features and pavement data, including detailed pavement cross- slope data. Obscured areas were located using RTK GPS and merged with the extracted LiDAR data to provide a seamless digital terrain model of the corridor. 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 North of Kings Highway to South of Toledo Blade Boulevard, FDOT District One, Sarasota County, Florida: Project Surveyor for the right-of-way control survey and the preparation of the right- of-way map for this 8-mile interstate highway corridor. The right-of-way survey consisted of the retracement of the existing 1973 right-of-way map of SR 93 (I-75) Section 17075-2401 (2402) alignment and references. Also included the location of existing right-of-way line monumentation, the survey of 12 section boundaries in Township 39 South, Range 22 East, Sarasota County and the survey of 25 block boundaries of the Port Charlotte subdivision. Included the milling and resurfacing and addition of 2-lanes from north of Kings Highway to south of Toledo Blade. [Client: Transystems Corporation] Districtwide Miscellaneous Surveying and Mapping Contract No. C-8T10, FDOT District One, Florida: Project Surveyor for this contract that primarily supports the monumentation surveying and mapping projects throughout the District. These projects include setting up horizontal and vertical control, establishing alignments and locating existing monumentation along a corridor. Through the use of field data, deeds and right-of-way maps, positions for each of the corners to be set were delineated to ensure we monument per the intent of the maps used during the acquisition process. Also provided both field and office support and assisted with recording the maps in the various counties of records.  US 17 and SR 60 Right-of-Way Monumentation Maps, Polk and Hardee Counties, Florida: Project Surveyor for right-of-way monumentation survey of all right-of-way lines owned by FDOT including access roads, retention basins, lateral ditches and other drainage facilities.  I-75 Right-of-Way Monumentation Maps, Collier and Lee Counties, Florida: Project Surveyor for right- of-way monumentation survey of all right-of-way lines owned by FDOT including access roads, retention basins, lateral ditches and other drainage facilities.  SR 35 (US 17) at Joshua Creek Bridge, SR 35 (US 17) from Magnolia Street to Arcadia County Line, SR 35 (US 17) from North of Arcadia County Line to North of Livingston Street and SR 25 (US 27) from Hal McRae Boulevard to Church Street, DeSoto and Highlands County, Florida: Project Surveyor for right-of-way monumentation survey of all right-of-way lines owned by FDOT including access roads, retention basins, lateral ditches and other drainage facilities.  SR 739 from US 41 (South of Alico Road) to Six Mile Cypress Parkway, SR 70 from West of 15th Street East to West of US 301 and SR 35/700 from Brooks Street to Edgewood Drive, Lee, Manatee and Polk Counties, Florida: Project Surveyor for right-of-way monumentation survey of all right-of-way lines owned by FDOT including access roads, retention basins, lateral ditches and other drainage facilities. Christopher Wild, PSM, Continued Page 1578 of 3580 TOMYOCOM, PSM, PLS SUE Division Manager 44 Years of Experience | 7 Years at DRMP Experience Summary Tom Yocom, PSM, PLS, serves as a SUE Division Manager for DRMP’s Surveying and Mapping/Geospatial Market Sector. His responsibilities include the SUE Division resource planning and supervision of subsurface utility engineering crews, project planning and management, quality assurance and quality control of subsurface utility engineering deliverables and marketing and business development. Mr. Yocom’s experience includes a wide variety of survey disciplines for projects such as higher education, municipal, highway transportation, rail, oil/gas and land development. Relevant Project Experience Del Prado Boulevard Corridor - Design of Unimproved Alleys, City of Cape Coral, Lee County, Florida: SUE Project Manager providing Quality Level B and A services in support of the design team for this City of Cape Coral capital improvement project where the city desired to improve certain alleys along the Del Prado Boulevard corridor, between SE 13th Street and Miramar Street, to be delivered in the Design, Bid, Build method. The City identified eight sections, consisting of 12 blocks, that incorporate approximately 1.21 miles of unimproved alleys adjoining 2.32 miles of previously paved alleys. As part of the effort to avoid conflict with existing utility facilities, DRMP completed 24 Quality Level A Test Holes. Polk County Surveying and Mapping Services, Polk County, Florida: Project Manager under this on-call services contract where we are providing full Surveying & Mapping services including SUE. An example project assignment included SUE Quality Level A VVH Test Holes for an intersection improvement at CR 630 and Colony Avenue, where DRMP completed six locations. Hillsborough County Stormwater Miscellaneous Professional Services, Hillsborough County, Florida: Primary Survey/SUE Project Manager-in-Charge responsible for several task orders providing both survey and SUE support to the design team. These projects are typically for pump station improvements, culvert replacements and drainage canal design. The survey services provided include topographic Digital Terrain Models, property and right-of-way ties and preparation of sketch and descriptions for easement acquisition. The SUE services provided are Quality Level B Designating and Quality Level A VVH Test Holes at potential conflicts with design elements of the project. Continuing Professional Services, Pasco County Utilities, Pasco County, Florida: Project Manager under this continuing services contract that provides full Surveying and Mapping services including SUE. An example project assignment included SUE Quality Level A VVH Test Holes for the Crabtree Lane Water Main Replacement where DRMP completed six locations at key tie-in points to the existing water system and at potential conflicts with the proposed facilities. Professional Registrations Professional Surveyor and Mapper, No. 5653, Florida, 1996 Professional Land Surveyor No. 4943, North Carolina, 2010 Registered Professional Land Surveyor, No. 6303, Texas, 2011 Education Diploma in Civil Engineering Technology, Minnesota State CTC, 1982 Professional Affiliation American Society of Highway Engineers (ASHE) Florida Surveying and Mapping Society (FSMS) North Carolina Society Of Surveyors (NCSS) National Society of Professional Surveyors (NSPS) American Council of Engineering Companies (ACEC) Florida Utilities Coordinating Committee (FUCC) Use PLS in NC ONLYUse PLS in NC ONLY Page 1579 of 3580 Erie Road Widening (East Element) Martha Road to US 301, Manatee County, Florida: Mr. Yocom served on this project to support 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: Mr. Yocom served on this project 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. Resurfacing Continuing Services Contract No. CAE21, FDOT District One, Various Counties, Florida: SUE Project Manager responsible for directing the collection of SUE data including CI/ASCE 38-02 Quality Levels D, C, B, and A in support of the design team for this continuing professional services contract. The primary purpose is to extend the service life of existing highways, while enhancing safety and operations of all modal users. Services include preparing plans and specifications for resurfacing, rigid pavement rehabilitation, turn lane additions, access management, intersection improvements, lighting, rail safety, signalization and safety-funded projects. Work elements typically include Quality Level B and Quality Level A to minimize potential conflicts with existing facilities. FDOT Fixed Capital Outlay Program (FCO) – ACAI Associates, Inc. for FDOT District Seven Brooksville Operations Water/Sewer Replacement, Hernando County, Florida: Survey Project Manager as a sub- consultant to the prime engineer for this FCO project proving design survey is needed for a water/sewer replacement project at the FDOT District Seven Brooksville campus. This design survey is to include approximate property boundary and adjacent right-of-way location for informational purposes, topographic/ planimetric survey, subsurface utilities, drainage and tree location. US 98 (Navy Boulevard) Final Design, FDOT District Three, Santa Rosa County, Florida: SUE Manager for this FDOT complete-street project along the Navy Boulevard corridor from New Warrington Road to the Bayou Chico Bridge. The area is approximately 1.4 miles in length and contains three signalized intersections and serves as a significant regional arterial connection within the Pensacola community. Navy Boulevard serves as an important regional link between community assets that includes Naval Air Station (NAS) Pensacola and the downtown Pensacola business district. We completed approximately 60 Verification of Vertical and Horizontal (VVH) location test holes on existing utilities and 5 mast arm clearances in support of the design team. SR 390 from SR 77 to SR 75 Final Design, FDOT District Three, Bay County, Florida: SUE Manager in support of final design for this FDOT widening project on SR 390 (East 14th Street) from SR 77 (Ohio Avenue) to SR 75 (US 231) The purpose of this project is to improve overall traffic operations, regional mobility, social factors, economic factors and environmental impacts to improve roadway capacity and meet future travel demand along SR 390. The proposed improvements will consist of widening SR 390 between SR 77 (Ohio Avenue) and SR 75 from a 2-lane rural collector and arterial undivided roadway, to a 6-lane urban, undivided arterial, including improvements at either end of the project. Through this 4.3-mile project, we completed approximately 95 Verification of Vertical and Horizontal (VVH) location test holes on existing utilities to aid the design team. This project was very challenging as we successfully dealt with high water from recent tropical storm events by selectively scheduling VVH locations. Tom Yocom, PSM, PLS, Continued Page 1580 of 3580 BRIAN ROSE, P.E. E D U C AT I O N B.S. Civil Engineering, University of Central Florida, 2003 R E G I S T R AT I O N S /C E R T I F I C AT I O N S Professional Engineer, Florida 71549 (2010)• A F F I L I AT I O N S Florida Engineering Society (FES) - Calusa Chapter American Society of Civil Engineers (ASCE) S O F T WA R E ICPR• HEC-RAS• ASAD• CSLE• Flowmaster• HY-8• A R E A S O F E X P E R T I S E Drainage Design• Project Management/Coordination • Plans Review• Mr. Rose has 20 years of drainage design and permitting experience as well as another 6 years of geotechnical engineering experience. He has extensive experience in SW FL including Collier County. He has a vast knowledge of drainage patterns in Southwest Florida and helped resolve and provide drainage input on numerous drainage issues for both public and private property owners during his tenure at South Florida Water Management District (SFWMD). He has worked on many different projects from new sidewalks and accommodating off-site drainage, such as 23rd Street SW in Collier County to major capacity projects such as I-75 from Luckett to SR 80 in Lee County. These projects required a variety of stormwater treatment systems from ponds to linear treatment swales as well as stormceptors and nutrient baffle boxes. He has permitted numerous projects through SFWMD and Southwest Florida Water Management District (SWFWMD). P R O J E C T E X P E R I E N C E Naples Manor Stormwater Improvement Preliminary Engineering Study (PES), Collier County, FL. Role: PM/Drainage Engineer-of-Record (EOR) 16th Street SW From Golden Gate Blvd to Randall, Collier County, FL. Role: Drainage Engineer Big Carlos Pass Bridge Replacement PD&E and Design, Lee County, FL. Role: Drainage Engineer, responsible for designing the bridge and roadway stormwater management facility Green Blvd Improvements, Collier County, FL. Role: Drainage Engineer I-75 From Luckett to SR 80, FDOT D1 Role: Drainage Engineer Old US 41 from Littleton Road to US 41, FDOT D1 Role: Drainage Engineer C O N TA C T Fort Myers, FL 33905 239-671-4545 brian@ggbeng.com RCA ROSE CONSULTING ADVISORS, INC. Page 1581 of 3580 Floodplain Compensation• Roadway Stormsewer Systems• Pond Design• Stormwater Management• Facilities• Environmental Resource• Permitting• Crossdrains• Coconut Road Safety and Drainage Improvements, Village of Estero, Estero, FL. Role: Drainage Engineer Citrus Park/East Bonita Springs Stormwater Improvements, City of Bonita Springs, FL. Role: Project Manager and EOR Able Canal Multi-use Trail, Lee County, FL. Role: Drainage Design EOR John Yarbrough Linear Park Multi-Use Trail Extension, City of Fort Myers, FL. Role: Drainage EOR Ten Mile Canal/41 Industrial Park Drainage Improvements, Lee County, FL. Role: Project Manager, Drainage EOR Naples Manor Stormwater Improvements, Collier County, FL. Role: Project Manager, Drainage EOR CR 835 Safety Improvements, Hendry County, FL. Role: Drainage EOR Golden Gate Boulevard Design-Build, Collier County, FL. Role: Project Manager/Drainage Design Engineer 23rd Street SW Improvements, Collier County, FL. Role: Drainage Engineer Mercantile Avenue, Collier County, FL. Role: Drainage Engineer White Boulevard, Collier County, FL. Role: Drainage Engineer Brookhill, City of Fort Myers, Fort Myers, FL. Role: Drainage Engineer Aqua Shores, City of Fort Myers, FL. Role: PM/Drainage EOR Page 1582 of 3580 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 year s, starting as an i ntern 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 projec ts, 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 North County Water Reclamation Facility Deep Injection Foundation Repair, Collier County Airport Road from Vanderbilt Beach Road to Immokalee Road, Collier County Vanderbilt Beach Road (CR 862) from CR 901 (Vanderbilt Drive) to Gulf Pavilion Drive, Collier County Vanderbilt Beach Road at Logan Boulevard, Collier County Sunshine Boulevard from 17th Avenue SW to Green Boulevard, Collier County Tiger IX Grant (Immokalee Complete Streets) Design Criteria, Collier County Culvert Crossing of Canal along SR 29 into the Kaicasa Development, Collier County Lake Trafford Road from Little League Road to Laurel Street, Collier County Sheriff Operations Substation, Marco Island, Collier County Utility Operations Building Foundation Repair, Collier County 111th Avenue North from Bluebill Avenue Bridge to 7th Street North, Collier County Alico Road Widening from East of Ben Hill Griffin Parkway to Airport Haul Road, Lee County Corkscrew Road Widening from Ben Hill Griffin Parkway to Alico Road, Lee County North Lee County Wellfield Expansion, Lee County Big Carlos Pass PD&E, Lee County Francisco Street from Sonora Avenue to US 27, Hendry County City of North Port Sumter Boulevard Utility Extension, Sarasota County City of Venice Well RO-8E Pipeline, Sarasota County City of North Port Toledo Blade Boulevard Utility Extension, Sarasota County Elgin Boulevard Force Main, Hernando County FDOT District I Districtwide Scour Evaluation for Bridges with Unknown Foundations Contract Districtwide Bridge Engineering Contract I-75 (SR 93) Widening from SR 951 to North of Golden Gate Parkway, Collier County SR 29 from SR 82 to Hendry County Line, Collier County I-75 (SR 93) Widening over the Manatee River from US -301 to SR 64, Manatee County I-75 (SR 93) Widening at SR 70 Interchange, Manatee County I-75 (SR 93) at SR 72 (Clark Road), Sarasota County Page 1583 of 3580 Summary of Capabilities Geotechnical Engineering Pavement Engineering and Mechanics Numerical Modeling of Pavements Numerical Modeling of Soft Soil Embankments Numerical Modeling of Soil -Structure Interaction Years of Experience With Tierra: 20 Years With Other Firms: 1 Year Education Ph.D., Civil Engineering, University of Florida, 2007 M.S., Civil Engineering, University of Florida, 2000 B.S., Civil Engineering, University of Florida, 1999 Professional Organizations/Registrations/Awards Florida Professional Engineer, No. 67431 American Society of Highway Engineers Tau Beta Pi Engineering Honor Society Chi Epsilon Civil Engineering Honor Society MARC E. NOVAK, Ph.D., P.E. Senior Geotechnical Engineer Mr. Novak has been working in the field of geotechnical and materials engineering since 1996 when he interned as a field and laboratory technician while pursuing his B.S. in Civil Engineering at the University of Florida. Upon graduation in 1999, Mr. Novak pursued a M.S degree in geotechnical engineering, studying the effects of lateral impact loads on bridges. Upon graduation in 2000, he received a four-year Alumni Fellowship to continue doctoral research at the University of Florida. His research focused on pavement mechanics specializing in Superpave asphalt pavement. He graduated in August 2007 with a Ph.D. Mr. Novak has been exposed to a wide variety of projects while conducting research at the University of Florida including soil - structure interaction, soft-soil embankment modeling, dam construction, laboratory testing and pavement engineering. Mr. Novak joined Tierra in January 2004; and he has been involved in projects for the private and public sectors including the FDOT (roadway, pavement and bridge structure investigations). Relevant Project Experience Vanderbilt Beach Road Extension Phase 2 from 16th Street NE to Everglades Boulevard, Collier County Marco Island Executive Airport Terminal and Apron Expansion, Collier County Immokalee Road Shared Use Path Feasibility Study, Collier County Citrus Park/East Bonita Stormwater Improvements, City of Bonita Springs, Lee County Ben Hill Griffin Parkway and South Village Boulevard Intersection Improvements , Lee County Southwest Florida International Airport Terminal Loading Dock , Lee County Southwest Florida International Airport Terminal Expansion Gate B1A , Lee County Southwest Florida International Airport Terminal Expansion, Lee County District I I-75 (SR 93) and Corkscrew Road Interchange, Lee County I-75 (SR 93), from North of SR 80 to North of SR 78, Lee County I-75 (SR 93), from South of Bonita Beach Road to South of Corkscrew Road, Lee County I-75 (SR 93), from South of SR 78 to the Charlotte County Line, Lee County SR 82, from Alabama Rd. S. to Homestead Rd. S., Lee County SR 82, from Lee Blvd to Shawnee Road, Lee County SR 82 from Shawnee Rd. to Alabama Road, Lee County I-75 (SR 93) Design/Build, from N of Golden Gate Parkway to South of SR 80, Lee and Collier Counties I-75 (SR 93) Design/Build, from North of Golden Gate Parkway to South of SR 80 including Immokalee Road and Daniels Parkway Interchanges, Lee and Collier Counties I-75 (SR 93) Design/Build, I-from South Colonial Boulevar d to South of SR 82, Lee County I-75 at SR 951 Interchange, Collier County SR 80, from Birchwood Parkway to Dalton Lane, Hendry County SR 80, from West of Clark Street to Birchwood Parkway, Hendry County Central Polk Parkway, Section 1, Polk County SR 29 from CR 80A (Cowboy Way) to Whidden Road, Hendry County Page 1584 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 62RSFLNAPL004720.2025 Familiarity with Local Construction and Regulatory Conditions Our Project Manager, Jacob Lennertz, PE, IMSA II, has been serving Florida-based clients for his entire career. He has a strong track record in delivering high-profile projects with significant public engagement. His local experience includes Collier County, Lee County, and the municipalities within. Jacob has extensively supported the project management of the Vanderbilt Beach Road Extension Phase II (VBRX II). This has allowed him to become extremely familiar with the County’s expectations and standards, as well as the unique characteristics of this part of the County. Jacob is a hands-on engineer and project manager who is experienced in finding solutions to repair, replace, and expand aging transportation infrastructure. With his local experience and Kimley-Horn’s longstanding presence in Southwest Florida, we are well-versed in the design and permitting process, as well as the local construction conditions. Our team has a comprehensive understanding of the regulations and criteria at the municipal, county, state, and federal levels. Additionally, Kimley-Horn’s engineers and planners maintain regular contact with all key regulatory agencies and their decision makers. This rich network of interpersonal relationships enables us to provide expeditious services relative to agency reviews and approvals. Jacob and the project team not only understand agency procedures but also their expectations, enabling us to minimize delays and rework. In addition to the basics, we also specialize in designing drainage systems to protect sensitive ecosystems. We effectively control erosion during the construction phase and address water quality and quantity concerns raised by permitting agencies. Having environmental scientists and stormwater management experts working alongside our roadway design team gives us an advantage in providing comprehensive solutions. Through experience, we have found that an early consensus-building phase helps identify and address any concerns raised by agencies, involving them in the project planning process. Our collaborative efforts allow us to cost-effectively tailor our design alternatives to the types of solutions most important to those agencies before they ultimately review a design or permit package. Once a permit application is submitted, we follow up with reviewers and offer assistance where possible. In some cases, we can even meet with reviewers during their review period to address questions or provide the information they need. We have extensive relationships with permitting agencies who need to complete your permit reviews and, because of our relationships, often expedite the permitting process. We help them to complete their tasks and make their jobs easier. We are currently working with and have familiarity with all the entities and agencies that may be associated with this project including but not limited to Collier County, South Florida Water Management District (SFWMD), Big Cypress Basin Board, Florida Department of Environmental Protection (FDEP), FDOT, Florida Fish and Wildlife Conservation Commission (FWC), U.S. Army Corps of Engineers (USACE), and U.S. Fish and Wildlife Service (FWS). Our staff has a comprehensive understanding of the various local, state, and federal permitting agency criteria. Our success in permitting is attributed to four distinct aspects; knowledge of the criteria, early agency coordination, proper documentation, and relationships that are built on years of trust with the agencies. Team’s History of Working Together The Kimley-Horn team is highly experienced with projects that demand close coordination among multiple team members. Our professional staff is distinctively experienced and familiar working together with other disciplines, both in-house and as subconsultants on intersection and roadway improvement projects. Kimley-Horn’s professionals are accustomed to working on projects involving various components and we understand the importance of productive coordination to provide the required high-quality services in an efficient and timely manner. Kimley-Horn emphasizes the value of building structured working relationships to obtain the greatest combination of skills and dependable, quality service. Kimley-Horn strives to team with firms who share common values including accountability, leadership, teamwork, open-mindedness, flexibility, creativity, innovation, honesty, and fairness. These are the characteristics we share with our subconsultant partners: Tierra, Inc., DRMP, Inc., and Rose Consulting Advisors, Inc. With the addition of DRMP, Inc. for their commitment to scheduling, surveying, and R/W mapping, and Brian Rose, PE, for his specific knowledge of local drainage characteristics and relationships with SFWMD staff, this is the exact team that successfully produced the VBRX II project on an aggressive schedule. Our experience with these firms extends to other projects throughout Florida, where we continue to work together. Kimley-Horn’s emphasis on dynamic teamwork and quality performance serve as the foundation for engagement in these teaming arrangements. All these firms and the individuals associated with them have worked together in the past and offer the County a cohesive and functioning group of experts. Page 1585 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 63RSFLNAPL004720.2025 Tab 2. Past Performance We have worked with various departments in Collier County over the years and have consistently built relationships based on our performance to provide high quality products, timely responses to resolve any issues or concerns, timely submitted deliverables, and always meeting project schedules. The best testament of our commitment to quality is when a design project is constructed with no claims, and zero errors and omissions. Reference questionnaire grades that we have received from our clients (included in this section) reflect the high-quality product which Kimley-Horn and its subconsultants have produced for our clients. Our team thoroughly understands Collier County’s preferences and concerns for this contract. We have put together a team specifically tailored to the needs of this important contract and a long history of working together. The following Florida projects are similar to the anticipated design services associated with this project. We believe these projects illustrate our team’s qualifications and success with similar projects. In addition, we have included a project matrix to highlight the specific similar experience types illustrated by each project example. This matrix provides a summary of the type of work we completed compared to those required by your contract. Project Title Roundabout DesignDrainageEnvironmental & PermittingAccess ManagementSigning & Pavement MarkingsSignalizationUtility CoordinationPublic InvolvementSR 31 Widening Improvements •••••••••••••••• US 41 Gulfstream Roundabout Improvements •••••••••••••••• Ringling Boulevard and Pine Place Roundabout Improvements •••••••••••••••• Honore Avenue Widening •••••••••••••••• Naples Central Avenue Improvements •••••••••••••••• Vanderbilt Beach Road Extension, Phase II •••••••••••••• Minimum Change Order History One of our goals in delivering exceptional client service is to reduce the number of change orders during design and when a project goes to construction. Change orders are not a part of Kimley-Horn’s culture and we do not see them as a negotiation tool. We are looking for long-term partnerships not short-term gains. Avoiding design phase change orders starts with establishing clear expectations for the outcome of the project upfront as the scope and fee is negotiated. We ensure the scope of services is well-defined and all disciplines are involved in the scoping process. We document our scope clarifications, so those decisions are not re-visited as scope creep later in the design. When we have the potential for scope items that might not be validated through initial design or are dependent on other design elements, like traffic analysis which determines lane configurations or signal need, we recommend using defined optional services in the contract or to use Design Allowances similar to how the County handles construction contracts. Construction phase change orders are often due to unforeseen site conditions. Projects that experience higher percentages of change orders relative to construction costs often involve sites where subsurface conditions are not known or where existing utilities are not well documented. We usually address this through several methods—mandatory pre-bid meetings and site walks, site familiarity of the contractor prior to bidding, and field investigations such as subsurface utility excavation. Change orders can be due to insufficient details on plans and specifications. We try to stay ahead of the curve by close and frequent interaction and coordination with County staff to elicit feedback and monitoring on design details. A Quality Control Manager is assigned to each of our projects, and all projects go through an intensive and thorough QC/QA Page 1586 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 64RSFLNAPL004720.2025 program. The project is reviewed not only for conformance to design standards, but to constructability as well. Bob Joel, PE, and Deborah Knighton, PE will serve as our QC/QA reviewers. They all have decades of engineering experience in their respective disciplines—roadway design and drainage—and have provided QC/QA reviews on a wide range of projects similar to the Four-Point Roundabout project. Lastly, change orders can result from unexpected conditions such as the owners or stakeholders not being informed or changing their minds about a set course of action. We have found that dissemination of information is vital to the project success as well as getting buy-in from the local community or other stakeholders (Operations and Maintenance people, for example). We adhere to the “early and often” philosophy in establishing and maintaining a line of communication for all interested parties. Our Public Involvement team—comprised of Project Manager Jacob Lennertz, PE, IMSA II and Deputy Project Manager Rick Arico, PE are prepared to provide Public Involvement activities as required by this project. As evidenced by the quality quotes and reference letters/reference questionnaire grades included in this section, Kimley- Horn and its subconsultants have a distinguished history of successfully completing projects on time and within budget. Over the course of the last five years of transportation projects, we have been able to manage change orders/ claims to less than one percent of construction cost with many being client initiated. To date, we have had no contract change orders with Collier County. Our distinguished history of successfully completing projects on time and within budget, while minimizing and avoiding change orders, is a product of our unique, innovative, and effective ability of meeting or exceeding project schedules, management approach, control of project budget, and a robust quality control and quality assurance (QC/QA) process. Kimley-Horn offers Collier County significant experience in the design of roundabout facilities. We have designed over 1,500 roundabouts for city, county, and state agencies throughout the country and have team members that are specifically trained in the process of designing roundabout facilities. 