Loading...
Agenda 06/14/2016 Item #16A17 6/14/2016 16.A.17. EXECUTIVE SUMMARY Recommendation to award Contract 15-6418 for Construction Engineering and Inspection (CEI) and Related Services for "Vanderbilt Drive Bridge Replacements Project" to AECOM Technical Services,Inc.,in the amount of$800,675.45, Project No. 66066.11. OBJECTIVE: To obtain professional Construction Engineering Inspection (CEI) Services for the Vanderbilt Drive Bridge Replacements Project on Vanderbilt Drive(CR901). CONSIDERATIONS: On May 19, 2015, the Collier County Growth Management Department, through its Transportation Engineering Division, issued RFP 15-6418 and requested proposals from professional engineering consulting firms pre-qualified by the Florida Department of Transportation (FDOT) to provide CEI services for this project. One thousand five hundred twenty nine (1,529) notices of the RFP were sent out and fifty-two (52)were downloaded. Two proposals were received on June 19,2015. Because of the complexity of this bridge project, there are a limited amount of firms equipped with the specialized staff required for this work. Staff found no evidence that re-soliciting would garner different results and recommended proceeding with two qualified firms. On October 27, 2015 the Board of County Commissioners (Board) approved the recommended short-list of consultants and directed negotiations with the top ranked firm,AECOM Technical Services,Inc. On March 23, 2016, staff met with AECOM Technical Services, Inc. and negotiated the fees for this engagement. The terms of the agreement provide for $729,068.00 in man-hour costs and $71,607.45 for reimbursable costs,for a total amount not to exceed$800,675.45 subject to the Board's approval. Construction of the project is expected to commence in the summer of 2016 at an anticipated cost of $5,415,914.91. The CEI costs are typically 12%to 15%of the construction cost when outsourced. FISCAL IMPACT: Funding is available in,and is consistent with the FY2016 Capital Budget approved by the Board on September 23, 2015.The source of funding is as follows: Project Number Department Fund Amount Source of Funds 66066 GMD 313 $690,982.91 Gas Taxes 70071.13.1 PUD 412 $51,243.23 Water Capital 73065.10.1 PUD 414 $58,449.31 Wastewater Capital The bridges and all new or replacement features to be installed during execution of the project, such as roadway and stormwater features, will be new. Therefore, minimal to no maintenance costs are expected to be incurred within the first 5 to 7 years of service and will be absorbed into the regular maintenance schedule thereafter. Annual operation costs of water and/or waste water mains replaced during the project will remain the same or decrease. GROWTH MANAGEMENT IMPACT: The project is in accordance with the goals and objectives of the Transportation Element of the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.—SRT Packet Page -263- 6/14/2016 16.A.17. RECOMMENDATION: To award Contract 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacements Project to AECOM Technical Services, Inc. in the amount of$800,675.45 and authorize the Chair to sign the attached contract. Prepared by: Andrew A. Miller, PE, Senior Project Manager, Transportation Engineering Division, Growth Management Department Attachments: 1) Contract 15-6418 2) Final Ranking Sheet 3) 15-6418 Solicitation 4) 15-6418 Solicitation Addenda 5) AECOM Technical Services, Inc. Proposal 2 Packet Page -264- 6/14/2016 16.A.17. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.17. Item Summary: Recommendation to award Contract 15-6418 for Construction Engineering and Inspection (CEI) and Related Services for"Vanderbilt Drive Bridge Replacements Project" to AECOM Technical Services, Inc., in the amount of$800,675.45, Project No. 66066.11 Meeting Date: 6/14/2016 Prepared By Name: MillerAndrew Title: Project Manager, Senior,Transportation Engineering&Construction Management 5/10/2016 10:12:49 AM Approved By Name: AhmadJay Title: Division Director-Transportation Eng,Transportation Engineering&Construction Management Date: 5/11/2016 7:57:52 AM Name: ChmelikTom Title: Division Director-Public Utilities Eng,Public Utilities Engineering Date: 5/11/2016 3:30:35 PM Name: HerreraSandra Title: Manager-Procurement,Procurement Services Date: 5/16/2016 12:27:26 PM Name: PutaansuuGary Title: Project Manager,Principal,Transportation Road Maintenance Date: 5/16/2016 4:09:31 PM Name: LynchDiane Title: Supervisor-Operations,Road Maintenance Date: 5/16/2016 4:48:33 PM Name: LynchDiane Title: Supervisor-Operations,Road Maintenance Packet Page -265- 6/14/2016 16.A.17. Date: 5/16/2016 4:51:21 PM Name: TaylorLisa Title: Management/Budget Analyst, Senior, Capital Construction&Maintenance Budget/Fiscal Date: 5/18/2016 3:54:58 PM Name: ShueGene Title: Division Director-Operations Support, Growth Management Department Date: 5/18/2016 5:44:54 PM Name: KearnsAllison Title: Manager-Financial &Operational Sprt, Capital Construction&Maintenance Budget/Fiscal Date: 5/19/2016 8:53:48 PM Name: JohnsonScott Title: Manager-Procurement,Procurement Services Date: 5/20/2016 2:55:09 PM Name: EvelynColon Title: Procurement Specialist,Procurement Services Date: 5/24/2016 2:23:02 PM Name: MarcellaJeanne Title: Executive Secretary,Transportation Administration Date: 5/25/2016 10:47:24 AM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 5/25/2016 1:20:15 PM Name: KlatzkowJeff Title: County Attorney, Date: 5/26/2016 8:44:42 AM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 6/6/2016 12:00:29 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 6/6/2016 12:23:37 PM Packet Page -266- 6/14/2016 16.A.17. Agreement#15-6418 "Vanderbilt Drive Bridge Replacement" PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is made and entered into this day of , 20_ by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY" or "OWNER") and AECOM Technical Services, Inc., authorized to do business in the State of Florida, whose business address is 4415 Metro Parkway, Suite 404, Fort Myers, Florida 33916 (hereinafter referred to as the "CONSULTANT' and/or"CONTRACTOR"). WITNESSETH: WHEREAS, the OWNER desires to obtain the professional Construction, Engineering and Inspection Services (CEI) of the CONSULTANT concerning Vanderbilt Drive Bridge Replacements (hereinafter referred to as the "Project"), said services being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; and WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -267- 6/14/2016 16.A.17. ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to OWNER professional CEI services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the OWNER for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. 1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to OWNER. 1.5. CONSULTANT designates Crystal Gorman, PE, Senior Project Manager a qualified licensed professional to serve as the CONSULTANT'S project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project 2 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services, Inc. Packet Page -268- 6/14/2016 16.A.17. Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without OWNER'S prior written approval, and if so removed must be immediately replaced with a person acceptable to OWNER. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from Owner to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to OWNER. 1.7. The CONSULTANT represents to the OWNER that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the OWNER'S review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: 3 Agreement#15-6418"Vanderbilt Drive Bridge Replacement' AECOM Technical Services,Inc. �Q+ Packet Page °-269- 6/14/2016 16.A.17. Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 4 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -270- 6/14/2016 16.A.17. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. In the event of any conflicts in these requirements, the CONSULTANT shall notify the OWNER of such conflict and utilize its best professional judgment to advise OWNER regarding resolution of each such conflict. OWNER'S approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. 1.7.1 The County reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to Consultant's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the County reserves the right to make sole determination regarding deductions. After notification of deficiency, if the Consultant fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the Consultant. The County may also deduct or charge the Consultant for services and/or items necessary to correct the deficiencies directly related to the Consultant's non-performance whether or not the County obtained substitute performance. 1.8. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without OWNER'S prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to 5 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc, Packet Page -271- 6/14/2016 16.A.17. comply with the provisions of this paragraph. CONSULTANT shall provide OWNER prompt written notice of any such subpoenas. 1.9 As directed by OWNER, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK(Real-Time Kinematic) GPS Network as provided by OWNER. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge-of-pavement - EOP, etc), and adhere to industry standard CAD specifications. ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT If authorized in writing by OWNER through a Change Order or Amendment to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in OWNER'S Procurement Ordinance and Procedures in effect at the time such services are authorized. These services will be paid for by OWNER as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an Amendment to this Agreement prior to starting such services. OWNER will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver 6 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -272- 6/14/2016 16.A.17. of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If OWNER determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to OWNER of the emergency within forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT'S right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: 2.1. Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. 2.2. Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, OWNER'S schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by OWNER when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT'S control and fault. 2.3 Providing renderings or models for OWNER'S use. 2.4 Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic 7 Agreement#15-6415"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -273- 6/14/2016 16.A.17. evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting OWNER in obtaining such process licensing. 2.5. Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.6. Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by OWNER, other than visits to the Project site or OWNER's office. 2.7 Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.8. Preparing to serve or serving as a CONSULTANT or witness for OWNER in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). 2.9 Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE OWNER'S RESPONSIBILITIES 3.1. The OWNER shall designate in writing a project manager to act as OWNER'S representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define OWNER'S policies and decisions with respect to CONSULTANT'S services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would 8 Agreement#15-6418'Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. • Packet Page -274- 6/14/2016 16.A.17. have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: (a) The scope of services to be provided and performed by the CONSULTANT hereunder; (b) The time the CONSULTANT is obligated to commence and complete all such services; or (c) The amount of compensation the OWNER is obligated or committed to pay the CONSULTANT. 3.2. The Project Manager shall: (a) Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; (b) Provide all criteria and information requested by CONSULTANT as to OWNER's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; (c) Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT'S disposal all available information in the OWNER'S possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; (d) Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and (e) Provide notice to CONSULTANT of any deficiencies or defects discovered by the OWNER with respect to the services to be rendered by CONSULTANT hereunder. 9 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services, Inc. Packet Page -275- 6/14/2016 16.A.17. ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from OWNER for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the OWNER, fires, floods, epidemics, quarantine regulations, strikes or lock-outs, then CONSULTANT shall notify OWNER in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT'S services from any cause whatsoever, including those for which OWNER may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from OWNER. CONSULTANT'S sole remedy against OWNER will be the right to seek an extension of time to its schedule provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT'S compensation 10 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -276- 6/14/2016 16.A.17. shall be equitably adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4 Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the OWNER hereunder, the OWNER at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the OWNER's satisfaction that the CONSULTANT'S performance is or will shortly be back on schedule. 4.5 In no event shall any approval by OWNER authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by OWNER to CONSULTANT be deemed a waiver of any right or claim OWNER may have against CONSULTANT for delay or any other damages hereunder. ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the OWNER for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the Consultant; and, as a business practice there are no hourly or material invoices presented, rather, the Consultant must perform to the satisfaction of the County's project manager before payment for the fixed price contract is authorized. 11 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -277- 6/14/2016 16.A.17. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the Consultant 's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply only to tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1 above. ARTICLE SIX OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by OWNER, CONSULTANT shall deliver to OWNER copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"). OWNER shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to OWNER the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring OWNER to pay any additional compensation, CONSULTANT hereby grants to OWNER a nonexclusive, irrevocable license in all of the Project Documents for OWNER'S use on this Project. CONSULTANT warrants to OWNER that it has full right and authority to grant this license to 12 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -278- 6/14/2016 16.A.17. OWNER. Further, CONSULTANT consents to OWNER'S use of the Project Documents to complete the Project following CONSULTANT'S termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges OWNER may be making Project Documents available for review and information to various third parties and hereby consents to such use by OWNER. ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONSULTANT will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. OWNER, or any duly authorized agents or representatives of OWNER, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONSULTANT shall indemnify and hold harmless OWNER, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. 13 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services, Inc. 4iii)• Packet Page -279- 6/14/2016 16.A.17. ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2 All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3 All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Government, Collier County, Florida, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests provisions. 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against OWNER for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by OWNER applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by OWNER applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 14 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -280- 6/14/2016 16.A.17. 9.4. CONSULTANT, its subconsultants and OWNER shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by OWNER, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5 All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANTS OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT'S own staff, unless otherwise authorized in writing by the OWNER. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the OWNER. No provision of this Agreement shall, however, be construed as constituting an agreement between the OWNER and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the OWNER beyond such as may then otherwise exist without regard to this Agreement. 10.2 Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. CONSULTANT also has identified each subconsultant and subcontractor it intends to utilize on the Project in 15 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc., .a Packet Page -281- 6/14/2016 16.A.17. Schedule F. All personnel, subconsultants and subcontractors identified in Schedule F shall not be removed or replaced without OWNER'S prior written consent. 10.3 CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the OWNER. Each subconsultant or subcontract agreement shall preserve and protect the rights of the OWNER under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the subconsulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub-subconsultants or sub-subcontractors. 10.4 CONSULTANT acknowledges and agrees that OWNER is a third party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between OWNER and any subconsultant or subcontractor. Further, all such contracts shall provide that, at Owner's discretion, they are assignable to OWNER upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT'S acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against OWNER arising out of 16 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. • 1 Packet Page -282- 6/14/2016 16.A.17. this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT'S services nor payment by OWNER shall be deemed to be a waiver of any of OWNER'S rights against CONSULTANT. ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for OWNER to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT'S failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT'S failure to properly and timely perform the services to be provided hereunder or as directed by OWNER, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT'S principals, officers or directors, or (d) CONSULTANT'S failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT'S failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The OWNER may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that OWNER otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against OWNER shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 17 Agreement#15-6418 Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page-283- �. 6/14/2016 16.A.17. 12.3. OWNER shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against OWNER shall be limited to that portion of the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against OWNER, including, but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. 12.4. Upon termination and as directed by Owner, the CONSULTANT shall deliver to the OWNER all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Section 6, that are in CONSULTANT'S possession or under its control. 12.5. The OWNER shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT'S sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6 In the event (i) OWNER fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) OWNER otherwise persistently fails to fulfill some material obligation owed by OWNER to CONSULTANT under this Agreement, and (ii) OWNER has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after 18 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -284- 6/14/2016 16.A.17. giving OWNER a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving written notice to OWNER of CONSULTANT'S intent to terminate this Agreement. If OWNER does not cure its default within fourteen (14) days after receipt of CONSULTANT'S written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the OWNER, terminate the Agreement and recover from the Owner payment for Services performed through the termination date, but in no event shall CONSULTANT be entitled to payment for Services not performed or any other damages from Owner. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 13.2. In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth-In-Negotiation Certificate, attached hereto and incorporated herein as Schedule E, certifying that wage rates and other factual unit costs supporting the compensation for CONSULTANT'S services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The CONSULTANT agrees that the original Agreement price and any additions thereto shall be 19 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services, Inc. Packet Page -285- 6/14/2016 16.A.17. adjusted to exclude any significant sums by which the OWNER determines the Agreement price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. ARTICLE FOURTEEN CONFLICT OF INTEREST 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the OWNER shall be in writing and shall be delivered by hand, by fax, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following OWNER'S address of record: Board of County Commissioners Collier County Florida Procurement Services Division 3327 Tamiami Trail East Naples, FL 34112 Attention: Joanne Markiewicz, Director, Procurement Services Division Telephone: 239-252-8407 Fax: 239-252-6480 20 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -286- 6/14/2016 16.A.17. 16.2. All notices required or made pursuant to this Agreement to be given by the OWNER to the CONSULTANT shall be made in writing and shall be delivered by hand, by fax or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT'S address of record: AECOM Technical Services, Inc. 4415 Metro Parkway, Suite 404 Fort Myers, Florida 33916 Phone: 239-278-7996; Fax: 239-278-0913 Attn: Crystal Gorman, PE, Project Manager 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing OWNER, shall promote the best interests of OWNER and assume towards OWNER a duty of the highest trust, confidence, and fair dealing. 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of OWNER. 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 21 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -287- 6/14/2016 16.A.17. 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7 Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 17.8 This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9 The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE Schedule E TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL, SUBCONSULTANTS AND SUBCONTRACTORS RFP # 15-6418 CEI Services for Vanderbilt Drive, Terms and Conditions Consultant's Proposal 22 Agreement#15-6418"Vanderbilt Drive Bridge Replacement' AECOM Technical Services,Inc. O Packet Page -288- � 6/14/2016 16.A.17. ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1 CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to OWNER the Truth-In-Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT'S compensation shall be adjusted to exclude any sums by which OWNER determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2 By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by OWNER of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may 23 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,In Packet Page -289- 6/14/2016 16.A.17. not submit bids, proposals, or replies 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 s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." ARTICLE TWENTY DISPUTE RESOLUTION 20.1 Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached during negotiations to OWNER for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by OWNER'S staff person who would make the presentation of any settlement reached at mediation to OWNER'S board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2 Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 24 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc Packet Page -290- 6/14/2016 16.A.17. ARTICLE 21 IMMIGRATION LAW COMPLIANCE 21.1 By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 25 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services, Inco Packet Page -291- 6/14/2016 16.A.17. IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement for CEI Services the day and year first written above. ATTEST: BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA, Dwight E. Brock, Clerk By: Date: By: Donna Fiala, Chairman Approved as to Form and Legality: Assistant County Attorney Name AECOM Technical Services, Inc. By: Witness Name and Title Name and Title Witness Name and Title 26 Agreement#15-6418"Vanderbilt Drive Bridge Replacement"45 AECOM Technical Services,Inc. Packet Page -292- 6/14/2016 16.A.17. SCHEDULE A SCOPE OF SERVICES SCOPE OF SERVICES Project Description: The principal intent of this project is to provide CEI and Related Services for the replacement of two existing functionally obsolete bridges (#030177 and #030178), relocation of an existing pedestrian bridge, road resurfacing/reconstruction, utility relocation, intersection reconstruction and multiuse pathway construction on Vanderbilt Drive. County Project Number: 66066.11. 