7 434 5 1 525 535 54 55 444 454 2931323 404505 4 14848494288 35 363644646 474 3737 422565 344399 300 3838 33 575 ƒ30+ roundabouts in The Villages ƒCity of Lighthouse Point 23rd Avenue and Marina Drive ƒHonore Avenue and Ashton Road ƒLake Hollingsworth Roundabout Improvements ƒUS 41 and Gulfstream ƒHillview Street and Osprey Avenue ƒRingling Boulevard and Palm Avenue ƒRingling Boulevard and Pineapple Avenue ƒRingling Boulevard and Pine Avenue ƒBaytowne Avenue and Heron Walk Drive ƒBellechase Roadway Improvements ƒCR 475 and Orange Avenue ƒCity of Gainesville Depot Avenue ƒCity of Miami Beach Traffic Circles ƒCity of Sarasota Cocoanut Avenue and Palm Avenue ƒCR 707/Dixie Highway Roundabout with Art Install ƒRoyal Palm Beach La Mancha Avenue ƒLakewood Ranch Boulevard at Coburn Road ƒLakewood Ranch Boulevard at Richardson Road ƒLegends Bay ƒMartin County SR A1A and SR 732 ƒCentral Avenue at 8th Street ƒCentral Avenue at 10th Street ƒNE 8th Avenue Complete Streets (3) Roundabouts ƒUniversal Orlando Roundabouts ƒPalmetto Park Road Beautification and Roundabouts ƒParkland Golf and Country Club Roundabouts ƒPort St. Lucie Civic Center Roundabout ƒWest Villages Parkway Roundabout ƒPaseo Al Mar Blvd at Covington Garden Drive ƒMilestone Drive at Knowledge Lane ƒMilestone Drive at Goldcoast Avenue ƒCovington Garden Drive at Parkshore Drive ƒCity of Orlando Randal Park ƒ3 Roundabouts along SR 31 1,500+ Roundabouts Nationwide Page 1587 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 65RSFLNAPL004720.2025 Relevant Project Experience SR 31 Widening Improvements Lee County and Charlotte County, FL The project consists of reconstructing SR 31 for Babcock Ranch Community Development District to meet the interim build-out condition identified in the SR 31 PD&E study. The facility will consist of widening from a rural 2 lane section to an urban 4 lane section with a variable median width from 22 feet to 44 feet. The project limits are from south of SR 78 to 1,000 feet north of Lake Babcock Drive with an overall project length of 5.5 miles. The project will leave the existing SR 31 roadway and right-of-way in place from SR 78 to the Charlotte County line and will remove the existing SR 31 and expand the right of way north of the Charlotte County line. This project includes 3 multi-lane roundabouts as well as alternative intersection designs. SR 31 at CR 78 includes a signalized RCUT intersection while SR 31 at Saw Palmetto Parkway has been designed as a partial median U-turn signal. These alternative designs provide both a capacity, level of service, and safety benefits for roadway and pedestrian users. Lighting and signing and pavement marking improvements will be constructed with the project. Project Highlights ƒRoundabout and Roadway Design ƒSigning and Pavement Marking ƒComplete Street Elements ƒROW Acquisition ƒAccess Management ƒDrainage Improvements ƒSignalization ƒLighting ƒEnvironmental Permitting ƒUtility Coordination ƒMaintenance of Traffic Team: Jacob Lennertz, PE; Rick Arico, PE; Gary Nadeau, PE; Bob Joel, PE; Victor Gallo, PE; Frank Heck, PE; Ian Rairden, PE; Jacob Rehm, PE; Sarah Johnson, CE; Jeff Hemphill, CNRP; Gloria Manrique, EI; Tierra, Inc. Page 1588 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 66RSFLNAPL004720.2025 US 41 and Gulfstream Modern Roundabout Improvement Design/PD&E, Sarasota, FL Kimley-Horn led the PD&E portion of this State-Wide Acceleration and Transformation (SWAT) project for the addition of a multi-lane roundabout. Designated as a SWAT project, the PD&E and design efforts overlap to reduce schedule and streamline efficiency. This project includes full reconstruction of the intersection to a roundabout configuration, pedestrian signals, lighting, landscape, and drainage improvements. This is the first partial 3-lane roundabout in the state and, due to its complexity, an emphasis has been placed on public involvement. Design improvements for this constrained urban intersection address multi-modal transportation, pedestrian connectivity/safety enhancements and balanced roundabout performance. Project Highlights: ƒRoundabout and Roadway Design ƒSigning and Pavement Marking ƒComplete Street Elements ƒROW Acquisition ƒAccess Management ƒDrainage Improvements ƒSignalization ƒLighting ƒEnvironmental permitting ƒUtility Coordination ƒMaintenance of Traffic Team: Jacob Lennertz, PE; Gary Nadeau, PE; Bob Joel, PE; Jacob Rehm, PE; Jordan Leep, PMP, PE; Cory Dorman, PE; Victor Gallo, PE; Tierra, Inc. Modern Roundabout Improvement Design for Ringling Boulevard and Pine Place, Sarasota, FL Kimley-Horn was retained by the City to provide conceptual and final design services including construction documents for a roundabout at the intersection of Ringling Boulevard and Pine Place in Sarasota. This project involves the removal/replacement the existing signalized intersection with a modern single-lane roundabout designed within the existing right-of-way. The project will be constructed through a Local Agency Program (LAP) agreement with FDOT. As part of the design process, Kimley- Horn reviewed existing stormwater facilities to incorporate sufficient design to ensure positive drainage of roadway improvements and preclude any ponding along the roadway. Our team is also providing a landscape architectural design to enhance the environment for all users. The landscape plan will identify trees to be preserved and replaced as determined by code, as well as tree protection measures for those trees identified to remain. Other design services include utility coordination and utility adjustment plans, signing and pavement marking plans, roadway lighting, temporary traffic control plans, and environmental permitting. The project is currently completing construction. Project Highlights: ƒRoundabout and Roadway Design ƒSigning and Pavement Marking ƒComplete Street Elements ƒAccess Management ƒDrainage Improvements ƒLighting ƒEnvironmental Permitting ƒUtility Coordination ƒMaintenance of Traffic Team: Jacob Lennertz, PE; Gary Nadeau, PE; Bob Joel, PE; Jacob Rehm, PE; Jordan Leep, PE, PMP; Rick Arico, PE; Tierra, Inc. Page 1589 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 67RSFLNAPL004720.2025 Sarasota County Honore Avenue Widening Fruitville Road to 17th Street, Sarasota, FL Kimley-Horn is leading the design and permitting for 1.2 miles of widening the existing road from a two-lane rural roadway typical section to a four-lane divided urban arterial section with closed drainage. The project includes the addition of two travel lanes, a seven-foot barrier separating buffered bicycle lanes, five- to eight-foot sidewalks on both sides of Honore Avenue, conventional roadway lighting, pedestrian signalized crossings features, and landscaping. The existing one-lane roundabout at Honore Avenue and Richardson Road will be retrofitted to a two-lane roundabout, and the signalized intersection at Honore Avenue and 17th Street will be replaced with a two-lane roundabout. Stormwater facilities including the closing of a 1,500-foot drainage channel with a 10- to 12-foot box culvert, a drainage collection system to accommodate the roadway improvements, and several wet and dry treatment ponds were designed. Utility improvements consisted of replacing the Sarasota County’s existing 10-inch water main with a new 12-inch in line with the entire project corridor along with isolated utility adjustments, as necessary, to address project conflicts. Environmental permitting took into consideration the potential presence of the bonneted bat, and other protected species along the corridor. Community engagement was implemented at 30% and 60% design progress level, two public meetings were planned so that residents can view the plans for the road, speak with staff about the project and provide input. This project is currently in construction. Project Highlights: ƒRoundabout and Roadway Design ƒSigning and Pavement Marking ƒComplete Street Elements ƒROW Acquisition ƒAccess Management ƒDrainage Improvements ƒSignalization ƒLighting ƒEnvironmental Permitting ƒUtility Coordination ƒMaintenance of Traffic ƒPublic Involvement Coordination Team: Jacob Lennertz, PE; Gary Nadeau, PE; Frank Heck, PE; Bob Joel, PE; Sarah Johnson, CE; Jacob Rehm, PE; Jeff Hemphill, CNRP; Joseph Roberts, PE; Jordan Leep, PE, PMP Central Avenue Improvements, Naples, FL Kimley-Horn provided streetscape, intersection design, lighting design, and multimodal improvements for a half mile of Central Avenue between 8th Street and Riverside Circle. Detailed traffic modeling was utilized to fully assess laneage requirements and the resulting level of service from possible lane modifications. The goal of the project was to provide a safe, balanced approach for all modes of travel through the corridor, including motor vehicles, bicycles, and pedestrians. Roadway improvements included milling and resurfacing, drainage upgrades to reduce flooding, utility upgrades to increase water main size and add reclaimed water service, landscaping improvements, and signalization upgrades. Our team helped direct a public involvement program with local stakeholders and agency staff to obtain consensus from the community for the approved design concept. Permit coordination was required with FDOT and Collier County for pavement, drainage, and signalization enhancements at the intersections of Central Avenue with US 41 and Goodlette-Frank Road. Project Highlights: ƒRoundabout and Roadway Design ƒSigning and Pavement Marking ƒComplete Street Elements ƒAccess Management Page 1590 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 68RSFLNAPL004720.2025 ƒDrainage Improvements ƒSignalization ƒEnvironmental Permitting ƒUtility Coordination ƒMaintenance of Traffic ƒPublic Involvement Program Team: Gary Nadeau, PE; Jordan Leep, PE, PMP Vanderbilt Beach Road Extension – Phase II, Collier County, FL The Vanderbilt Beach Road (VBR) Extension Phase II extends eastward from the western terminus at 16th Street NE and continue east, between 10th Avenue NW and 12th Avenue NW, to the proposed eastern terminus at Everglades Boulevard. The entire project is approximately 1.84 miles in length. This section of the VBR Extension will be constructed in three stages. Stage I will construct a two-lane undivided urban facility. Stage II will improve the roadway to a four-lane divided facility and Stage III will construct an ultimate six-lane facility. Kimley-Horn is responsible to develop a construction set of plans for VBR Extension Phase II (Stage I) that is designed to accommodate the ultimate six-lane divided roadway footprint and the ultimate stormwater drainage system. The two-lane undivided typical section will mimic the characteristics that are currently being constructed on the Phase I project from east of Wilson Boulevard to the 16th Street NE intersection. The proposed typical section to be constructed will consist of an urban (curb and gutter) undivided arterial consisting of two 12-foot-wide travel lanes (one in each direction), 6.5-foot-wide on-street bike lanes, curb and gutter along the edges, with a ten-foot-wide asphalt multi-use trail on the north side of the roadway. To maximize ease of maintenance, all embankment tie-down slopes and swale side slopes will be designed to 1V:4H (typical) or flatter and using a 1V:3H maximum slope where constrained. The proposed two-lane undivided section that will be constructed is expected to be converted and serve as the future westbound travel lanes when the roadway is expanded to a four-lane facility in the future. The project also includes proposed drainage, environmental permitting, lighting, signalization and signing and pavement marking. Project Highlights: ƒRoadway Design ƒSigning and Pavement Marking ƒComplete Street Elements ƒROW Acquisition ƒAccess Management ƒDrainage Improvements ƒSignalization ƒLighting ƒEnvironmental Permitting ƒUtility Coordination ƒMaintenance of Traffic Team: Jacob Lennertz, PE, IMSA II; Rick Arico, PE; Gary Nadeau, PE; Deborah Knighton, PE; Bob Joel, PE; Frank Heck, PE; Ian Rairden, PE; Jacob Rehm, PE; Joseph Roberts, PE; Nolan Villatoro, PE; Victor Gallo, PE; Sarah Johnson, CE; Jeff Hemphill, CNRP; Tomas Acuna, EI; Gloria Manriques, EI; Austin Decker, EI; Konnor Stone; Tierra, Inc. Vanderbilt Beach Road Extension Phase II Interim - 2 Lane Future 4 Lane (Expandable to 6 Lane)Interim - 2 Lane Future 4 Lane (Expandable to 6 Lane) 200’ (typical) Varies12’Varies 12’10’6’6’ 6”6’ 6” 200’ (typical) Varies12’Varies 12’10’6’6’ 6”6’ 6”12’Varies12’12’Varies 200’ (typical) 12’23’ 6”10’6’6’ 6”6’ 6”6’ 6”6’ 6”13’ 9”12’Varies12’12’Varies 200’ (typical) 12’23’ 6”10’6’6’ 6”6’ 6”6’ 6”6’ 6”13’ 9” Vanderbilt Beach Road Golden Gate Canal12th Avenue NE 10th Avenue NE 16th Street NortheastEverglades BoulevardPond 8B Pond 9C Dry Detention Area Project Start Project End Page 1591 of 3580 • Reference Questionnaires (Form 4) Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RSP No. 24-8310; Design Services for Four-Point Roundabout – Immokalee Rd at Camp Keais Rd Reference Questionnaire for: Kimley-Horn and Associates, Inc. (Name of Company Requesting Reference Information) Jacob Lennertz, PE (Name of Individuals Requesting Reference Information) Name: Felipe Jaramillo, PE, DBIA (Evaluator completing reference questionnaire) Company: Ajax Paving Industries of Florida, LLC (Evaluator’s Company completing reference) Email: fjaramillo@ajaxpaving.com FAX: 941.486.3500 Telephone: 941-404-9282 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/indivdiual 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: SR 31 PDB - SR 78 to Horseshoe Road Completion Date: on-going Project Budget: $7,527,336 (Design Fee) Project Number of Days: 880 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 Abiltity 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 1592 of 3580 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RSP No. 24-8310; Design Services for Four-Point Roundabout – Immokalee Rd at Camp Keais Rd Reference Questionna ire for: Kim ley-H orn a nd Associates, I nc. (Name of C ompany R equesting R eference Information) Jacob Lennertz, PE (Name of Individuals Requesting Reference Information) Name: Christopher Simpron FCCM, Public Works Director (Evaluator completing reference questionnaire) Company: Hardee County (Evaluator’s Company completing reference) Email: christopher.simpron@hardeecountyfl.gov FAX: (863) 773-0107 Telephone: (863) 773-3272 Collier County has implement ed 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/indivdiual 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: South Hammock Road Reconstruction Completion Date: 5/22/23( design); 7 /18/24 (construction) Project Budget: $209,978 (design); $1,599,278 (construction) Project Number of Days: 280 (design); 150 (construction) 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. 1 0 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 Abiltity 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 1593 of 3580 � Collier County Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RSP No. 24-8310; Design Services for Four-Point Roundabout – Immokalee Rd at Camp Keais Reference Questionnaire for: Kimley-Horn and Associates, Inc. (Name of Company Requesting Reference Information) Jacob Lennertz, PE (Name oflndividuals Requesting Reference Information) Name: Tony Russo, PE Company: Manatee County (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: anthonv.russo[a)mvmanatee.org FAX: 941.749.3034 Telephone: 941.708.7450 x7349 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/indivdiual 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: 59th St from Cortez Rd to Manatee Ave Completion Date: On-going Project Budget: $5,913,441 Project Number of Days: 570 days Item Criteria Score {must be completed' 1 Ability to manage the project costs (minimize change orders to scope). lo 2 Ability to maintain project schedule (complete on-time or early). (0 3 Quality of work. /0 4 Quality of consultative advice provided on the project. (0 5 Professionalism and ability to manage personnel. fo 6 Project administration (completed documents, final invoice, final product turnover; /0 invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. ID 8 Abiltity to manage risks and unexpected project circumstances. (0 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. /0 10 Overall comfort level with hiring the company in the future (customer satisfaction). /0 TOTAL SCORE OF ALL ITEMS JOO Page 1594 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 72RSFLNAPL004720.2025 Tab 3. Project Approach, Willingness to Meet Time and Budget Requirements INTRODUCTION: The Kimley-Horn (KH) team is fully aware of the intense growth expected in this part of Collier County. With Ava Maria’s expansion east of Camp Keais Road and the anticipated development along Oil Well Road and west of SR 29, the primary goal is to address future traffic congestion by improving overall traffic capacity and circulation to the eastern Collier County areas. The 2045 Long Range Transportation Plan (LRTP) only includes the planning and design of the two-to-four lane widening of Immokalee Road north of Camp Keais Road. The construction of the widening of Camp Keais Road and Immokalee Road north of Camp Keais Road are both included in the 2045 LRTP and draft 2050 LRTP as unfunded needs. Widening of Immokalee Road west of Camp Keais Road is not included in the LRTP as a need. Ironically, the 2024 Annual Update and Inventory Report & Capital Improvement Element (AUIR) projects the segment of Immokalee west of Camp Keais Road to be deficient within the next 5 years and would require widening. The AUIR also projects both Camp Keais Road and Immokalee north of Camp Keais Road would not be deficient or need widening within at least a 10-year horizon, which is as far as the AUIR projects. Regardless of the planning document discrepancies, the purpose and need for this improved intersection is driven by the need for safety improvement, the impending adjacent development, and fortunate availability of funding through legislative appropriation. Our intimate knowledge of Collier County guided us in developing the alternative shown here that addresses the major issues with this project that could effect cost and schedule. These include: 1. Minimizing impacts to wetland to within the 1 Acre threshold to allow a Nationwide 404 permit, cutting permit time with USACE in half. 2. Maintaining traffic throughout construction is critical. Our proposed slight alignment shift to the west will simplify and provide a safer MOT while still minimizing wetland impacts. 3. FPL Transmission Poles limit the amount of the shift to the west. The proposed alignment does not impact the existing Transmission Line. 4. The proposed alignment includes removal of portions of the existing roadway which allows for vacating portions of the existing right-of-way. This is a tremendous opportunity for a potential land swap to acquire the new right-of-way needed, should the potential larger property acquisition currently under consideration not be implemented. A willing property owner would likely cut the time for acquisition down to 6 months. 5. This alternative provides flexibility for the 4th leg of the roundabout to connect to future development. Exist. FPL Transmission Pole to Remain Exist. FPL Transmission Pole to Remain Exist. FPL Transmission Pole to Remain Approximate R/W Line Proposed Pavement LEGEND Proposed Truck Apron Proposed Sod Existing Pavementto be Removed Approximate Wetland Limits Approximate Wetland Impacts Page 1595 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 73RSFLNAPL004720.2025 At Kimley-Horn, we have the soul of a small company with the strength of a giant. So in addition to our local knowledge of Collier County, we have brought on national expertise for this project. The Solicitation specifically states for the Engineer to use the NCHRP Report 1043 as a guidance for developing the roundabout. Our very own Mark Lenters is one of the co-authors of that report and he has already provided valuable input that was utilized in the development of the alternative shown above. Throughout the design Mark will continue to provide guidance to the design team and ensure we are providing a safe and efficient design. Some of the major geometric design considerations are described below. GEOMETRIC DESIGN CONSIDERATIONS: A properly designed roundabout has several key factors, but the Inscribed Circle Diameter is one of the most critical. The diameter directly influences vehicle speeds, capacity, and the overall safety of the roundabout. Selecting the proper diameter ensures that vehicles slow down sufficiently, which helps in minimizing high-speed collisions and maintaining smooth traffic flow. Understanding the County desires to have a single lane roundabout initially while also planning for a future double lane roundabout, we proposed a 180’ inscribed circle diameter. This team has successfully designed and constructed roundabouts with this diameter. Designing proper Entry and Exit Angles are vital for ensuring a fluid and controlled movement of vehicles in and out of the roundabout. These angles facilitate deflection, which is crucial for speed control. The entry angle needs to create enough deflection to slow down vehicles without causing abrupt stops, while the exit angle should allow for a smooth transition out of the roundabout. Our design will aim to balance the entry and exit angles along with other safety features to achieve efficient traffic movement and enhance safety. The Central Island is a prominent, visible feature of any roundabout, and its design significantly impacts vehicle paths and speeds. The primary purpose of the central island is to deflect vehicles, causing them to slow down upon approach. The size and shape of the central island is critical as it should be large enough to promote deflection but properly shaped to avoid confusion. Incorporating landscaping into the central island is a design feature that can improve visibility and aesthetics, although our past experience reminds us that care should be taken to prevent such enhancements from obstructing sightlines or diminishing safety. Splitter Islands serve multiple purposes in a roundabout, including slowing down incoming traffic and providing refuge for pedestrians. These islands should be designed and placed to maximize their effectiveness. The size and positioning of splitter islands must ensure they are visible and functional, contributing to both vehicle speed reduction and pedestrian safety. By channeling and controlling the entry and exit points, splitter islands significantly enhance the operation and safety of the roundabout. Circulating Lane Widths is another key geometric design element closely tied to safety. Proper lane widths ensure that all vehicle types can navigate the roundabout effectively, reducing the risk of accidents and maintaining smooth traffic flow. Understanding there is a Collier Area Transit (CAT) route as well as a heavy presence of agricultural vehicles through this area, our team suggests a WB-67 design vehicle. In order to accommodate this vehicle through the roundabout and minimize path overlap, our design proposes a 16’ circular lane width. Truck Aprons are specially designed, raised areas around the central island intended to accommodate the larger turning radii of trucks and other large vehicles. These aprons should be designed to discourage use by smaller vehicles while providing the necessary space for larger ones to complete turns. The design of truck aprons needs to be such that they help maintain the overall safety and efficiency of the roundabout without encouraging misuse. A well-designed truck apron enhances the roundabout’s capacity to manage diverse traffic, including freight and public transportation vehicles. Adequate Sight Distance is a critical safety feature in roundabout design. Ensuring drivers, cyclists, and pedestrians can see one another, as well as all traffic control devices, is paramount. This involves maintaining clear sightlines at the entry, within the roundabout itself, and at exit points. Effective roundabout design includes regular landscaping maintenance, positioning signs effectively, and eliminating any other visual obstructions that might impede sight distance. Clear sight distance helps drivers make informed decisions, reducing the likelihood of collisions. Geometric design elements should work together to achieve effective Speed Management approaching, departing, and within the roundabout. Both Immokalee Road and Camp Keais Road have an existing posted speed of 55 mph, and this particular area is known for vehicles travelling well above the speed limit. Special attention will be focused on designing the entry curvature, central island deflection, splitter islands, and circulating lanes to all contribute to reducing vehicle speeds to safe levels, typically between 15 to 25 mph within the roundabout. Managing speed ensures that even if an accident occurs, it is likely to be minor due to the reduced velocity. Speed management is holistic, involving the strategic design and arrangement of all geometric elements. While Landscaping enhances the aesthetic appeal of roundabouts, it must be carefully designed not to obstruct visibility or sightlines. The central island and surrounding areas can include landscaping that aids in traffic calming and provides environmental benefits. However, it is crucial to maintain these landscaped areas to ensure that they do not interfere with the clear sight distance necessary for safe operation. This team has a strong understanding of each of these design elements and how they influence each other. A critical design check throughout this process is the Fastest Path, which validates that all the geometric elements work together to create a functional and safe intersection. By carefully analyzing and optimizing this path, we create roundabouts that manage vehicle speeds effectively, ensure smooth traffic flow, and accommodate high volumes of traffic while protecting non-motorized users. Page 1596 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 74RSFLNAPL004720.2025 Traffic Operations and Capacity Analyses: As the project is following the FDOT PD&E Manual, a Project Traffic Analysis Report (PTAR) will also be prepared. Kimley-Horn has prepared PTARs for various local municipalities across the state including multiple PTARs utilizing the ICE process. Currently, Kimley-Horn is finalizing a PTAR in Martin County on behalf of FDOT District 4 for Cove Road where the ICE process was utilized to recommend roundabouts at 2 intersections to address increases in traffic as well as to address safety concerns. This project is critical to the County as it will address the increase in traffic in the area. Specifically, the 2045 LRTP Needs Plan calls for the widening of both Immokalee Road and Camp Keais Road from 2-lanes to 4-lanes. The 2045 LRTP Needs Plan identified the widening of Immokalee Road as the seventh ranked project with Design and Planning identified in the FY26-FY30 period. Therefore, the project analysis will include an analysis of a 4-lane Immokalee Road and Camp Keais Road, including a two-lane roundabout option. SunTrail: It is important to note that KHA completed the Collier to Polk Regional Trail Master Plan in August 2024 for FDOT District One. This Master Plan for a future SUNTrail facility identifies this section of Camp Keais Road and Immokalee Road as a “Defined Planning Corridor” for the upcoming PD&E Phase of the SUNTrail project. The planning corridor covers the existing shared use path along Oil Well Road, continues along the existing path within the Ave Maria Community to Camp Keais Road, then turns north along Camp Keais and extends onto Immokalee Road all the way to SR 29. All SUNTrail facilities have a standard width of 12-feet, but a 10-foot minimum width can be approved through a Variation Request from FDOT Central Office. Also, no SUNTrail funds may be used for right-of-way acquisition through eminent domain. It is advantageous for the County to include a shared use path as part of this project that can be grandfathered into the SUNTrail system. This will allow the County to have more control over the design with fewer constraints compared to waiting until after the Roundabout is constructed and then retrofitting a shared use path adjacent to it. Drainage: The existing drainage for both Immokalee Road and Camp Keais Road is via roadside swales with no permitted stormwater management facilities. The goal for the drainage design would be to reduce the amount of required stormwater management facilities and infrastructure to reduce construction cost. This may be achieved by removing a portion of Immokalee Road and Camp Keais Road to demonstrate no net impervious or to minimize the additional impervious which will reduce the required stormwater management facilities. The project is located in the Collier County Fakahatchee Strand Basin with a local basin rate of 0.15 cfs/ac. We do not anticipate roadside swales since the adjacent land is low which will reduce wetland impacts. However, we do anticipate cross drains to interconnect low areas to reduce differential staging and potential flooding. Depending on the roundabout layout and leg configuration, we may be able to utilize a portion of the removed Immokalee Road or Camp Keais Road for stormwater management which will reduce wetland impacts. Another option for stormwater management would be utilizing the area under the transmission lines. We would recommend utilizing FDOT type 1-4 inlets which have a manhole for ease of maintenance and evaluating discharging to the wetlands to hydrate them. Immokalee Road is an evacuation route, and it is recommended the roadway be at or above the 100-year flood elevation. The project is located in FEMA Flood map 12021C0260H, dated May 16, 2012, with 100-year flood elevations at approximately 23.0’. Based on available information, Immokalee Road ranges in elevation from 24.0’ to 27.0’ and Camp Keais Road ranges from 23.0’ to 25.0’. Therefore, the existing roads are above the flood elevation. Our team is familiar with the new stormwater rules. As there is not an existing permitted stormwater management system, we anticipate this project will require an Individual ERP. It will not be permitted under the grandfather clause, and will be required to be designed to the new stormwater rules. We would recommend an early pre-application meeting with SFWMD to confirm. This project is at the corner of three waterbodies, WBIDs 3259I, 3278L, and 3278W. All three waterbodies are on the FDEP Delist List and are not impaired. Environmental/Permitting: The environmental landscape within the proposed project area is primarily agricultural. Surface waters consisting of agricultural ditches and roadside swales are located throughout the project area. There is one (1) wetland between Immokalee Road and Camp Keais Road which appears to have been historically manipulated from agricultural activities and, therefore, would be considered low quality. Based on a preliminary desktop review, the wetland appears to be non-isolated and potentially jurisdictional to the U.S. Army Corps of Engineers (USACE). Therefore, the project may require a Nationwide Permit for linear transportation projects from the USACE. In addition, a SFWMD ERP permit will be required for this project. It is anticipated that minimal impacts to the wetland systems would occur based on the location of the proposed roundabout. The project area is within the West Collier SFWMD Cumulative Impact Basin and is serviced by Panther Island, Corkscrew Regional, Cherrylake Wilderness Preserve, and Big Cypress Mitigation Banks. The proposed project will be designed to avoid and minimize impacts to wetlands and surface waters to the greatest extent practicable; however, for any direct wetland impacts mitigation is available within the basin. Overall, there is a moderate potential for protected species within or directly adjacent to the project limits due to the rural nature of the area. Potential species Page 1597 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 75RSFLNAPL004720.2025 involvement for federal and state listed species includes the Florida bonneted bat (FBB), Florida panther, eastern indigo snake, wood stork, gopher tortoise, and the Florida black bear. The project is within the U.S. Fish and Wildlife Service (USFWS) secondary focus area and the consultation area of the Florida panther and is near the Corkscrew Swamp and Florida Panther National Wildlife Refuge. A panther habitat unit assessment will be needed based on the design layout to determine mitigation for the species. A FBB acoustic survey is anticipated for this project based on the project size and location within the consultation area. KHA has the experience conducting FBB acoustic and roost surveys as well as the equipment and software to determine if the species is present. Coordination with USFWS will be necessary to determine if any other species surveys may be required for species after the habitat is assessed during the field review. Coordination with USFWS, FWC and the Division of Historic Resources will be conducted as needed prior to permit submittals to assure that permitting reviews by all agencies are efficient. Kimley-Horn’s experience with permitting, coupled with established partnerships with applicable permitting agencies, will allow us to navigate the permitting process smoothly and efficiently as possible. Kimley-Horn’s project team has extensive experience performing environmental evaluations and permitting for roadway projects. Geotechnical Considerations: The subsurface soils within the project vicinity are reported to consist of sandy soils (A-3/A-2-4) underlain by clayey soils (A-4, A-6, A-7- 6). In addition, shallow weathered limestone/caprock is known to be present in the project area. Excavation or penetration into or through this material will be difficult and may require specialized equipment and construction methods. Variations in the depth and relative density/ hardness of this material should be anticipated. In addition, shallow limestone may be porous and difficult to dewater. Based on the USDA Natural Resources Conservation Service (NRCS) Soil Survey information, pre-development SHGW levels ranging from above natural grades to a depth of approximately 1.5 feet below natural grades are reported within the project vicinity. Accurate identification of the shallow groundwater (SHGW) will be critical to set proper roadway grades. Design of the proposed roadway improvements including off-site ponds will need to consider the shallow groundwater levels and the presence of shallow limestone/caprock. Transit: There is currently one Collier Area Transit (CAT) fixed route, Route 19, along Immokalee Road. Based on the 2045 LRTP, we understand residents have commented regarding the need for additional transit service in this area. The 2045 LRTP suggests that this corridor provides a strong and important opportunity to enhance future transit access to and from Immokalee based on the combination of demand for public transportation, travel patterns, transportation disadvantaged bus users, and development growth within the service zone. Early in the design, the Kimley-Horn team will coordinate with CAT to ensure the design decisions we make are compatible with any anticipated transit service on this corridor in the future. Traffic Control Plans: Temporary Traffic Control (TTC) for construction is crucial to ensure that the proposed work is constructable, and the number of required phases are limited as much as possible to reduce costs and accelerate the construction schedule. The TTC will be in the forefront of our design to ensure that a design decision is not selected without carefully reviewing the implications to a TTC Plan. We understand the traffic patterns within this part of Collier County and how this is an important link for the labor force. With that, we will develop our design in a way that can allow traffic to flow continuously throughout construction with minimal disruption. One advantage of re-aligning the intersection of Immokalee Road and Camp Keais Road to undeveloped land is the ability to build out most of the new roads and roundabout without disrupting existing traffic patterns. This will aid in reducing construction costs as the construction schedule can be shortened with fewer phases. Special attention will be given to all connection points with existing roads prior to switching traffic to the new alignment. The traffic switch will occur at night and utilize off duty police officers to minimize traffic disruption. Temporary pavement will be used to ease the transitions at all connection points. Although it is not anticipated that there will be a need for temporary drainage, we have the expertise and ample available existing land to provide positive drainage throughout construction. To further enhance safety during construction, we will phase the TTC Plan to have lighting installed and operational prior to switching vehicles to the new roadways and roundabout. Utilities: We are aware there are several utilities within the project corridor including CenturyLink/Lumen, Comcast, FPL, Crown Castle, Summitt Broadband, TECO Gas, Immokalee Water and Sewer District, Collier County IT, and Collier County Traffic Operations. We are already working with many of these utilities as part of the VBRX II and 47th Avenue projects and have existing relationships with their utility coordinators. There are FPL distribution poles along the east side of Immokalee Road and west side of Camp Keais Road. Our design minimizes the relocation of these poles. There are also existing FPL transmission poles that run parallel approximately 165’ to the west of Camp Keais Road. Our design seeks to avoid any impacts to these transmission poles. Special consideration will be given during design to ensure FPL has maintenance access to each of these poles throughout construction and in the final configuration of the intersection. Right-of-Way Acquisition: We are aware that this project will require right-of-way acquisition. Based on our research, the County already owns most of the land Page 1598 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 76RSFLNAPL004720.2025 that will be needed for the roundabout as well as the re- alignment of Immokalee Road and Camp Keais Road. We are also aware that the County is in the process of a land swap deal with Barron Collier, who owns all the existing land parcels adjacent to this project area. Depending on timing of that deal, the right-of-way may or may not have already been acquired by the time this project goes to construction. Regardless of the status of the land swap deal during design, Kimley-Horn is well versed in Collier County’s right-of-way acquisition process. We are currently supporting Robert Bosch, Right-of-Way Manager, and his team on the right-of-way acquisition for the VBRX II project. This experience provides us a complete understanding of the expectations and requirements of the County’s acquisition process including preparation of the Right-of-Way Acquisition Report and Condemnation Resolution supporting documentation. This experience has also allowed us to understand that Mr. Bosch and his team typically require at least one year to work through the process. However, for this project we understand there is only one seller, and it is likely a willing seller. We therefore expect our right-of-way acquisition time to be much less than one year. Our survey and mapping subconsultant, DRMP, Inc., will prepare parcel sketches and legal descriptions for acquisition parcels as they are determined during the design phase. Lighting: There is currently no existing lighting system within the project limits. A Lighting Justification Report (LJR) will be prepared and submitted with the Phase I plans for the entire project limits in accordance with the FDOT Manual on Uniform Traffic Studies (MUTS and will include the latest traffic and crash data. A Lighting Design Analysis Report (both preliminary and final versions), for the full project limits, will be based on the approved LJR. Proper lighting within and around the roundabout is a critical safety element to enhance visibility, especially during nighttime and adverse weather conditions. Illumination should focus on key areas such as entry and exit points, pedestrian crossings, and the central island. Well-placed lighting ensures that all users can see and understand the road environment, thereby increasing overall safety. The geometric design should include provisions for adequate lighting installations without causing glare or visual distractions. The plans will be prepared in accordance with the Collier County Traffic Operations Roadway Lighting Design Standards. The Streetworks Archeon luminaire will be specified, as preferred by Collier County. We will coordinate with Collier County Traffic Operations to determine if any “Smart Lighting” elements should be installed. Signing and Pavement Marking: Careful consideration will be given to any proposed signage and pavement markings for visibility, message clarity, and maintenance needs. Incorporating a roundabout at this intersection is a significant change for driver expectations, especially with the change in speed entering or existing the roundabout. Appropriate advance warning signage, yield signs, directional signs, pedestrian crossing signs, and chevron signs will aid in providing clear instruction for drivers to safely navigate through the intersection. Signage will be accompanied by pavement markings such as yield lines, high emphasis pedestrian crosswalks, and directional arrows to provide additional clarity and safety for all roadway users. Coordination will take place with the County’s Traffic Operations Section to maintain/ update the sign asset database. Public Involvement Plan: Kimley-Horn is sensitive to the pivotal role of meaningful public involvement programs that enable area residents to establish their priorities. The Kimley-Horn team will work with Connie Deane, County Public Information Officer, to help keep the public informed throughout the project. To “kickoff” the project, a public information workshop will be held at the 30% design phase to provide the public an early opportunity for input in the beginning stages of the design. An additional public information meeting will be held between the 60% and 90% design phase to allow the public to provide comments on the specifics of the proposed design. The meetings for the VBRX project were held at the UF/IAFS campus near the fairgrounds and it would be ideal for these meetings as well. A newsletter will be mailed to the surrounding community describing the project and inviting the public to the meetings. Learning from “the new normal,” which has evolved from COVID-19 protocols, our team has helped FDOT write the guidelines for hybrid, virtual, and in-person public engagement that is here to stay! We will continue to be flexible and open to virtual opportunities to engage the public, which has been highly successful. Bid Assistance. We will prepare and can distribute bid documents recommending contractor bids for award on behalf of the County, review contractor bids and prepare bid tabulation, and prepare a contractor recommendation. Although our aim is to prepare a plan set that can stand by itself, we will respond to contractor requests for information and clarification in a timely manner. Kimley-Horn’s staff is experienced with all procedures associated with bidding projects to construction, including conducting pre-construction meetings, addressing contractor requests for additional information, preparing written addendums for County review, and recommending contractor bids for award. Control of Project Schedule and Budget. We recognize that budget and schedule control are critical to the success of the County’s project. Cost and schedule control are inherently tied to people. Their experiences, vision, management styles, and philosophies all affect significant components of a project approach and its execution. Identifying realistic goals, developing a focused action plan that addresses only those items necessary to accomplish the goals, anticipating the implications Page 1599 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 77RSFLNAPL004720.2025 of decisions made in early phases to future phases, and preparing a mechanism for addressing unexpected challenges are important in establishing cost and schedule control. They build the framework for completing a successful project within budget and on schedule. Schedule. Meeting your schedule for deliverables is not just a goal to us—it is a mandate. Kimley-Horn has the experience and resources to meet the expedited schedule for this project, maintaining high standards for design, attention to details, and exceeding Collier County’s expectations. We have developed many fast- tracked schedules in the past to meet specific goals, while maintaining sufficient time to develop quality deliverables. Our project manager, Jacob Lennertz, PE, IMSA II, will focus on the critical items that are controlling the project schedule by establishing adequate interim milestones to proactively identify and mitigate any potential variances. As per Collier County, design phase services for this project shall be complete within 548 days (approximately 18 months) from the NTP. The RPS Scope of Services further restricts a right-of-way acquisition task duration of 365 days (12 months) beginning at the 60% Design Plan Submittal. By definition, this only allows 6 months for the Survey, Concept Study, and 30% Design Plans to be reviewed and approved and the 60% Design Plans to be prepared for submittal. Additional restrictions include four phases of design plan reviews for a period of 30 days each. We understand that the State Funded Grant Agreement (SFGA) expiration date of December 31, 2026, is what is driving the restrictive schedule, and we are committed to meet the County’s commitment to the FDOT. We have developed two schedule options. One, that will likely be proposed by most RPS responses, includes condensed up front activity durations to hit 60% submittal in 6 months and aggressive estimates on permit approvals to meet the design complete date. Our second schedule as shown on page 78, results from the alternative concept developed with the goal of minimizing environmental permitting obligations and facilitating a consensual right-of-way transfer. The expected environmental impacts of our concept will warrant only the need for a 404 Nationwide permit which will realistically reduce the permit approval time to within 180 days. Similarly, limiting right-of-way transfer to only one willing seller will limit right-of-way acquisition to within 180 days. Reduction of these two critical path items allows for more realistic durations for the front-end design tasks and allows time for the Board to consider and approve the Concept Study before moving forward with a design. Another time saving option is to have the Concept Study include the 30% design of the recommended alternative. To have any chance of meeting the SFGA commitment, there can be no delay in issuing the NTP. To that end, we have already started drafting a contract scope and preparing staff hour estimates to accelerate the negotiation and contracting process upon our selection. Budget. A key to controlling project budget is to finalize a well-defined scope, identify risks in the scope, develop a mitigation plan, and clearly define consultant, subconsultants, and County responsibilities. We create success in this area by managing the right resources at the right time. Our project management database is linked to our accounting system and employee timesheets in real- time. This provides our project managers up-to-date staffing and expense information related to their projects. This information enables them to continuously monitor the status of project cost, cost-control effectiveness, and schedule. Paramount to the success of any project is a continued partnering throughout to adapt as necessary to unforeseen circumstances. We will include critical decision-making points in our work plans so that the project team and the County can agree upon the best course of action to keep the project on track. There will always be unexpected challenges unique to any given project; it is critical that our approach manages what can be controlled and builds in mechanisms for dealing with the unexpected. Minimal Change Orders. Over the last five years, we have been able to minimize change orders on our contracts, and most of the change orders that have occurred have been client initiated. Our distinguished history of successfully completing projects on time and within budget, while minimizing and avoiding change orders is a product of appropriate scope and fee development, careful staff workload management, the active pursuit of only select projects, and a robust quality control and quality assurance (QC/QA) process. Quality Control/Quality Assurance. Collier County expects the delivery of final work products and services to be thoroughly reviewed by experienced professionals. Design decisions in each phase of the plan’s submittal will be documented and vetted through Kimley-Horn’s intensive QC/QA process. All deliverables, including subconsultant work, follows a five-step process, utilizing Bluebeam Revu. This pdf-based, collaborative quality assurance review tool is used to improve collaboration and transparency between design and quality assurance review teams. It allows multiple reviewers to access the document concurrently and to digitally comment and review each other’s comments in real-time; reduces time to consolidate review comments, track, and resolve by having the comments in a single review document; and allows designers to begin addressing comments earlier in the process. The markups are automatically tracked and placed on the pdf, including author, date, color, and comments associated with each markup. This process then facilitates our QC/QA Managers, Bob Joel, PE, and Deborah Knighton, PE, with a legible digital set of marked-up plans, preventing any process errors and verifying our QC plan is thoroughly followed. SECUREDThrough careful quality control of work activities by parties not involved in the initial efforts ACHIEVEDThrough adequate planning, coordination, supervision and, technical direction CONTROLLED By assigning task managers to evaluate all work flow and procedures VERIFIED Through independent reviews by qualified staff QUALITY ASSURANCE / QUALITY CONTROL AT KIMLEY-HORN IS... Page 1600 of 3580 RSFLNAPL004720.2025 78 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 • Four-Point Roundabout Design and Permitting Schedule Four-Point Roundabout Design and Permitting Schedule ID Task Name Duration Start Finish 0 Four-Point Roundabout 548 days Mon 6/2/25 Tue 12/1/26 1 Four-Point Roundabout - Immokalee Rd at Camp Keais Rd 548 days Mon 6/2/25 Tue 12/1/26 2 Start Up Activities 2 days Mon 6/2/25 Wed 6/4/25 3 Notice to Proceed 0 days Mon 6/2/25 Mon 6/2/25 4 Project Kick-Off Meeting, Schedule, QA/QC Plan 2 days Mon 6/2/25 Wed 6/4/25 5 Concept Plan/Alternative Analysis 97 days Wed 6/4/25 Tue 9/9/25 6 Traffic Analysis, Prepare, QC, & Submit 30 days Wed 6/4/25 Fri 7/4/25 7 Concept Plans/Alternatives Study, Prepare, QC, & Submit 49 days Wed 6/4/25 Wed 7/23/25 8 Concept Plans/Alternatives Study, County/ERC Review 21 days Wed 7/23/25 Wed 8/13/25 9 BCC approves Concept Study 0 days Tue 9/9/25 Tue 9/9/25 10 Design Data Collection 76 days Wed 8/13/25 Mon 10/27/25 11 Design Survey & Utility Locates 56 days Wed 8/13/25 Wed 10/8/25 12 Geotechnical Investigation 28 days Wed 8/13/25 Wed 9/10/25 13 Typical Section Package / Pavement Design, Prepare, QC, & Submit 20 days Wed 10/8/25 Mon 10/27/25 14 Public Involvement 195.01 days Thu 10/9/25 Tue 4/21/26 15 Initial Public Informational Meeting 0 days Thu 10/9/25 Thu 10/9/25 16 Design Public Informational Meeting 0 days Tue 4/21/26 Tue 4/21/26 17 30% Design 79 days Wed 9/17/25 Fri 12/5/25 18 30% Design Plans, Prepare, QC, & Submit 49 days Wed 9/17/25 Wed 11/5/25 19 30% Design Plans, County/ERC Review 30 days Wed 11/5/25 Fri 12/5/25 20 60% Design 108 days Mon 12/8/25 Fri 3/27/26 21 60% Design Plans, Prepare, QC, & Submit 77 days Mon 12/8/25 Mon 2/23/26 22 60% Design Plans, County/ERC Review 30 days Tue 2/24/26 Fri 3/27/26 23 Environmental Permitting 231 days Tue 2/3/26 Tue 9/22/26 24 SFWMD & USACE 404 App (R1), Prepare, QC, & Submit 30 days Tue 2/3/26 Fri 3/6/26 25 SFWMD & USACE 404 App, County Review 14 days Fri 3/6/26 Fri 3/20/26 26 SFWMD & USACE 404 App (R2), Prepare, QC, & Submit 7 days Fri 3/20/26 Fri 3/27/26 27 SFWMD & USACE 404 App, Agency Review 180 days Fri 3/27/26 Tue 9/22/26 28 Agencies Issue Permit(s)0 days Tue 9/22/26 Tue 9/22/26 29 Right-of-Way Mapping 71 days Thu 3/26/26 Fri 6/5/26 30 Draft Legals and Sketches, Prepare, QC, & Submit 28 days Thu 3/26/26 Thu 4/23/26 31 Draft Legals and Sketches, County Review 14 days Fri 4/24/26 Fri 5/8/26 32 Final Legals and Sketches, Prepare, QC, & Submit 14 days Fri 5/8/26 Fri 5/22/26 33 Final Legals and Sketches, County Review 7 days Fri 5/22/26 Fri 5/29/26 34 Signed and Sealed Legals and Sketches, Submit 7 days Fri 5/29/26 Fri 6/5/26 35 Right-of-Way Acquisition 251 days Thu 3/26/26 Tue 12/1/26 36 Draft R/W Acquisition Report/Technical Memo, Prepare, QC, & Submit 28 days Thu 3/26/26 Thu 4/23/26 37 Draft R/W Acquisition Report/Technical Memo, County Review 14 days Fri 4/24/26 Fri 5/8/26 38 Signed & Sealed R/W Acquisition Report/Technical Memo, Submit 28 days Fri 5/8/26 