1.0 PURPOSE: This scope of services describes and defines the Construction Engineering and Inspection (CEI) services which are required for contract administration, inspection, and materials sampling and testing for each of the construction project listed below. 2.0 SCOPE: Provide services as defined in this Scope of Services, the referenced Florida Department of Transportation (FDOT) manuals, and procedures. The project for which the services are required is: County Project Number: 66066.11 Descriptions: The principal intent of this project is to provide CEI and Related Services for the replacement of two existing functionally obsolete bridges (#030177 and #030178), relocation of an existing pedestrian bridge, utility relocation, road resurfacing/reconstruction, intersection reconstruction and multiuse pathway construction along Vanderbilt Drive. The Consultant and/or Sub-consultant(s) must be FDOT qualified (Rule Chapter 14-75) to perform the assigned work and/or services required of the project. As a minimum, the Consultant must be qualified to perform the following types of work: • 10.1 — Roadway CEI • 10.3 — Construction Materials Inspection • 10.4 — Minor Bridge and Miscellaneous Structures CEI Exceptions to these minimum types of work qualifications may be considered at the discretion of the County. Any exceptions to these minimum types of work qualifications must be preapproved by the County in writing. D•1 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -293- i 6/14/2016 16.A.17. Exercise independent professional judgment in performing obligations and responsibilities under this Agreement. Pursuant to Section 4.1.4 of the Construction Project Administration Manual (CPAM), the authority of the Consultant's lead person, such as the Senior Project Engineer, and the Consultant's Project Administrator shall be identical to the FDOT's Resident Engineer and Project Administrator respectively and shall be interpreted as such. Services provided by the Consultant shall comply with FDOT manuals, procedures, and memorandums in effect as of the date of execution of the Agreement unless otherwise directed in writing by the County. Such FDOT manuals, procedures, and memorandums are found at the State Construction Office's website. On a single Construction Contract, it is a conflict of interest for a professional firm to receive compensation from both the County and the Contractor either directly or indirectly. Other projects developing within the geographical area of Collier County may be added at the County's discretion. The Consultant must perform to the satisfaction of the County's representatives for consideration of additional CEI services. 3.0 LENGTH OF SERVICE: The services for the Construction Contract shall begin upon written notification to proceed (NTP) by the County. The CEI Services Contract shall begin approximately thirty (30) days prior to written notification to proceed to the Contractor for the Construction Contract and end thirty (30) days after final acceptance of the Construction Contract. The County's Construction Project Manager will track the execution of the Construction Contract such that the Consultant is given timely authorization to begin work. While no personnel shall be assigned until written notification by the County has been issued, the Consultant shall be ready to assign personnel within two weeks of notification. For the duration of the project, coordinate closely with the County and Contractor to minimize rescheduling of Consultant activities due to construction delays or changes in scheduling of Contractor activities. For estimating purposes, the Consultant will be allowed an accumulation of thirty (30) calendar days to perform preliminary administrative services prior to the issuance of the Contractor's notice to proceed on the first project and thirty (30) calendar days to demobilize after final acceptance of the Construction Contract. D-2 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. C Packet Page -294- 6/14/2016 16.A.17. The anticipated letting schedule and construction time for the project is tabulated below: Construction Contract Estimate Financial Start Duration Project ID Date (Days) 66066.11 1st 730 Quarter 2016 4.0 DEFINITIONS: A. Agreement: The Professional Services Agreement between the County and the Consultant setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of services, and the basis of payment. B. Contractor: The individual, firm, or company contracting with the County for performance of work or furnishing of materials. C. Construction Contract: The written agreement between the County and the Contractor setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of labor and materials, and the basis of payment. D. Construction Project Manager: The County employee assigned to manage the Construction Engineering and Inspection Contract and represent the County during the performance of the services covered under this Agreement. E. Construction Training/Qualification Program (CTQP): The FDOT program for training and qualifying technicians in Aggregates, Asphalt, Concrete, Earthwork, and Final Estimates Administration. Program information is available at CTQP website. F. Consultant: The Consulting firm under contract to the County for administration of Construction Engineering and Inspection services. G. Consultant Project Administrator: The employee assigned by the Consultant to be in charge of providing Construction Contract administration services for the Construction Project. H. Consultant Senior Project Engineer: The Engineer assigned by the Consultant to be in charge of providing Construction Contract administration for the Construction Project. This person may supervise other Consultant employees and act as the lead Engineer for the Consultant. D-3 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -295- o® 6/14/2016 16.A.17. I. Transportation Engineering Director: The administrative head of the County's Construction Offices /The Engineer assigned to administer Construction Contracts for the County. J. County Construction Manager: The County employee assigned to administer the Consultant Construction Engineering and Inspection Program in the County. K. County Professional Services Administrator: The Administrative Head of the Pro- fessional Services Office. L. County Manager: The County Administrator of the County. M. Engineer of Record: The Engineer noted on the Construction plans as the responsible person for the design and preparation of the plans. N. Road Maintenance Director: The County employee assigned to administer Maintenance Contracts for the County. O. Community Liaison: The County employee assigned to manage the Public Information Program. P. Resident Compliance Specialist: The employee assigned by the Consultant to oversee project specific compliance functions. Q. Owner: The Board of County Commissioners for Collier County, Florida. A political subdivision of the State of Florida R. County: Collier County, a political subdivision of the State of Florida. 5.0 ITEMS TO BE FURNISHED BY THE COUNTY TO THE CONSULTANT: A. The County, on an as needed basis, will furnish the following Construction Contract documents for each project. These documents may be provided in either paper (as indicated below) or electronic format. 1. Construction Plans, five (5) [11" x 17"] hard copy sets, 2. Specification Package five (5) [8-1/2"x 111 hard copy sets, 3. One (1) hard copy of the Executed Construction Contract, 4. One (1) hard copy of the Utility Agency's Approved Material List (if applicable), and 5. One (1) hard copy of executed Utility Work Schedules (if applicable). B. A list of all standard forms for use under the terms of this Agreement will be provided in one (1) hard copy or electronic format at the Pre-Services meeting. All directives, procedures, and standard forms can be accessed through the County's website. D-4 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -296- G�� 6/14/2016 16.A.17. 6.0 ITEMS FURNISHED BY THE CONSULTANT: 6.1 FOOT Documents: All applicable FDOT documents referenced herein shall be a condition of this Agreement. All FDOT documents, directives, procedures, and standard forms are available through the FDOT's Internet website. Most items can be purchased through the following address. All others can be acquired through the FDOT's District Office or on-line at the FDOT's website. Florida Department of Transportation Maps and Publication Sales 605 Suwannee Street, MS 12 Tallahassee, Florida 32399-0450 Telephone No. (850) 488-9220 htto://www.dot.state.fl.us/construction/ 6.2 Office Automation: Provide all software and hardware necessary to efficiently and effectively carry out the responsibilities under this Agreement. Provide each inspection staff with a laptop computer running software (such as, Site Manager application through Citrix, Primavera/Sidetrack, Claim Digger, etc.) for project scheduling, documentation, and control. Each inspection staff laptop computer must have mobile broadband connection at the jobsite. All computer coding shall be input by Consultant personnel using equipment furnished by them. Ownership and possession of computer equipment and related software, which is provided by the Consultant, shall remain at all times with the Consultant. The Consultant shall retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment should be maintained and operational at all times. Current technical specifications for office automation can be viewed at: http://www.dot.state.fl.us/Construction/DesignBuild/ConsultantCEl/OfficeAutomation.shtm 6.3 Field Office: The County may require a field office for this project. The Consultant shall be reimbursed for allowed expenses associated with this field office. The office must have, at a minimum, the following essential items to support the project: D-5 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -297- 6/14/2016 16.A.17. • Office space within a desired radius (to be approved by the County) of the project for the duration of the project, • Office telephone, and • Copier rental/lease. Consultant shall list this fixed monthly cost as a line item of the cost proposal titled "Field Office Expenses", and shall also be listed as such on invoices submitted to the County for payment. 6.4 Vehicles: Vehicles will be equipped with appropriate safety equipment and must be able to effectively carry out requirements of this Agreement. Vehicles shall have the name and phone number of the consulting firm visibly displayed on both sides of the vehicle. 6.5 Field Equipment: Supply survey, inspection, and testing equipment essential to perform services under this Agreement; such equipment includes non-consumable and non- expendable items. Hard hats shall have the name of the consulting firm visibly displayed. Equipment described herein and expendable materials under this Agreement will remain the property of the Consultant and shall be removed at completion of the work. Handling of nuclear density gauges shall be in compliance with their license. Retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment shall be maintained and in operational condition at all times. 6.6 Licensing for Equipment Operations: Obtain proper licenses for equipment and personnel operating equipment when licenses are required. The license and supporting documents shall be available for verification by the County, upon request. Radioactive Materials License for use of Surface Moisture Density Gauges shall be obtained through the State of Florida Department of Health. 7.0 LIAISON RESPONSIBILITY OF THE CONSULTANT: For the duration of the Agreement, keep the County's Construction Project Manager in Responsible Charge informed of all significant activities, decisions, correspondence, reports, and other communications related to its responsibilities under this Agreement. D-6 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services, Inc. Packet Page-298- �'��• 6/14/2016 16.A.17. Facilitate communications between all parties (i.e. architectural, mechanical, materials, landscaping, local agencies, etc.) ensuring responses and resolutions are provided in a timely manner. Maintain accurate records to document the communication process. Submit all administrative items relating to Invoice Approval, Personnel Approval, User IDs, Time Extensions, and Change Orders to the County's Construction Project Manager for review and approval. 8.0 PERFORMANCE OF THE CONSULTANT: During the term of this Agreement and all Change Orders thereof, the County will review various phases of Consultant operations, such as construction inspection, materials sampling and testing, and administrative activities, to determine compliance with this Agreement. Cooperate and assist County representatives in conducting the reviews. If deficiencies are indicated, remedial action shall be implemented immediately. County recommendations and Consultant responses/actions are to be properly documented by the Consultant. No additional compensation shall be allowed for remedial action taken by the Consultant to correct deficiencies. Remedial actions and required response times may include but are not necessarily limited to the following: A. Further subdivide assigned inspection responsibilities, reassign inspection personnel, or assign additional inspection personnel, within one week of notification. B. Immediately replace personnel whose performance has been determined by the Consultant and/or the County to be inadequate. C. Immediately increase the frequency of monitoring and inspection activities in phases of work that are the Consultant's responsibility. D. Increase the scope and frequency of training of the Consultant personnel. 9.0 REQUIREMENTS OF THE CONSULTANT: 9.1 General: It shall be the responsibility of the Consultant to administer, monitor, and inspect the Construction Contract such that the project is constructed in reasonable conformity with the plans, specifications, and special provisions for the Construction Contract. Observe the Contractor's work to determine the progress and quality of work. Identify discrepancies, report significant discrepancies to the County, and direct the Contractor to correct such observed discrepancies. Consult with the County's Construction Project Manager as necessary and direct all issues, which exceed delegated authority to the County's Construction Project Manager for County action or direction. D-7 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page-299- 6/14/2016 16.A.17. Inform the County's Construction Project Manager of any significant omis- sions, substitutions, defects, and deficiencies noted in the work of the Contractor and the corrective action that has been directed to be performed by the Contractor. For the duration of the project, all Technicians and Inspector provided by the Consultant and/or Sub-Consultant(s) for the project must be CTQP qualified to perform the assigned duties and/or tasks. 9.2 Survey Control: Check or establish the survey control baseline(s) along with sufficient baseline control points and bench marks at appropriate intervals along the project in order to: (1) make and record measurements necessary to calculate and document quantities for pay items, (2) make and record pre-construction and final cross section surveys of the project site in those areas where earthwork (i.e., embankment, excavation, subsoil excavation, etc.) is part of the construction project, and (3) perform incidental engineering surveys. 9.3 On-site Inspection: Monitor the Contractor's on-site construction activities and inspect materials entering into the work in accordance with the plans, specifications, and special provisions for the Construction Contract to determine that the project is constructed in reasonable conformity with such documents. Maintain detailed accurate records of the Contractor's daily operations and of significant events that affect the work. The Consultant will monitor off-site activities and fabrication unless otherwise stipulated by this Agreement. Perform underwater bridge construction inspections of bridges with permanently submerged structural members in compliance with CPAM Section 10.6, Underwater Bridge Construction Inspection. Monitor and inspect Contractor's Work Zone Traffic Control Plan and review modifications to the Work Zone Traffic Control Plan, including Alternate Work Zone Traffic Control Plan, in accordance with the FDOT's procedures. Consultant employees performing such services shall be qualified in accordance with the FDOT's guidelines of Traffic Training (Topic No. 625-010-010-h). 9.4 Sampling and Testing: Perform sampling and testing of component materials and completed work in accordance with the Construction Contract documents. All sampling and testing shall be executed in conjunction with a licensed independent laboratory, hired by the Consultant, that is approved in writing by the County's Construction Project Manager. The minimum sampling frequencies set out in the FDOT's Materials Sampling, Testing and Reporting Guide shall be met. In complying with the aforementioned guide, provide daily surveillance of the Contractor's Quality D-8 Agreement#15-6418"Vanderbilt Drive Bridge Replacement' AECOM Technical Services, Inc. Packet Page -300- 6/14/2016 16.A.17. Control activities and perform the sampling and testing of materials and completed work items for verification and acceptance. The Consultant will perform inspection and sampling of materials and components at locations remote from the project site and perform testing of materials normally done in a laboratory remote from the project site. Determine the acceptability of all materials and completed work items on the basis of either test results or verification of a certification, certified mill analysis, DOT label, DOT stamp, etc. The County will monitor the effectiveness of the Consultant's testing procedures through observation and independent assurance testing. Sampling, testing and laboratory methods shall be as required by the FDOT's Standard Specifications, Supplemental Specifications or as modified by the Special Provisions of the Construction Contract. Documentation reports on sampling and testing performed by the Consultant shall be submitted during the same week that the construction work is done. Transport samples to the appropriate laboratory. The Consultant shall provide daily surveillance of the Contractor's Quality Control activities at the project site in regard to concrete and perform acceptance testing and sampling. 9.5 Engineering Services: While under contract with the County, the Consultant will, coordinate the Construction Contract administration activities of all parties other than the Contractor involved in completing the construction project. Services shall include maintaining the required level of surveillance of Contractor activities, interpreting plans, specifications, and special provisions for the Construction Contract. Maintain complete, accurate records of all activities and events relating to the project and properly document all project changes. The following services shall be performed: (1) Attend a pre-service meeting for the Agreement in accordance with CPAM. Provide appropriate staff to attend and participate in the pre-service meeting. At the pre-service meeting the Consultant shall submit Action Request packages for Personnel Approval for immediate staff needs and a copy/computer file of the final negotiated staffing. The Consultant shall record a complete and concise record of the proceedings of the meeting and distribute copies of these minutes to the participants and other interested parties within seven (7) days of the meeting date. (2) Prepare and submit to the County's Construction Project Manager for county approval, within thirty (30) days after the pre-service meeting, a hard D-9 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page-301- 6/14/2016 16.A.17. • copy of the project specific Consultant Contract administration documents listed below. The Consultant Contract administration documents, which shall be routinely used by the Consultant throughout the project, shall be in the format and content provided by the County Construction Management Department. The CONSULTANT Contract administration documents consist of but are not limited to: a. Action Request Form, b. Contract Status Report, or other approved fund tracking report, c. CEI CONSULTANT Firm Estimated Staffing (completed in accordance with the original CONSULTANT Contract agreement), d. CEI CONSULTANT Fee Proposal, and e. CEI CONSULTANT Data. (3) Schedule and conduct a Pre-construction conference in accordance with Article 8-3.5 of the FDOT Standard Specification for Road and Bridge Construction. The purpose of these meetings is to discuss the required documentation, including as-builts, necessary for permit(s) compliance. Record significant information revealed and decisions made at this conference and distribute copies of these minutes to the appropriate parties. The meeting shall also be electronically recorded and the Consultant shall maintain all tapes of the meeting for the duration of the Contract. (4) Verify that the Contractor is conducting inspections, preparing reports and monitoring all storm water pollution prevention measures associated with the project. For each project that requires the use of the NPDES General Permit, provide at least one inspector who has successfully completed the "Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors". The Consultant's inspector will be familiar with the requirements set forth in the FEDERAL REGISTER, Vol. 57, No. 187, Friday, September 5, 1992, pages 4412 to 4435 "Final NPDES General Permits for Storm Water Discharges from Construction Sites" and the FDOT's guidelines. (5) Analyze the Contractor's schedule(s) (i.e. baseline(s), revised baseline(s), updates, as-built, etc.) for compliance with the contract documents. Elements including, but not limited to, completeness, logic, durations, activity, flow, milestone dates, concurrency, resource allotment, and delays will be reviewed. Verify the schedule conforms with the construction phasing and MOT sequences, including all contract modifications. Provide a written review of the schedule identifying significant omissions, improbable or unreasonable activity durations, errors in logic, and any other concerns as detailed in CPAM. D-10 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical es, Inc. Packet Page -302- 6/14/2016 16.A.17. • (6) Analyze problems that arise on a project and proposals submitted by the Contractor; work to resolve such issues, and process the necessary paperwork. (7) Monitor, inspect and document utility construction for conformance with Utility Agency's Standards and the Utility Agency's Approved Materials List. Facilitate coordination and communication between Utility Agency's representatives, County's staff and Contractors executing the work. Identify potential utility conflicts and assist in the resolution of utility issues including County and Local Government owned facilities. Identify, review, and track progress of Joint Project Agreements, and/or other County and utility agreements if applicable. Address work progress, track reimbursement activities, and address betterment and salvage determination. Prepare all necessary documentation to support reimbursement activities and betterment and salvage determination. (8) Produce reports, verify quantity calculations and field measure for payment purposes as needed to prevent delays in Contractor operations and to facilitate prompt processing of such information in order for the County to make timely payment to the Contractor. (9) Prepare and make presentations for meetings and hearings before the Dispute Review Boards in connection with the project covered by this Agreement. (10) Monitor each Contractor and Subcontractor's compliance with specifications and special provisions of the Construction Contract in regard to payment in accordance with County procedures. (11) The County will provide Public Information Services. (12) Video tape the pre-construction conditions throughout the project limits. Provide a digital photo log or video of project activities, with heavy emphasis on potential claim items/issues and on areas of real/potential public controversy. (13) Provide a digital camera for photographic documentation of pre- construction state and of noteworthy incidents or events during construction. These photographs will be filed and maintained on the Consultant's computer using a Digital Photo Management system. Photographs shall be taken the day prior to the start of construction and continue as needed throughout the project. Photographs shall be taken the days of Conditional, Partial and Final Acceptance. D-11 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -303- 6/14/2016 16.A.17. 