Fri 6/5/26 39 County R/W Acquisition 180 days Fri 6/5/26 Tue 12/1/26 40 Utility Coordination 363 days Wed 6/11/25 Mon 6/8/26 41 Utility Contact/Information Request 0 days Wed 6/11/25 Wed 6/11/25 42 Submit 60% Plans to Utility Owners 0 days Mon 2/23/26 Mon 2/23/26 43 Utility Design Conference 0 days Thu 4/16/26 Thu 4/16/26 44 Submit 90% Plans to Utility Owners 0 days Mon 5/11/26 Mon 5/11/26 45 Utility Relocation Conference 0 days Mon 6/8/26 Mon 6/8/26 46 90% Design 76 days Fri 3/27/26 Wed 6/10/26 47 90% Design Plans, Prepare, QC, & Submit 46 days Fri 3/27/26 Mon 5/11/26 48 90% Design Plans, County/ERC Review 30 days Mon 5/11/26 Wed 6/10/26 49 Final Design (100%)110 days Fri 8/14/26 Tue 12/1/26 50 100% Design Plans, Prepare, QC, & Submit 40 days Fri 8/14/26 Tue 9/22/26 51 100% Design Plans, County/ERC Review 30 days Tue 9/22/26 Thu 10/22/26 52 Signed & Sealed Final Plans, Prepare, QC, & Submit 40 days Thu 10/22/26 Tue 12/1/26 53 SFGA Grant Agreement Design Complete Deadline 0 days Thu 12/31/26 Thu 12/31/26 548 days Notice to Proceed Project Kick-Off Meeting, Schedule, QA/QC Plan Traffic Analysis, Prepare, QC, & Submit Concept Plans/Alternatives Study, Prepare, QC, & Submit Concept Plans/Alternatives Study, County/ERC Review BCC approves Concept Study Design Survey & Utility Locates Geotechnical Investigation Typical Section Package / Pavement Design, Prepare, QC, & Submit Initial Public Informational Meeting Design Public Informational Meeting 30% Design Plans, Prepare, QC, & Submit 30% Design Plans,County/ERC Review 60% Design Plans, Prepare, QC, & Submit 60% Design Plans,County/ERC Review SFWMD & USACE 404 App (R1), Prepare, QC, & Submit SFWMD & USACE 404 App, County Review SFWMD & USACE 404 App (R2), Prepare, QC, & Submit SFWMD & USACE 404 App, Agency Review Agencies Issue Permit(s) Draft Legals and Sketches, Prepare, QC, & Submit Draft Legals and Sketches, County Review Final Legals and Sketches, Prepare, QC, & Submit Final Legals and Sketches, County Review Signed and Sealed Legals and Sketches, Submit Draft R/W Acquisition Report/Technical Memo, Prepare, QC, & Submit Draft R/W Acquisition Report/Technical Memo, County Review Signed & Sealed R/W Acquisition Report/Technical Memo, Submit County R/W Acquisition Utility Contact/Information Request Submit 60% Plans to Utility Owners Utility Design Conference Submit 90% Plans to Utility Owners Utility Relocation Conference 90% Design Plans, Prepare, QC, & Submit 90% Design Plans, County/ERC Review 100% Design Plans, Prepare, QC, & Submit 100% Design Plans, County/ERC Review Signed & Sealed Final Plans, Prepare, QC, Submit May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Task Milestone Project Summary Four-Point Roundabout (Immokalee Road at Camp Keais Road) Design and Permitting Schedule Design Services Schedule NTP: June 2, 2025 R/W Acquisition Complete: Dec. 1, 2026 (548 days) Page 1601 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 79RSFLNAPL004720.2025 Tab 4. Recent, Current, and Projected Workloads of the Firm We are confident that we can meet the technical and staffing needs anticipated for this contract. Kimley-Horn is highly proactive when it comes to anticipating and managing our current workload and capacity to ensure project pursuits and additional work will not impact our ability to serve our clients. Our proactive management process (discussed in Tab 1) ensures the availability of firmwide and Florida-based resources for project staffing requirements. This management process, called “Castahead,” is a proprietary program that is maintained on Kimley-Horn’s computer network and is accessible by all project managers nationwide. It is the primary means of tracking and evaluating our staffing needs. Updated monthly by project managers, the Castahead system is used to define specific staffing needs for the current month and for the next six months. The Castahead process ensures that sufficient staff and hours are available to meet project schedules. The objective is to balance the workload in a manner that maximizes the use of local production staff, while ensuring that all project requirements and client deadlines are met. In addition to the Castaheads process, Kimley-Horn also manages our staff workload via a weekly project coordination meeting. At this meeting, the project list is updated, new and proposed projects are added, production staff members and a reviewer are assigned to new projects and due dates are determined. If needed, meetings for individual projects are held to coordinate subconsultants, review project elements, site visits are coordinated with the client as required. Kimley-Horn has continued to provide uninterrupted service to all its clients throughout unprecedented situations. Therefore, rest assured all your tasks and projects will remain on schedule even during the unexpected, such as when our community battles severe weather or if the world battles a new pandemic. Our project manager, Jacob Lennertz, PE, IMSA II, has analyzed our current and projected workloads and determined that our proposed staff is readily available and in an excellent position to serve Collier County immediately under this contract. Currently, we foresee no barriers to providing the County with timely services. We will provide you with a strong local engineering presence coupled with our local subconsultants who have served you on multiple projects. Should unforeseen conditions occur, and we see the need for additional resources, we have 1,800+ multidiscipline staff in Florida, allowing redundancy of staff capable of working on this project to ensure all aspects of your projects are covered and schedule milestones are achieved. The members of our project team were selected for the following reasons: • Experience with similar projects • Local knowledge of Collier County • Immediate availability to assume major technical responsibilities for this project • Proven permitting success with local FDOT, FDEP, USACE, and South Florida Water Management District Our team members have the experience required to develop appropriate targets, tailor suitable courses of action, and provide timely decision-making for any unexpected challenges that may arise. Kimley-Horn has a superior record of exceeding client expectations which is further elaborated in Tab 2 (Past Performance), and our team is committed to continuing that record in its service to Collier County and its staff. To that end, we will make your project our highest priority. Commitment and Availability of Key Team Members Kimley-Horn and our proposed subconsultants have committed to provide the staff identified in this proposal. Our experienced team will provide the County with a high-quality product that is within budget and on schedule. The key staff identified on our organizational chart are immediately available to work on this project. We have studied our current and future workload and determined that many of our current project are nearing completion, freeing up staff to work on this project. We have reviewed the staffing availability over the next 24 months for the key team members and determined that they will all have adequate time to complete all assigned tasks. The charts below show our project team’s current and projected workload levels and availability percentages, as a whole and by specific team member. They illustrate that the Kimley-Horn team has more than enough capacity to work on the Collier County’s Design Services for the important Four-Point Roundabout project. We are confident that with the use of Kimley-Horn’s staff management system, we can assure Collier County that we have ample resources and availability to meet the needs of the project, andeven accelerate the design if the County chooses to do so. Page 1602 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 80RSFLNAPL004720.2025 Team Member Role Availability Current Workload Kimley-Horn Jacob Lennertz, PE, IMSA II Project Manager; Public Involvement/PD&E; Intelligent Transportation System (ITS)/Lighting 80%20% Rick Arico, PE Deputy Project Manager; Highway Design; Utility Coordination; Public Involvement 60%40% Gary Nadeau, PE Principal-in-Charge 40%60% Bob Joel, PE QC/QA - Roadway 50%50% Deborah Knighton, PE QC/QA - Drainage 50%50% Mark Lenters, PE Technical Advisor 50%50% Jacob Rehm, PE Highway Design; Utility Coordination; Signing and Pavement Marking 80%20% Jordan Leep, PE Highway Design 40%60% Mo Ansari, PE Highway Design; Maintenance of Traffic 60%40% Austin Decker, EI Highway Design; Signing and Pavement Marking 80%20% Tomas Acuna, EI Highway Design 80%20% Frank Heck, PE Maintenance of Traffic 60%40% Daniel DaGraca, PE Maintenance of Traffic 70%30% Victor Gallo, PE Drainage 60%40% Gloria Manriquez, EI Drainage 80%20% Sarah Johnson, CE Environmental/Permitting 60%40% Jeff Hemphill, CNRP Environmental/Permitting 80%20% Joseph Roberts, PE Miscellaneous Structures 60%40% Nolan Villatoro, PE Miscellaneous Structures 70%30% Ian Rairden, PE Traffic Analysis 60%40% Cory Dorman, PE, PTOE, IMSA II Traffic Analysis 60%40% Konnor Stone Signing and Pavement Marking 80%20% Total Percentage Availability for Next 24 Months for Key Personnel Page 1603 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 81RSFLNAPL004720.2025 Subconsultant Role Availability Current Workload Rose Consulting Advisors, Inc. Brian Rose, PE Drainage 70%30% DRMP, Inc. Bill Curtis Survey, Right-of-Way, Mapping, & SUE 80%20% Tom Yocom, PSM, PLS Survey, Right-of-Way, Mapping, & SUE 60%40% Christoper Wild, PSM Survey, Right-of-Way, Mapping, & SUE 60%40% Tierra, Inc. Marc Novack, PhD Geotechnical 40%60% Thomas Musgrave, PE Geotechnical 40%60% As your design consultant for this project, Kimley-Horn will provide you with: A hands-on project manager who is passionate about service to his clients, has experience with similar projects, and is tasked daily with finding solutions to repair, replace, and expand aging transportation infrastructure. Consultant staff and team members who are detail-oriented and will draw on their extensive roadway widening, roundabout, bike lane facilities, drainage, utilities relocation, right-of-way acquisition and infrastructure experience to make the best decisions for local residents and the County. Consultant staff and team members with vast experience and a proven track record in the design and construction of some of the largest, most complicated, and most significant infrastructure projects and facilities in Southwest Florida. A multidisciplinary firm with the strength, depth, and resources that only a national firm can provide coupled with the local staff and relationships required to effectively and efficiently work with the County. A consultant team who understands that they represent the County and must always keep your best interests in mind. A consultant team with the passion, desire, experience, and creativity to develop innovative, time and cost saving ideas to meet your needs for this contract. 1 2 3 4 5 6 SUMMARY Page 1604 of 3580 Design Services for Four-Point Roundabout - Immokalee Road at Camp Keais Road RPS No. 24-8310 82RSFLNAPL004720.2025 Tab 5. Required Forms and Documentation • Vendor Check List • Vendor Declaration Statement (Form 1) • Conflict of Interest Affidavit (Form 2) • Corporate Certificate • Sunbiz Report • E-Verify – Company Profile Page • Immigration Law Affidavit Certification (Form 3) • Grant Provisions and Assurances Package (Form 5) • Vendor W-9 Form • Insurance Certificate • Miscellaneous Documents »Professional Staff Licenses and Certifications »Naples Business Tax Receipt »FDOT Prequalification »Authorized Signer • Signed Addendums »Addendum #1 »Addendum #2 Page 1605 of 3580 • Vendor Check List Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items. Failure to provide the applicable documents may deem you non-responsive/non-responsible. General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Form 4: Reference Questionnaire form must be utilized for each requested reference and included with your submittal, if applicable to the solicitation. Form 5: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. Vendor W-9 Form. Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County’s issuance of a Notice of Recommend Award. The Bid Schedule has been completed and attached with your submittal, applicable to bids. Copies of all requested licenses and/or certifications to complete the requirements of the project. All addenda have been signed and attached. County’s IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. Page 1606 of 3580 Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: 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 _____ day of _____________, 20__ in the County of _______________, in the State of _____________. 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: February10 25 Florida Kimley-Horn and Associates, Inc. Collier 2640 Golden Gate Parkway, Suite 201 Naples, FL 34105 DBPR Registration No.: 696, Engineering Business Registry, Licensure Date: 05/10/1977;State of Florida, Department of State Document No. 821359. Federal Tax Identification No.: 56-0885615 239.999.3187 gary.nadeau@kimley-horn.com Gary Nadeau, PE Senior Vice President Page 1607 of 3580 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Kimley-Horn and Associates, Inc. Heather Stone Project Accountant PO Box 932520 Atlanta, GA 31193-2520 561.840.0251 Heather.Stone@kimley-horn.com Jacob Lennertz, PE, IMSA II Project Manager 2640 Golden Gate Parkway, Suite 201 Naples, FL 34105 239.999.3187 jacob.lennertz@kimley-horn.com Page 1608 of 3580 • Conflict of Interest Affidavit (Form 2) Page 1609 of 3580 • Corporate CertificateCorporate Certificate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imley-Horn has renewed this document and is waiting to receive the new certificate. Page 1610 of 3580 • Sunbiz Report Document Number FEI/EIN Number Date Filed State Status Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation KIMLEY-HORN AND ASSOCIATES, INC. Filing Information 821359 56-0885615 04/24/1968 NC ACTIVE Principal Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed: 04/03/2024 Mailing Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed: 04/03/2024 Registered Agent Name & Address CT CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 05/14/2008 Address Changed: 01/24/2017 Officer/Director Detail Name & Address Title Senior Vice President Nathan, Aaron W 421 Fayetteville Street Suite 600 Raleigh, NC 27601 D i v i s i o n o f C o r p o r at i o n sFlorida Department of State 3/10/25, 11:48 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=KIMLEYH…1/6Page 1611 of 3580 Title Senior Vice President Schanen, Kevin M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Blakely, Stephen 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Kaltsas, Joseph D. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Mutti, Brent H. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Colvin, Scott W. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Chairman Barber, Barry L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Flanagan, Tammy L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director 3/10/25, 11:48 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=KIMLEYH…2/6Page 1612 of 3580 Frysinger, Ashley M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Harry, Jennifer L 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Kaltsas, Joseph D. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Nathan, Aaron W 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Schanen, Kevin M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Barber, Barry L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Blakley, Stephen W. 421 Fayetteville Street Suite 600 3/10/25, 11:48 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=KIMLEYH…3/6Page 1613 of 3580 Raleigh, NC 27601 Title Senior Vice President, Secretary Cook, Richard N. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title CFO, Senior Vice President Flanagan, Tammy L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title CEO, President Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title VP, Treasurer, Assistant Secretary McEntee, David L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Mutti, Brent H. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Dvorak, William E., Jr. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Colvin, Scott W. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director 3/10/25, 11:48 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=KIMLEYH…4/6Page 1614 of 3580 Good, Brian A. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Frysinger, Ashley M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Frysinger, Ashley M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Annual Reports Report Year Filed Date 2022 02/10/2022 2023 02/22/2023 2024 04/03/2024 Document Images 04/03/2024 -- ANNUAL REPORT View image in PDF format 02/22/2023 -- ANNUAL REPORT View image in PDF format 02/10/2022 -- ANNUAL REPORT View image in PDF format 04/24/2021 -- ANNUAL REPORT View image in PDF format 04/15/2020 -- ANNUAL REPORT View image in PDF format 11/25/2019 -- AMENDED ANNUAL REPORT View image in PDF format 04/27/2019 -- ANNUAL REPORT View image in PDF format 06/21/2018 -- AMENDED ANNUAL REPORT View image in PDF format 03/15/2018 -- ANNUAL REPORT View image in PDF format 04/28/2017 -- ANNUAL REPORT View image in PDF format 08/02/2016 -- AMENDED ANNUAL REPORT View image in PDF format 01/28/2016 -- ANNUAL REPORT View image in PDF format 09/09/2015 -- AMENDED ANNUAL REPORT View image in PDF format 04/15/2015 -- ANNUAL REPORT View image in PDF format 04/22/2014 -- ANNUAL REPORT View image in PDF format 01/14/2013 -- ANNUAL REPORT View image in PDF format 03/29/2012 -- ANNUAL REPORT View image in PDF format 02/17/2011 -- ANNUAL REPORT View image in PDF format 04/21/2010 -- ANNUAL REPORT View image in PDF format 04/30/2009 -- ANNUAL REPORT View image in PDF format 05/14/2008 -- ANNUAL REPORT View image in PDF format 3/10/25, 11:48 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=KIMLEYH…5/6Page 1615 of 3580 04/12/2007 -- ANNUAL REPORT View image in PDF format 04/21/2006 -- ANNUAL REPORT View image in PDF format 06/02/2005 -- ANNUAL REPORT View image in PDF format 04/26/2004 -- ANNUAL REPORT View image in PDF format 04/30/2003 -- ANNUAL REPORT View image in PDF format 08/12/2002 -- Reg. Agent Change View image in PDF format 05/08/2002 -- ANNUAL REPORT View image in PDF format 02/06/2001 -- ANNUAL REPORT View image in PDF format 03/02/2000 -- ANNUAL REPORT View image in PDF format 03/17/1999 -- ANNUAL REPORT View image in PDF format 02/12/1998 -- ANNUAL REPORT View image in PDF format 02/27/1997 -- ANNUAL REPORT View image in PDF format 03/05/1996 -- ANNUAL REPORT View image in PDF format Florida Department of State, Division of Corporations 3/10/25, 11:48 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=KIMLEYH…6/6Page 1616 of 3580 • E-Verify – Company Profile Page Page 1617 of 3580 *(+)4 0( -ǽ '$ )/*(+)4 0( -ǽ ++-*1 4ǽ ((++''**44 -- ( ș' . 4+ *--$)/Ț $/'  $")/0- /  ȐȐ --$$!!44 ((++''**44 --"" ))// ( ș' . 4+ *- -$)/Ț$/'  $")/0- /   ++--//(( ))//**!! **(( '')) 00--$$//44 ȒȒ --$$!!$$//$$**))$$11$$..$$**)) ( ș' . 4+ *- -$)/Ț$/'  $")/0- /  " Ǖǔ *!ǕǘȐ -$!4  !*-(+'*4 -. .$)"  -1$ . Ȑ -$!4 (+'*4 -" )/Ƞ 1$.$*)/ ǓǙȟǓǔȟǔǖ Sterling Infosystems Inc. USCIS Verification Division 11/17/2022 Lori Hall 11/17/2022Electronically Signed Electronically Signed Kimley-Horn and Associates, Inc. 2023677 11/17/2022 Natalie Bollinger Electronically Signed 375667 Page 1618 of 3580 *(+)4 0( -ǽ '$ )/*(+)4 0( -ǽ ))!!**--((//$$**)) ,,00$$-- !!**--//## ȐȐ --$$!!44 --**""--(( ))!!**--((//$$**))-- ''//$$))""//**44**00--**((++))44ǽǽ *(+)4(  *(+)4$'$/4- .. *(+)4'/ -)/ - .. *0)/4*- -$.# (+'*4 -  )/$!$/$*)0( - *-/#( -$) )0./-4 '..$!$/$*) 4./ (. *  - )/ *(+)4 0( - *! (+'*4 . 0( - *! $/ .  -$!$ !*- " ǕǕ*!ǕǘȐ -$!4!*-(+'*4 -. .$)"  -1$ . Ȑ -$!4(+'*4 -" )/Ƞ 1$.$*)/ ǓǙȟǓǔȟǔǖ Kimley-Horn and Associates, Inc. WAKE 2023677 541 5,000 to 9,999 375667 421 Fayetteville Street Suite 600 Raleigh, NC 27601 560885615 1 site(s) Page 1619 of 3580 • Immigration Law Affidavit Certification (Form 3) Page 1620 of 3580 • Grant Provisions and Assurances Package (Form 5) STATE CONTRACT PROVISIONS AND ASSURANCES Page 3 of 8 GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY THE DEADLINE 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2. Conflict of Interest 3. Anticipated DBE, M/WBE or VETERAN Participation Statement 4. Opportunity List for Commodities and Contractual Services and Professional Consultant Services 5. Acknowledgement of Grant Terms and Conditions Page 1621 of 3580 STATE CONTRACT PROVISIONS AND ASSURANCES Page 4 of 8 COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (l)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. __________________________ ________________________________________ Name Project Name __________________________ ________________________________________ Title Project Number __________________________ ________________________________________ Firm Tax ID Number __________________________ ________________________________________ DUNS Number Unique Entity Identification Number (SAM.gov) _________________________________________________________________________ Street Address, City, State, Zip __________________________________ Signature Kimley-Horn and Associates, Inc. Gary Nadeau, PE V8PKGG6NLKV6 Design Services for Four-Point Roundabout - Immokalee Rd at Camp Keais 24-8310 1800 2nd Street, Suite 900, Sarasota, FL 34236 Senior Vice President V8PKGG6NLKV6 56-0885615 Page 1622 of 3580 STATE CONTRACT PROVISIONS AND ASSURANCES Page 5 of 8 COLLIER COUNTY Conflict of Interest Certification _______________________ Collier County Solicitation No. I, ________________________________________, hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. 24-8310 Kimley-Horn and Associates, Inc. Gary Nadeau, PE Senior Vice President 3/7/2025 Page 1623 of 3580 STATE CONTRACT PROVISIONS AND ASSURANCES Page 6 of 8 3/7/2025 gary.nadeau@kimley-horn.com N/A Gary Nadeau, PE Senior Vice President 941-379-7600 Kimley-Horn and Associates, Inc.56-0885615 Page 1624 of 3580 STATE CONTRACT PROVISIONS AND ASSURANCES Page 7 of 8 Kimley-Horn and Associates, Inc. 941-379-7600 24-8310 Kimley-Horn and Associates, Inc. 56-0885615 941-379-7600 1800 2nd Street, Suite 900, Sarasota, FL 34236 1800 2nd Street, Suite 900 Sarasota, FL 34236 1967 Tierra, Inc. 59-3154723 7351 Temple Terrace Hwy Tampa, FL 33637 813-989-1354 1992 DRMP, Inc. Orlando, FL 32814 941 Lake Baldwin Lane 407-896-0594 59-1791174 1977 93-4495089 1998 Rose Consulting, Inc. 954-986-9899 2699 Stirling Road, Ste C202 Ft. Lauderdale, FL 33321 Page 1625 of 3580 STATE CONTRACT PROVISIONS AND ASSURANCES Page 8 of 8 COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor’s progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name ______________________________ Date __________________ Authorized Signature ___________________________________________________________ Address _____________________________________________________________________ Solicitation/Contract # ____________________________ Kimley-Horn and Associates, Inc. 1800 2nd Street, Suite 900, Sarasota, FL 34236 3/7/2025 24-8310 Page 1626 of 3580 • Vendor W-9 Form x 02/10/2025 Page 1627 of 3580 • Insurance Certificate SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBRWVDADDLINSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of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age 1628 of 3580 • Miscellaneous Documents »Staff Licenses and Certifications Kimley-Horn Professional Licenses and Certifications 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 LENNERTZ, JACOB ALLEN Do not alter this document in any form. 23285 MARSH LANDING BLVD LICENSE NUMBER: PE91242 EXPIRATION DATE: FEBRUARY 28, 2027 This is your license. It is unlawful for anyone other than the licensee to use this document. ESTERO FL 33928 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 LEEP, JORDAN ERIC Do not alter this document in any form. 13151 BLISS LOOP LICENSE NUMBER: PE76102 EXPIRATION DATE: FEBRUARY 28, 2027 This is your license. It is unlawful for anyone other than the licensee to use this document. BRADENTON FL 34211 Always verify licenses online at MyFloridaLicense.com DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION LuAnn Piccard, PMP | Chair, Board of Directors Pierre Le Manh | President & CEO Expiration Date: Original Grant Date:Certification Number: THIS IS TO CERTIFY THAT HA S BEEN FORMALLY EVALUATED FOR DEMONSTRATED EXPERIENCE, KNOWLEDGE AND PERFORMANCE IN ACHIEVIN G AN ORGANIZATIONAL OBJECTIVE THROUGH DEFINING AND OVERSEEING PROJECTS AND RESOURCES AND IS H EREBY BESTOWED THE GLOBAL CREDENTIAL Project Management Professional (PMP)® IN TESTIMONY WHEREOF, WE HAVE SUBSCRIBED OUR SIGNA TURES UNDER THE SEAL OF THE INSTITUTE 2238827 13 August 2018 13 August 2027 Jordan E. Leep Page 1629 of 3580 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 ANSARI, MOHAMMAD A. Do not alter this document in any form. 1700 SE 17TH STREET LICENSE NUMBER: PE86833 EXPIRATION DATE: FEBRUARY 28, 2027 This is your license. It is unlawful for anyone other than the licensee to use this document. SUITE 200 OCALA FL 34471 Always verify licenses online at MyFloridaLicense.com DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION National Registry of Environmental Professionals For Environmental Certifications This is to Certify that Jefferson Hemphill having sucessfully demonstrated to the Academic Board of this organization the required level of knowledge and ability, is here by awarded the distinction of Certified Natural Resources Professional together with all rights, benefits and privileges attached thereto and that the name and title of the aforementioned registrant is today placed upon the register of the organization. Given under our hands on this 2nd day of March, 2023. 