9.6 Geotechnical Engineering: The prime Consultant may engage the services of a geotechnical subconsultant to perform some of the services indicated in this section. However, the prime Consultant will be responsible to the County for the satisfactory performance and timeliness of these services. Become familiar with the existing site conditions and the contract documents. Observe and record the progress and quality of foundation work to determine that the foundations are constructed at the correct locations and elevations, identify discrepancies, and direct the Contractor to correct such observed discrepancies. Attend the Preconstruction Conference and/or special geotechnical meeting for the Construction Contract. All services under this section will be performed in accordance to FDOT Specification Section 455. Inspect and verify that the Contractor has performed the foundation work in accordance with applicable FDOT Specification Section 455 and other contract documents. Provide qualified Geotechnical Engineers and CTQP qualified inspectors in Pile Driving inspection, relevant to the foundation type(s) required in the plans. Schedule meetings and facilitate communications between the Contractor and any Specialty Contractors, and the CEI. Observe and verify that all work is performed in accordance with the contract documents. Assure that any specialty work is completed as necessary to accomplish its intent. The following geotechnical engineering services shall be performed: Piles: • Process and review the Pile Installation Plan in accordance with CPAM. • Provide comments regarding the suitability of hammer driving system(s) included in the Pile Installation Plan. • Schedule a pre-pile installation meeting to review and discuss the pile installation procedures. Make sure the Contractor's field superintendent, CEI's pile inspectors, and the County is invited. Prepare and distribute meeting minutes to the attendees. • Inspect and record the test pile driving process in accordance with CPAM. • Inspect the conditions of the piles prior to installation, including any pile splices. • Observe and verify that concrete piles were properly supported during storage and handled with appropriate pick-up details per contract documents. • Inspect the pile driving installation. Complete the FDOT pile driving logs. • Observe the performance of any static or statnamic load tests and review the details are implemented as planned. • Evaluate problems encountered during construction and coordinate with the County and the Contractor to resolve such problems, including possible additional testing and withdrawing the Pile Installation Plan. D-12 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services, Inc. C,qo Packet Page -304- 6/14/2016 16.A.17. 10.0 PERSONNEL: 10.1 General Requirements: Provide qualified personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. Acceptable staffing of personnel to be assigned to this project is outlined herein and in Exhibit "A-A" of the solicitation. Pursuant to Section 4.1.4 of the Construction Project Administration Manual (CPAM), the authority of the Consultant's lead person, such as the Senior Project Engineer, and the Consultant's Project Administrator shall be identical to the FDOT's Resident Engineer and Project Administrator respectively and shall be interpreted as such. FDOT Certification of the Consultant's Project Administrator is a requirement of the contract. 10.2 Personnel Qualifications: Provide competent personnel qualified by experience and education. Submit in writing to the County's Construction Project Manager the names of personnel proposed for assignment to the project, including a detailed resume for each containing at a minimum: salary, education, and experience. The Consultant Action Request form for personnel approval shall be submitted to the County's Construction Project Manager at least two weeks prior to the date an individual is to report to work. Personnel identified in the Consultant technical proposal are to be assigned as proposed and are committed to performing services under this Agreement. Personnel changes will require written approval from the County's Construction Project Manager. Staff that has been removed shall be replaced by the Consultant within one week of County Construction Project Manager's notification. Before the project begins, all project staff shall have a working knowledge of the current CPAM and must possess all the necessary qualifications/certifications for fulfilling the duties of the position they hold. Cross training of the Consultant's project staff is highly recommended to achieve a knowledgeable and versatile project inspection team but shall not be at any additional cost to the County and should occur as workload permits. Visit the training page on the State Construction Office website for training dates. Minimum qualifications for the Consultant personnel are set forth herein and in Exhibit "A-A" of the solicitation. Exceptions to these minimum qualifications may be considered on an individual basis at the discretion of the County. Any exceptions to these minimum qualifications must be preapproved by the County in writing. However, a Project Administrator working under the supervision and direction of a Senior Project Engineer or an Inspector working under the supervision and direction of a Senior Inspector shall have six months from the date of hire to obtain the necessary qualifications/certifications provided all other requirements for such positions are met and the Consultant submits a training plan D-13 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc, rr Packet Page -305- 6/14/2016 16.A.17. detailing when such qualifications/certifications and other training relative to the FDOT's procedures, Specifications and Design Standards will be obtained. The County will have the final approval authority on such exceptions. 10.3 Staffing: Once authorized, the Consultant shall establish and maintain appropriate staffing throughout the duration of construction and completion of the final estimate. Responsible personnel, thoroughly familiar with all aspects of construction and final measurements of the various pay items, shall be available to resolve disputed final pay quantities until the County has received a regular acceptance letter. Construction engineering and inspection forces will be required of the Consultant while the Contractor is working. If Contractor operations are substantially reduced or suspended, the Consultant will reduce its staff appropriately. In the event that the suspension of Contractor operations requires the removal of Consultant forces from the project, the Consultant will be allowed ten (10) days maximum to demobilize, relocate, or terminate such forces. 11.0 QUALITY ASSURANCE (QA) PROGRAM: 11.1 Quality Assurance Plan: Within thirty (30) days after receiving award of an Agreement, furnish a QA Plan to the County's Construction Project Manager. The QA Plan shall detail the procedures, evaluation criteria, and instructions of the Consultant's organization for providing services pursuant to this Agreement. Unless specifically waived, no payment shall be made until the County approves the Consultant QA Plan. Significant changes to the work requirements may require the Consultant to revise the QA Plan. It shall be the responsibility of the Consultant to keep the plan current with the work requirements. The Plan shall include, but not be limited to, the following areas: A. Organization: A description is required of the Consultant QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. The authority, responsibilities and autonomy of the QA organization shall be detailed as well as the names and qualifications of personnel in the quality control organization. B. Quality Assurance Reviews: Detail the methods used to monitor and achieve organization compliance with Agreement requirements for services and products. D-14 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services, Inc. Packet Page -306- 6/14/2016 16.A.17. C. Quality Assurance Records: Outline the types of records which will be generated and maintained during the execution of the QA program. D. Control of Subconsultants and Vendors: Detail the methods used to control subconsultant and vendor quality. E. Quality Assurance Certification: An officer of the Consultant firm shall certify that the inspection and documentation was done in accordance with FDOT specifications, plans, standard indexes, and FDOT procedures. 11.2 Quality Assurance Reviews: Conduct semi-annual Quality Assurance Reviews to ensure compliance with the requirements of the Agreement. Quality Assurance Reviews shall be conducted to evaluate the adequacy of materials, processes, documentation, procedures, training, guidance, and staffing included in the execution of this Agreement. Quality Assurance Reviews shall also be developed and performed to achieve compliance with specific QA provisions contained in this Agreement. The semi- annual reviews shall be submitted to the County's Construction Project Manager in written form no later than one (1) month after the review. On short duration CCEI projects (nine (9) months or less), the CCEI shall perform an initial QA review within the first two (2) months of the start of construction. On asphalt projects, the CCEI shall perform an initial QA review on its asphalt inspection staff after the Contractor has completed ten (10) full work days of mainline asphalt paving operations, or 25% of the asphalt pay item amount (whichever is less) to validate that all sampling, testing, inspection, and documentation are occurring as required of the CCEI staff. 11.3 Quality Records: Maintain adequate records of the quality assurance actions performed by the organization (including subcontractors and vendors) in providing services and products under this Agreement. All records shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective actions taken. All records shall be available to the County, upon request, during the Agreement term. All records shall be kept at the primary job site and shall be subject to audit review. D-15 Agreement#15-6416"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -307- 6/14/2016 16.A.17. 12.0 CERTIFICATION OF FINAL ESTIMATES: 12.1 Final Estimate and As-Built Plans Submittal: Prepare documentation and records in compliance with the Agreement, Statewide Quality Control (QC) Plan, or Consultant's approved QC Plan and the FDOT's Procedures as required by Section 4.1.4 of Review and Administration Manual. Submit the Final Estimate(s) and one (1) set of final Signed and Sealed "as-built" documents (including, as applicable, all Signed and Sealed revisions to the contract documents [including but not limited to, all revised drawings, specifications, calculations, technical special provisions, load ratings, etc.]). The "as-built" documents must represent all of the Contractor's work in accordance with the Review and Administration Manual. Revisions to the Certified Final Estimate will be made at no additional cost to the County. 12.2 Certification: Consultant personnel preparing the Certified Final Estimate Package shall be CTQP Final Estimates Level II. Duly authorized representative of the Consultant firm will provide a notarized certification on a form pursuant to FDOT's procedures. 12.3 Offer of Final Payment: Prepare the Offer of Final Payment package as outlined in Chapter 14 of the Review and Administration Manual. The package shall accompany the Certified Final Estimates Package submitted to the County's Construction Project Manager for review. The Consultant shall be responsible for forwarding the Offer of Final Payment Package to the Contractor. 13.0 AGREEMENT MANAGEMENT: 13.1 General: With each monthly invoice submittal, the Consultant will provide a Status Report for the Agreement. This report will provide an accounting of the additional Agreement calendar days allowed to date, an estimate of the additional calendar days anticipated to be added to the original schedule time, an estimate of the Agreement completion date, and an estimate of the Consultant funds expiration date per the Agreement schedule for the prime Consultant and for each subconsultant. The Consultant will provide a printout from the Equal Opportunity Reporting System showing the previous month's payments made to subconsultants. Invoices not including this required information may be rejected. 13.2 Invoicing Instructions: Monthly invoices shall be submitted to the County in a format approved by the County, no later than the 20th day of the month following the month being invoiced. D-16 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page-308- -C 6/14/2016 16.A.17. If the Consultant cannot submit their monthly invoice on time, the Consultant shall notify the County, prior to the due date the reason for the delay and the planned submittal date. Once submitted, the Consultant shall notify the County's Construction Project Manager via Email of the total delay in calendar days and the reason(s) for the delay(s). 14.0 OTHER SERVICES: Upon written authorization by the County's Construction Project Manager, the Consultant will perform additional services in connection with the project not otherwise identified in this Agreement. The following items are not included as part of this Agreement, but may be required by the County to supplement the Consultant services under this Agreement. A. Assist in the timely preparation of all claims and necessary rebuttals with the organization of any and all supporting documentation as needed or required by the County pursuant to the Collier County Alternative Dispute Resolution Procedures. B. Provide qualified engineering witnesses and exhibits for any litigation or hearings in connection with the Contract. C. Assist the County Attorney or his designee as directed in the preparation for Binding Arbitration and Pre-Suit Mediation. D. Provide on- and off-site inspection services in addition to those provided for in this Agreement. 15.0 POST CONSTRUCTION CLAIMS REVIEW: In the event the Consultant for the project submits a claim for additional compensation and/or time after the Consultant has completed this Agreement, the Consultant shall, at the written request from the County, analyze the claim, prepare a recommendation to the County's Construction Project Manager covering validity and reasonableness of charges, and/or assist in negotiations leading to settlement of the claim. Compensation will be separately reimbursed by a Supplement to this Agreement 16.0 COUNTY AUTHORITY The County shall be the final authority in considering modifications to the Construction Contract for time, money or any other consideration except matters agreed to by the Contractor through contract changes negotiated by the Consultant, as authorized in Section 9.1 herein. D-17 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services, Inc. Packet Page -309- 6/14/2016 16.A.17. SCHEDULE B BASIS OF COMPENSATION TIME AND MATERIAL 1. MONTHLY STATUS REPORTS B.1.1 As a condition precedent to payment, CONSULTANT shall submit to OWNER as part of its monthly invoice, a progress report reflecting the Project design and construction status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any then-authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, OWNER agrees to make monthly payments to CONSULTANT based upon CONSULTANT'S Direct Labor Costs and Reimbursable Expenses in accordance with the terms stated below. Provided, however, in no event shall such compensation exceed the amounts set forth in the table below. TASK Description NOT TO EXCEED AMOUNT: A.1 Preconstruction Activities $15,599 A.2 Construction Engineering and Inspection Activities $654,542 A.3 Construction Engineering and Inspections OT $37,328 A.4 Post Construction Activities $21,599 B Not-to-Exceed Fee for Reimbursable Expenses $71,607.45 TOTAL FEE $800,675.45 B.2.2. Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT'S personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment Ito this Schedule B. B.2.3. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by OWNER, regarding CONSULTANT'S Direct Labor Costs incurred at the time of billing, to be reviewed and approved by OWNER. B.2.4 For Additional Services provided pursuant to Article 2 of the Agreement, OWNER agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the D-1 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page-310- 6/14/2016 16.A.17. provisions of Section 3.5.1 below. There shall be no overtime pay on Basic Services or Additional Services without OWNER'S prior written approval. B.2.5. The compensation provided for under Sections 2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6 Notwithstanding anything in this Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by OWNER, pending resolution of the dispute provided that OWNER continues to pay to CONSULTANT all amounts that OWNER does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS: B.3.1. CONSULTANT shall submit, with each of the monthly status reports provided for under Section 1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees and Reimbursable Expenses earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by Owner. Additionally, the number of the purchase order granting approval for such services shall appear on all invoices. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on CONSULTANT'S letterhead and must include the Purchase Order Number and the Project name and shall not be submitted more than one time monthly. B.3.3 Notwithstanding anything herein to the contrary, in no event may CONSULTANT'S monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed task limits set forth in the table in Section 2.1 by the percentage Owner has determined CONSULTANT has completed such task as of that particular monthly billing. B.3.4 Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. D-2 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page-311- 6/14/2016 16.A.17. B.3.5 Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for Additional Services, CONSULTANT shall be limited to a maximum markup of 5% on the fees and expenses associated with such subconsultants and subcontractors. B.3.5.1 Reimbursable Expenses associated with Additional Services must comply with section 112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.5.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.5.1.2.Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by OWNER. Such expenses, if approved by OWNER, may include coach airfare, standard accommodations and meals, all in accordance with section 112.061, F.S. Further, such expenses, if approved by OWNER, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.5.1.3. Permit Fees required by the Project. B.3.5.1.4 Expense of overtime work requiring higher than regular rates approved. in advance and in writing by OWNER. B.3.5.1.5 Expense of models for the County's use. B.3.5.1.6 Other items on request and approved in writing by the OWNER. B.3.5.1.7 To the extent that the County requires the Consultant to maintain a field office as provided in Schedule A, Section 6.3 of the Contract, the allowable expense, subject to the County's approval of the field office, is limited to the actual cost of rent, without any mark-up. D-3 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -312- . - - - 6/14/2016 16.A.17. Attachment 1 SCHEDULE B CONSULTANT'S AND SUBCONSULTANT(S) HOURLY RATE SCHEDULE Title Standard Hourly Rate Principal $195 Senior Project Manager $170 Project Manager $150 Senior Engineer $165 Engineer $129 Senior Inspector $95 Inspector $75 Clerical/Administrative Assistant $65 The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be all inclusive. Additional hourly rates for other personnel may be added upon mutual agreement in advance and in writing by the Project Manager and the Consultant. Subconsultant fees are included in the Schedule B, Section B.2.1. Invoices for subconsultant services which have been provided on a Time and Materials basis shall include a reference to the appropriate phase at the time the invoice is submitted, along with the appropriate associated hourly rate. D-4 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Packet Page -313- ®� 6/14/2016 16.A.17. SCHEDULE C PROJECT MILESTONE SCHEDULE Cumulative Number of Calendar Days For Completion Items Description from Date of Notice to Proceed for Services under this Agreement A.1 Preconstruction Activities 30 days A.2 Construction Engineering and Inspection 540 days Activities A.3 Construction Engineering and Inspection 0 days Activates OT A.4 Post Construction Activities 30 days D-1 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services, Inc. 7 d6 "�) Packet Page-314- 6/14/2016 16.A.17. SCHEDULE D INSURANCE COVERAGE (1) The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT'S sole responsibility. (2) The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. (3) Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the OWNER or as specified in this Agreement, whichever is longer. (4) Certificates of insurance (3 copies) acceptable to the OWNER shall be filed with the OWNER within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance polices required shall be provided to OWNER, on a timely basis, if requested by OWNER. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the OWNER. CONSULTANT shall also notify OWNER, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein D-1 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. Cit Packet Page -315- 6/14/2016 16.A.17. shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. (5) All insurance coverages of the CONSULTANT shall be primary to any insurance or self insurance program carried by the OWNER applicable to this Project. (6) The acceptance by OWNER of any Certificate of Insurance does not constitute approval or agreement by the OWNER that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. (7) CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the OWNER. (8) Should at any time the CONSULTANT not maintain the insurance coverages required herein, the OWNER may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse OWNER for such costs within thirty (30) days after demand, OWNER has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between OWNER and CONSULTANT. The OWNER shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the OWNER to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. D-2 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc. o�_ Packet Page -316- 6/14/2016 16.A.17. (9) If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the OWNER, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the OWNER with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and OWNER may terminate the Agreement for cause. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY Required by this Agreement? _X Yes No (1) Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability (check one, if applicable) $500,000 Each Accident X $500,000 Disease Aggregate $500,000 Disease Each Employee $1,000,000 Each Accident $1,000,000 Disease Aggregate $1,000,000 Disease Each Employee (2) The insurance company shall waive all claims rights against the OWNER and the policy shall be so endorsed. D-3 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services, Inc. ! . Packet Page -317- 6/14/2016 16.A.17. (3) United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. Applicable X_ Not Applicable (4) Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Applicable __X_ Not Applicable COMMERCIAL GENERAL LIABILITY Required by this Agreement? X_Yes No (1) Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the OWNER of the work under this Agreement. Limits of Liability shall not be less than the following: Single Limit per Occurrence $300,000 Products/Completed Operations Aggregate $300,000 Aggregate $300,000 Single Limit per Occurrence $500,000 Products/Completed Operations Aggregate $500,000 Aggregate $500,000 _X_ Single Limit per Occurrence $1,000,000 Products/Completed Operations Aggregate $2,000,000 Aggregate $2,000,000 D-4 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc.�a Packet Page -318- 6/14/2016 16.A.17. (2) The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self-insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self-insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. (3) The OWNER, Collier County Government, shall be named as an Additional Insured and the policy shall be endorsed that such coverage shall be primary to any similar coverage carried by the OWNER. (4) Watercraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in subparagraph (1) above if applicable to the completion of the Services under this Agreement. Applicable _XNot Applicable (5) Aircraft Liability coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. Applicable X Not Applicable AUTOMOBILE LIABILITY INSURANCE Required by this Agreement? _,X_Yes No D-5 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Ince Packet Page -319- 6/14/2016 16.A.17. (1) Automobile Liability Insurance shall be maintained by the CONSULTANT for the ownership, maintenance or use of any owned, non-owned or hired vehicle with limits of not less than: Bodily Injury & Property Damage - $ 500,000 X Bodily Injury & Property Damage - $1,000,000 UMBRELLA LIABILITY (1) Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General Liability, and Automobile Liability coverages required herein and shall include all coverages on a "following form" basis. (2) The policy shall contain wording to the effect that, in the event of the exhaustion of any underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary insurance. PROFESSIONAL LIABILITY INSURANCE Required by this Agreement? X Yes No (1) Professional Liability Insurance shall be maintained by the CONSULTANT to insure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recover against OWNER as to any claims under this insurance. Such insurance shall have limits of not less than: $ 500,000 each claim and in the aggregate _X $1,000,000 each claim and in the aggregate D-6 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services, Inc. Packet Page -320- 6/14/2016 16.A.17. $2,000,000 each claim and in the aggregate $5,000,000 each claim and in the aggregate (2) Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the OWNER. (3) The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the OWNER. (4) The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or OWNER, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Insurance providing for an unqualified written notice to OWNER of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify OWNER by certified mail, within twenty- four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by OWNER. VALUABLE PAPERS INSURANCE (1) In the sole discretion of the County, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. D-7 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services, Inc. Packet Page -321- 6/14/2016 16.A.17. PROJECT PROFESSIONAL LIABILITY (1) If OWNER notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with OWNER and OWNER'S insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT'S professional liability policy. If no credit is available from CONSULTANT'S current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to OWNER. Should no credit accrue to OWNER, OWNER and CONSULTANT, agree to negotiate in good faith a credit on behalf of OWNER for the provision of project-specific professional liability insurance policy in consideration for a reduction in CONSULTANT'S self-insured retention and the risk of uninsured or underinsured consultants. (2) CONSULTANT agrees to provide the following information when requested by OWNER or OWNER'S Project Manager: a. The date the professional liability insurance renews. b. Current policy limits. c. Current deductibles/self-insured retention. d. Current underwriter. e. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. f. Cost of professional insurance as a percent of revenue. g. Affirmation that the design firm will complete a timely project errors and omissions application. (3) If OWNER elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and OWNER will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. END OF SCHEDULE D D-8 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc cila Packet Page -322- 6/14/2016 16.A.17. SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, AECOM Technical Services, Inc. hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning CEI Services for Vanderbilt Drive Bridge Replacement Project, are accurate, complete and current as of the time of contracting. AECOM Technical Services, Inc. BY: TITLE: DATE: E-1 Agreement#15-6418"Vanderbilt Drive Bridge Replacement" AECOM Technical Services,Inc a) Packet Page -323- 6/14/2016 16.A.17. SCHEDULE F KEY PERSONNEL, SUBCONSULTANTS AND SUBCONTRACTORS Name Personnel Category % of time Crystal Gorman Senior Project Manager 5% Steve Nappi Engineer 60% Julio Castro Senior inspector 100% Joe Monahan Inspector 40% Michele Rastelli Clerical/Administrative 20% AECOM Survey Services 2%* FGE (Sub) Geotechnical Services 1%* Bolt Underwater (Sub) Underwater Inspection 0.5%* Ardaman (Sub) Materials Lab Testing 1%* *Utilized on an as needed basis in their respective areas of expertise. F-1 Agreement#15-6418"Vanderbilt Drive Bridge Replaceme AECOM Technical Services,I Packet Page -324- �,% 6/14/2016 16.A.17. 0 0 0 0 0 0 0 Y , N R ii 'r :d N 00 r r L d d � r N M O C Z' U Y C C N M R tlo E > mia m C v N 46 a) 1 al •O r N M L N 0. c' o c� D.v = roa m d V N Cr) cood7 Q N C CD 0 7 11:0G. i ti. r M N m N _ O N > U Cili''''7- o cuN 2 :c,c1_, U N > CD E L C cn cn ca T C.L NLQL (13 c )y 0)V CCd Z �b ai.F-� TW 0 FVU =QE ce -a Q) a Li -325- t4p c° U Q Packet Page 6/14/2016 16.A.17. REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. Co ler County Administrative Services Division Procurement Services COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacements Project Evelyn Colon, Procurement Strategist (239) 252-2667(Telephone) (239) 252-2810 (Fax) evelyncolon@colliergov.net(Email) This proposal solicitation document is prepared in a Microsoft Word format. 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. • it) Procurement Services Oepattmert•3327 Tatman Trac East•Naples.Ftaride 34112-401•ams ea3 iergay.netfpurchas,ng Packet Page -326- 6/14/2016 16.A.17. Table of Contents LEGAL NOTICE 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS 9 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 13 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP 17 ATTACHMENT 1: CONSULTANT'S NON-RESPONSE STATEMENT 24 ATTACHMENT 2: CONSULTANT CHECK LIST 25 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT 27 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT 28 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION 30 ATTACHMENT 6: CONSULTANT SUBSTITUTE W—9 31 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS 32 ATTACHMENT 8: REFERENCE QUESTIONNAIRE 34 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 2 Packet Page-327- 6/14/2016 16.A.17. Co ler County Administrative Services Division Procurement Services Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide CEI Services for the Vanderbilt Drive Bridge Replacements Project will be received until 3:00 PM, Naples local time, on May 13, 2015 @ 3:00PM at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project Services to be provided may include, but not be limited to the following: Construction Engineering and Inspection Services, including but not limited to, contract administration, inspection, and materials sampling and testing. ® A pre-proposal conference is not applicable for this solicitation. All statements should be made upon the official proposal form which must be obtained only on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Joanne Markiewicz Director, Procurement Services This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Purchasing Building "G", Collier County Government Center on May 19, 2015. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 3 Packet Page -328- 6/14/2016 16.A.17. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Growth Management Department (hereinafter, the "Department"), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP")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. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. Brief Description of Purchase This scope of work describes and defines the Construction Engineering and Inspection (CEI) services which are required for contract administration, inspection, and materials sampling and testing for the construction project listed herein. The County's budget for the CEI Services for the Vanderbilt Drive Bridge Replacements Project is approximately $460,000. Background The principal intent of this project is to select a consulting firm to provide CEI and Related Services for a Collier County Transportation Project. The top Consultant as ranked by the County's Selection Committee will be assigned the project indicated herein at the discretion of the committee. The assigned Consultant will be responsible for executing all of the requirements of the Contract and the attached Scope of Services relative to the project they are assigned by the committee. The Vanderbilt Drive Bridge Replacement Project includes but is not limited to replacement of two obsolete bridges, road resurfacing/reconstruction, utility relocation, intersection reconstruction and multiuse pathway construction. Detailed Scope of Work See Exhibit "A" for a detailed Scope of Work Term of Contract This contract is intended to run for the duration of the construction project and conclude once the "as-built" documents are accepted by the County and the final pay application is processed. See Exhibit "A", paragraph 12.0, for"CERTIFICATION OF FINAL ESTIMATES". Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 4 Packet Page -329- 6/14/2016 16.A.17. Event Date Issue Solicitation Notice May 19, 2015 Last Date for Receipt of Written Questions June 8, 2015 @ 3:00PM Addendum Issued June 12, 2015 Solicitation Deadline Date and Time June 19, 2015 @ 3:00PM Anticipated Evaluation of Submittals June 2015 Anticipated Completion of Contract Negotiations September 2015 Anticipated Board of County Commissioner's Contract Approval Date October 2015 Response Format The Consultant understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Consultant further agrees that if the contract is awarded the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non-responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Consultant's approach and ability to meet the County's needs, as stated in the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below are to be submitted with each proposal and submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Consultant to include all listed items may result in the rejection of its proposal. Proposals will be assessed —1 point for each additional page over the limit described for each section below. Tab I: Consultant Approach and Understanding of the Vanderbilt Drive Bridge Replacements Project(25 Points, 5 page maximum) In this tab, include: Provide a narrative portraying the Consultants understanding of the project and what approach will be used to manage the project during construction. Identify and describe the key features of the project that are crucial to successful completion of construction. Explain what the potential risks are and what the Consultant's team will do manage these risks during construction. The narrative should focus on the specific aspects of the Vanderbilt Drive Bridge Replacements Project. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 5 Packet Page-330- 6/14/2016 16.A.17. Tab II: Qualifications/Certifications, Experience and Performance of the Assigned Team and Staff(25 Points, 4 page maximum) In this tab, include: Provide a brief narrative and/or chart(s) demonstrating the qualifications and certifications of the assigned team and staff that are relative to successful completion of the project herein. Experience and successful performance of the assigned team and staff on projects similar to those indicated herein is preferred. (Resumes and Certifications of the assigned team/staff must be provided under this tab, but do not count against the page maximum for this tab). See Exhibit "A", Exhibit "A" (Section 10.0) and Exhibit "A-A"for personnel qualification and certification requirements. Please note: FDOT Certification of the Consultant's Project Administrator is a requirement of the contract. Project Administrator experience in bridqes is preferred. Tab III: Assigned Staff Availability and Experience Summary (20 Points, 4 page maximum) In this tab, include: Under this tab, the Consultant must demonstrate the availability of the assigned staff to successfully perform the duties required of the scope of services defined herein. As a minimum include a table(s) of the assigned staff including: i. Name and title, ii. Job assignment for other projects, iii. Percentage of time to be assigned full time to this project, iv. How many years with this firm, v. How many years with other firms, vi. Experience—Types of projects, size of projects (dollar value and SF of project), describe specifics of project involvement, vii. Extreme environment and/or coastal bridge experience, viii. Education, ix. FDOT Certifications, and x. Active registration (P.E., etc.) Tab IV: Experience and Performance of the Consultant (20 Points, 5 page maximum) In this tab, include: Provide information that demonstrates your firm's qualification to successfully execute the scope of services defined herein to include abilities, capacity, skill and financial strength. As a minimum the Consultants shall: i. Identify the number of staff presently employed by the firm within the State of Florida. ii. List, describe and demonstrate successful performance during the last five (5) [completed or active] CEI and related services projects performed by the Consultant that included Rule Chapter 14-75 types of work: a. 10.1 — Roadway CEI, 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 6 Packet Page -331- 6/14/2016 16.A.17. b. 10.3—Construction Materials Inspection, and c. 10.4— Minor Bridge and Miscellaneous Structures CEI. If the Consultant is unable to list five (5) projects that include all three (3)types of work indicated, projects with alternate combinations of work types may be submitted, however all submitted projects must include "10.4— Minor Bridge and Miscellaneous Structures CEI" as a minimum. Tab V: References (5 Points, 5 page maximum) Submit fully completed References with the firm's proposal — not to exceed five (5) references from individuals who have had similar work to the County's scope of services outlined herein. In order for the firm to be awarded any points for this tab, the County requests that the firm submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the vendor in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: i. The County shall total each of the firm's reference scores and create a ranking from highest number of points to lowest number of points. ii. The highest number of points, five (5), will be awarded to the vendor who has the highest reference score. iii. The firm's reference score will be divided by the highest vendor's reference score which will then be multiplied by five (5) points to determine the vendor's Points Awarded. Each subsequent firm's reference score will be calculated in the same manner. iv. Points awarded will be extended to the first decimal point (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Consultant Total Consultant Name Points Awarded Reference Score Consultant ABC 445 5 Consultant DEF 435 4.8 Consultant GNI 425 4.7 Consultant JKL 385 4.3 Consultant MNO 385 4.3 Consultant PQR 250 2.8 The points awarded by Consultant will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the Consultant's proposal to ensure consistency and completion of all tasks in 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 7 Packet Page -332- 6/14/2016 16.A.17. the RFP, and review the Points Awarded per Consultant. The Selection Committee may, at their sole discretion, contact references, and/or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. Tab VI: Office Location and Responsiveness (5 Points, 1 page maximum) Provide information that document's your firm's project office location and ability to produce the required deliverables. Firms with offices in Collier County or Lee County are preferred. Firms with the assigned Project Administrator and Project Engineer based in Collier County or Lee County are preferred. Tab VII: Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Consultant may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. Tab VIII: Required Form Submittals • Attachment 2: Consultant Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Consultant Declaration Form' • Attachment 5: Immigration Affidavit and company's E-Verify profile page and memorandum of understanding • Attachment 6: Consultant Substitute W9 • Attachment 7: Insurance Requirements • Attachment 8: Reference Questionnaire • Other: FDOT Certifications 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 8 Packet Page-333- 6/14/2016 16.A.17. Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid. Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP with all prospective Consultants having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an addendum. All prospective Consultants are strongly encouraged to attend, as, this will usually be the only pre-proposal conference for this solicitation. If this pre-proposal conference is denoted as "mandatory", prospective Consultants must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Consultant in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 9 Packet Page -334- 6/14/2016 16.A.17. All proposals are to be delivered before 3:00PM, Naples local time, on or before May 13, 2015 @ 3:00PM to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist The County does not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and/or time indicated, or to an incorrect address by Consultant's personnel or by the Consultant's outside carrier. However, the Procurement Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Consultants must submit one (1) paper copy clearly labeled "Master," and Five (5) compact disks (CD's) with one copy of the proposal on each CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Consultant makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three (3)firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 10 Packet Page -335- 6/14/2016 16.A.17. The County's procedure for selecting is as follows: 1. The County Manager or designee shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist will review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. 4. Meetings will be open to the public and the Procurement Strategist will publicly post prior notice of such meeting in the lobby of the Purchasing Building. 5. The committee members will review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice will be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist will also post prior notice of all subsequent committee meetings and will endeavor to post such notices at least one (1) day in advance of all subsequent meetings. 7. Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request interviews or oral presentations. 8. The Selection Committee, as approved by the County Manager or designee, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members will score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. Consultant(s) shall have an opportunity to discuss their qualifications, approach to the project and ability to furnish services for the scope of work outlined in this solicitation during the publicly announced Selection Committee Meeting prior to the final ranking. This discussion does not preclude the County from having additional presentations by ranked firms at the County's sole discretion. 9. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. 10. Negotiations shall begin with the top-ranked firm(s) in accordance with Florida Statute 287.055. 11. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Consultant nor obligates the County in any manner. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 11 Packet Page -336- 6/14/2016 16.A.17. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances may not be considered. 10. References The County reserves the right to contact any and all references submitted as a result of this solicitation. 11. Proposal Selection Committee and Evaluation Factors The County Manager or designee will appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tab I, Consultant Approach and Understanding of the Vanderbilt Drive Bridge 25 Points Replacements Project Tab II, Qualifications/Certifications, Experience and Performance of the 25 Points Assigned Team and Staff Tab III, Assigned Staff Availability and Experience Summary 20 Points Tab IV, Experience and Performance of the Consultant 20 Points Tab V, References 5 Points Tab VI, Office Location and Responsiveness 5 Points TOTAL 100 Points Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the Consultant (as obtained from the County's financial system)within the last five (5) years will receive the higher individual ranking. This information will be based on information provided by the Consultant, subject to verification at the County's option. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and Collier County. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Consultant, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Consultant or to re-advertise using the same or revised documentation, at its sole discretion. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 12 Packet Page-337- 6/14/2016 16.A.17. Exhibit Ill: Collier County Purchase Order Terms and Conditions 1. Offer regulations. Risk of loss of any goods This offer is subject to cancellation by the sold hereunder shall transfer to the COUNTY without notice if not accepted by COUNTY at the time and place of VENDOR within fourteen (14) days of delivery; provided that risk of loss prior issuance. to actual receipt of the goods by the COUNTY nonetheless remain with 2. Acceptance and Confirmation VENDOR. This Purchase Order (including all b) No charges will be paid by the COUNTY documents attached to or referenced for packing, crating or cartage unless therein) constitutes the entire agreement otherwise specifically stated in this between the parties, unless otherwise Purchase Order. Unless otherwise specifically noted by the COUNTY on the provided in Purchase Order, no invoices face of this Purchase Order. Each delivery shall be issued nor payments made of goods and/or services received by the prior to delivery. Unless freight and COUNTY from VENDOR shall be deemed to other charges are itemized, any be upon the terms and conditions contained discount will be taken on the full amount in this Purchase Order. of invoice. c) All shipments of goods scheduled on the No additional terms may be added and same day via the same route must be Purchase Order may not be changed except consolidated. Each shipping container by written instrument executed by the must be consecutively numbered and COUNTY. VENDOR is deemed to be on marked to show this Purchase Order notice that the COUNTY objects to any number. The container and Purchase additional or different terms and conditions Order numbers must be indicated on bill contained in any acknowledgment, invoice of lading. Packing slips must show or other communication from VENDOR, Purchase Order number and must be notwithstanding the COUNTY'S acceptance included on each package of less than or payment for any delivery of goods and/or container load (LCL) shipments and/or services, or any similar act by VENDOR. with each car load of equipment. The COUNTY reserves the right to refuse or 3. Inspection return any shipment or equipment at All goods and/or services delivered VENDOR'S expense that is not marked hereunder shall be received subject to the with Purchase Order numbers. COUNTY'S inspection and approval and VENDOR agrees to declare to the payment therefore shall not constitute carrier the value of any shipment made acceptance. All payments are subject to under this Purchase Order and the full adjustment for shortage or rejection. All invoice value of such shipment. defective or nonconforming goods will be d) All invoices must contain the Purchase returned pursuant to VENDOR'S instruction Order number and any other specific at VENDOR'S expense. information as identified on the Purchase Order. Discounts of prompt To the extent that a purchase order requires payment will be computed from the date a series of performances by VENDOR, the of receipt of goods or from date of COUNTY prospectively reserves the right to receipt of invoices, whichever is later. cancel the entire remainder of the Purchase Payment will be made upon receipt of a Order if goods and/or services provided proper invoice and in compliance with early in the term of the Purchase Order are Chapter 218, Fla. Stats., otherwise non-conforming or otherwise rejected by the known as the "Local Government COUNTY. Prompt Payment Act," and, pursuant to 4. Shipping and Invoices the Board of County Commissioners a) All goods are FOB destination and must Purchasing Policy. be suitably packed and prepared to secure the lowest transportation rates 5. Time Is Of the Essence and to comply with all carrier 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 13 Packet Page-338- 6/14/2016 16.A.17. Time for delivery of goods or performance of the Occupational Health and Safety Act, the services under this Purchase Order is of the Federal Transportation Act and the Fair essence. Failure of VENDOR to meet Labor Standards Act, as well as any law or delivery schedules or deliver within a regulation noted on the face of the Purchase reasonable time, as interpreted by the Order. COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available 9. Advertising to it at law or in equity. VENDOR agrees to No VENDOR providing goods and services reimburse the COUNTY for any expenses to the COUNTY shall advertise the fact that incurred in enforcing its rights. VENDOR it has contracted with the COUNTY for further agrees that undiscovered delivery of goods and/or services, or appropriate or nonconforming goods and/or services is not make use of the COUNTY'S name or other a waiver of the COUNTY'S right to insist identifying marks or property without the upon further compliance with all prior written consent of the COUNTY'S specifications. Purchasing Department. 