16123027360230302 Registrant Number This Certificate is the property of the National Registry of Environmental Professionals and must, upon demand, be returned. Page 1630 of 3580 0 Wellfleet New York Insurance Company 20931 03/10/2025 A N9WC593714 12/05/2024 12/05/2025 Rose Consulting Advisors, Inc. 11700 Timberline Circle Fort Myers, FL 33966- X 100,000 100,000 500,000 N 0 0 0 0 0 Rose Consulting Advisors, Inc 11700 Timberline Circle Fort Myers, FL 33966 BIBERK P.O. Box 113247 Stamford, CT 06911 Professional Liability (Errors & Omissions): Claims-Made Per Occurrence/ Aggregate 203-654-3613844-472-0967 customerservice@biBERK.com Rose Consulting Professional Licenses and Certifications Included Berkshire Hathaway Direct Insurance Company 10391 03/10/2025 Rose Consulting Advisors, Inc. 11700 Timberline Circle Fort Myers, FL 33966- X X X N9BP594010 12/05/2024 12/05/2025A 5,000 1,000,000 100,000 2,000,000 2,000,000 Rose Consulting Advisors, Inc. GGB Engineering 11700 Timberline Circle Fort Myers, FL 33966 BIBERK P.O. Box 113247 Stamford, CT 06911 Professional Liability (Errors & Omissions): Claims-Made Per Occurrence/ Aggregate 203-654-3613844-472-0967 customerservice@biBERK.com See attached Acord 101/Additional Remarks Berkshire Hathaway Direct Insurance Company 10391 03/10/2025 Rose Consulting Advisors, Inc. 11700 Timberline Circle Fort Myers, FL 33966- Rose Consulting Advisors, Inc. 11700 Timberline Cir Fort Myers, FL 33966 BIBERK P.O. Box 113247 Stamford, CT 06911 A Professional Liability (Errors & Omissions): Claims-Made N9PL461365 Per Occurrence/ Aggregate12/05/202512/05/2024 $1,000,000/ $1,000,000 203-654-3613844-472-0967 customerservice@biBERK.com RCA has renewed this document and is waiting to receive the new certificate. Page 1631 of 3580 DRMP Professional Licenses and Certifications DRMP has renewed this document and is waiting to receive the new certificate. City of Casselberry | Surveying, GIS and Infrastructure Asset Management 61 SOQ Submittal Required Forms SOQ-2025-1263 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBRWVDADDLINSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCEDAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY Willis Towers Watson Insurance Services West, Inc. c/o 26 Century BlvdP.O. Box 305191Nashville, TN 372305191 USA DRMP, Inc.941 Lake Baldwin Ln., Ste 100Orlando, FL 32814 SEE ATTACHED FOR PROPOSAL PURPOSES 12/30/2024 1-877-945-7378 1-888-467-2378 certificates@wtwco.com Liberty Mutual Fire Insurance Company 23035 Liberty Insurance Corporation American Guarantee and Liability Insurance 42404 26247 Allied World Surplus Lines Insurance Compa 24319 Indemnity National Insurance Company 18468 RSUI Indemnity Company 22314 W37155097 A 2,000,000 1,000,000 25,000 2,000,000 4,000,000 4,000,000 TB2-641-446161-054 12/31/2024 12/31/2025 B 2,000,000 12/31/202512/31/2024AS7-641-446161-044 C 10,000,000 AUC 8344746-01 12/31/2024 12/31/2025 10,000,000 WC7-641-446161-064B 1,000,000No12/31/2024 12/31/2025 1,000,000 1,000,000 D Professional Liab incl Pollution Each Claim Limit0313-8987 12/31/2024 12/31/2025 Policy Aggregate 375661026998488SR ID:BATCH: $5,000,000 $5,000,000 WTW Certificate Center Page 1 of 2 Page 1632 of 3580 Tierra Professional Licenses and Certifications State of Florida Department of State I certify from the records of this office that TIERRA,INC.is a corporation organized under the laws of the State of Florida,filed on November 20,1992. The document number of this corporation is P92000006561. I further certify that said corporation has paid all fees due this office through December 31,2025,that its most recent annual report/uniform business report was filed on January 9,2025,and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twenty-first day of January, 2025 Tracking Number:6839634993CU To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSDWVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext):E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 5/28/2024 (727) 797-0441 (727) 669-0673 25615 Tierra, Inc.7351 Temple Terrace HighwayTampa, FL 33637 25682 25674 25623 41718 A 1,000,000 P-660-1H805464 5/1/2024 5/1/2025 300,000 Contractual 10,000 1,000,000 2,000,000 2,000,000 X $5,000,000 Maximum Limit 1,000,000B 810-9M551030 5/1/2024 5/1/2025 5,000,000C CUP-1J383756 5/1/2024 5/1/2025 5,000,000 10,000 D UB-4K202452-24 5/1/2024 5/1/2025 1,000,000N1,000,000 1,000,000 E Pollution/Rtn $10k ENP0007314 5/1/2024 $1M per Occ/ Agg ->2,000,000 F Professional Liab DPL30001055705 5/1/2024 5/1/2025 $25,000 Rtn./ea & ag 5,000,000 For Information Only *For Information OnlyFor Information Only TIERINC-01 DSMITH2 Hub International FloridaOne Urban Centre4830 W. Kennedy BoulevardTampa, FL 33609 Charter Oak Fire Insurance Company The Travelers Indemnity Company of Connecticut Travelers Property Casualty Company of America The Phoenix Insurance Company Certain Underwriters at Lloyds Endurance American Specialty Insurance Company Over GL, AL, EL X 5/1/2025 X X X X X X X X Tierra has renewed this document and is waiting to receive the new certificate. Page 1633 of 3580 »Naples Business Tax Receipt City of Naples Finance Department | 735 8 th Street South | Naples, Florida 34102 | 239-213-1800 www.naplesgov.com email: custsrv@naplesgov.com L O C A L B U S I N E S S T A X R E C E I P T Expiration Date: September 30, 2025 THIS RECEIPT MUST BE EXHIBITED CONSPICUOUSLY AT THE ESTABLISHMENT OR PLACE OF BUSINESS. IT WILL BECOME NULL AND VOID IF THE BUSINESS CLASSIFICATION, OWNERSHIP OR ADDRESS IS CHANGED UNLESS THE BUSINESS APPLIES TO THE CUSTOMER SERVICE DIVISION FOR CORRECTION. THE FOLLOWING BUSINESS HAS PAID THE REQUIRED BUSINESS TAX Business Name: KIMLEY-HORN AND ASSOCIATES INC Business ID#: 8151 Location: Address: 2640 GOLDEN GATE PARKWAY 201 Reference #: 8303 Classification: OTHER SERVICE BUSINESS Issue Date: February 10, 2025 License Fee: $ 57.89 Penalty: $ 0.00 Total Paid: $ 57.89 Restriction(s): COOK, RICHARD 2640 GOLDEN GATE PARKWAY UNIT 201 NAPLES, FL 34105-3200 USA Comment(s): ENGINEERING/CONSULTING SERVICE THE CITY OF NAPLES CODE OF ORDINANCES, CHAPTER 34 ARTICLE III AND STATE OF FLORIDA STATUTES 205  Local Business Tax Receipt required and must be displayed.  Applicable to only the location address above for the business.  Any receipt obtained under this article, upon a misrepresentation of a material fact shall be deemed null and void, and the business who has thereafter engaged in any business under such receipt shall be subject to prosecution for doing business without a local business tax receipt, to the same effect and degree as though no such receipt had ever been issued.  All changes require a new application and a fee of 10% of the business tax (minimum of $3 and maximum of $25). CCIITTYY OOFF NNAAPPLLEESS Authorized Signature MAYOR Authorized Signature Finance Director Page 1634 of 3580 »FDOT Prequalification Design Services for Everglades Boulevard Widening from Oil Well Road t0 Vanderbilt Beach Road Extension RPS No. 24-8313 133RSFLNAP002927.2024 Florida Department of Transportation RON DESANTIS GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 JARED W. PERDUE, P.E. SECRETARY 1 June 25, 2024 Cassie Sylvia KIMLEY-HORN AND ASSOCIATES, INC. 200 South orange Avenue, Suite 600 Orlando, Florida 32801 Dear Ms. Sylvia: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following professional services types of work per Rule 14-75, F.A.C.: 2.0 Project Development and Environmental (PD&E) Studies 3.1 Minor Highway Design 3.2 Major Highway Design 3.3 Controlled Access Highway Design 4.1.1 Miscellaneous Structures 4.1.2 Minor Bridge Design 4.2.1 Major Bridge Design - Concrete 4.2.2 Major Bridge Design - Steel 5.1 Conventional Bridge Inspection 5.3 Complex Bridge Inspection 5.4 Bridge Load Rating 6.1 Traffic Engineering Studies 6.2 Traffic Signal Timing 6.3.1 Intelligent Transportation Systems Analysis and Design 6.3.2 Intelligent Transportation Systems Implementation 6.3.3 Intelligent Transportation Traffic Engineering Systems Communications 6.3.4 Intelligent Transportation Systems Software Development 7.1 Signing, Pavement Marking and Channelization 7.2 Lighting 7.3 Signalization 10.1 Roadway Construction Engineering Inspection 10.3 Construction Materials Inspection 11.0 Engineering Contract Administration and Management Page 1635 of 3580 Design Services for Everglades Boulevard Widening from Oil Well Road t0 Vanderbilt Beach Road Extension RPS No. 24-8313 134RSFLNAP002927.2024 2 13.3 Policy Planning 13.4 Systems Planning 13.5 Subarea/Corridor Planning 13.6 Land Planning/Engineering 13.7 Transportation Statistics 15.0 Landscape Architect Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2025, for contracting purposes. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator Page 1636 of 3580 Florida Department of Transportation RON DESANTIS GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 JARED W. PERDUE, P.E. SECRETARY 1 April 22, 2024 Lisa Greene, Vice President DRMP, INC. 941 Lake Baldwin Lane Orlando, Florida 32814 Dear Ms. Greene: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 2 - Project Development and Environmental (PD&E) Studies Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design 3.2 - Major Highway Design 3.3 - Controlled Access Highway Design Group 4 - Highway Design - Bridges 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design 4.2.1 - Major Bridge Design - Concrete 4.2.2 - Major Bridge Design - Steel Group 5 - Bridge Inspection 5.1 - Conventional Bridge Inspection 5.4 - Bridge Load Rating Group 6 - Traffic Engineering and Operations Studies 6.1 - Traffic Engineering Studies 6.2 - Traffic Signal Timing 6.3.1 - Intelligent Transportation Systems Analysis and Design 6.3.2 - Intelligent Transportation Systems Implementation 6.3.3 - Intelligent Transportation Traffic Engineering Systems Communications Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization Page 1637 of 3580 2 Group 8 - Survey and Mapping 8.1 - Control Surveying 8.2 - Design, Right of Way & Construction Surveying 8.3 - Photogrammetric Mapping 8.4 - Right of Way Mapping Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI Group 11 - Engineering Contract Administration and Management Group 13 - Planning 13.3 - Policy Planning 13.5 - Subarea/Corridor Planning Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2025, for contracting purposes. Approved Rates Home/ Branch Overhead Field Overhead Facilities Capital Cost of Money Premium Overtime Reimburse Actual Expenses Home Direct Expense Field Direct Expense Published Fee Schedule 192.47% 139.14% 0.663% Reimbursed No 3.52% 25.91%* Yes *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. LiDar Fee Schedule Rate LiDar Mobile Equipment $4104 per day Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator Page 1638 of 3580 Design Services for Everglades Boulevard Widening from Oil Well Road t0 Vanderbilt Beach Road Extension RPS No. 24-8313 137RSFLNAP002927.2024 Florida Department of Transportation RON DESANTIS GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 JARED W. PERDUE, P.E. SECRETARY 1 October 24, 2024 Brian Rose, Principal ROSE CONSULTING ADVISORS, INC. d/b/a GGB ENGINEERING 11700 Timberline Circle Fort Myers, Florida 33966 Dear Mr. Rose: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following professional services types of work per Rule 14-75, F.A.C.: 3.1 Minor Highway Design Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. Your firm may pursue projects in the referenced work types with fees estimated at less than $500,000.00.* This status shall be valid until October 24, 2025, for contracting purposes. *Limit for FDOT projects only Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator Page 1639 of 3580 Design Services for Everglades Boulevard Widening from Oil Well Road t0 Vanderbilt Beach Road Extension RPS No. 24-8313 139RSFLNAP002927.2024 Florida Department of Transportation RON DESANTIS GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 JARED W. PERDUE, P.E. SECRETARY 1 June 15, 2024 Luis Mahiquez, President TIERRA, INC. 7351 Temple Terrace Highway Tampa, Florida 33637 Dear Mr. Mahiquez: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following professional services types of work per Rule 14-75, F.A.C.: 9.1 Soil Exploration 9.2 Geotechnical Classification Laboratory Testing 9.3 Highway Materials Testing 9.4.1 Standard Foundation Studies 9.4.2 Non-Redundant Drilled Shaft Bridge Foundation Studies 9.5 Geotechnical Specialt y Laboratory Testing 10.1 Roadway Construction Engineering Inspection 10.3 Construction Materials Inspection 10.4 Minor Bridge & Miscellaneous Structures CEI Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2025, for contracting purposes. Approved Rates Home Overhead Field Overhead Facilities Capital Cost of Money Premium Overtime Home Direct Expense Field Direct Expense Published Fee Schedule 151.10% 108.65% 3.254% Reimbursed 8.13% 7.72%* Yes *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator Page 1640 of 3580 Page 1641 of 3580 »Authorized Signer Page 1642 of 3580 Page 1643 of 3580 Page 1644 of 3580 • Signed Addendums Addendum #1 Date: January 31, 2025 From: Matthew Webster, Procurement Strategist To: Interested Bidders Subject: Addendum #1 Solicitation # 24-8310 Design Services for Four-Point Roundabout - Immokalee Rd at Camp Keais Rd 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: Addition: 6632.2 Camp Keais Road Design Plans - November 1988.pdf is being added as an attachment. THIS IS ONLY A SUPPORTING ATTACHMENT Disclaimer: These plans do not depict existing conditions. They are informational only. 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 2/18/2025 Kimley-Horn and Associates, Inc. referencccccccccccccccccccccccccccccccccccccccccccccccedeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeee solicitation. (S((S((S(S(S(S((S((((S((S(S((S(S(((((((S((((((((((S((((S((((((((((((((((((((((((SSSSSSSSSSigigiggigiggigiggigiggggigigggiggiggiggggiggggggigggiggggiiiiiiigggiiiiiiiinanatututuututuuututuutuututtutuuuuutututututtuttuutuuuuuutttuuutttuuuttutttutututtttutttuuttuuttuttuutttututtuttturererereeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeee)))))))))))))))))))))))))))))))))))))))))))))))))))))))))))) Page 1645 of 3580 Addendum #2 Date: February 14, 2025 From: Matthew Webster, Procurement Strategist To: Interested Bidders Subject: Addendum #2 Solicitation # 24-8310 Design Services for Four-Point Roundabout - Immokalee Rd at Camp Keais Rd 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: Change: The requirement for the Prime Consultant to be pre-qualified through FDOT for Work Group 2.0 PD&E Studies will be removed. Extension of Time: The county has elected to extend the submission deadline by 14 days. The “Proposal Submission Deadline” has been extended from: February 25, 2025, at 3:00 pm to March 11, 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 referencncccccccccccccccccccccccccccccccedeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeee solicitation (S(S(((((S((S((S(((((((((((((((((((S((S(SS(SSSSSSS(SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSigigggggggggggggggggggggigigggggiggigggggggiiggggggggiiiiiigggggiiiiiiiiggiiiiiiiiiiiiiiinanatutututuututttututttututtutuututtuttuuttttttttututtttuuttttuuuutttuuuttttuuttttuuuuuttttuuuuuttttuuuuutttutuutttuuuuttttttttuuuuuutttttuuuttttuuttuurereeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeee)))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))) 2/19/2025 Kimley-Horn and Associates, Inc. Page 1646 of 3580 Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items. Failure to provide the applicable documents may deem you non-responsive/non-responsible. General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Form 4: Reference Questionnaire form must be utilized for each requested reference and included with your submittal, if applicable to the solicitation. Form 5: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. Vendor W-9 Form. Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County’s issuance of a Notice of Recommend Award. The Bid Schedule has been completed and attached with your submittal, applicable to bids. Copies of all requested licenses and/or certifications to complete the requirements of the project. All addenda have been signed and attached. County’s IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. Page 1647 of 3580 Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: 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 _____ day of _____________, 20__ in the County of _______________, in the State of _____________. 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: February10 25 Florida Kimley-Horn and Associates, Inc. Collier 2640 Golden Gate Parkway, Suite 201 Naples, FL 34105 DBPR Registration No.: 696, Engineering Business Registry, Licensure Date: 05/10/1977;State of Florida, Department of State Document No. 821359. Federal Tax Identification No.: 56-0885615 239.999.3187 gary.nadeau@kimley-horn.com Gary Nadeau, PE Senior Vice President Page 1648 of 3580 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Kimley-Horn and Associates, Inc. Heather Stone Project Accountant PO Box 932520 Atlanta, GA 31193-2520 561.840.0251 Heather.Stone@kimley-horn.com Jacob Lennertz, PE, IMSA II Project Manager 2640 Golden Gate Parkway, Suite 201 Naples, FL 34105 239.999.3187 jacob.lennertz@kimley-horn.com Page 1649 of 3580 Page 1650 of 3580 Page 1651 of 3580 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RSP No. 24-8310; Design Services for Four-Point Roundabout – Immokalee Rd at Camp Keais Rd Reference Questionnaire for: Kimley-Horn and Associates, Inc. (Name of Company Requesting Reference Information) Jacob Lennertz, PE (Name of Individuals Requesting Reference Information) Name: Felipe Jaramillo, PE, DBIA (Evaluator completing reference questionnaire) Company: Ajax Paving Industries of Florida, LLC (Evaluator’s Company completing reference) Email: fjaramillo@ajaxpaving.com FAX: 941.486.3500 Telephone: 941-404-9282 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/indivdiual 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: SR 31 PDB - SR 78 to Horseshoe Road Completion Date: on-going Project Budget: $7,527,336 (Design Fee) Project Number of Days: 880 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 Abiltity 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 1652 of 3580 Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RSP No. 24-8310; Design Services for Four-Point Roundabout – Immokalee Rd at Camp Keais Rd Reference Questionnaire for: Kimley-Horn and Associates, Inc. (Name of Company Requesting Reference Information) Jacob Lennertz, PE (Name of Individuals Requesting Reference Information) Name: Christopher Simpron FCCM, Public Works Director (Evaluator completing reference questionnaire) Company: Hardee County (Evaluator’s Company completing reference) Email: christopher.simpron@hardeecountyfl.gov FAX: (863) 773-0107 Telephone: (863) 773-3272 Collier County has implement ed 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/indivdiual 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: South Hammock Road Reconstruction Completion Date: 5/22/23( design); 7 /18/24 (construction) Project Budget: $209,978 (design); $1,599,278 (construction) Project Number of Days: 280 (design); 150 (construction) 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 Abiltity 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 1653 of 3580 � Collier County Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RSP No. 24-8310; Design Services for Four-Point Roundabout – Immokalee Rd at Camp Keais Reference Questionnaire for: Kimley-Horn and Associates, Inc. (Name of Company Requesting Reference Information) Jacob Lennertz, PE (Name oflndividuals Requesting Reference Information) Name: Tony Russo, PE Company: Manatee County (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: anthonv.russo[a)mvmanatee.org FAX: 941.749.3034 Telephone: 941.708.7450 x7349 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/indivdiual 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: 59th St from Cortez Rd to Manatee Ave Completion Date: On-going Project Budget: $5,913,441 Project Number of Days: 570 days Item Criteria Score {must be completed' 1 Ability to manage the project costs (minimize change orders to scope). lo 2 Ability to maintain project schedule (complete on-time or early). (0 3 Quality of work. /0 4 Quality of consultative advice provided on the project. (0 5 Professionalism and ability to manage personnel. fo 6 Project administration (completed documents, final invoice, final product turnover; /0 invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. ID 8 Abiltity to manage risks and unexpected project circumstances. (0 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. /0 10 Overall comfort level with hiring the company in the future (customer satisfaction). /0 TOTAL SCORE OF ALL ITEMS JOO Page 1654 of 3580 STATE CONTRACT PROVISIONS AND ASSURANCES Page 1 of 8 FLORIDA DEPARTMENT OF TRANSPORTATION CSFA 55.039 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. This is an acknowledgement that the Florida Department of Transportation will be used to fund all or a portion of the contract. Pursuant uniform requirements of grant awards the definition of CONTRACTOR is an entity that receives a Contract / Purchase Order. The services performed by the awarded Contractor shall be in compliance with all applicable grantor regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor’s responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general the contractor, must insert or reference these contract provisions in each lower tier contracts (e.g., subcontract or sub-agreement); (2) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services; and (3) is responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider. Restrictions, Prohibitions, Controls and Labor Provisions: a. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. b. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity; and may not transact business with any public entity. c. An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have further been determined by the FDOT to be a non-responsible contractor may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the Recipient. d. No funds received pursuant to this Agreement may be expended for lobbying the Florida Legislature, judicial branch, or any state agency, in accordance with Section 216.347, Florida Statutes. e. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation will be cause for unilateral cancellation of this Agreement. f. The Contractor shall: Page 1655 of 3580 STATE CONTRACT PROVISIONS AND ASSURANCES Page 2 of 8 i. Utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Recipient during the term of the contract; and ii. Expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. g. The contractors and subcontractors shall comply with all federal, state, and local laws and regulations applicable to this Project. Conflict of Interest FDOT Conflict of Interest procedure 375-030- 006 are applicable to this contract. Miscellaneous Provisions The County’s contractors, subcontractors, consultants, and subconsultants are not agents of The Florida Department of Transportation as a result of this contract Indemnification – To the extent provided by law, the CONTRACTOR shall indemnify, defend, and hold harmless the COUNTY and the State of Florida, Department of Transportation, including the Department' s officers, agents, and employees, against any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s) of CONTRACTOR, or any of its officers, agents, or employees, acting within the scope of their office or employment, in connection with the rights granted to or exercised by CONTRACTOR. The foregoing indemnification shall not constitute a waiver of the State of Florida, Department of Transportation’s or COUNTY’s sovereign immunity beyond the limits set forth in Florida Statutes, Section 768. 28. Nor shall the same be construed to constitute agreement by CONTRACTOR to indemnify COUNTY for the negligent acts or omissions of COUNTY, its officers, agents, or employees, or third parties. Nor shall the same be construed to constitute agreement by CONTRACTOR to indemnify the Department for the negligent acts or omissions of the Department, its officers, agents, or employees, or third parties. This indemnification shall survive the termination of this Agreement. Inspector General Cooperation – Contractor and subcontractors are obligated to comply with Section 20.055(5), Florida Statutes which states, “It is the duty of every state officer, employee, agency, special district, board, commission, contractor, and subcontractor to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing pursuant to this section. Beginning July 1, 2015, each contract, bid, proposal, and application or solicitation for a contract shall contain a statement that the corporation, partnership, or person understands and will comply with this subsection.” Record Retention – The contractor and all subcontractors shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5) years after final payment is made and shall allow the County, State of Florida, or its designee’s access to such records upon request. Trafficking in Persons – Human trafficking is a form of modern-day slavery which involves the transporting, soliciting, recruiting, harboring, providing, enticing, maintaining, purchasing, patronizing, procuring, or obtaining of another person for the purpose of exploiting that person. House Bill 7063 amends s. 787.06, F.S., to require a nongovernmental entity (Contractor) to provide an affidavit attesting that the nongovernmental entity does not use coercion for labor or services, when executing, renewing, or extending a contract with a governmental entity (County). Prior to contract execution, extension or renewal, the Contractor shall sign and notarize FDOT Form No. 375-030-31 for submittal to the County. Page 1656 of 3580 STATE CONTRACT PROVISIONS AND ASSURANCES Page 3 of 8 GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY THE DEADLINE 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2. Conflict of Interest 3. Anticipated DBE, M/WBE or VETERAN Participation Statement 4. Opportunity List for Commodities and Contractual Services and Professional Consultant Services 5. Acknowledgement of Grant Terms and Conditions Page 1657 of 3580 STATE CONTRACT PROVISIONS AND ASSURANCES Page 4 of 8 COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (l)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. __________________________ ________________________________________ Name Project Name __________________________ ________________________________________ Title Project Number __________________________ ________________________________________ Firm Tax ID Number __________________________ ________________________________________ DUNS Number Unique Entity Identification Number (SAM.gov) _________________________________________________________________________ Street Address, City, State, Zip __________________________________ Signature Kimley-Horn and Associates, Inc. Gary Nadeau, PE V8PKGG6NLKV6 Design Services for Four-Point Roundabout - Immokalee Rd at Camp Keais 24-8310 1800 2nd Street, Suite 900, Sarasota, FL 34236 Senior Vice President V8PKGG6NLKV6 56-0885615 Page 1658 of 3580 STATE CONTRACT PROVISIONS AND ASSURANCES Page 5 of 8 COLLIER COUNTY Conflict of Interest Certification _______________________ Collier County Solicitation No. I, ________________________________________, hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. 24-8310 Kimley-Horn and Associates, Inc. Gary Nadeau, PE Senior Vice President 3/7/2025 Page 1659 of 3580 STATE CONTRACT PROVISIONS AND ASSURANCES Page 6 of 8 3/7/2025 gary.nadeau@kimley-horn.com N/A Gary Nadeau, PE Senior Vice President 941-379-7600 Kimley-Horn and Associates, Inc.56-0885615 Page 1660 of 3580 STATE CONTRACT PROVISIONS AND ASSURANCES Page 7 of 8 Kimley-Horn and Associates, Inc. 941-379-7600 24-8310 Kimley-Horn and Associates, Inc. 56-0885615 941-379-7600 1800 2nd Street, Suite 900, Sarasota, FL 34236 1800 2nd Street, Suite 900 Sarasota, FL 34236 1967 Tierra, Inc. 59-3154723 7351 Temple Terrace Hwy Tampa, FL 33637 813-989-1354 1992 DRMP, Inc. Orlando, FL 32814 941 Lake Baldwin Lane 407-896-0594 59-1791174 1977 93-4495089 1998 Rose Consulting, Inc. 954-986-9899 2699 Stirling Road, Ste C202 Ft. Lauderdale, FL 33321 Page 1661 of 3580 STATE CONTRACT PROVISIONS AND ASSURANCES Page 8 of 8 COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor’s progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name ______________________________ Date __________________ Authorized Signature ___________________________________________________________ Address _____________________________________________________________________ Solicitation/Contract # ____________________________ Kimley-Horn and Associates, Inc. 1800 2nd Street, Suite 900, Sarasota, FL 34236 3/7/2025 24-8310 Page 1662 of 3580 Company ID Number: Client Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A WEB SERVICES E-VERIFY EMPLOYER AGENT ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS), the (Employer), and the Web Services E-Verify Employer Agent. The purpose of this agreement is to set forth terms and conditions which the Employer and the Web Services E-Verify Employer Agent 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 E-Verify Employer Agent, the Social Security Administration (SSA), and DHS. References in this MOU to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. For purposes of this MOU, the E-Verify browser refers to the website that provides direct access to the E-Verify system: https://E-Verify.uscis.gov/emp/. You may access E-Verify directly free of charge via the E-Verify browser. 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 For purposes of this MOU, references to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. 1.By enrolling in E-Verify and signing the applicable MOU, the Employer asserts that it is a legitimate company which intends to use E-Verify for legitimate purposes only and in accordance with the laws, regulations and DHS policies and procedures relating to the use of E-Verify. Page 1 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1663 of 3580 Company ID Number:Client Company ID Number: 2. The Employer agrees to display the following notices supplied by DHS (though the Web Services E-Verify Employer Agent) 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 3. 