6. Changes 10. Indemnification The COUNTY may at any time and by VENDOR shall indemnify and hold harmless written notice make changes to drawings the COUNTY from any and all claims, and specifications, shipping instructions, including claims of negligence, costs and quantities and delivery schedules within the expenses, including but not limited to general scope of this Purchase Order. attorneys' fees, arising from, caused by or Should any such change increase or related to the injury or death of any person decrease the cost of, or the time required for (including but not limited to employees and performance of the Purchase Order, an agents of VENDOR in the performance of equitable adjustment in the price and/or their duties or otherwise), or damage to delivery schedule will be negotiated by the property (including property of the COUNTY COUNTY and VENDOR. Notwithstanding or other persons), which arise out of or are the foregoing, VENDOR has an affirmative incident to the goods and/or services to be obligation to give notice if the changes will provided hereunder. decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) 11. Warranty of Non-Infringement days from the date the change is ordered or VENDOR represents and warrants that all within such additional period of time as may goods sold or services performed under this be agreed upon by the parties. Purchase Order are: a) in compliance with applicable laws; b) do not infringe any 7. Warranties patent, trademark, copyright or trade secret; VENDOR expressly warrants that the goods and c)do not constitute unfair competition. and/or services covered by this Purchase Order will conform to the specifications, VENDOR shall indemnify and hold harmless drawings, samples or other descriptions the COUNTY from and against any and all furnished or specified by the COUNTY, and claims, including claims of negligence, costs will be of satisfactory material and quality and expense, including but not limited to production, free from defects and sufficient attorneys' fees, which arise from any claim, for the purpose intended. Goods shall be suit or proceeding alleging that the delivered free from any security interest or COUNTY'S use of the goods and/or other lien, encumbrance or claim of any third services provided under this Purchase Order party. These warranties shall survive are inconsistent with VENDOR'S inspection, acceptance, passage of title and representations and warranties in section 11 payment by the COUNTY. (a). 8. Statutory Conformity If any claim which arises from VENDOR'S Goods and services provided pursuant to breach of section 11 (a) has occurred, or is this Purchase Order, and their production likely to occur, VENDOR may, at the and transportation shall conform to all COUNTY'S option, procure for the COUNTY applicable laws, including but not limited to the right to continue using the goods or 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 14 Packet Page -339- 6/14/2016 16.A.17. services, or replace or modify the goods or this Purchase Order, VENDOR shall services so that they become non-infringing, immediately give notice thereof, including all (without any material degradation in relevant information with respects to what performance, quality, functionality or steps VENDOR is taking to complete additional cost to the COUNTY). delivery of the goods and/or services to the COUNTY. 12. Insurance Requirements The VENDOR, at its sole expense, shall 15. Assignment provide commercial insurance of such type VENDOR may not assign this Purchase and with such terms and limits as may be Order, nor any money due or to become due reasonably associated with the Purchase without the prior written consent of the Order. Providing and maintaining adequate COUNTY. Any assignment made without insurance coverage is a material obligation such consent shall be deemed void. of the VENDOR. All insurance policies shall be executed through insurers authorized or 16. Taxes eligible to write policies in the State of Goods and services procured subject to this Florida. Purchase Order are exempt from Florida sales and use tax on real property, transient 13. Compliance with Laws rental property rented, tangible personal In fulfilling the terms of this Purchase Order, purchased or rented, or services purchased VENDOR agrees that it will comply with all (Florida Statutes, Chapter 212), and from federal, state, and local laws, rules, codes, federal excise tax. and ordinances that are applicable to the conduct of its business. By way of non- 17. Annual Appropriations exhaustive example, this shall include the The COUNTY'S performance and obligation American with Disabilities Act and all to pay under this Purchase Order shall be prohibitions against discrimination on the contingent upon an annual appropriation of basis of race, religion, sex creed, national funds. origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges 18. Termination and without exception or stipulation shall be This Purchase Order may be terminated at fully responsible for complying with the any time by the COUNTY upon 30 days provisions of the Immigration Reform and prior written notice to the VENDOR. This Control Act of 1986 as located at 8 U.S.C. Purchase Order may be terminated 1324, et seq. and regulations relating immediately by the COUNTY for breach by thereto, as either may be amended. Failure VENDOR of the terms and conditions of this by the awarded firm(s) to comply with the Purchase Order, provided that COUNTY has laws referenced herein shall constitute a provided VENDOR with notice of such breach of the award agreement and the breach and VENDOR has failed to cure County shall have the discretion to within 10 days of receipt of such notice. unilaterally terminate said agreement immediately. Any breach of this provision 19. General may be regarded by the COUNTY as a a) This Purchase Order shall be governed material and substantial breach of the by the laws of the State of Florida. The contract arising from this Purchase Order. venue for any action brought to specifically enforce any of the terms and 14. Force Majeure conditions of this Purchase Order shall Neither the COUNTY nor VENDOR shall be be the Twentieth Judicial Circuit in and responsible for any delay or failure in for Collier County, Florida performance resulting from any cause b) Failure of the COUNTY to act beyond their control, including, but without immediately in response to a breach of limitation to war, strikes, civil disturbances this Purchase Order by VENDOR shall and acts of nature. When VENDOR has not constitute a waiver of breach. knowledge of any actual or potential force Waiver of the COUNTY by any default majeure or other conditions which will delay by VENDOR hereunder shall not be or threatens to delay timely performance of 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 15 Packet Page -340- 6/14/2016 16.A.17. deemed a waiver of any subsequent Expenses for Public Officers, employees default by VENDOR. and authorized persons. c) All notices under this Purchase Order e) In the event of any conflict between or shall be sent to the respective among the terms of any Contract addresses on the face page by certified Documents related to this Purchase mail, return receipt requested, by Order, the terms of the Contract overnight courier service, or by personal Documents shall take precedence over delivery and will be deemed effective the terms of the Purchase Order. To the upon receipt. Postage, delivery and extent any terms and /or conditions of other charges shall be paid by the this Purchase Order duplicate or overlap sender. A party may change its address the Terms and Conditions of the for notice by written notice complying Contract Documents, the provisions of with the requirements of this section. the Terms and/or Conditions that are d) The Vendor agrees to reimbursement of most favorable to the County and/or any travel expenses that may be provide the greatest protection to the associated with this Purchase Order in County shall govern. accordance with Florida Statute Chapter 112.061, Per Diem and Travel 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 16 Packet Page -341- Exhibit IV: Additional Terms and Conditions for RFP 6/14/2016 16.A.17. 1. Insurance and Bonding Requirements The Consultant shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Consultant shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Consultant waive against each other and the County's separate Consultants, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Consultant and County shall, where appropriate, require similar waivers of subrogation from the County's separate Consultants, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Consultant to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Consultant under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County.The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Consultant has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Consultant must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Consultant's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Consultant and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Consultant. The Consultant shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Consultant from its insurer and nothing contained herein shall relieve Consultant of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Consultant hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 17 Packet Page -342- 6/14/2016 16.A.17. Should at any time the Consultant not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Consultant for such coverage(s) purchased. If Consultant fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Consultant under this Agreement or any other agreement between the County and Consultant. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Consultant shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Consultant to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Additional Items and/or Services Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Policy. 3. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 51% or more of the solicitation amount for said work. 4. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Consultant's facilities/project site during and after each work assignment the Consultant is performing. 5. Vendor Performance Evaluation The County has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Consultant shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Consultant. The County's Project Manager shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 7. Public Records Compliance 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 18 Packet Page -343- The Vendor/Contractor agrees to comply with the Florida Public Records Law Chap.6/14/2016 16.A.17. specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 8. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(a)collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project Manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 19 Packet Page -344- owed to the vendor or contractor for services performed of for materials delivered 6/14/2016 16.A.17. contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 9. Environmental Health and Safety All Consultants and Sub Consultants performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Consultants and Sub Consultants shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of-way for the purpose of inspection of any Consultant's work operations. This provision is non-negotiable by any department and/or Consultant. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 10. Licenses The Consultant is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Consultant to submit the required documentation may be grounds to deem Consultant non-responsive. A Consultant, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain "active" in Collier County If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. 11. Survivability Bids (ITBs/RFPs): The Consultant agrees that any Purchase Order that extends beyond the expiration date of Solicitation 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Purchase Order. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 20 Packet Page -345- 12. Principals/Collusion 6/14/2016 16.A.17. By submission of this Proposal the undersigned, as Consultant, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 13. Relation of County It is the intent of the parties hereto that the Consultant shall be legally considered an independent Consultant, and that neither the Consultant nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Consultant, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 14.Termination Should the Consultant be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 15. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 16. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 17. Single Proposal Each Consultant must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 21 Packet Page -346- 6/14/2016 16.A.17. In addition, consultants that have participated and/or will participate in the de�,,...r....,... ... ......M.., background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 18. Protest Procedures Any prospective vendor/ proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current purchasing ordinance and policies. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Procurement Director. 19. Public Entity Crime A person or affiliate who has been placed on the convicted Consultant list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies 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 s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Consultant list. 20. Security and Background Checks If required, Consultant / Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four(4) years. 21. Conflict of Interest Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 22. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 22 Packet Page -347- individual, firm, and/or anyemployee of the firm from contact with Countystaff for 6/14/2016 16.A.17. time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 23. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Consultants / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Consultants are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Consultant does not comply with providing the acceptable E-Verify evidence and the executed affidavit the bidder's/ Consultant's proposal may be deemed non-responsive. Additionally, Consultants shall require all subcontracted Consultants to use the E-Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.qov/E-Verify. It shall be the Consultant's responsibility to familiarize themselves with all rules and regulations governing this program. Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 23 Packet Page -348- 6/14/2016 16.A.17. CoFier County Administrative Services Division Procurement Services Attachment 1: Consultant's Non-Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Consultants not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to CCNA Solicitation 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacements Project for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 24 Packet Page -349- 6/14/2016 16.A.17. Goiter ier Country Administrative Services Division Procurement Services Attachment 2: Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist CCNA Solicitation: 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacements Project ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) C If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: Address: City, State, Zip: Telephone: Email: 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 25 Packet Page-350- 6/14/2016 16.A.17. Representative Signature: Representative Name: Date 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 26 Packet Page -351- 6/14/2016 16.A.17. Cor ier County Administrative Services Division Procurement Services Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise)which relates to the proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Procurement Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: Signature and Date: Print Name Title of Signatory State of County of SUBSCRIBED AND SWORN to before me this day of 20 by , who is personally known to me to be the for the Firm, OR who produced the following identification • Notary Public My Commission Expires 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 27 Packet Page -352- 6/14/2016 16.A.17. Cotter County Administrative Services Division Procurement Services Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacements Project Dear Commissioners: The undersigned, as Consultant declares that this proposal 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 Consultant agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced CCNA Solicitation. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of 200_ 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 Telephone: FAX: Signature by: (Typed and written) Title: 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 28 Packet Page -353- Additional Contact Information 6/14/2016 16.A.17. Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State,ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State,ZIP Telephone: Email: 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 29 Packet Page -354- 6/14/2016 16.A.17. Co ier County Administrative Services Division Procurement Services Attachment 5: Immigration Affidavit Certification CCNA Solicitation: 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacements Project This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's)and Request for Proposals (RFP)submittals. Further, Consultants/ Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Consultant/Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e)of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Consultant attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Consultant's/ Bidder's proposal. Company Name Print Name Title Signature Date State of County of The foregoing instrument was signed and acknowledged before me this day of 20_, by who has produced as identification. (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 30 Packet Page -355- 6/14/2016 16.A.17. Corner County Administratrve Services division Procurement Services Attachment 6: Consultant Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip • FAX FAX Email Email 2. Company Status (check only one) _Individual/Sole Proprietor Corporation _Partnership _Tax Exempt (Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Consultants who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 31 Packet Page -356- 6/14/2016 16.A.17. Corner Country Administrative Services Division Procurement Services Attachment 7: Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ®Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $500,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. t. ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence E Maritime Coverage (Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $1,000,000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence 0 Valuable Papers Insurance $ Per Occurrence 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 32 Packet Page -357- 6/14/2016 16.A.17. 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-"or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty(30) Days Cancellation Notice required. Ljb 2/13/15 Consultant's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Date Consultant Signature Print Name Insurance Agency Agent Name Telephone Number 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 33 Packet Page -358- 6/14/2016 16.A.17. Co ler County Administrative Services Division Procurement Services Attachment 8: Reference Questionnaire Solicitation: 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacement Project Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: Telephone: Collier County is implementing 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/indivdival 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: Completion Date: Project Budget: Project Number of Days: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: By 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 34 Packet Page -359- 6/14/2016 16.A.17. EXHIBIT "A" CONSTRUCTION ENGINEERING AND INSPECTION SCOPE OF SERVICES FOR The Vanderbilt Drive Bridge Replacements Project Project Description: The principal intent of this project is to provide CEI and Related Services for the replacement of two existing functionally obsolete bridges (#030177 and #030178), relocation of an existing pedestrian bridge, road resurfacing/reconstruction, utility relocation, intersection reconstruction and multiuse pathway construction on Vanderbilt Drive. County Project Number: 66066.11 The latest design documentation is available upon request and successful completion of the required exempt documents form. 1.0 PURPOSE: This scope of services describes and defines the Construction Engineering and Inspection (CEI) services which are required for contract administration, inspection, and materials sampling and testing for each of the construction project listed below. 2.0 SCOPE: Provide services as defined in this Scope of Services, the referenced Florida Department of Transportation (FDOT) manuals, and procedures. The project for which the services are required is: County Project Number: 66066.11 Descriptions: The principal intent of this project is to provide CEI and Related Services for the replacement of two existing functionally obsolete bridges (#030177 and #030178), relocation of an existing pedestrian bridge, utility relocation, road resurfacing/reconstruction, intersection reconstruction and multiuse pathway construction along Vanderbilt Drive. The Consultant and/or Sub-consultant(s) must be FDOT qualified (Rule Chapter 14-75) to perform the assigned work and/or services required of the project. As a minimum, the Consultant must be qualified to perform the following types of work: • 10.1 — Roadway CEI • 10.3—Construction Materials Inspection • 10.4— Minor Bridge and Miscellaneous Structures CEI Exceptions to these minimum types of work qualifications may be considered at the discretion of the County. Any exceptions to these minimum types of work qualifications must be preapproved by the County in writing. Exercise independent professional judgment in performing obligations and responsibilities under this Agreement. Pursuant to Section 4.1.4 of the Construction Project Administration Manual (CPAM), the 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 35 Packet Page -360- 6/14/2016 16.A.17. authority of the Consultant's lead person, such as the Senior Project Engineer, and the Consultant's Project Administrator shall be identical to the FDOT's Resident Engineer and Project Administrator respectively and shall be interpreted as such. Services provided by the Consultant shall comply with FDOT manuals, procedures, and memorandums in effect as of the date of execution of the Agreement unless otherwise directed in writing by the County. Such FDOT manuals, procedures, and memorandums are found at the State Construction Office's website. On a single Construction Contract, it is a conflict of interest for a professional firm to receive compensation from both the County and the Contractor either directly or indirectly. Other projects developing within the geographical area of Collier County may be added at the County's discretion. The Consultant must perform to the satisfaction of the County's representatives for consideration of additional CEI services. 3.0 LENGTH OF SERVICE: The services for the Construction Contract shall begin upon written notification to proceed (NTP) by the County. The CEI Services Contract shall begin approximately thirty (30) days prior to written notification to proceed to the Contractor for the Construction Contract and end thirty (30) days after final acceptance of the Construction Contract. The County's Construction Project Manager will track the execution of the Construction Contract such that the Consultant is given timely authorization to begin work. While no personnel shall be assigned until written notification by the County has been issued, the Consultant shall be ready to assign personnel within two weeks of notification. For the duration of the project, coordinate closely with the County and Contractor to minimize rescheduling of Consultant activities due to construction delays or changes in scheduling of Contractor activities. For estimating purposes, the Consultant will be allowed an accumulation of thirty (30) calendar days to perform preliminary administrative services prior to the issuance of the Contractor's notice to proceed on the first project and thirty (30) calendar days to demobilize after final acceptance of the Construction Contract. The anticipated letting schedule and construction time for the project is tabulated below: Construction Contract Estimate Financial Start Date Duration Project ID (Days) 66066.11 1st Quarter 730 2016 4.0 DEFINITIONS: A. Agreement: The Professional Services Agreement between the County and the Consultant setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of services, and the basis of payment. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 36 Packet Page -361- 6/14/2016 16.A.17. B. Contractor: The individual, firm, or company contracting with the County tor pertormance of work or furnishing of materials. C. Construction Contract: The written agreement between the County and the Contractor setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of labor and materials, and the basis of payment. D. Construction Project Manager: The County employee assigned to manage the Construction Engineering and Inspection Contract and represent the County during the performance of the services covered under this Agreement. E. Construction Training/Qualification Program (CTQP): The FDOT program for training and qualifying technicians in Aggregates, Asphalt, Concrete, Earthwork, and Final Estimates Administration. Program information is available at CTQP website. F. Consultant: The Consulting firm under contract to the County for administration of Construction Engineering and Inspection services. G. Consultant Project Administrator: The employee assigned by the Consultant to be in charge of providing Construction Contract administration services for the Construction Project. H. Consultant Senior Project Engineer: The Engineer assigned by the Consultant to be in charge of providing Construction Contract administration for the Construction Project. This person may supervise other Consultant employees and act as the lead Engineer for the Consultant. Transportation Engineering Director: The administrative head of the County's Construction Offices/The Engineer assigned to administer Construction Contracts for the County. J. County Construction Manager: The County employee assigned to administer the Consultant Construction Engineering and Inspection Program in the County. K. County Professional Services Administrator: The Administrative Head of the Professional Services Office. L. County Manager: The County Administrator of the County. M. Engineer of Record: The Engineer noted on the Construction plans as the responsible person for the design and preparation of the plans. N. Road Maintenance Director: The County employee assigned to administer Maintenance Contracts for the County. O. Community Liaison: The County employee assigned to manage the Public Information Program. P. Resident Compliance Specialist: The employee assigned by the Consultant to oversee project specific compliance functions. Q. Owner: The Board of County Commissioners for Collier County, Florida. A political subdivision of the State of Florida R. County: Collier County, a political subdivision of the State of Florida. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 37 Packet Page -362- 6/14/2016 16.A.17. 5.0 ITEMS TO BE FURNISHED BY THE COUNTY TO THE CONSULTANT: A. The County, on an as needed basis, will furnish the following Construction Contract documents for each project. These documents may be provided in either paper (as indicated below) or electronic format. 1. Construction Plans, five (5) [11" x 17"] hard copy sets, 2. Specification Package five (5) [8-1/2" x 11"] hard copy sets, 3. One (1) hard copy of the Executed Construction Contract, 4. One (1) hard copy of the Utility Agency's Approved Material List (if applicable), and 5. One (1) hard copy of executed Utility Work Schedules (if applicable). B. A list of all standard forms for use under the terms of this Agreement will be provided in one (1) hard copy or electronic format at the Pre-Services meeting. All directives, procedures, and standard forms can be accessed through the County's website. 6.0 ITEMS FURNISHED BY THE CONSULTANT: 6.1 FDOT Documents: All applicable FDOT documents referenced herein shall be a condition of this Agreement. All FDOT documents, directives, procedures, and standard forms are available through the FDOT's Internet website. Most items can be purchased through the following address. All others can be acquired through the FDOT's District Office or on-line at the FDOT's website. Florida Department of Transportation Maps and Publication Sales 605 Suwannee Street, MS 12 Tallahassee, Florida 32399-0450 Telephone No. (850) 488-9220 http://www.dot.state.fl.us/construction/ 6.2 Office Automation: Provide all software and hardware necessary to efficiently and effectively carry out the responsibilities under this Agreement. Provide each inspection staff with a laptop computer running software (such as, Site Manager application through Citrix, Primavera/Sidetrack, Claim Digger, etc.) for project scheduling, documentation, and control. Each inspection staff laptop computer must have mobile broadband connection at the jobsite. All computer coding shall be input by Consultant personnel using equipment furnished by them. Ownership and possession of computer equipment and related software, which is provided by the Consultant, shall remain at all times with the Consultant. The Consultant shall retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment should be maintained and operational at all times. Current technical specifications for office automation can be viewed at: http://www.dot.state.fl.us/Construction/DesignBuild/ConsultantCEl/OfficeAutomation.shtm 6.3 Field Office: 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 38 Packet Page -363- 6/14/2016 16.A.17. The County may require a field office for this project. The Consultant shall be reimbursed tor allowed expenses associated with this field office. The office must have, at a minimum, the following essential items to support the project: • Office space within a desired radius (to be approved by the County) of the project for the duration of the project, • Office telephone, and • Copier rental/lease. Consultant shall list this fixed monthly cost as a line item of the cost proposal titled "Field Office Expenses", and shall also be listed as such on invoices submitted to the County for payment. 6.4 Vehicles: Vehicles will be equipped with appropriate safety equipment and must be able to effectively carry out requirements of this Agreement. Vehicles shall have the name and phone number of the consulting firm visibly displayed on both sides of the vehicle. 6.5 Field Equipment: Supply survey, inspection, and testing equipment essential to perform services under this Agreement; such equipment includes non-consumable and non-expendable items. Hard hats shall have the name of the consulting firm visibly displayed. Equipment described herein and expendable materials under this Agreement will remain the property of the Consultant and shall be removed at completion of the work. Handling of nuclear density gauges shall be in compliance with their license. Retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment shall be maintained and in operational condition at all times. 6.6 Licensing for Equipment Operations: Obtain proper licenses for equipment and personnel operating equipment when licenses are required. The license and supporting documents shall be available for verification by the County, upon request. Radioactive Materials License for use of Surface Moisture Density Gauges shall be obtained through the State of Florida Department of Health. 7.0 LIAISON RESPONSIBILITY OF THE CONSULTANT: For the duration of the Agreement, keep the County's Construction Project Manager in Responsible Charge informed of all significant activities, decisions, correspondence, reports, and other communications related to its responsibilities under this Agreement. Facilitate communications between all parties (i.e. architectural, mechanical, materials, landscaping, local agencies, etc.) ensuring responses and resolutions are provided in a timely manner. Maintain accurate records to document the communication process. Submit all administrative items relating to Invoice Approval, Personnel Approval, User IDs, Time Extensions, and Change Orders to the County's Construction Project Manager for review and approval. 8.0 PERFORMANCE OF THE CONSULTANT: 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 39 Packet Page -364- 6/14/2016 16.A.17. During the term of this Agreement and all Change Orders thereof, the County will review various phases of Consultant operations, such as construction inspection, materials sampling and testing, and administrative activities, to determine compliance with this Agreement. Cooperate and assist County representatives in conducting the reviews. If deficiencies are indicated, remedial action shall be implemented immediately. County recommendations and Consultant responses/actions are to be properly documented by the Consultant. No additional compensation shall be allowed for remedial action taken by the Consultant to correct deficiencies. Remedial actions and required response times may include but are not necessarily limited to the following: A. Further subdivide assigned inspection responsibilities, reassign inspection personnel, or assign additional inspection personnel, within one week of notification. B. Immediately replace personnel whose performance has been determined by the Consultant and/or the County to be inadequate. C. Immediately increase the frequency of monitoring and inspection activities in phases of work that are the Consultant's responsibility. D. Increase the scope and frequency of training of the Consultant personnel. 9.0 REQUIREMENTS OF THE CONSULTANT: 9.1 General: It shall be the responsibility of the Consultant to administer, monitor, and inspect the Construction Contract such that the project is constructed in reasonable conformity with the plans, specifications, and special provisions for the Construction Contract. Observe the Contractor's work to determine the progress and quality of work. Identify discrepancies, report significant discrepancies to the County, and direct the Contractor to correct such observed discrepancies. Consult with the County's Construction Project Manager as necessary and direct all issues, which exceed delegated authority to the County's Construction Project Manager for County action or direction. Inform the County's Construction Project Manager of any significant omissions, substitutions, defects, and deficiencies noted in the work of the Contractor and the corrective action that has been directed to be performed by the Contractor. For the duration of the proiect, all Technicians and Inspector provided by the Consultant and/or Sub-Consultant(s) for the project must be CTAP qualified to perform the assigned duties and/or tasks. 9.2 Survey Control: Check or establish the survey control baseline(s) along with sufficient baseline control points and bench marks at appropriate intervals along the project in order to: (1) make and record measurements necessary to calculate and document quantities for pay items, (2) make and record pre-construction and final cross section surveys of the project site in those areas where earthwork (i.e., embankment, excavation, subsoil excavation, etc.) is part of the construction project, and (3) perform incidental engineering surveys. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 40 Packet Page -365- 6/14/2016 16.A.17. 9.3 On-site Inspection: Monitor the Contractor's on-site construction activities and inspect materials entering into the work in accordance with the plans, specifications, and special provisions for the Construction Contract to determine that the project is constructed in reasonable conformity with such documents. Maintain detailed accurate records of the Contractor's daily operations and of significant events that affect the work. The Consultant will monitor off-site activities and fabrication unless otherwise stipulated by this Agreement. Perform underwater bridge construction inspections of bridges with permanently submerged structural members in compliance with CPAM Section 10.6, Underwater Bridge Construction Inspection. Monitor and inspect Contractor's Work Zone Traffic Control Plan and review modifications to the Work Zone Traffic Control Plan, including Alternate Work Zone Traffic Control Plan, in accordance with the FDOT's procedures. Consultant employees performing such services shall be qualified in accordance with the FDOT's guidelines of Traffic Training (Topic No. 625-010- 010-h). 9.4 Sampling and Testing: Perform sampling and testing of component materials and completed work in accordance with the Construction Contract documents. All sampling and testing shall be executed in conjunction with a licensed independent laboratory, hired by the Consultant, that is approved in writing by the County's Construction Project Manager. The minimum sampling frequencies set out in the FDOT's Materials Sampling, Testing and Reporting Guide shall be met. In complying with the aforementioned guide, provide daily surveillance of the Contractor's Quality Control activities and perform the sampling and testing of materials and completed work items for verification and acceptance. The Consultant will perform inspection and sampling of materials and components at locations remote from the project site and perform testing of materials normally done in a laboratory remote from the project site. Determine the acceptability of all materials and completed work items on the basis of either test results or verification of a certification, certified mill analysis, DOT label, DOT stamp, etc. The County will monitor the effectiveness of the Consultant's testing procedures through observation and independent assurance testing. Sampling, testing and laboratory methods shall be as required by the FDOT's Standard Specifications, Supplemental Specifications or as modified by the Special Provisions of the Construction Contract. Documentation reports on sampling and testing performed by the Consultant shall be submitted during the same week that the construction work is done. Transport samples to the appropriate laboratory. The Consultant shall provide daily surveillance of the Contractor's Quality Control activities at the project site in regard to concrete and perform acceptance testing and sampling. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 41 Packet Page -366- 6/14/2016 16.A.17. 9.5 Engineering Services: While under contract with the County, the Consultant will, coordinate the Construction Contract administration activities of all parties other than the Contractor involved in completing the construction project. Services shall include maintaining the required level of surveillance of Contractor activities, interpreting plans, specifications, and special provisions for the Construction Contract. Maintain complete, accurate records of all activities and events relating to the project and properly document all project changes. The following services shall be performed: (1) Attend a pre-service meeting for the Agreement in accordance with CPAM. Provide appropriate staff to attend and participate in the pre-service meeting. At the pre-service meeting the Consultant shall submit Action Request packages for Personnel Approval for immediate staff needs and a copy/computer file of the final negotiated staffing. The Consultant shall record a complete and concise record of the proceedings of the meeting and distribute copies of these minutes to the participants and other interested parties within seven (7) days of the meeting date. (2) Prepare and submit to the County's Construction Project Manager for county approval, within thirty (30) days after the pre-service meeting, a hard copy of the project specific Consultant Contract administration documents listed below. The Consultant Contract administration documents, which shall be routinely used by the Consultant throughout the project, shall be in the format and content provided by the County Construction Management Department. The CONSULTANT Contract administration documents consist of but are not limited to: a. Action Request Form, b. Contract Status Report, or other approved fund tracking report, c. CEI CONSULTANT Firm Estimated Staffing (completed in accordance with the original CONSULTANT Contract agreement), d. CEI CONSULTANT Fee Proposal, and e. CEI CONSULTANT Data. (3) Schedule and conduct a Pre-construction conference in accordance with Article 8-3.5 of the FDOT Standard Specification for Road and Bridge Construction. The purpose of these meetings is to discuss the required documentation, including as-builts, necessary for permit(s) compliance. Record significant information revealed and decisions made at this conference and distribute copies of these minutes to the appropriate parties. The meeting shall also be electronically recorded and the Consultant shall maintain all tapes of the meeting for the duration of the Contract. (4) Verify that the Contractor is conducting inspections, preparing reports and monitoring all storm water pollution prevention measures associated with the project. For each project that requires the use of the NPDES General Permit, provide at least one inspector who has successfully completed the "Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors". The Consultant's inspector will be familiar with the requirements set forth in the FEDERAL REGISTER, Vol. 57, No. 187, Friday, September 5, 1992, pages 4412 to 4435 "Final NPDES General Permits for Storm Water Discharges from Construction Sites" and the FDOT's guidelines. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 42 Packet Page -367- 6/14/2016 16.A.17. (5) Analyze the Contractor's schedule(s) (i.e. baseline(s), revised baseline(s), updates, as- built, etc.) for compliance with the contract documents. Elements including, but not limited to, completeness, logic, durations, activity, flow, milestone dates, concurrency, resource allotment, and delays will be reviewed. Verify the schedule conforms with the construction phasing and MOT sequences, including all contract modifications. Provide a written review of the schedule identifying significant omissions, improbable or unreasonable activity durations, errors in logic, and any other concerns as detailed in CPAM. (6) Analyze problems that arise on a project and proposals submitted by the Contractor; work to resolve such issues, and process the necessary paperwork. (7) Monitor, inspect and document utility construction for conformance with Utility Agency's Standards and the Utility Agency's Approved Materials List. Facilitate coordination and communication between Utility Agency's representatives, County's staff and Contractors executing the work. Identify potential utility conflicts and assist in the resolution of utility issues including County and Local Government owned facilities. Identify, review, and track progress of Joint Project Agreements, and/or other County and utility agreements if applicable. Address work progress, track reimbursement activities, and address betterment and salvage determination. Prepare all necessary documentation to support reimbursement activities and betterment and salvage determination. (8) Produce reports, verify quantity calculations and field measure for payment purposes as needed to prevent delays in Contractor operations and to facilitate prompt processing of such information in order for the County to make timely payment to the Contractor. (9) Prepare and make presentations for meetings and hearings before the Dispute Review Boards in connection with the project covered by this Agreement. (10) Monitor each Contractor and Subcontractor's compliance with specifications and special provisions of the Construction Contract in regard to payment in accordance with County procedures. (11) The County will provide Public Information Services. (12) Video tape the pre-construction conditions throughout the project limits. Provide a digital photo log or video of project activities, with heavy emphasis on potential claim items/issues and on areas of real/potential public controversy. (13) Provide a digital camera for photographic documentation of pre-construction state and of noteworthy incidents or events during construction. These photographs will be filed and maintained on the Consultant's computer using a Digital Photo Management system. Photographs shall be taken the day prior to the start of construction and continue as needed throughout the project. Photographs shall be taken the days of Conditional, Partial and Final Acceptance. 9.6 Geotechnical Engineering: 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 43 Packet Page -368- 6/14/2016 16.A.17. The prime Consultant may engage the services of a geotechnical subconsultant to pertorm some of the services indicated in this section. However, the prime Consultant will be responsible to the County for the satisfactory performance and timeliness of these services. Become familiar with the existing site conditions and the contract documents. Observe and record the progress and quality of foundation work to determine that the foundations are constructed at the correct locations and elevations, identify discrepancies, and direct the Contractor to correct such observed discrepancies. Attend the Preconstruction Conference and/or special geotechnical meeting for the Construction Contract. All services under this section will be performed in accordance to FDOT Specification Section 455. Inspect and verify that the Contractor has performed the foundation work in accordance with applicable FDOT Specification Section 455 and other contract documents. Provide qualified Geotechnical Engineers and CTQP qualified inspectors in Pile Driving inspection, relevant to the foundation type(s) required in the plans. Schedule meetings and facilitate communications between the Contractor and any Specialty Contractors, and the CEI. Observe and verify that all work is performed in accordance with the contract documents. Assure that any specialty work is completed as necessary to accomplish its intent. The following geotechnical engineering services shall be performed: Piles: • Process and review the Pile Installation Plan in accordance with CPAM. • Provide comments regarding the suitability of hammer driving system(s) included in the Pile Installation Plan. • Schedule a pre-pile installation meeting to review and discuss the pile installation procedures. Make sure the Contractor's field superintendent, CEI's pile inspectors, and the County is invited. Prepare and distribute meeting minutes to the attendees. • Inspect and record the test pile driving process in accordance with CPAM. • Inspect the conditions of the piles prior to installation, including any pile splices. • Observe and verify that concrete piles were properly supported during storage and handled with appropriate pick-up details per contract documents. • Inspect the pile driving installation. Complete the FDOT pile driving logs. • Observe the performance of any static or statnamic load tests and review the details are implemented as planned. • Evaluate problems encountered during construction and coordinate with the County and the Contractor to resolve such problems, including possible additional testing and withdrawing the Pile Installation Plan. 10.0 PERSONNEL: 10.1 General Requirements: Provide qualified personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. Acceptable staffing of personnel to be assigned to this project is outlined herein and in Exhibit "A-A." Pursuant to Section 4.1.4 of the Construction Project Administration Manual (CPAM), the authority of the Consultant's lead person, such as the Senior Project Engineer, and the Consultant's Project Administrator shall be identical to the FDOT's Resident Engineer and Project Administrator respectively and shall be interpreted as such. FDOT Certification of the Consultant's Project Administrator is a requirement of the contract. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 44 Packet Page -369- 6/14/2016 16.A.17. 10.2 Personnel Qualifications: Provide competent personnel qualified by experience and education. Submit in writing to the County's Construction Project Manager the names of personnel proposed for assignment to the project, including a detailed resume for each containing at a minimum: salary, education, and experience. The Consultant Action Request form for personnel approval shall be submitted to the County's Construction Project Manager at least two weeks prior to the date an individual is to report to work. Personnel identified in the Consultant technical proposal are to be assigned as proposed and are committed to performing services under this Agreement. Personnel changes will require written approval from the County's Construction Project Manager. Staff that has been removed shall be replaced by the Consultant within one week of County Construction Project Manager's notification. Before the project begins, all project staff shall have a working knowledge of the current CPAM and must possess all the necessary qualifications/certifications for fulfilling the duties of the position they hold. Cross training of the Consultant's project staff is highly recommended to achieve a knowledgeable and versatile project inspection team but shall not be at any additional cost to the County and should occur as workload permits. Visit the training page on the State Construction Office website for training dates. Minimum qualifications for the Consultant personnel are set forth herein and in Exhibit "A-A". Exceptions to these minimum qualifications may be considered on an individual basis at the discretion of the County. Any exceptions to these minimum qualifications must be preapproved by the County in writing. However, a Project Administrator working under the supervision and direction of a Senior Project Engineer or an Inspector working under the supervision and direction of a Senior Inspector shall have six months from the date of hire to obtain the necessary qualifications/certifications provided all other requirements for such positions are met and the Consultant submits a training plan detailing when such qualifications/certifications and other training relative to the FDOT's procedures, Specifications and Design Standards will be obtained. The County will have the final approval authority on such exceptions. 