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. 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the Web Services E-Verify Employer Agent, and will be notified by the Web Services E-Verify Employer Agent when a new version of the E-Verify User Manual becomes available. 5. 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. 6. 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. 7. 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 antidiscrimination 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 Page 2 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1664 of 3580 Company ID Number: Client Company ID Number: 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 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. 8.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. 9. 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. 10. The Employer must use E-Verify (through its Web Services E-Verify Employer Agent) 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. 11. 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. 12. 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 Page 3 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1665 of 3580 Company ID Number: Client Company ID Number: 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 (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). 13.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). 14.The Employer agrees that it will use the information it receives from E-Verify (through its Web Services E-Verify Employer Agent) 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 Personal Identification Numbers 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. 15.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. 16.The Employer acknowledges that the information it receives from SSA through its Web Services Page 4 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1666 of 3580 Company ID Number: Client Company ID Number: E-Verify Employer Agent 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. 17.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 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. 18.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. 19.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. 20.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. 21.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 THE WEB SERVICES E-VERIFY EMPLOYER AGENT 1.The Web Services E-Verify Employer Agent agrees to complete its Web Services interface no later than six months after the date the Web Services User signs this MOU. E-Verify considers your interface to be complete once it has been built pursuant to the Interface Control Agreement (ICA), submitted to E-Verify for testing, and approved for system access. 2.The Web Services E-Verify Employer Agent agrees to perform sufficient maintenance on the Web Services interface in accordance with the requirements listed in the ICA. These requirements include, but are not limited to, updating the Web Services interface to ensure that any updates or enhancements are incorporated no later than six months after the issuance of an ICA. Web Services E-Verify Employer Agents should be aware that this will require the investment of time and resources. Compliance with the requirements of the ICA must be carried out to the satisfaction of DHS and or its assignees. 3.The Web Services E-Verify Employer Agent agrees to provide to SSA and/or DHS the names, titles, addresses, e-mail addresses, and telephone numbers of the Web Services E-Verify Employer Agent representative who will access information, as well as ensure cooperation, communication, and coordination with E-Verify. Page 5 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1667 of 3580 Company ID Number: Client Company ID Number: In addition, Web Services E-Verify Employer Agents must provide to SSA and/or DHS the names, titles, addresses, and telephone numbers of its clients and their staff who will access information through E- Verify. Web Services E-Verify Employer Agents must ensure the contact information is updated with SSA and DHS whenever the points of contact change. 4.The Web Services E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the most current version of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. The Web Services E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 5.The Web Services E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 6.The Web Services E-Verify Employer Agent agrees that any of its representatives who will perform employment verification cases will complete the E-Verify Tutorial before that individual initiates any cases. a.The Web Services E-Verify Employer Agent agrees that all of its representatives will take the refresher tutorials initiated by E-Verify as a condition of continued use of E-Verify, including any tutorials for Federal contractors, if any of the Employers represented by the Web Services E-Verify Employer Agent is a Federal contractor. b.Failure to complete a refresher tutorial will prevent the Web Services E-Verify Employer Agent and Employer from continued use of E-Verify. 7.The Web Services E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need E-Verify access. The Web Services E-Verify Employer Agent must promptly terminate an employee’s E-Verify access if the employee is separated from the company or no longer needs access to E-Verify. 8.The Web Services E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required by the E-Verify rules and regulations as modified from time to time. 9.The Web Services E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies, commit sufficient personnel and resources to meet the requirements of this MOU. 10.The Web Services E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 11.The Web Services E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.2 below. 12.The Web Services E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual, the E-Verify Web-Based Tutorial and all other published E-Verify Page 6 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1668 of 3580 Company ID Number: Client Company ID Number: rules and procedures. The Web Services E-Verify Employer Agent will create E-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Web Services E-Verify Employer Agent’s attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability. If, however, the Web Services interface is unavailable due to no fault of E-Verify, then the three-day time period is not extended. In such a case, the Web Services E-Verify Employer Agent must use the E-Verify browser during the outage. 13.The Web Services E-Verify Employer Agent agrees to ensure that all notices, referral letters and any other materials otherwise including instructions regarding tentative nonconfirmations, will be consistent with the most current E-Verify tentative nonconfirmation notices and referral letters, which are available on E-Verify’s website. 14.The Web Services E-Verify Employer Agent agrees that any system or interface it develops will follow the steps for creating E-Verify cases and processing tentative nonconfirmations, as laid out in the ICA, this MOU and the User Manual, including but not limited to allowing an employer to close an invalid case where appropriate, allowing an employer to refer a tentative nonconfirmation only when an employee chooses to contest a tentative nonconfirmation (no automatic referrals), and referring a tentative nonconfirmation to the appropriate agency at the time the employer prints the referral letter and provides the letter to the employee. The Web Services E-Verify Employer Agent understands that any failure to make its system or interface consistent with proper E-Verify procedures can result in DHS terminating the Web Services E-Verify Employer Agent’s agreement and access with or without notice. 15.When the Web Services E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause, then the Web Services E-Verify Employer Agent must update the company’s E-Verify profile within 30 days of the contract award date. 16.If data is transmitted between the Web Services E-Verify Employer Agent and its client, then the Web Services E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the Web Services E-Verify Employer Agent. 17.The Web Services E-Verify Employer Agent 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. 18.The Web Services E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9, employment records, and all records pertaining to the Web Services E-Verify Employer Agent’s use of E-Verify, and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. a.The Web Services E-Verify Employer Agent agrees to cooperate with DHS if DHS requests Page 7 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1669 of 3580 Company ID Number: Client Company ID Number: information about the Web Services E-Verify Employer Agent’s interface, including requests by DHS to view the actual interface operated by the Web Services E-Verify Employer Agent as well as related business documents. The Web Services E-Verify Employer Agent agrees to demonstrate for DHS the functionality of its interface to E-Verify upon request. b.The Web Services E-Verify Employer Agent agrees to demonstrate, if requested by DHS, that it has provided training to its clients that meets E-Verify standards. Training programs must provide a focused study of the topics covered in the E-Verify User Manual and pertinent Supplemental Guides. Furthermore, training programs and materials must be updated as E-Verify changes occur. The Web Services E-Verify Employer Agent is encouraged to incorporate information from existing E-Verify materials, including the Enrollment Quick Reference Guide, the E-Verify Employer Agent Client Handbook (formerly known as the Designated Agent Client Handbook), and existing tutorials and manuals into their training program. E-Verify also encourages the Web Services E-Verify Employer Agent to supervise first-time use of the E-Verify browser or Web Services interface by its staff and Employer clients as part of any training program. The Web Services E-Verify Employer Agent agrees to submit its training program materials to DHS for review upon request. Failure to provide adequate training could, in some instances, lead to penalties as described in Article V.F.1. of this MOU. 19.The Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent services and any claim to that effect is false. 20.The Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22.The Web Services E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Web Services E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C.RESPONSIBILITIES OF FEDERAL CONTRACTORS The Web Services E-Verify Employer Agent shall ensure that the Web Services E-Verify Employer Agent and the Employers it represents carry out the following responsibilities if the Employer is a Federal contractor or becomes a federal contractor. The Web Services E-Verify Employer Agent should instruct the client to keep the Web Services E-Verify Employer Agent informed about any changes or updates related to federal contracts. It is the Web Services E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance Page 8 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1670 of 3580 Company ID Number: Client Company ID Number: with all E-Verify policies and procedures. 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 reverify 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. 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 Page 9 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1671 of 3580 Company ID Number: Client Company ID Number: 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 information reflected in the Form I-9 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 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. D. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify Employer Agent) 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 the E-Verify Employer Agent) 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). Page 10 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1672 of 3580 Company ID Number: Client Company ID Number: 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 E-Verify Employer Agent. 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 E-Verify Employer Agent. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. E. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU: a.Automated verification checks on alien employees by electronic means, and b.Photo verification checks (when available) on employees. 2.DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3.DHS agrees to provide to the E-Verify Employer Agent 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 E-Verify Employer Agents 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 E-Verify Employer Agents to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer (through the E-Verify Employer Agent) 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 E-Verify Employer Agent’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 (through the E-Verify Employer Agent), 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. Page 11 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1673 of 3580 Company ID Number: Client Company ID Number: 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. 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. Page 12 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1674 of 3580 Company ID Number: Client Company ID Number: 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 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. Page 13 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1675 of 3580 Company ID Number: Client Company ID Number: ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer or the Web Services E-Verify Employer Agent 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 SYSTEM SECURITY AND MAINTENANCE A. DEVELOPMENT REQUIREMENTS 1.Software developed by Web Services E-Verify Employer Agents must comply with federally-mandated information security policies and industry security standards to include but not limited to: a. Public Law 107-347, “E-Government Act of 2002, Title III, Federal Information Security Management Act (FISMA),” December 2002. b. Office of Management and Budget (OMB) Memorandum (M-10-15), “FY 2010 Reporting Instructions for the Federal Information Security Management Act and Agency Privacy Management,” April 2010. c. National Institute of Standards and Technology (NIST) Special Publication (SP) and Federal Information Processing Standards Publication (FIPS). d. International Organization for Standardization/International Electrotechnical Commission (ISO/IEC) 27002, Information Technology — Security Techniques — Code of Practice for Information Security Management. 2.The Web Services E-Verify Employer Agent agrees to update its Web Services interface to reflect system enhancements within six months from the date DHS notifies the Web Services User of the system update. The Web Services User will receive notice from DHS in the form of an Interface Control Agreement (ICA). The Web Services E-Verify Employer Agent agrees to institute changes to its interface as identified in the ICA, including all functionality identified and all data elements detailed therein. 3.The Web Services E-Verify Employer Agent agrees to demonstrate progress of its efforts to update its Web Services interface if and when DHS requests such progress reports. 4.The Web Services E-Verify Employer Agent acknowledges that if its system enhancements are not completed to the satisfaction of DHS or its assignees within six months from the date DHS notifies the Web Services User of the system update, then the Web Services User’s E-Verify account may be suspended, and support for previous releases of E-Verify may no longer be available to the Web Services User. The Web Services E-Verify Employer Agent also acknowledges that DHS may suspend the Web Services User’s account after the six-month period has elapsed. 5.The Web Services E-Verify Employer Agent agrees to incorporate error handling logic into its development or software to accommodate and act in a timely fashion should an error code be returned. Page 14 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1676 of 3580 Company ID Number: Client Company ID Number: 6.The Web Services E-Verify Employer Agent agrees to complete the technical requirements testing which is confirmed upon receiving approval of test data and connectivity between the Web Services E-Verify Employer Agent and DHS. 7.DHS will not reimburse any Web Services E-Verify Employer Agent or software developer who has expended resources in the development or maintenance of a Web Services interface if that party is unable, or becomes unable, to meet any of the requirements set forth in this MOU. 8.Housing, development, infrastructure, maintenance, and testing of the Web Services applications may take place outside the United States and its territories, but testing must be conducted to ensure that the code is correct and secure. 9.If the Web Services E-Verify Employer Agent includes an electronic Form I-9 as part of its interface, then it must comply with the standards for electronic retention of Form I-9 found in 8 CFR 274a.2(e). B. INFORMATION SECURITY REQUIREMENTS Web Services E-Verify Employer Agents performing verification services under this MOU must ensure that information that is shared between the Web Services E-Verify Employer Agent and DHS is appropriately protected comparable to the protection provided when the information is within the DHS environment [OMB Circular A-130 Appendix III]. To achieve this level of information security, the Web Services E-Verify Employer Agent agrees to institute the following procedures: 1.Conduct periodic assessments of risk, including the magnitude of harm that could result from the unauthorized access, use, disclosure, disruption, modification, or destruction of information and information systems that support the operations and assets of the DHS, SSA, and the Web Services E-Verify Employer Agent and its clients; 2.Develop policies and procedures that are based on risk assessments, cost-effectively reduce information security risks to an acceptable level, and ensure that information security is addressed throughout the life cycle of each organizational information system; 3.Implement subordinate plans for providing adequate information security for networks, facilities, information systems, or groups of information systems, as appropriate; 4.Conduct security awareness training to inform the Web Services E-Verify Employer Agent’s personnel (including contractors and other users of information systems that support the operations and assets of the organization) of the information security risks associated with their activities and their responsibilities in complying with organizational policies and procedures designed to reduce these risks; 5.Develop periodic testing and evaluation of the effectiveness of information security policies, procedures, practices, and security controls to be performed with a frequency depending on risk, but no less than once per year; Page 15 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1677 of 3580 Company ID Number: Client Company ID Number: 6.Develop a process for planning, implementing, evaluating, and documenting remedial actions to address any deficiencies in the information security policies, procedures, and practices of the organization; 7.Implement procedures for detecting, reporting, and responding to security incidents; 8.Create plans and procedures to ensure continuity of operations for information systems that support the operations and assets of the organization; 9.In information-sharing environments, the information owner is responsible for establishing the rules for appropriate use and protection of the subject information and retains that responsibility even when the information is shared with or provided to other organizations [NIST SP 800-37]. 10.DHS reserves the right to restrict Web Services calls from certain IP addresses. 11.DHS reserves the right to audit the Web Services E-Verify Employer Agent’s application. 12.Web Services E-Verify Employer Agents and Software Developers agree to cooperate willingly with the DHS assessment of information security and privacy practices used by the company to develop and maintain the software. C. DATA PROTECTION AND PRIVACY REQUIREMENTS 1.Web Services E-Verify Employer Agents must practice proper Internet security; this means using HTTP over SSL/TLS (also known as HTTPS) when accessing DHS information resources such as E-Verify [NIST SP 800-95]. Internet security practices like this are necessary because Simple Object Access Protocol (SOAP), which provides a basic messaging framework on which Web Services can be built, allows messages to be viewed or modified by attackers as messages traverse the Internet and is not independently designed with all the necessary security protocols for E-Verify use. 2.In accordance with DHS standards, the Web Services E-Verify Employer Agent agrees to maintain physical, electronic, and procedural safeguards to appropriately protect the information shared under this MOU against loss, theft, misuse, unauthorized access, and improper disclosure, copying use, modification or deletion. 3.Any data transmission requiring encryption shall comply with the following standards: •Products using FIPS 197 Advanced Encryption Standard (AES) algorithms with at least 256-bit encryption that has been validated under FIPS 140-2. •NSA Type 2 or Type 1 encryption. 4.User ID Management (Set Standard): All information exchanged between the parties under this MOU will be done only through authorized Web Services E-Verify Employer Agent representatives identified above. 5.The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not yet upgraded its interface to comply with the Federal Acquisition Regulation (FAR) system changes. In addition, Web Services E-Verify Employer Agents whose interfaces do not support the Form I-9 from 2/2/2009 or 8/7/2009 should also use the E-Verify browser until the system upgrade is completed. Page 16 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1678 of 3580 Company ID Number: Client Company ID Number: 6.The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not completed updates to its system within six months from the date DHS notifies the Web Services E-Verify Employer Agent of the system update. The Web Services E-Verify Employer Agent can resume use of its interface once it is up-to-date, unless the Web Services E-Verify Employer Agent has been suspended or terminated from continued use of the system. D. COMMUNICATIONS 1.Web Services E-Verify Employer Agents and Software Developers agree to develop an electronic system that is not subject to any agreement that would restrict access to and use of by an agency of the United States. 2.The Web Services E-Verify Employer Agent agrees to develop effective controls to ensure the integrity, accuracy and reliability of its electronic system. 3.The Web Services E-Verify Employer Agent agrees to develop an inspection and quality assurance program that regularly, at least once per year, evaluates the electronic system, and includes periodic checks of electronically stored information. The Web Services E-Verify Employer Agent agrees to share the results of its regular inspection and quality assurance program with DHS upon request. 4.The Web Services E-Verify Employer Agent agrees to develop an electronic system with the ability to produce legible copies of applicable notices, letters, etc. 5.All information exchanged between the parties under this MOU will be in accordance with applicable laws, regulations, and policies, including but not limited to, information security guidelines of the sending party with respect to any information that is deemed Personally Identifiable Information (PII), including but not limited to the employee or applicant’s Social Security number, alien number, date of birth, or other information that may be used to identify the individual. 6.Suspected and confirmed information security breaches must be reported to DHS according to Article II.A.17. Reporting such breaches does not relieve the Web Services E-Verify Employer Agent from further requirements as directed by state and local law. The Web Services E-Verify Employer Agent is subject to applicable state laws regarding data protection and incident reporting in addition to the requirements herein. E. SOFTWARE DEVELOPER RESTRICTIONS 1.The Web Services E-Verify Employer Agent agrees that if it develops a Web Services interface and sells such interface, then it can be held liable for any misuse by the company that purchases the interface. It is the responsibility of the Web Services E-Verify Employer Agent to ensure that its interface is used in accordance with E-Verify policies and procedures. 2.The Web Services E-Verify Employer Agent agrees to provide software updates to each client who purchases its software. Because of the frequency Web Services updates, an ongoing relationship between the software developer and the client is necessary. Page 17 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1679 of 3580 Company ID Number: Client Company ID Number: 3.DHS reserves the right to terminate the access of any software developer with or without notice who creates or uses an interface that does not comply with E-Verify procedures. 4.Web Services Software Developers pursuing software development independent of serving clients as a Web Services E-Verify Employer Agent are not eligible to receive an ICA. At this time, E-Verify d oes not permit Web Services software development without also being a Web Services E-Verify Employer Agent or Web Services Employer. F. PENALTIES 1.The Web Services E-Verify Employer Agent agrees that any failure on its part to comply with the terms of the MOU may result in account suspension, termination, or other adverse action. 2.DHS is not liable for any financial losses to Web Services E-Verify Employer Agent, its clients, or any other party as a result of your account suspension or termination. ARTICLE VI 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. B. TERMINATION 1.The Web Services E-Verify Employer Agent may terminate this MOU and its participation in E-Verify a t any time upon 30 days prior written notice to the other parties. In addition, any Employer represented by the Web Services E-Verify Employer Agent may voluntarily terminate its MOU upon giving DHS 30 days’ written notice. The Web Services E-Verify Employer Agent may not refuse to terminate the Employer based upon an outstanding bill for verification services. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Web Services E-Verify Employer Agent’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 Web Services E-Verify Employer Agent or Employer, or a failure on the part of either party 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. Page 18 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1680 of 3580 Company ID Number: Client Company ID Number: 3.A Web Services E-Verify Employer Agent for 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 Web Services E-Verify Employer Agent must provide written notice to DHS. If the Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent agrees that E-Verify is not liable for any losses, financial or otherwise, if the Web Services E-Verify Employer Agent or the Employer is terminated from E-Verify. ARTICLE VII 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 Web Services E-Verify Employer Agent, its agents, officers, or employees. C.The Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent or 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 Web Services E-Verify Employer Agent or the Employer. E.The Web Services E-Verify Employer Agent 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, the Web Services E-Verify Employer Agent and DHS respectively. The Web Services E-Verify Employer Agent understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Web Services E-Verify Employer Agent, as the case may be, 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. Page 19 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1681 of 3580 Company ID Number: Client Company ID Number: G. The foregoing constitutes the full agreement on this subject between DHS, the Employer, and the E-Verify Employer Agent. (Employer) hereby designates and appoint (E-Verify Employer Agent) including its officers and employees, as the E-Verify Employer Agent for the purpose of carrying out (Employer) responsibilities under the MOU between the Employer, the E-Verify Employer Agent, and DHS. If you have any questions, contact E-Verify at 1-888-464-4218. Page 20 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1682 of 3580 Company ID Number: Client Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date E-Verify Employer Agent Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 21 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Sterling Infosystems Inc. USCIS Verification Division 11/17/2022 Lori Hall 11/17/2022Electronically Signed Electronically Signed Kimley-Horn and Associates, Inc. 2023677 11/17/2022 Natalie Bollinger Electronically Signed 375667 Page 1683 of 3580 Company ID Number: Client 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 22 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Kimley-Horn and Associates, Inc. WAKE 2023677 541 5,000 to 9,999 375667 421 Fayetteville Street Suite 600 Raleigh, NC 27601 560885615 1 site(s) Page 1684 of 3580 Company ID Number: Client 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 23 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 NC 1 2023677375667 Page 1685 of 3580 Company ID Number: Client Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 24 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Email 7036741322 Lori Hall 2023677375667 Name Phone Number Fax lori.hall@kimley-horn.com Page 1686 of 3580 Company ID Number Client Company ID Number: : This list represents the first 20 Program Administrators listed for this company. Page 25 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1687 of 3580 x 02/10/2025 Page 1688 of 3580 Document Number FEI/EIN Number Date Filed State Status Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation KIMLEY-HORN AND ASSOCIATES, INC. Filing Information 821359 56-0885615 04/24/1968 NC ACTIVE Principal Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed: 04/03/2024 Mailing Address 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Changed: 04/03/2024 Registered Agent Name & Address CT CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 05/14/2008 Address Changed: 01/24/2017 Officer/Director Detail Name & Address Title Senior Vice President Nathan, Aaron W 421 Fayetteville Street Suite 600 Raleigh, NC 27601 D C Florida Department of State 3/10/25, 11:48 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=KIMLEYH…1/6Page 1689 of 3580 Title Senior Vice President Schanen, Kevin M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Blakely, Stephen 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Kaltsas, Joseph D. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Mutti, Brent H. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Colvin, Scott W. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Chairman Barber, Barry L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Flanagan, Tammy L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director 3/10/25, 11:48 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=KIMLEYH…2/6Page 1690 of 3580 Frysinger, Ashley M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Harry, Jennifer L 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Kaltsas, Joseph D. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Nathan, Aaron W 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Schanen, Kevin M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Barber, Barry L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Blakley, Stephen W. 421 Fayetteville Street Suite 600 3/10/25, 11:48 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=KIMLEYH…3/6Page 1691 of 3580 Raleigh, NC 27601 Title Senior Vice President, Secretary Cook, Richard N. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title CFO, Senior Vice President Flanagan, Tammy L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title CEO, President Lefton, Steven E. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title VP, Treasurer, Assistant Secretary McEntee, David L. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Mutti, Brent H. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Dvorak, William E., Jr. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Colvin, Scott W. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director 3/10/25, 11:48 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=KIMLEYH…4/6Page 1692 of 3580 Good, Brian A. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Director Frysinger, Ashley M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Title Senior Vice President Frysinger, Ashley M. 421 Fayetteville Street Suite 600 Raleigh, NC 27601 Annual Reports Report Year Filed Date 2022 02/10/2022 2023 02/22/2023 2024 04/03/2024 Document Images 04/03/2024 -- ANNUAL REPORT View image in PDF format 02/22/2023 -- ANNUAL REPORT View image in PDF format 02/10/2022 -- ANNUAL REPORT View image in PDF format 04/24/2021 -- ANNUAL REPORT View image in PDF format 04/15/2020 -- ANNUAL REPORT View image in PDF format 11/25/2019 -- AMENDED ANNUAL REPORT View image in PDF format 04/27/2019 -- ANNUAL REPORT View image in PDF format 06/21/2018 -- AMENDED ANNUAL REPORT View image in PDF format 03/15/2018 -- ANNUAL REPORT View image in PDF format 04/28/2017 -- ANNUAL REPORT View image in PDF format 08/02/2016 -- AMENDED ANNUAL REPORT View image in PDF format 01/28/2016 -- ANNUAL REPORT View image in PDF format 09/09/2015 -- AMENDED ANNUAL REPORT View image in PDF format 04/15/2015 -- ANNUAL REPORT View image in PDF format 04/22/2014 -- ANNUAL REPORT View image in PDF format 01/14/2013 -- ANNUAL REPORT View image in PDF format 03/29/2012 -- ANNUAL REPORT View image in PDF format 02/17/2011 -- ANNUAL REPORT View image in PDF format 04/21/2010 -- ANNUAL REPORT View image in PDF format 04/30/2009 -- ANNUAL REPORT View image in PDF format 05/14/2008 -- ANNUAL REPORT View image in PDF format 3/10/25, 11:48 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=KIMLEYH…5/6Page 1693 of 3580 04/12/2007 -- ANNUAL REPORT View image in PDF format 04/21/2006 -- ANNUAL REPORT View image in PDF format 06/02/2005 -- ANNUAL REPORT View image in PDF format 04/26/2004 -- ANNUAL REPORT View image in PDF format 04/30/2003 -- ANNUAL REPORT View image in PDF format 08/12/2002 -- Reg. Agent Change View image in PDF format 05/08/2002 -- ANNUAL REPORT View image in PDF format 02/06/2001 -- ANNUAL REPORT View image in PDF format 03/02/2000 -- ANNUAL REPORT View image in PDF format 03/17/1999 -- ANNUAL REPORT View image in PDF format 02/12/1998 -- ANNUAL REPORT View image in PDF format 02/27/1997 -- ANNUAL REPORT View image in PDF format 03/05/1996 -- ANNUAL REPORT View image in PDF format Florida Department of State, Division of Corporations 3/10/25, 11:48 AM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=KIMLEYH…6/6Page 1694 of 3580 Addendum #1 Date: January 31, 2025 From: Matthew Webster, Procurement Strategist To: Interested Bidders Subject: Addendum #1 Solicitation # 24-8310 Design Services for Four-Point Roundabout - Immokalee Rd at Camp Keais Rd 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: Addition: 6632.2 Camp Keais Road Design Plans - November 1988.pdf is being added as an attachment. THIS IS ONLY A SUPPORTING ATTACHMENT Disclaimer: These plans do not depict existing conditions. They are informational only. 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 2/18/2025 Kimley-Horn and Associates, Inc. Page 1695 of 3580 Addendum #2 Date: February 14, 2025 From: Matthew Webster, Procurement Strategist To: Interested Bidders Subject: Addendum #2 Solicitation # 24-8310 Design Services for Four-Point Roundabout - Immokalee Rd at Camp Keais Rd 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: Change: The requirement for the Prime Consultant to be pre-qualified through FDOT for Work Group 2.0 PD&E Studies will be removed. Extension of Time: The county has elected to extend the submission deadline by 14 days. The “Proposal Submission Deadline” has been extended from: February 25, 2025, at 3:00 pm to March 11, 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 referencncccccccccccccccccccccccccccccccedeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeee solicitation (S(S(((((S((S((S(((((((((((((((((((S((S(SS(SSSSSSS(SSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSigigggggggggggggggggggggigigggggiggigggggggiiggggggggiiiiiigggggiiiiiiiiggiiiiiiiiiiiiiiinanatutututuututttututttututtutuututtuttuuttttttttututtttuuttttuuuutttuuuttttuuttttuuuuuttttuuuuuttttuuuuutttutuutttuuuuttttttttuuuuuutttttuuuttttuuttuurereeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeee)))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))))) 2/19/2025 Kimley-Horn and Associates, Inc. Page 1696 of 3580 •Miscellaneous Documents »6WDII/LFHQVHVDQG&HUWLƄFDWLRQV .LPOH\+RUQ3URIHVVLRQDO/LFHQVHVDQG&HUWLƄFDWLRQV ;Ѵ-mb;"ĺub==bmķ";1u;|-u‹!om ;"-m|bvķoˆ;umou "$$   !  !  ! ""  !" $ ! ""  ! ! " " & !$ !("" $ !ƓƕƐķ ! "$$&$ "   !$,ķ  omo|-Ѵ|;u|_bv7o1†l;m|bm-m‹=oulĺ ƑƒƑѶƔ!" (  " & !Ĺ ƖƐƑƓƑ *!$ $ Ĺ !&!+ƑѶķƑƏƑƕ $_bvbv‹o†uѴb1;mv;ĺ|bv†mѴ-‰=†Ѵ=ou-m‹om;o|_;u|_-m|_;Ѵb1;mv;;|o†v;|_bv7o1†l;m|ĺ "$ ! ƒƒƖƑѶ Ѵ‰-‹vˆ;ub=‹Ѵb1;mv;vomѴbm;-|‹ Ѵoub7-b1;mv;ĺ1ol !$ $ &" "" ! ""! &$ ;Ѵ-mb;"ĺub==bmķ";1u;|-u‹!om ;"-m|bvķoˆ;umou "$$   !  !  ! ""  !" $ ! ""  ! ! " " & !$ !("" $ !ƓƕƐķ ! "$$&$ "  ķ!  ! omo|-Ѵ|;u|_bv7o1†l;m|bm-m‹=oulĺ ƐƒƐƔƐ""  " & !Ĺ ƕѵƐƏƑ *!$ $ Ĺ !&!+ƑѶķƑƏƑƕ $_bvbv‹o†uѴb1;mv;ĺ|bv†mѴ-‰=†Ѵ=ou-m‹om;o|_;u|_-m|_;Ѵb1;mv;;|o†v;|_bv7o1†l;m|ĺ ! $ ƒƓƑƐƐ Ѵ‰-‹vˆ;ub=‹Ѵb1;mv;vomѴbm;-|‹ Ѵoub7-b1;mv;ĺ1ol !$ $ &" "" ! ""! &$ LuAnn Piccard, PMP | Chair, Board of Directors Pierre Le Ma+h | President & CEO Expiration Date: Original Grant Date:Certification Number:          Ļ        !                 Project Management Professional (PMP)®      Ļ         2238827 13 August 2018 13 August 2027 Jordan E. Leep Page 1697 of 3580 ;Ѵ-mb;"ĺub==bmķ";1u;|-u‹!om ;"-m|bvķoˆ;umou "$$   !  !  ! ""  !" $ ! ""  ! ! " " & !$ !("" $ !ƓƕƐķ ! "$$&$ " "!ķ ĺ omo|-Ѵ|;u|_bv7o1†l;m|bm-m‹=oulĺ ƐƕƏƏ" Ɛƕ$"$! $  " & !Ĺ ѶѵѶƒƒ *!$ $ Ĺ !&!+ƑѶķƑƏƑƕ $_bvbv‹o†uѴb1;mv;ĺ|bv†mѴ-‰=†Ѵ=ou-m‹om;o|_;u|_-m|_;Ѵb1;mv;;|o†v;|_bv7o1†l;m|ĺ "&$ ƑƏƏ  ƒƓƓƕƐ Ѵ‰-‹vˆ;ub=‹Ѵb1;mv;vomѴbm;-|‹ Ѵoub7-b1;mv;ĺ1ol !$ $ &" "" ! ""! &$ National Registry of Environmental Professionals For Environmental Certifications This is to Certify that Jefferson Hemphill having sucessfully demonstrated to the Academic Board of this organization the required level of knowledge and ability, is here by awarded the distinction of Certified Natural Resources Professional together with all rights, benefits and privileges attached thereto and that the name and title of the aforementioned registrant is today placed upon the register of the organization. Given under our hands on this 2nd day of March, 2023. 16123027360230302 Registrant Number This Certificate is the property of the National Registry of Environmental Professionals and must, upon demand, be returned. Page 1698 of 3580  ! "  #$%&'(') **))+ #!+, )*+*)), )*+*))+     -        . /   + #                  0012 3-4-05), 6 '"  3" '  ' 718 4  9: ' .' 34*   '  ). +,. ;,,.,).    < 012-  5RVH&RQVXOWLQJ3URIHVVLRQDO/LFHQVHVDQG&HUWLƄFDWLRQV   "#$ %& $&'&(  &)&  **++,             !!- . . . / "0, 1+*,*++1 +*,*++, ,   + +      22"3          !! ""34 05"6+1 7 &8!  08 &  & 93: 5  ;< & -& 05*   &  +-!,1-!=11-1+- !   > "34        "#$ %& $&'&(  &)&  **++,             !!-            !! ""./ 01"2+3 4 &5!  05 &  & 6.7 1  89 & -&: 03!!,01*   & +*,*++,+*,*++3 ;* ; +-!,3-!<33-3+- !   = "./  RCA has renewed this document and is ZDLWLQJWRUHFHLYHWKHQHZFHUWLƂFDWH. Page 1699 of 3580 '5033URIHVVLRQDO/LFHQVHVDQG&HUWLƄFDWLRQV DRMP has renewed this document and is ZDLWLQJWRUHFHLYHWKHQHZFHUWLƂFDWH. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY Willis Towers Watson Insurance Services West, Inc. c/o 26 Century Blvd P.O. Box 305191 Nashville, TN 372305191 USA DRMP, Inc. 941 Lake Baldwin Ln., Ste 100 Orlando, FL 32814 SEE ATTACHED FOR PROPOSAL PURPOSES 12/30/2024 1-877-945-7378 1-888-467-2378 certificates@wtwco.com Liberty Mutual Fire Insurance Company 23035 Liberty Insurance Corporation American Guarantee and Liability Insurance 42404 26247 Allied World Surplus Lines Insurance Compa 24319 Indemnity National Insurance Company 18468 RSUI Indemnity Company 22314 W37155097 A 2,000,000 1,000,000 25,000 2,000,000 4,000,000 4,000,000 TB2-641-446161-054 12/31/2024 12/31/2025 B 2,000,000 12/31/202512/31/2024AS7-641-446161-044 C 10,000,000 AUC 8344746-01 12/31/2024 12/31/2025 10,000,000 WC7-641-446161-064B 1,000,000No12/31/2024 12/31/2025 1,000,000 1,000,000 D Professional Liab incl Pollution Each Claim Limit0313-8987 12/31/2024 12/31/2025 Policy Aggregate 375661026998488SR ID:BATCH: $5,000,000 $5,000,000 WTW Certificate Center Page 1 of 2 Page 1700 of 3580 7LHUUD3URIHVVLRQDO/LFHQVHVDQG&HUWLƄ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o):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 5/28/2024 (727) 797-0441 (727) 669-0673 25615 Tierra, Inc. 7351 Temple Terrace Highway Tampa, FL 33637 25682 25674 25623 41718 A 1,000,000 P-660-1H805464 5/1/2024 5/1/2025 300,000 Contractual 10,000 1,000,000 2,000,000 2,000,000 X $5,000,000 Maximum Limit 1,000,000B 810-9M551030 5/1/2024 5/1/2025 5,000,000C CUP-1J383756 5/1/2024 5/1/2025 5,000,000 10,000 D UB-4K202452-24 5/1/2024 5/1/2025 1,000,000N1,000,000 1,000,000 E Pollution/Rtn $10k ENP0007314 5/1/2024 $1M per Occ/ Agg -> 2,000,000 F Professional Liab DPL30001055705 5/1/2024 5/1/2025 $25,000 Rtn./ea & ag 5,000,000 For Information Only *For Information Only For Information Only TIERINC-01 DSMITH2 Hub International FloridaOne Urban Centre4830 W. Kennedy BoulevardTampa, FL 33609 Charter Oak Fire Insurance Company The Travelers Indemnity Company of Connecticut Travelers Property Casualty Company of America The Phoenix Insurance Company Certain Underwriters at Lloyds Endurance American Specialty Insurance Company Over GL, AL, EL X 5/1/2025 X X X X X X X X Tierra has renewed this document and is ZDLWLQJWRUHFHLYHWKHQHZFHUWLƂFDWH. Page 1701 of 3580 »Naples Business Tax Receipt &LW\RI1DSOHV)LQDQFH'HSDUWPHQW_WK 6WUHHW6RXWK_1DSOHV)ORULGD_ ZZZQDSOHVJRYFRP HPDLOFXVWVUY#QDSOHVJRYFRP LOCAL BUSINESS TAX RECEIPT Expiration Date: September 30, 2025 THIS RECEIPT MUST BE EXHIBITED CONSPICUOUSLY AT THE ESTABLISHMENT OR PLACE OF BUSINESS. IT WILL BECOME NULL AND VOID IF THE BUSINESS CLASSIFICATION, OWNERSHIP OR ADDRESS IS CHANGED UNLESS THE BUSINESS APPLIES TO THE CUSTOMER SERVICE DIVISION FOR CORRECTION. THE FOLLOWING BUSINESS HAS PAID THE REQUIRED BUSINESS TAX Business Name:KIMLEY-HORN AND ASSOCIATES INC Business ID#:8151 Location: Address:2640 GOLDEN GATE PARKWAY 201 Reference #:8303 Classification:OTHER SERVICE BUSINESS Issue Date:February 10, 2025 License Fee:$ 57.89 Penalty:$ 0.00 Total Paid:$ 57.89 Restriction(s): COOK, RICHARD 2640 GOLDEN GATE PARKWAY UNIT 201 NAPLES, FL 34105-3200 USA Comment(s): ENGINEERING/CONSULTING SERVICE THE CITY OF NAPLES CODE OF ORDINANCES, CHAPTER 34 ARTICLE III AND STATE OF FLORIDA STATUTES 205 i Local Business Tax Receipt required and must be displayed. i Applicable to only the location address above for the business. i Any receipt obtained under this article, upon a misrepresentation of a material fact shall be deemed null and void, and the business who has thereafter engaged in any business under such receipt shall be subject to prosecution for doing business without a local business tax receipt, to the same effect and degree as though no such receipt had ever been issued. i All changes require a new application and a fee of 10% of the business tax (minimum of $3 and maximum of $25). CCCCCCCCCIITTTTTTTTTYYYYYYYYY OOOOOOOOOOOOFFF NNNNNNNNNAAAAAAAAAAPPPPPPPPPPLLLLLLEEEEEESSSSSSSSSSSS Authorized Signature MAYOR Authorized Signature Finance Director Page 1702 of 3580 »)'273UHTXDOLƄFDWLRQ 'HVLJQ6HUYLFHVIRU Everglades Boulevard Widening from Oil Well Road t0 Vanderbilt Beach Road Extension RPS No. 24-8313 RSFLNAP002927.2024  )ORULGD'HSDUWPHQWRI7UDQVSRUWDWLRQ RON DESANTIS GOVERNOR 6XZDQQHH6WUHHW 7DOODKDVVHH)/ JARED W. PERDUE, P.E. SECRETARY 1 June 25, 2024 Cassie Sylvia KIMLEY-HORN AND ASSOCIATES, INC. 200 South orange Avenue, Suite 600 Orlando, Florida 32801 Dear Ms. Sylvia: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following professional services types of work per Rule 14-75, F.A.C.: 2.0 Project Development and Environmental (PD&E) Studies 3.1 Minor Highway Design 3.2 Major Highway Design 3.3 Controlled Access Highway Design 4.1.1 Miscellaneous Structures 4.1.2 Minor Bridge Design 4.2.1 Major Bridge Design - Concrete 4.2.2 Major Bridge Design - Steel 5.1 Conventional Bridge Inspection 5.3 Complex Bridge Inspection 5.4 Bridge Load Rating 6.1 Traffic Engineering Studies 6.2 Traffic Signal Timing 6.3.1 Intelligent Transportation Systems Analysis and Design 6.3.2 Intelligent Transportation Systems Implementation 6.3.3 Intelligent Transportation Traffic Engineering Systems Communications 6.3.4 Intelligent Transportation Systems Software Development 7.1 Signing, Pavement Marking and Channelization 7.2 Lighting 7.3 Signalization 10.1 Roadway Construction Engineering Inspection 10.3 Construction Materials Inspection 11.0 Engineering Contract Administration and Management Page 1703 of 3580 'HVLJQ6HUYLFHVIRU Everglades Boulevard Widening from Oil Well Road t0 Vanderbilt Beach Road Extension RPS No. 24-8313 RSFLNAP002927.2024 2 13.3 Policy Planning 13.4 Systems Planning 13.5 Subarea/Corridor Planning 13.6 Land Planning/Engineering 13.7 Transportation Statistics 15.0 Landscape Architect Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2025, for contracting purposes. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator Page 1704 of 3580 Florida Department of Transportation RON DESANTIS GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 JARED W. PERDUE, P.E. SECRETARY 1 April 22, 2024 Lisa Greene, Vice President DRMP, INC. 941 Lake Baldwin Lane Orlando, Florida 32814 Dear Ms. Greene: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 2 - Project Development and Environmental (PD&E) Studies Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design 3.2 - Major Highway Design 3.3 - Controlled Access Highway Design Group 4 - Highway Design - Bridges 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design 4.2.1 - Major Bridge Design - Concrete 4.2.2 - Major Bridge Design - Steel Group 5 - Bridge Inspection 5.1 - Conventional Bridge Inspection 5.4 - Bridge Load Rating Group 6 - Traffic Engineering and Operations Studies 6.1 - Traffic Engineering Studies 6.2 - Traffic Signal Timing 6.3.1 - Intelligent Transportation Systems Analysis and Design 6.3.2 - Intelligent Transportation Systems Implementation 6.3.3 - Intelligent Transportation Traffic Engineering Systems Communications Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization Page 1705 of 3580 2 Group 8 - Survey and Mapping 8.1 - Control Surveying 8.2 - Design, Right of Way & Construction Surveying 8.3 - Photogrammetric Mapping 8.4 - Right of Way Mapping Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI Group 11 - Engineering Contract Administration and Management Group 13 - Planning 13.3 - Policy Planning 13.5 - Subarea/Corridor Planning Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2025, for contracting purposes. Approved Rates Home/ Branch Overhead Field Overhead Facilities Capital Cost of Money Premium Overtime Reimburse Actual Expenses Home Direct Expense Field Direct Expense Published Fee Schedule 192.47% 139.14% 0.663% Reimbursed No 3.52% 25.91%* Yes *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. LiDar Fee Schedule Rate LiDar Mobile Equipment $4104 per day Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator Page 1706 of 3580 'HVLJQ6HUYLFHVIRU Everglades Boulevard Widening from Oil Well Road t0 Vanderbilt Beach Road Extension RPS No. 24-8313 RSFLNAP002927.2024  )ORULGD'HSDUWPHQWRI7UDQVSRUWDWLRQ RON DESANTIS GOVERNOR 6XZDQQHH6WUHHW 7DOODKDVVHH)/ JARED W. PERDUE, P.E. SECRETARY 1 October 24, 2024 Brian Rose, Principal ROSE CONSULTING ADVISORS, INC. d/b/a GGB ENGINEERING 11700 Timberline Circle Fort Myers, Florida 33966 Dear Mr. Rose: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following professional services types of work per Rule 14-75, F.A.C.: 3.1 Minor Highway Design Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. Your firm may pursue projects in the referenced work types with fees estimated at less than $500,000.00.* This status shall be valid until October 24, 2025, for contracting purposes. *Limit for FDOT projects only Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator Page 1707 of 3580 'HVLJQ6HUYLFHVIRU Everglades Boulevard Widening from Oil Well Road t0 Vanderbilt Beach Road Extension RPS No. 24-8313 RSFLNAP002927.2024  )ORULGD'HSDUWPHQWRI7UDQVSRUWDWLRQ RON DESANTIS GOVERNOR 6XZDQQHH6WUHHW 7DOODKDVVHH)/ JARED W. PERDUE, P.E. SECRETARY 1 June 15, 2024 Luis Mahiquez, President TIERRA, INC. 7351 Temple Terrace Highway Tampa, Florida 33637 Dear Mr. Mahiquez: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following professional services types of work per Rule 14-75, F.A.C.: 9.1 Soil Exploration 9.2 Geotechnical Classification Laboratory Testing 9.3 Highway Materials Testing 9.4.1 Standard Foundation Studies 9.4.2 Non-Redundant Drilled Shaft Bridge Foundation Studies 9.5 Geotechnical Specialt y Laboratory Testing 10.1 Roadway Construction Engineering Inspection 10.3 Construction Materials Inspection 10.4 Minor Bridge & Miscellaneous Structures CEI Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2025, for contracting purposes. Approved Rates Home Overhead Field Overhead Facilities Capital Cost of Money Premium Overtime Home Direct Expense Field Direct Expense Published Fee Schedule 151.10% 108.65% 3.254% Reimbursed 8.13% 7.72%* Yes *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. 3HU7LWOH86&RGHWKHUHDUHUHVWULFWLRQVRQVKDULQJLQGLUHFWFRVWUDWHV5HIHUWR &RGHIRUDGGLWLRQDOLQIRUPDWLRQ Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator Page 1708 of 3580 Page 1709 of 3580 »Authorized Signer Page 1710 of 3580 Page 1711 of 3580 Page 1712 of 3580 Page 1713 of 3580 Page 1714 of 3580 Company ID Number: Client Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A WEB SERVICES E-VERIFY EMPLOYER AGENT ARTICLE I PURPOSE AND AUTHORITY The parties to this agreement are the Department of Homeland Security (DHS), the (Employer), and the Web Services E-Verify Employer Agent. The purpose of this agreement is to set forth terms and conditions which the Employer and the Web Services E-Verify Employer Agent 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 E-Verify Employer Agent, the Social Security Administration (SSA), and DHS. References in this MOU to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. For purposes of this MOU, the E-Verify browser refers to the website that provides direct access to the E-Verify system: https://E-Verify.uscis.gov/emp/. You may access E-Verify directly free of charge via the E-Verify browser. 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 For purposes of this MOU, references to the Employer include the Web Services E-Verify Employer Agent when acting on behalf of the Employer. 1.By enrolling in E-Verify and signing the applicable MOU, the Employer asserts that it is a legitimate company which intends to use E-Verify for legitimate purposes only and in accordance with the laws, regulations and DHS policies and procedures relating to the use of E-Verify. Page 1 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1715 of 3580 Company ID Number:Client Company ID Number: 2. The Employer agrees to display the following notices supplied by DHS (though the Web Services E-Verify Employer Agent) 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 3. 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. 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the Web Services E-Verify Employer Agent, and will be notified by the Web Services E-Verify Employer Agent when a new version of the E-Verify User Manual becomes available. 5. 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. 6. 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. 7. 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 antidiscrimination 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 Page 2 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1716 of 3580 Company ID Number: Client Company ID Number: 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 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. 8.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. 9. 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. 10. The Employer must use E-Verify (through its Web Services E-Verify Employer Agent) 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. 11. 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. 12. 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 Page 3 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1717 of 3580 Company ID Number: Client Company ID Number: 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 (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). 13.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). 14.The Employer agrees that it will use the information it receives from E-Verify (through its Web Services E-Verify Employer Agent) 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 Personal Identification Numbers 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. 15.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. 16.The Employer acknowledges that the information it receives from SSA through its Web Services Page 4 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1718 of 3580 Company ID Number: Client Company ID Number: E-Verify Employer Agent 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. 17.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 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. 18.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. 19.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. 20.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. 21.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 THE WEB SERVICES E-VERIFY EMPLOYER AGENT 1.The Web Services E-Verify Employer Agent agrees to complete its Web Services interface no later than six months after the date the Web Services User signs this MOU. E-Verify considers your interface to be complete once it has been built pursuant to the Interface Control Agreement (ICA), submitted to E-Verify for testing, and approved for system access. 2.The Web Services E-Verify Employer Agent agrees to perform sufficient maintenance on the Web Services interface in accordance with the requirements listed in the ICA. These requirements include, but are not limited to, updating the Web Services interface to ensure that any updates or enhancements are incorporated no later than six months after the issuance of an ICA. Web Services E-Verify Employer Agents should be aware that this will require the investment of time and resources. Compliance with the requirements of the ICA must be carried out to the satisfaction of DHS and or its assignees. 3.The Web Services E-Verify Employer Agent agrees to provide to SSA and/or DHS the names, titles, addresses, e-mail addresses, and telephone numbers of the Web Services E-Verify Employer Agent representative who will access information, as well as ensure cooperation, communication, and coordination with E-Verify. Page 5 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1719 of 3580 Company ID Number: Client Company ID Number: In addition, Web Services E-Verify Employer Agents must provide to SSA and/or DHS the names, titles, addresses, and telephone numbers of its clients and their staff who will access information through E- Verify. Web Services E-Verify Employer Agents must ensure the contact information is updated with SSA and DHS whenever the points of contact change. 