10.3 Staffing: Once authorized, the Consultant shall establish and maintain appropriate staffing throughout the duration of construction and completion of the final estimate. Responsible personnel, thoroughly familiar with all aspects of construction and final measurements of the various pay items, shall be available to resolve disputed final pay quantities until the County has received a regular acceptance letter. Construction engineering and inspection forces will be required of the Consultant while the Contractor is working. If Contractor operations are substantially reduced or suspended, the Consultant will reduce its staff appropriately. In the event that the suspension of Contractor operations requires the removal of Consultant forces from the project, the Consultant will be allowed ten (10) days maximum to demobilize, relocate, or terminate such forces. 11.0 QUALITY ASSURANCE (QA) PROGRAM: 11.1 Quality Assurance Plan: Within thirty (30) days after receiving award of an Agreement, furnish a QA Plan to the County's Construction Project Manager. The QA Plan shall detail the procedures, evaluation criteria, and 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 45 Packet Page -370- 6/14/2016 16.A.17. instructions of the Consultant's organization for providing services pursuant to this Agreement. Unless specifically waived, no payment shall be made until the County approves the Consultant QA Plan. Significant changes to the work requirements may require the Consultant to revise the QA Plan. It shall be the responsibility of the Consultant to keep the plan current with the work requirements. The Plan shall include, but not be limited to, the following areas: A. Organization: A description is required of the Consultant QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. The authority, responsibilities and autonomy of the QA organization shall be detailed as well as the names and qualifications of personnel in the quality control organization. B. Quality Assurance Reviews: Detail the methods used to monitor and achieve organization compliance with Agreement requirements for services and products. C. Quality Assurance Records: Outline the types of records which will be generated and maintained during the execution of the QA program. D. Control of Subconsultants and Vendors: Detail the methods used to control subconsultant and vendor quality. E. Quality Assurance Certification: An officer of the Consultant firm shall certify that the inspection and documentation was done in accordance with FDOT specifications, plans, standard indexes, and FDOT procedures. 11.2 Quality Assurance Reviews: Conduct semi-annual Quality Assurance Reviews to ensure compliance with the requirements of the Agreement. Quality Assurance Reviews shall be conducted to evaluate the adequacy of materials, processes, documentation, procedures, training, guidance, and staffing included in the execution of this Agreement. Quality Assurance Reviews shall also be developed and performed to achieve compliance with specific QA provisions contained in this Agreement. The semi-annual reviews shall be submitted to the County's Construction Project Manager in written form no later than one (1) month after the review. On short duration CCEI projects (nine (9) months or less), the CCEI shall perform an initial QA review within the first two (2) months of the start of construction. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 46 Packet Page -371- 6/14/2016 16.A.17. On asphalt projects, the CCEI shall perform an initial QA review on its asphalt inspection start after the Contractor has completed ten (10)full work days of mainline asphalt paving operations, or 25% of the asphalt pay item amount (whichever is less) to validate that all sampling, testing, inspection, and documentation are occurring as required of the CCEI staff. 11.3 Quality Records: Maintain adequate records of the quality assurance actions performed by the organization (including subcontractors and vendors) in providing services and products under this Agreement. All records shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective actions taken. All records shall be available to the County, upon request, during the Agreement term. All records shall be kept at the primary job site and shall be subject to audit review. 12.0 CERTIFICATION OF FINAL ESTIMATES: 12.1 Final Estimate and As-Built Plans Submittal: Prepare documentation and records in compliance with the Agreement, Statewide Quality Control (QC) Plan, or Consultant's approved QC Plan and the FDOT's Procedures as required by Section 4.1.4 of Review and Administration Manual. Submit the Final Estimate(s) and one (1) set of final Signed and Sealed "as-built" documents (including, as applicable, all Signed and Sealed revisions to the contract documents [including but not limited to, all revised drawings, specifications, calculations, technical special provisions, load ratings, etc.]). The "as-built" documents must represent all of the Contractor's work in accordance with the Review and Administration Manual. Revisions to the Certified Final Estimate will be made at no additional cost to the County. 12.2 Certification: Consultant personnel preparing the Certified Final Estimate Package shall be CTQP Final Estimates Level II. Duly authorized representative of the Consultant firm will provide a notarized certification on a form pursuant to FDOT's procedures. 12.3 Offer of Final Payment: Prepare the Offer of Final Payment package as outlined in Chapter 14 of the Review and Administration Manual. The package shall accompany the Certified Final Estimates Package submitted to the County's Construction Project Manager for review. The Consultant shall be responsible for forwarding the Offer of Final Payment Package to the Contractor. 13.0 AGREEMENT MANAGEMENT: 13.1 General: With each monthly invoice submittal, the Consultant will provide a Status Report for the Agreement. This report will provide the an accounting of the additional Agreement calendar days allowed to date, an estimate of the additional calendar days anticipated to be added to the original schedule time, an estimate of the Agreement completion date, and an estimate of the Consultant funds expiration date per the Agreement schedule for the prime Consultant and for each subconsultant. The Consultant will provide a printout from the Equal Opportunity Reporting System showing the previous month's payments made to subconsultants. Invoices not including this required information may be rejected. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 47 Packet Page -372- 6/14/2016 16.A.17. 13.2 Invoicing Instructions: Monthly invoices shall be submitted to the County in a format approved by the County, no later than the 20th day of the month following the month being invoiced. If the Consultant cannot submit their monthly invoice on time, the Consultant shall notify the County, prior to the due date the reason for the delay and the planned submittal date. Once submitted, the Consultant shall notify the County's Construction Project Manager via Email of the total delay in calendar days and the reason(s)for the delay(s). 14.0 OTHER SERVICES: Upon written authorization by the County's Construction Project Manager, the Consultant will perform additional services in connection with the project not otherwise identified in this Agreement. The following items are not included as part of this Agreement, but may be required by the County to supplement the Consultant services under this Agreement. A. Assist in the timely preparation of all claims and necessary rebuttals with the organization of any and all supporting documentation as needed or required by the County pursuant to the Collier County Alternative Dispute Resolution Procedures. B. Provide qualified engineering witnesses and exhibits for any litigation or hearings in connection with the Contract. C. Assist the County Attorney or his designee as directed in the preparation for Binding Arbitration and Pre-Suit Mediation. D. Provide on- and off-site inspection services in addition to those provided for in this Agreement. 15.0 POST CONSTRUCTION CLAIMS REVIEW: In the event the Consultant for the project submits a claim for additional compensation and/or time after the Consultant has completed this Agreement, the Consultant shall, at the written request from the County, analyze the claim, prepare a recommendation to the County's Construction Project Manager covering validity and reasonableness of charges, and/or assist in negotiations leading to settlement of the claim. Compensation will be separately reimbursed by a Supplement to this Agreement 16.0 COUNTY AUTHORITY The County shall be the final authority in considering modifications to the Construction Contract for time, money or any other consideration except matters agreed to by the Contractor through contract changes negotiated by the Consultant, as authorized in Section 9.1 herein. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 48 Packet Page -373- 6/14/2016 16.A.17. EXHIBIT "A-A" MINIMUM QUALIFICATIONS FOR CONSTRUCTION ENGINEERING AND INSPECTION PERSONNEL Note: Exceptions to these minimum qualifications may be considered on an individual basis at the discretion of the County. Any exceptions to these minimum qualifications must be preapproved by the County in writing. ARCHITECT- Registered as an architect in accordance with Florida Statute 481 and four years of experience as a registered architect. Qualifications include the ability to communicate effectively, review architectural plans and specifications. Plans and organizes staff; develops and reviews policies and reviews programs for conformity with FDOT standards. A master's degree may be substituted for two years experience. (This position is not eligible for straight or premium overtime pay.) CEI ASPHALT PLANT INSPECTOR- High School Graduate or equivalent plus one (1) year experience in the surveillance and inspection of hot mix asphalt plant operations and have the following: QUALIFICATIONS: CTQP Asphalt Plant Level I CTQP Asphalt Plant Level II ;El BRIDGE PROJECT ADMINISTRATOR (PAINTING/ LEAD ABATEMENT/ STRUCTURAL STEEL REPAIR): CERTIFICATIONS: NACE Level III Certified or BCI Level II Certified SSPC C-3 Lead Paint Removal AWS Certified Welding Inspector (CWI)familiar with ANSI/AASHTO/AWS Bridge Welding Code CEI BRIDGE SENIOR INSPECTOR (PAINTING/ LEAD ABATEMENT/ STRUCTURAL STEEL REPAIR): CERTIFICATIONS: NAGE Level III Certified or BCI Level II Certified SSPC C-3 Lead Paint Removal AWS Certified Welding Inspector (CWI)familiar with ANSI/AASHTO/AWS Bridge Welding Code CEI BRIDGE INSPECTOR (PAINTING/ LEAD ABATEMENT/ STRUCTURAL STEEL REPAIR): CERTIFICATIONS: NACE Level I or BCI Level I SSPC C-3 Lead Paint Removal AWS Certified Welding Inspector(CWI)familiar with ANSI/AASHTO/AWS Bridge Welding Code CASTING YARD ENGINEER/ MANAGER- (Concrete Post-Tensioned Segmental Box Girder Bridges (,CPTS)) Must be a registered Professional Engineer in the State of Florida (or if registered in another state, 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 49 Packet Page-374- 6/14/2016 16.A.17. have the ability to obtain registration in Florida with 6 months)with a minimum of one (1) year, or non- registered with a minimum of three (3) years of experience with the use of geometry control computer programs and with the performance of surveying procedures required for the production of precast concrete box segments at a casting yard. GEOTECHNICAL ENGINEER for Category I Bridge Pile Foundations- Registered in the State of Florida as a Professional Engineer(or if registered in another state, the ability to obtain registration in the State of Florida within six months) plus four (4) years of experience as a Geotechnical Engineer in responsible charge of geotechnical work, including at least two Category I bridges with pile foundations. Experience performing. Analyzing and interpreting the results of: non-destructive testing of pile foundations, dynamic and static load testing, the Pile Driving Analyzer (PDA), CAPWAP and WEAP as appropriate. GEOTECHNICAL ENGINEER for Category I Bridge Drilled Shaft Foundations- Registered in the State of Florida as a Professional Engineer (or if registered in another state, the ability to obtain registration in the State of Florida within six months) plus four (4)years of experience as a Geotechnical Engineer in responsible charge of geotechnical work, including at least two Category I bridges with drilled shaft foundations. Experience performing analyzing and interpreting the results of: the Shaft Inspection Device, non-destructive tests of drilled shaft foundations and load tests as appropriate. GEOTECHNICAL ENGINEER for Category II Bridge Pile Foundations- Registered in the State of Florida as a Professional Engineer (or if registered in another state, the ability to obtain registration in the State of Florida within six months) plus five (5) years of experience as a Geotechnical Engineer in responsible charge of geotechnical work, including at least one Category II bridge with pile foundations. Experience performing, analyzing and interpreting the results of: non-destructive testing of pile foundations, dynamic and static load testing, the Pile Driving Analyzer (PDA), CAPWAP and WEAP as appropriate. GEOTECHNICAL ENGINEER for Category II Bridge Drilled Shaft Foundations: Registration in the State of Florida Board as a Professional Engineer (or if registered in another state, the ability to obtain registration in the State of Florida within six months) plus five (5) years of experience as a Geotechnical Engineer in responsible charge of geotechnical work, including at least one Category II bridge with drilled shaft foundations. Experience performing, analyzing and interpreting the results of: the Shaft Inspection Device, non-destructive tests of drilled shaft foundations and load tests as appropriate. GEOTECHNICAL TECHNICIAN for Pile Foundations- Qualified CTQP Pile Driving Inspector, knowledgeable in pile installation in conjunction with dynamic load tests with a minimum of three (3) years of experience on at least two (2) FDOT bridge projects: for projects with Embedded Data Collectors (EDCs), certified EDC monitoring equipment operator. GEOTECHNICAL TECHNICIAN for Drilled Shaft Foundations- Qualified CTQP Drilled Shaft Inspector, knowledgeable in drilled shaft installation with a minimum of three (3) years of experience on at least two (2) FDOT bridge projects. CEI SENIOR ITS INSPECTOR- High School graduate or equivalent plus four (4) years of experience in construction inspection, two (2) years of which shall have been in ITS construction inspection plus the following: QUALIFICATIONS: Fiber Installation Inspection and OTDR Fiber Testing DMS Operation and Testing Controller Operation and Testing CCTV Installation, Operation and Testing MVDS Operations and Testing FDOT SEMP Training Familiarity with Existing Communication Equipment and Switches 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 50 Packet Page -375- 6/14/2016 16.A.17. CERTIFICATIONS: IMSA Traffic Signal Inspector Level I Or a Civil Engineering Degree and one (1) year of ITS CEI experience. Responsible for performing highly complex technical assignments in fields surveying and construction layout, making and checking engineering computations, inspecting construction work and conducting field tests and is responsible for coordinating and managing the lower level inspectors. Work is performed under the general supervision of the Project Administrator. CEI ITS INSPECTOR- High School Graduate or equivalent plus two (2) years of experience in construction inspection, one (1) year of which shall have been in ITS construction inspection, plus the following: QUALIFICATIONS: Fiber Installation Inspection and OTDR Fiber Testing DMS Operation and Testing Controller Operation and Testing CCTV Installation, Operation and Testing Familiarity with Existing Communication Equipment and Switches MVDS Operations and Testing CERTIFICATIONS: IMSA Traffic Signal Inspector Level I Or a Civil Engineering Degree Responsible for performing assignments in assisting Senior Inspector in the performance of their duties. Receive general supervision from the Senior Inspector who reviews work while in progress. Civil Engineering graduates must obtain certifications within the first year of working as an inspector or Engineer Intern. Exceptions will be permitted on a case-by-case basis so long as qualifications and certifications are appropriate for specific inspection duties. SOFTWARE ENGINEER-An Electrical Engineering Degree and five (5) years of experience in traffic signal design, analysis and implementation; software design analysis, programming and software/hardware and staging for traffic signal control system. (This position is not eligible for straight or premium overtime pay.) COMMUNICATIONS ENGINEER-An Electrical Engineering Degree plus registration in the State of Florida as a Professional Engineer desirable and ten (10) years of experience involving computer controlled systems for computerized traffic signal systems. The experience should include design review, equipment specifications, installation supervision, equipment and reliability analysis. (This position is not eligible for straight of premium overtime pay.) SYSTEMS TECHNICIAN- High School Graduate plus five (5) years of experience in Electronic Systems and/or Traffic Engineering technician level work, detailed experience and training in the use of Otter's and other equipment related to fiber optic communication testing. Requires certification of this training or equivalent training. CEI LANDSCAPE INSPECTOR- High School Graduate or equivalent plus five (5) years of roadway landscape construction experience or Florida Nursery Growers and Landscape Association (FNGLA) Certified Landscape Contractor Certification plus two (2)years of roadway landscape construction experience or a degree in a related field plus three (3) years of roadway landscape construction experience. The individual must be skilled at plant identification, classification, and grades and standards for nursery plants as established by the manual "Grades and Standards for Nursery Plants" by the Florida Department of Agriculture and Consumer Services. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 51 Packet Page -376- 6/14/2016 16.A.17. The individual must be knowledgeable of current Florida Department of Transportation standards tor landscape installation, including plans reading and irrigation system construction. The individual must have the ability to read and interpret contract documents. The individual will receive general supervision from the Senior Inspector who reviews work while in progress. CEI SENIOR ENVIRONMENTAL SPECIALIST-A Master's Degree in Physical or Natural Science and equivalent and seven (7)years of professional experience or a Bachelor's Degree in Environmental Science and ten (10) years of professional experience and general background and knowledge in wetlands ecology, environmental permitting, wildlife surveys, wetland assessment, mitigation and management, management and erosion control practices, and/or hazardous waste and oil spill remediation, site restoration, environmental audits, contamination assessments, soil and groundwater remediation, and underground storage tank services as appropriate for the project. For project work involving management and erosion control practices, the individual shall be a qualified FDEP Stormwater Management Inspection. QUALIFICATIONS: NPDES FDEP Qualified CERTIFICATIONS: FDEP CEI ENVIRONMENTAL SPECIALIST- A Bachelor's Degree in Environmental Science and three (3) years of professional experience and general background and knowledge in wetlands ecology, environmental permitting, wildlife surveys, wetland assessment, mitigation and management, management and erosion control practices, and/or hazardous waste and oil spill remediation, site restoration, environmental audits, contamination assessments, soil and groundwater remediation, and underground storage tank services as appropriate for the project. For project work involving management and erosion control practices, the individual shall be a qualified FDEP Stormwater Management Inspection. QUALIFICATIONS: NPDES FDEP Qualified CERTIFICATIONS: FDEP PUBLIC INFORMATION OFFICER- High School Graduate or equivalent and be knowledgeable in public information and/or advertising involving mass circulation or distribution of literature, mass advertising or other similar activities and performed such work for at least three (3) years. CEI RESIDENT COMPLIANCE SPECIALIST- High School Graduate or equivalent with one (1) year of experience as a resident compliance specialist on a construction project or two (2) years of assisting the compliance specialist in monitoring the project. Should have prior experience in both State and Federal Aid funded construction projects with FDOT and knowledge of EEO/AA laws and FDOT's DBE and OJT programs. Ability to analyze, collect, evaluate data, and take appropriate action when necessary. Must attend all training workshops or meetings for Resident Compliance Specialists as well as spend time at the District Compliance office as determined necessary. CEI SENIOR INSPECTOR BUILDING STRUCTURES- High School Graduate plus eight (8) years of experience in construction inspection with four (4) years of experience in performing highly complex technical assignments in field surveying and construction layout, making and checking engineering computations, inspecting construction work and conducting fields tests. Senior Building Structures Inspector must be fully knowledgeable of all aspects of the building construction to include masonry work and familiarization with the local and State building codes and ordinances. Work is performed under the general supervision of the Project Engineer. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 52 Packet Page -377- 6/14/2016 16.A.17. CEI BUILDING INSPECTOR/ ELECTRICAL- High School Graduate plus five (5) years experience as a qualified building inspector or general contractor. Experience shall be actual field experience as a qualified building inspector or job superintendent. Inspector must be fully knowledgeable of all local and State building codes and ordinances. CEI UTILITY COORDINATOR- High School Graduate or equivalent and be knowledgeable of FDOT's Standards, policies, procedures, and agreements and shall have a minimum of four(4) years of experience performing utility coordination in accordance with FDOT's Standards, policies, procedures and agreements. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 53 Packet Page -378- 6/14/2016 16.A.17. Cater County Email: evelyncolon@colliergov.net Administrative Services Division Telephone: (239) 252-2667 Procurement Services FAX: (239) 252-2810 ADDENDUM 1 Memorandum Date: May 20, 2015 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation #and Title 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacements Project The following clarifications and changes are issued as an addendum identifying the following change (s) for the referenced solicitation: • Solicitation, Page 3: Pursuant to approval by the County Manager, Sealed Proposals to provide CEI Services for the Vanderbilt Drive Bridge Replacements Project will be received until 3:00 PM, Naples local time, on May 13 June 19, 2015 @ 3:00PM at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. • Solicitation, Page 10: All proposals are to be delivered before 3:00PM, Naples local time, on or before May 13 June 19, 2015 @ 3:00PM to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist Packet Page -379- 6/14/2016 16.A.17. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Packet Page -380- 6/14/2016 16.A.17. Co ler County Email: evelyncolon@colliergov.net Administrative Senhces Division Telephone: (239) 252-2667 Procurement Services FAX: (239) 252-2810 ADDENDUM 1 Memorandum Date: June 3, 2015 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #2 Solicitation # and Title 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacements Project The following clarifications is issued as an addendum identifying the following information for the referenced solicitation: • Solicitation, Page 35: The latest design documentation is available upon request and successful completion of the required exempt documents form. Please email the completed Exempt Documents Form along with a photo Id to: evelyncolon(a colliergov.net If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Packet Page -381- 6/14/2016 16.A.17. F,144 c777 Prepared for: Collier County Board of County AZCOM CCNA Solicitation: 15-6418 Commissioners 19, 2015 , ervices for the Vanderbilt Drive . , , rf ,rf-i 0,41, , - p,,,k rt a r ,,,, j - 4 [ E T,..0. ,.....010 - .., rs,- d ' ' 1 erTterts Project , k I• k ..., — .,„ -0,,,,rx .,. 0-,,,' -,',*• , _ f/ ,' /i ,/ ,'/ I i / if / r ,..-; - - 7 ' A , , .f Ir , r q , 1 „,,!---" - ....,,,,,r''-'- ,,,_.,..... ,4"''-' ., 7... - - -, "'-'°" le * ,, , 1 i, _ -----— - _ , ..),-7,4-ii4 ! .4r7,11;, , ri'" __ — ....„.„.,.'•—„..,4;,,,gorttr,.,dir,--.:0,,, —.„.v.,4,-,,,,,,,loiz.,,,t - - - - 1. 1''''14,41006"!!9:40::,,,41.::'.' ,1"„-,.., . % 4,,,,,„4,,,$t").44.%.,: ;.„. ., ,, ,,.. ,, ' ,, ;?-4k.z•:;;e4.,q0-4Vz—4f0; .,1144..r•th-Pt.''-v,,-2 1,,,..4 '' ' :,,,. F. .4,,,OV.P'4 ,4'''' . -.,1'''''''''' 4,4.44'4,44 44',V"1"J2 44, t,' la'1,444.-2 ' e--• 4' ""... '",,:.' 4t42 44.T04'.4'44'" * "."- .2-'4.7"."'''''2:"'" ,,,....as,-,,,2t2,2,9-44.2',F" ",,,`„,,,"- ','„ ,,, "-^.. „........ ......,..:',4,1 .".., - '....,,,i.',...t,,..407;,N*V•^,10,;',,,.1.j ....',V...',.