4.The Web Services E-Verify Employer Agent agrees to become familiar with and comply with the E-Verify User Manual and provide a copy of the most current version of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. The Web Services E-Verify Employer Agent agrees to obtain a revised E-Verify User Manual as it becomes available and to provide a copy of the revised version to the Employer no later than 30 days after the manual becomes available. 5.The Web Services E-Verify Employer Agent agrees that any person accessing E-Verify on its behalf is trained on the most recent E-Verify policy and procedures. 6.The Web Services E-Verify Employer Agent agrees that any of its representatives who will perform employment verification cases will complete the E-Verify Tutorial before that individual initiates any cases. a.The Web Services E-Verify Employer Agent agrees that all of its representatives will take the refresher tutorials initiated by E-Verify as a condition of continued use of E-Verify, including any tutorials for Federal contractors, if any of the Employers represented by the Web Services E-Verify Employer Agent is a Federal contractor. b.Failure to complete a refresher tutorial will prevent the Web Services E-Verify Employer Agent and Employer from continued use of E-Verify. 7.The Web Services E-Verify Employer Agent agrees to grant E-Verify access only to current employees who need E-Verify access. The Web Services E-Verify Employer Agent must promptly terminate an employee’s E-Verify access if the employee is separated from the company or no longer needs access to E-Verify. 8.The Web Services E-Verify Employer Agent agrees to obtain the necessary equipment to use E- Verify as required by the E-Verify rules and regulations as modified from time to time. 9.The Web Services E-Verify Employer Agent agrees to, consistent with applicable laws, regulations, and policies, commit sufficient personnel and resources to meet the requirements of this MOU. 10.The Web Services E-Verify Employer Agent agrees to provide its clients with training on E-Verify processes, policies, and procedures. The E-Verify Employer Agent also agrees to provide its clients with ongoing E-Verify training as needed. E-Verify is not responsible for providing training to clients of E-Verify Employer Agents. 11.The Web Services E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.2 below. 12.The Web Services E-Verify Employer Agent agrees to create E-Verify cases for the Employer it represents in accordance with the E-Verify Manual, the E-Verify Web-Based Tutorial and all other published E-Verify Page 6 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1720 of 3580 Company ID Number: Client Company ID Number: rules and procedures. The Web Services E-Verify Employer Agent will create E-Verify cases using information provided by the Employer and will immediately communicate the response back to the Employer. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Web Services E-Verify Employer Agent’s attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability. If, however, the Web Services interface is unavailable due to no fault of E-Verify, then the three-day time period is not extended. In such a case, the Web Services E-Verify Employer Agent must use the E-Verify browser during the outage. 13.The Web Services E-Verify Employer Agent agrees to ensure that all notices, referral letters and any other materials otherwise including instructions regarding tentative nonconfirmations, will be consistent with the most current E-Verify tentative nonconfirmation notices and referral letters, which are available on E-Verify’s website. 14.The Web Services E-Verify Employer Agent agrees that any system or interface it develops will follow the steps for creating E-Verify cases and processing tentative nonconfirmations, as laid out in the ICA, this MOU and the User Manual, including but not limited to allowing an employer to close an invalid case where appropriate, allowing an employer to refer a tentative nonconfirmation only when an employee chooses to contest a tentative nonconfirmation (no automatic referrals), and referring a tentative nonconfirmation to the appropriate agency at the time the employer prints the referral letter and provides the letter to the employee. The Web Services E-Verify Employer Agent understands that any failure to make its system or interface consistent with proper E-Verify procedures can result in DHS terminating the Web Services E-Verify Employer Agent’s agreement and access with or without notice. 15.When the Web Services E-Verify Employer Agent receives notice from a client company that it has received a contract with the FAR clause, then the Web Services E-Verify Employer Agent must update the company’s E-Verify profile within 30 days of the contract award date. 16.If data is transmitted between the Web Services E-Verify Employer Agent and its client, then the Web Services E-Verify Employer Agent agrees to protect personally identifiable information during transmission to and from the Web Services E-Verify Employer Agent. 17.The Web Services E-Verify Employer Agent 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. 18.The Web Services E-Verify Employer Agent agrees to fully cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including permitting DHS, SSA, their contractors and other agents, upon reasonable notice, to review Forms I-9, employment records, and all records pertaining to the Web Services E-Verify Employer Agent’s use of E-Verify, and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E-Verify. a.The Web Services E-Verify Employer Agent agrees to cooperate with DHS if DHS requests Page 7 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1721 of 3580 Company ID Number: Client Company ID Number: information about the Web Services E-Verify Employer Agent’s interface, including requests by DHS to view the actual interface operated by the Web Services E-Verify Employer Agent as well as related business documents. The Web Services E-Verify Employer Agent agrees to demonstrate for DHS the functionality of its interface to E-Verify upon request. b.The Web Services E-Verify Employer Agent agrees to demonstrate, if requested by DHS, that it has provided training to its clients that meets E-Verify standards. Training programs must provide a focused study of the topics covered in the E-Verify User Manual and pertinent Supplemental Guides. Furthermore, training programs and materials must be updated as E-Verify changes occur. The Web Services E-Verify Employer Agent is encouraged to incorporate information from existing E-Verify materials, including the Enrollment Quick Reference Guide, the E-Verify Employer Agent Client Handbook (formerly known as the Designated Agent Client Handbook), and existing tutorials and manuals into their training program. E-Verify also encourages the Web Services E-Verify Employer Agent to supervise first-time use of the E-Verify browser or Web Services interface by its staff and Employer clients as part of any training program. The Web Services E-Verify Employer Agent agrees to submit its training program materials to DHS for review upon request. Failure to provide adequate training could, in some instances, lead to penalties as described in Article V.F.1. of this MOU. 19.The Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent services and any claim to that effect is false. 20.The Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22.The Web Services E-Verify Employer Agent understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Web Services E-Verify Employer Agent may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. C.RESPONSIBILITIES OF FEDERAL CONTRACTORS The Web Services E-Verify Employer Agent shall ensure that the Web Services E-Verify Employer Agent and the Employers it represents carry out the following responsibilities if the Employer is a Federal contractor or becomes a federal contractor. The Web Services E-Verify Employer Agent should instruct the client to keep the Web Services E-Verify Employer Agent informed about any changes or updates related to federal contracts. It is the Web Services E-Verify Employer Agent’s responsibility to ensure that its clients are in compliance Page 8 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1722 of 3580 Company ID Number: Client Company ID Number: with all E-Verify policies and procedures. 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 reverify 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. 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 Page 9 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1723 of 3580 Company ID Number: Client Company ID Number: 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 information reflected in the Form I-9 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 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. D. RESPONSIBILITIES OF SSA 1.SSA agrees to allow DHS to compare data provided by the Employer (through the E-Verify Employer Agent) 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 the E-Verify Employer Agent) 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). Page 10 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1724 of 3580 Company ID Number: Client Company ID Number: 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 E-Verify Employer Agent. 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 E-Verify Employer Agent. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. E. RESPONSIBILITIES OF DHS 1.DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU: a.Automated verification checks on alien employees by electronic means, and b.Photo verification checks (when available) on employees. 2.DHS agrees to assist the E-Verify Employer Agent with operational problems associated with its participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3.DHS agrees to provide to the E-Verify Employer Agent 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 E-Verify Employer Agents 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 E-Verify Employer Agents to take mandatory refresher tutorials. 5.DHS agrees to provide to the Employer (through the E-Verify Employer Agent) 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 E-Verify Employer Agent’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 (through the E-Verify Employer Agent), 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. Page 11 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1725 of 3580 Company ID Number: Client Company ID Number: 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. 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. Page 12 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1726 of 3580 Company ID Number: Client Company ID Number: 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 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. Page 13 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1727 of 3580 Company ID Number: Client Company ID Number: ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer or the Web Services E-Verify Employer Agent 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 SYSTEM SECURITY AND MAINTENANCE A. DEVELOPMENT REQUIREMENTS 1.Software developed by Web Services E-Verify Employer Agents must comply with federally-mandated information security policies and industry security standards to include but not limited to: a. Public Law 107-347, “E-Government Act of 2002, Title III, Federal Information Security Management Act (FISMA),” December 2002. b. Office of Management and Budget (OMB) Memorandum (M-10-15), “FY 2010 Reporting Instructions for the Federal Information Security Management Act and Agency Privacy Management,” April 2010. c. National Institute of Standards and Technology (NIST) Special Publication (SP) and Federal Information Processing Standards Publication (FIPS). d. International Organization for Standardization/International Electrotechnical Commission (ISO/IEC) 27002, Information Technology — Security Techniques — Code of Practice for Information Security Management. 2.The Web Services E-Verify Employer Agent agrees to update its Web Services interface to reflect system enhancements within six months from the date DHS notifies the Web Services User of the system update. The Web Services User will receive notice from DHS in the form of an Interface Control Agreement (ICA). The Web Services E-Verify Employer Agent agrees to institute changes to its interface as identified in the ICA, including all functionality identified and all data elements detailed therein. 3.The Web Services E-Verify Employer Agent agrees to demonstrate progress of its efforts to update its Web Services interface if and when DHS requests such progress reports. 4.The Web Services E-Verify Employer Agent acknowledges that if its system enhancements are not completed to the satisfaction of DHS or its assignees within six months from the date DHS notifies the Web Services User of the system update, then the Web Services User’s E-Verify account may be suspended, and support for previous releases of E-Verify may no longer be available to the Web Services User. The Web Services E-Verify Employer Agent also acknowledges that DHS may suspend the Web Services User’s account after the six-month period has elapsed. 5.The Web Services E-Verify Employer Agent agrees to incorporate error handling logic into its development or software to accommodate and act in a timely fashion should an error code be returned. Page 14 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1728 of 3580 Company ID Number: Client Company ID Number: 6.The Web Services E-Verify Employer Agent agrees to complete the technical requirements testing which is confirmed upon receiving approval of test data and connectivity between the Web Services E-Verify Employer Agent and DHS. 7.DHS will not reimburse any Web Services E-Verify Employer Agent or software developer who has expended resources in the development or maintenance of a Web Services interface if that party is unable, or becomes unable, to meet any of the requirements set forth in this MOU. 8.Housing, development, infrastructure, maintenance, and testing of the Web Services applications may take place outside the United States and its territories, but testing must be conducted to ensure that the code is correct and secure. 9.If the Web Services E-Verify Employer Agent includes an electronic Form I-9 as part of its interface, then it must comply with the standards for electronic retention of Form I-9 found in 8 CFR 274a.2(e). B. INFORMATION SECURITY REQUIREMENTS Web Services E-Verify Employer Agents performing verification services under this MOU must ensure that information that is shared between the Web Services E-Verify Employer Agent and DHS is appropriately protected comparable to the protection provided when the information is within the DHS environment [OMB Circular A-130 Appendix III]. To achieve this level of information security, the Web Services E-Verify Employer Agent agrees to institute the following procedures: 1.Conduct periodic assessments of risk, including the magnitude of harm that could result from the unauthorized access, use, disclosure, disruption, modification, or destruction of information and information systems that support the operations and assets of the DHS, SSA, and the Web Services E-Verify Employer Agent and its clients; 2.Develop policies and procedures that are based on risk assessments, cost-effectively reduce information security risks to an acceptable level, and ensure that information security is addressed throughout the life cycle of each organizational information system; 3.Implement subordinate plans for providing adequate information security for networks, facilities, information systems, or groups of information systems, as appropriate; 4.Conduct security awareness training to inform the Web Services E-Verify Employer Agent’s personnel (including contractors and other users of information systems that support the operations and assets of the organization) of the information security risks associated with their activities and their responsibilities in complying with organizational policies and procedures designed to reduce these risks; 5.Develop periodic testing and evaluation of the effectiveness of information security policies, procedures, practices, and security controls to be performed with a frequency depending on risk, but no less than once per year; Page 15 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1729 of 3580 Company ID Number: Client Company ID Number: 6.Develop a process for planning, implementing, evaluating, and documenting remedial actions to address any deficiencies in the information security policies, procedures, and practices of the organization; 7.Implement procedures for detecting, reporting, and responding to security incidents; 8.Create plans and procedures to ensure continuity of operations for information systems that support the operations and assets of the organization; 9.In information-sharing environments, the information owner is responsible for establishing the rules for appropriate use and protection of the subject information and retains that responsibility even when the information is shared with or provided to other organizations [NIST SP 800-37]. 10.DHS reserves the right to restrict Web Services calls from certain IP addresses. 11.DHS reserves the right to audit the Web Services E-Verify Employer Agent’s application. 12.Web Services E-Verify Employer Agents and Software Developers agree to cooperate willingly with the DHS assessment of information security and privacy practices used by the company to develop and maintain the software. C. DATA PROTECTION AND PRIVACY REQUIREMENTS 1.Web Services E-Verify Employer Agents must practice proper Internet security; this means using HTTP over SSL/TLS (also known as HTTPS) when accessing DHS information resources such as E-Verify [NIST SP 800-95]. Internet security practices like this are necessary because Simple Object Access Protocol (SOAP), which provides a basic messaging framework on which Web Services can be built, allows messages to be viewed or modified by attackers as messages traverse the Internet and is not independently designed with all the necessary security protocols for E-Verify use. 2.In accordance with DHS standards, the Web Services E-Verify Employer Agent agrees to maintain physical, electronic, and procedural safeguards to appropriately protect the information shared under this MOU against loss, theft, misuse, unauthorized access, and improper disclosure, copying use, modification or deletion. 3.Any data transmission requiring encryption shall comply with the following standards: •Products using FIPS 197 Advanced Encryption Standard (AES) algorithms with at least 256-bit encryption that has been validated under FIPS 140-2. •NSA Type 2 or Type 1 encryption. 4.User ID Management (Set Standard): All information exchanged between the parties under this MOU will be done only through authorized Web Services E-Verify Employer Agent representatives identified above. 5.The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not yet upgraded its interface to comply with the Federal Acquisition Regulation (FAR) system changes. In addition, Web Services E-Verify Employer Agents whose interfaces do not support the Form I-9 from 2/2/2009 or 8/7/2009 should also use the E-Verify browser until the system upgrade is completed. Page 16 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1730 of 3580 Company ID Number: Client Company ID Number: 6.The Web Services E-Verify Employer Agent agrees to use the E-Verify browser instead of its own interface if it has not completed updates to its system within six months from the date DHS notifies the Web Services E-Verify Employer Agent of the system update. The Web Services E-Verify Employer Agent can resume use of its interface once it is up-to-date, unless the Web Services E-Verify Employer Agent has been suspended or terminated from continued use of the system. D. COMMUNICATIONS 1.Web Services E-Verify Employer Agents and Software Developers agree to develop an electronic system that is not subject to any agreement that would restrict access to and use of by an agency of the United States. 2.The Web Services E-Verify Employer Agent agrees to develop effective controls to ensure the integrity, accuracy and reliability of its electronic system. 3.The Web Services E-Verify Employer Agent agrees to develop an inspection and quality assurance program that regularly, at least once per year, evaluates the electronic system, and includes periodic checks of electronically stored information. The Web Services E-Verify Employer Agent agrees to share the results of its regular inspection and quality assurance program with DHS upon request. 4.The Web Services E-Verify Employer Agent agrees to develop an electronic system with the ability to produce legible copies of applicable notices, letters, etc. 5.All information exchanged between the parties under this MOU will be in accordance with applicable laws, regulations, and policies, including but not limited to, information security guidelines of the sending party with respect to any information that is deemed Personally Identifiable Information (PII), including but not limited to the employee or applicant’s Social Security number, alien number, date of birth, or other information that may be used to identify the individual. 6.Suspected and confirmed information security breaches must be reported to DHS according to Article II.A.17. Reporting such breaches does not relieve the Web Services E-Verify Employer Agent from further requirements as directed by state and local law. The Web Services E-Verify Employer Agent is subject to applicable state laws regarding data protection and incident reporting in addition to the requirements herein. E. SOFTWARE DEVELOPER RESTRICTIONS 1.The Web Services E-Verify Employer Agent agrees that if it develops a Web Services interface and sells such interface, then it can be held liable for any misuse by the company that purchases the interface. It is the responsibility of the Web Services E-Verify Employer Agent to ensure that its interface is used in accordance with E-Verify policies and procedures. 2.The Web Services E-Verify Employer Agent agrees to provide software updates to each client who purchases its software. Because of the frequency Web Services updates, an ongoing relationship between the software developer and the client is necessary. Page 17 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1731 of 3580 Company ID Number: Client Company ID Number: 3.DHS reserves the right to terminate the access of any software developer with or without notice who creates or uses an interface that does not comply with E-Verify procedures. 4.Web Services Software Developers pursuing software development independent of serving clients as a Web Services E-Verify Employer Agent are not eligible to receive an ICA. At this time, E-Verify d oes not permit Web Services software development without also being a Web Services E-Verify Employer Agent or Web Services Employer. F. PENALTIES 1.The Web Services E-Verify Employer Agent agrees that any failure on its part to comply with the terms of the MOU may result in account suspension, termination, or other adverse action. 2.DHS is not liable for any financial losses to Web Services E-Verify Employer Agent, its clients, or any other party as a result of your account suspension or termination. ARTICLE VI 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. B. TERMINATION 1.The Web Services E-Verify Employer Agent may terminate this MOU and its participation in E-Verify a t any time upon 30 days prior written notice to the other parties. In addition, any Employer represented by the Web Services E-Verify Employer Agent may voluntarily terminate its MOU upon giving DHS 30 days’ written notice. The Web Services E-Verify Employer Agent may not refuse to terminate the Employer based upon an outstanding bill for verification services. 2.Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Web Services E-Verify Employer Agent’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 Web Services E-Verify Employer Agent or Employer, or a failure on the part of either party 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. Page 18 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1732 of 3580 Company ID Number: Client Company ID Number: 3.A Web Services E-Verify Employer Agent for 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 Web Services E-Verify Employer Agent must provide written notice to DHS. If the Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent agrees that E-Verify is not liable for any losses, financial or otherwise, if the Web Services E-Verify Employer Agent or the Employer is terminated from E-Verify. ARTICLE VII 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 Web Services E-Verify Employer Agent, its agents, officers, or employees. C.The Web Services E-Verify Employer Agent 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 Web Services E-Verify Employer Agent or 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 Web Services E-Verify Employer Agent or the Employer. E.The Web Services E-Verify Employer Agent 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, the Web Services E-Verify Employer Agent and DHS respectively. The Web Services E-Verify Employer Agent understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Web Services E-Verify Employer Agent, as the case may be, 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. Page 19 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1733 of 3580 Company ID Number: Client Company ID Number: G. The foregoing constitutes the full agreement on this subject between DHS, the Employer, and the E-Verify Employer Agent. (Employer) hereby designates and appoint (E-Verify Employer Agent) including its officers and employees, as the E-Verify Employer Agent for the purpose of carrying out (Employer) responsibilities under the MOU between the Employer, the E-Verify Employer Agent, and DHS. If you have any questions, contact E-Verify at 1-888-464-4218. Page 20 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1734 of 3580 Company ID Number: Client Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date E-Verify Employer Agent Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 21 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Sterling Infosystems Inc. USCIS Verification Division 11/17/2022 Lori Hall 11/17/2022Electronically Signed Electronically Signed Kimley-Horn and Associates, Inc. 2023677 11/17/2022 Natalie Bollinger Electronically Signed 375667 Page 1735 of 3580 Company ID Number: Client 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 22 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Kimley-Horn and Associates, Inc. WAKE 2023677 541 5,000 to 9,999 375667 421 Fayetteville Street Suite 600 Raleigh, NC 27601 560885615 1 site(s) Page 1736 of 3580 Company ID Number: Client 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 23 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 NC 1 2023677375667 Page 1737 of 3580 Company ID Number: Client Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 24 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 Email 7036741322 Lori Hall 2023677375667 Name Phone Number Fax lori.hall@kimley-horn.com Page 1738 of 3580 Company ID Number Client Company ID Number: : This list represents the first 20 Program Administrators listed for this company. Page 25 of 25 E-Verify MOU for Employers Using a Web Services E-Verify Employer Agent | Revision Date 06/01/13 2023677375667 Page 1739 of 3580 Page 1740 of 3580 Page 1741 of 3580 Page 1742 of 3580 Page 1743 of 3580 Page 1744 of 3580 Page 1745 of 3580