- 1.," ....^..,0 ":'",S,' -A7:1.,,' , 'i',,,,,rlr Z..""''''',•' • '...• - . ' '„. '410,1r.7,-A7i.`,T,'"`"`,' ,'''''.7-.'"1",:erV`A-1'4"....."7":::-.11.1*„ ..":41„.Z. t 0, ' , '- ' "` ' '',- ''..,/ ",," ,4--,7,------,-----, -.1*.$1, ,,,-„ri ,,,,, '',., .•'i.1 4,, '',, '' .1.44",44,4"".P.,“r-,0,44i,;',-1/„4,-,kr;iti;".+4414;704,4"e4"-.14.f.44'11,- • '''' ",-11,7--*':4 .-- ,,,,I-Or "it,', '","eA ,P7.' '4;;,,,,,C.17„ic... „, -s, ' 1:,:-,14 ,:--4Zt.•!44 'Z'''.'"="; :e`31,110-;41.413*110,,TVIII;n4fect721Tr:vo-,,,::.-,,,,,,,,,i,:,, ,,,,,v;I:,:,,7,,,,, -: ''- "%'''''V ' , R-- ,,} '--", ,' ' --4*-----,`.-",:''1, -: ,- `,,."4,;';;.;:r:'f'14.47,,q,,..4.4,4,104.et.r......1.11(4.,,0,,.: - ..-k. .,,' •'4,, • ' ,1,,, o,' .-'- ,„. ,;- ,, .., -: %,,.= - - ' -.1., ° ' • ,,,, ,1 4.'4,'";;-'''''s ,.'": ' 4/".4' 'Ir kii--II-L*;;;„.:,'', " ''.;'' 4'''Z;"'I'llit 'iNi;r:i7,,''''''''''$..44?/41:-..A;',0:. '''--, , 2." ." . :14.1 r!"e'r;:"'41:::.:e' • ' A:'r.... . . '''' Packet Page 382 •:,'a)i$7‘7, .I:7:40,0q,git2,..72e11,4—C44'44.111,5'."'V''.''''''.:::' "'--;:r'''.1..1,:".:c4A1,!eft'' ' :''''n-4r, , ' jr-11,„:7:,,* ,. . 4,-- ..v. ,..,-, - ,- : t.: •,,.,:, ik.,01,,111-v- .„- . , • • .P.44` -l' 7'''''''"F...-&-7,„,:7 %•-4`..:.' ',-*"..-le,--zit:4,t-1.414,4,4.' 4,4=',44,..,,,,,,, ., , , 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Project SolicitationReplacements#15-6416 Contents 5 ,. ..,.. - zs r" fn �� ‘' � �! -..-rte ---1---..--4=-7- - .i � 4 1 - I b 1 ` �i 1 1 vc° ° aig,,y- a 4 - -- — —. .2a;:;„...8-:4'.1-is1,44,4;:74,,,,;„;,,,,„,.,,. om a ,~ I. Consultant Approach and Understanding II. Qualifications/Certifications, Experience and Performance III. Assigned Staff Availability and Experience Summary IV. AECOM Experience and Performance V. References VI. Office Location and Responsiveness VII. Acceptance of Conditions VIII. Required Form Submittals Packet Page -383- 6/14/2016 16.A.17. Request for Proposals Collier County Board of County a • c° Commissioners 8 ° ni'D.c 'a a., =a ao Loa d .• *,r LL� � >✓,� �a s .q �k -".�' � '`'' g >s 3�'� T nr-^ z fid � , S ::,P,,,,e',,,,'".,:;41,..:4;,',,,,,11,::, t rf.k.-;5.,14,:,,,,,..,,A,..--;:,-.:.,:...,:,3101ki:;,..1,:,,',;.=';:ci•;;.;,.11:•, ,;.-::---,,,e.:211,:e7:4 i 1,41,x,::,,,,„1.-„,,,,,i_,,f7,1:1 ,,,,,0,14i1:a.,41,,:r47:3:c j..,,,,,;iiiitt,,i41/4",:.,;,.....t,;(;:k11.,,,,At:.4-,Ar-,c+414,74;4itot,,,,:,,ill a e m a * a tt.. k r a's r'°t+` s` r d s� J sr ' d°,k .w„ • a spy .,' s .c'---4. - -? ,,"'� $.� 114 ,„ ,..1.....,„„z,.,„,:t....t.,:„.f..„.„.,„:,,, ,„....., ,, ,,„,...,„:t...„..,.. .. ....., , „:„..,..., ,,,,„...., , ,.:.., , ,,,, ,,,,, , ,, s'� ;;;;..S.':',''''$:2';''''':.;.;„;,,,,:":4'7i:".1*,:r:ik j',..-..:',:1 :,...•-;,,,..!..yilt.5:;i,,t4,,A:',Z,Z,411 0,.:1::,'5.;;;.:4';':, '''''. 1!"4:ealri les'. tfmt: rf ers a f, t in.. :.t..::„ , .4,r 0* ' '.',' ...i, fir & 4 > ' � sa' • ,yam ,„�.� *`+ .dda nw� .'.@'wa,s.� E%9 ^N3 ,� G 3�u:1i'.' 'sx. M1u u.. 44,.a ,,, �tm du^ea"a.i.u4..a12t:,.s��.; :.rk� k�xu?�2;114"ci w`&lv=,''1a .`'1iaiL: '44',1,..,-,%'1., . A ZCOM y- m Packet Page-384- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Approach and Understanding r �; Yv J { r Project Understanding that clear communication with the Contractor, the We understand that Collier County is looking for a CEI County, and other project participants (utility companies, firm that will pledge its commitment, develop lasting businesses, and neighbors) is key to eliminating many relationships, and supply high caliber personnel to issues that arise during roadway construction projects. effectively administer this CEI project and meet all contract Key Features/Potential Risks and Solutions scope requirements. Our proposed staff has the technical capability and commitment to Collier County, and we To prepare our team for this project, we have studied are eager to provide our services on this very important the 90% Bid Plans (dated April 2015) and have made ✓anderbilt Drive Bridge Replacement project. AECOM several visits to the project site. This contract will understands Collier County's expectations and gives you replace the two existing,functionally obsolete bridges our commitment that we will meet or exceed all contract located on Vanderbilt Drive and to resurface/reconstruct the and County goals. Our extensive knowledge and combined approach roadway. The bridges were constructed in 1964 experience acquired through the years will assure Collier and have been identified as scour susceptible. County that this project will be a success. Existing Bridge#030177 is located 1.1 mile north of The AECOM Team has provided CEI services on many CR 846 (Immokalee Road) over the Little Horse Pass. construction projects for the Florida Department of The replacement bridge will accommodate two 11'through Transportation (FDOT) and many Counties and Cities lanes, an 11' northbound left turn lane, 5' shoulders, a 6' throughout Florida. Our work experience over the past 15 sidewalk on the east side, and a 10' shared use pathway years includes several projects within the geographic area on the west side. Existing Bridge#030178 is located 0.7 of Collier County, including the Frank Hales Bridge over mile north of CR 846 over a tidal creek. The bridge will be the Cocohatchee River in Collier County, Gasparilla Island replaced with a new four-sided box culvert to accommodate Swing Span Bridge Replacement in Boca Grande, Matlacha two 11'through lanes, 5' shoulders and a 7'-6"future Bridge Replacement in Lee County, and several projects sidewalk area on the east side. along the 1-75 corridor such as the 1-75 widening from The roadway approaches will be resurfaced/reconstructed, Golden Gate Pkwy. to Colonial Blvd. in Lee/Collier Counties as appropriate, and will begin approximately 300 feet south (iROX), and 1-75 widening from Colonial Blvd.to SR 82 of Bridge#030178 and end south of Bridge#034176 over and SR 82 to Luckett Rd. in Lee County. We also recently the Cocohatchee River.The roadway typical section will provided services on an interchange reconstruction project consist of two 11'through lanes with 5'paved shoulders at SR 80/US 27 in Hendry County. Our experience is well and a shared use path along the west side of the road. rounded and versatile-more information can be found in Reconstruction areas will receive optional base group 6 with other sections of this proposal. a 1.5" asphalt structural course and a 1.5" FC 12 asphalt The team members proposed for this contract are well friction course layer. Resurfacing areas will be milled to versed with FDOT procedures and are intimately familiar depth and replaced with an overbuild - 1" asphalt structural with all project and Collier County requirements. Our course and 1.5" asphalt friction course. experience on the aforementioned projects demonstrates 1-1 Packet Page -385- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Bridge#030177 is a cast-in-place bridge deck resting on activities which included hanging fabric to intercept debris two intermediate bents with four-14"square concrete piles and preforming piles to reduce the risk of settlement to (ea.)and two end bents founded on seven steel I-beams the existing bridge, which maintained the only access to (ea.). The new bridge will span the entire 80 feet utilizing and from the island. Similarly, our Gasparilla Island Swing Florida I-Beams resting on two end bents with seven 24" Span Replacement project offered the only access to and square concrete piles (ea.).The 8"cast in place deck will from Gasparilla Island. The existing bridge suffered serious be poured on metal stay-in-place forms. Our staff is well fatigue through the years and bridge equipment would often aware of this type of construction having just finished both break during openings. Impromptu MOT plans would have the Jolley Bridge and Gasparilla Island Swing Span, which to be developed in the field during these failures to safely utilized these practices. Construction of the new bridge will maintain access on the bridge,which often required lane require a detour similar to the one we used to construct the closures and two-way one-lane traffic. This was performed Frank Halas Bridge.We will apply the same consideration safely and efficiently each time through the teamwork of for residents in the area using the detour as we did on the Contractor and CEI staff and fostered by the partnering the Frank Halas Bridge to ensure the County does not approach. Gasparilla Island Bridge also required pre-drilling receive unnecessary negative comments. Attention will of piles to mitigate settling, and the placement of physical be given to the detoured route to ensure signage is clear barriers between the work and traveling public due to the and correct throughout the life of the project. The existing limited ROW. Environmental concerns for this bridge were pedestrian bridge will be rendered unnecessary with the present due to the necessity of dewatering and the fact wider replacement bridge capable of accommodating that the waterway is a Florida Outstanding Waterway. The a 10'sidewalk. The existing pedestrian bridge is to be dewatering for Vanderbilt Drive will need to be performed disassembled and returned to the County. Overhead in such a way to prevent undermining the existing portion electric will be a concern during this operation and we see of the culvert used to carry traffic, and to prevent the that the EOR has taken this into account with the plan note discharge of turbid water outside of the allowable amount cautioning the Contractor that de-energizing of the lines within the mixing zone. Our staff is intimately aware of may be required. We will work with the Contractor and permit requirements, since nearly all our previous bridge FPL early on to ensure this is coordinated and to see what experience involved working over Florida Outstanding implications and/or limitations there will be associated with Waterways. We will review the permit extensively to ensure this work. the Contractor is meeting all the requirements. Bridge#034176 is currently a double barrel box culvert Utility adjustments are required under this contract. A pre- exceeding 20' in length earning the designation of being construction meeting will be held with all parties to ensure a bridge. It will be replaced in kind with a double barrel pertinent information is shared prior to the Contractor box culvert wide enough to accommodate the wider lanes beginning work. Drainage will be required to capture and shoulders. Construction will be performed in phases and treat the stormwater runoff prior to discharging into to allow two-way, one-lane traffic to be maintained at all the swales.Again, our previous projects required the times. This will present considerable challenges which installation of new drainage structures and our staff is very our staff is ready to handle. These challenges include, but knowledgeable in this construction activity. New signals will are not limited to, ensuring proper MOT to safely carry the be installed on a span wire assembly to ensure motorists two-way traffic, monitoring construction practices to avoid can safely make the new turning and through movements. damage to the existing structures, and keeping workers Maintaining traffic during construction is critical, and a and equipment out of the travel ways within the limited Maintenance of Traffic(MOT) plan is necessary to minimize ROW. As stated previously, our staff is ready and capable impacts to the traveling public while also minimizing the to handle these situations by applying their experience and duration of construction. The MOT plan will consider the knowledge from previous projects. Our recently completed full closure of Bridge#030177 with an off-site detour using Matlacha Bridge Replacement project required several the available off-site roads that include Immokalee Road, MOT phases changing the configuration and direction of Bonita Beach Road, and US 41. Staged construction will travel for the motoring public.These changes were carefully be considered for the replacement of Bridge#030178 reviewed and discussed with all stakeholders to ensure utilizing two-way traffic and automated temporary traffic advance notification was provided and the changes were signals. Under no circumstances shall both bridges be implemented correctly in accordance with the contract closed to traffic at the same time. We utilized the automated documents. That project also had limited ROW, often temporary traffic signals on our Treasure Island Bridge requiring the work to occur adjacent to live traffic. Several replacements project and they worked quite well. Key items efforts were made to safeguard the public from construction to ensure proper use of the automated temporary signals 1-2 Packet Page -386- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 are: the signage is clear and visible, the striping is bold and with cameras, cell phones, laptop computers and wireless reflective, and the sight distances have been checked. It Internet cards, essentially mobile offices, to effectively will be important to have emergency contacts for nights and communicate with fellow staff, the Contractor, and the weekends when no workers are on site should there be County. AECOM also recognizes that email is the standard a malfunction of the signal equipment. It is also important method of communication for most construction projects. to note that there is significant kayakers accessing the All verbal directions or notices to the Contractor will be channel just south of Bridge#030177. This will require both followed up in writing whether in the field or at the office. the Contractor's and CEI's attention to ensure the safety of Daily work reports produced by our inspection staff will be these boaters is maintained during construction activities. clear and concise, but with the necessary detail to track We have reviewed the 90% plans and have the following all project progress. Detail is extremely important should comments to offer in addition to the key points listed above: a claim or conflict arise on the project where daily work reports are used for justification. • The retaining wall drawings do not appear to be accurate. If selected, we will confirm with KCCS the Good communication is one of the most important factors correct elevation views on sheet BW3 and BW4. of a successful project. Fostering a positive CEI-Contractor • De-energizing of the overhead electric lines is relationship at the beginning of any project allows issues to be resolved and decisions to be made at the lowest, anticipated. We will ensure the up-front coordination takes place to avoid any delays to the project schedule. most cost-effective level. With this philosophy, we have • Pre-forming of the piles may be required but jetting is been able to resolve project issues and bring equitable not allowed per the plans. We have had success with solutions to our client that the CEI team and Contractor jetting with regard to turbidity and would like the EOR have agreed upon. The AECOM Team remains completely to consider jetting if requested by the Contractor. This committed to proactive problem resolution and accepts discussion can be facilitated by AECOM with the County responsibility to resolve problems with a"solve it here- and the EOR if necessary. solve it now" approach.The AECOM Team will focus on a • Diaphragms are shown for the Florida I-Beams(FIB's). few key points in our approach. 1) Keep an open dialogue The EOR should consider removing the diaphragms if with the Contractor. Open discussion on project issues or possible, as this is now acceptable when utilizing FIB's. upcoming work items often produces solutions. Working AECOM can facilitate discussion on this item with the together as a team builds trust. 2)Stay ahead of progress EOR if selected and could be a cost savings to the (be proactive) by looking at the plans for upcoming phases County. of work.AECOM's philosophy of"never be complacent" on • It is observed that the pedestrian bridge at Bridge a project with a positive trajectory will always be in the back #030176 is to remain. Pedestrian detours need to of our minds. Catching issues early before they occur helps be considered and shown in the plans.AECOM can keep the project on schedule,which is good for both the facilitate this discussion with the EOR if selected. Contractor and the County. 3)The Contractor appreciates • Note 2 on sheet B3-3 states to unbolt the anchor bolts prompt responses.AECOM consistently provides at bents 1 &2 of the pedestrian bridge. It is unclear immediate action on any incoming correspondence from to AECOM what the intent of this note is and will seek the Contractor and other stakeholders. We set short but clarification immediately upon selection. reasonable timeframes for turnaround and keep track of outstanding items in up-to-date project logs. 4)While the Approach to Managing the Project Contractor appreciates responsiveness,AECOM expects the same. We include action items at the end of each AECOM has a strong reputation for effectively weekly meeting agenda, which are then documented in communicating with project stakeholders. Our Team always all meeting minutes for follow up. Issues that can not be strives to keep everyone involved with the project informed resolved at the project level will be escalated to the Collier of major work items including schedules and potential County Project Manager. Early detection of problems in traffic impacts. Effective communication comes naturally to the plans, whether they are errors, omissions, conflicts, or our project team—regular communication with the Collier unforeseen conditions result in fewer time delays and will County Project Manager will occur to keep them updated keep cost increases to an absolute minimum. on project progress, Contractor schedule, project conflicts, Immediately upon final selection of this CEI contract, if we requests for information, quality control issues, Contractor are selected, and upon award of the construction contract, performance issues, notices of intent to claim, and any oublic concerns. All AECOM Project Engineers are issued we will begin coordination efforts we feel are critical to the 'Phones, and all inspection staff members are provided success of this project. 1-3 Packet Page -387- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 1. Effective community outreach, particularly with the • Review plans, specifications, and other contract numerous condo communities between Wiggins Pass documents Road and 111th Ave. North/lmmokalee Road,will • Develop file system/document control guidelines positively influence the relationship between the affected • Review of Contractor's baseline CPM schedule, QC parties and Collier County.The AECOM Team can assist Plan, and other pre-construction submittals the County with public outreach efforts even before Construction Activities: Once the day-to-day construction day one of the contract. Some of our early efforts in activities begin,the following activities will be part of our assisting the County can include establishing clear lines routine services to ensure the Contractor provides the best of communication; compiling the stakeholder list; and construction quality to Collier County, and minimize the beginning direct communications about the project with risks for unnecessary costs or claims to the lowest extent the residents, businesses, elected officials, media, civic possible. groups, and emergency services through open houses and distribution of informational flyers. • Hold pre-activity meetings for all construction phases and critical activities 2. To follow up on our significant efforts during this CEI • Hold weekly progress meetings contract pursuit, the AECOM Team would execute a full • Prepare status reports and CEI invoices in the County's constructability review of the Vanderbilt Drive Bridge preferred format Replacements contract plans. Upon final selection, we • Create daily work reports/prepare weekly engineer would prepare our constructability comments and meet summaries with the Collier County Project Manager and the EOR to • Log and monitor RFI's discuss our findings.This would also be an opportunity • Process monthly estimates for us to discuss with the EOR their approach to the • Execute adjacent project coordination (if applicable) design and obtain any clarification on intent of specific • Produce documentation/electronic processing plan items. • Perform inspection of work and materials verification 3. Upon award and execution of the Construction Contract, testing the AECOM Team will schedule a meet-and-greet • Review Contractor's pipe videos/reports session with the low-bid Contractor. This informal • Monitor bridge construction and geotechnical services meeting is to set the stage for a favorable project kick-off • Ensure Contractor adheres to contract documents and and helps establish a partnering attitude.The AECOM environmental permits Team has found this special coordination effort to be • Perform CPM schedule review/monitoring and practice extremely successful in the past. claim avoidance/dispute resolution 4. AECOM has a very comprehensive Quality Assurance/ • Negotiate and process supplemental agreements/ Quality Control (QA/QC) Program. One of our first orders change orders of business would be to produce a QA Plan specifically ' Enforce safety with reporting and monitoring tailored to this project and submit it to the Collier County ' Monitor compliance with EEO, DBE, and OJT training Project Manager for their review and acceptance. The requirements(if applicable) AECOM Team is proud of our approach to Quality • Obtain project photographs/video documentation Assurance, and we believe it will provide additional • Perform project walk through and maintenance success for this and future projects for Collier County. acceptance • Monitor bonds,warranties, and burn-in periods Pre-construction Activities: A successful CEI project • Initiate the permit transfer from construction to requires commencement of services long before the operations Contractor starts work. This is initiated with a thorough plan Post Construction Activities: Post-construction activities of the activities to be completed. Our team is prepared to will be a continuation of work efforts initiated prior to the properly execute these services for a proficient project start. project start. Our team's efforts from pre-construction • Hold CEI pre-service meetings and pre-construction through post-construction will culminate in successful conference completion of the project, submittal of the final estimate • Set up field office or field trailer and documentation, processing of close-out forms, and • Coordinate utilities, permit applications/notices of submittal of permit documentation to the proper agencies. commencement • Issue final acceptance of project • Obtain pre-project photos/videos, and perform existing • Prepare, perform QA, and submit the final estimate condition surveys • Provide the offer of final payment 1-4 Packet Page-388- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 • Certify and submit as-built drawings In the weekly meetings we will discuss with the Contractor • Gather and track warranty information the plan for performing the work by using a two-week • Hold project closeout meeting look-ahead schedule. This will ensure that all required - Summarize any outstanding issues/provide support to equipment and materials are at the site for construction and Collier County ready to proceed in a timely fashion. The AECOM Team prides themselves on their meticulous Claims Avoidance and Construction Schedule: filing system and document process controls.All documents We are fully cognizant that late delivery of the project and correspondence will be scanned and filed on a daily inconveniences the traveling public, involves increased basis for quick retrieval in accordance with the County's administration and construction costs to the County, preferences. and may adversely affect the County's reputation. Consequently, we believe that timely completion and Review Contractor's Schedule: Effective use of the maintenance of the construction schedule to be of the schedule begins with a timely baseline submittal. The utmost importance. AECOM Team intends to work closely with the Contractor as soon as possible to formulate a baseline schedule. In the pre-construction phase, a preliminary schedule is While providing assistance, we will be careful not to dictate the most valuable tool to analyze for potential conflicts, means and methods or resource allocation. Our goal is to overestimating/underestimating production, unrealistic have a baseline schedule established for the project at the milestones, interface conflicts, and more.The most effective means of dealing with claims is to recognize the potential pre-construction conference so that a detailed discussion can occur for the benefit of those present. for their occurrence early in the project and take the necessary steps to eliminate the problems that may lead to Upon submittal of the baseline schedule, the review will such claims. include the following at a minimum: Special meetings prior to the commencement of major • Completion date meets contract time or sooner activities on the project are also extremely useful in the • Logical sequence of activities avoidance of claim situations. When circumstances arise • MOT phasing reflected in sequence in which claims are justified and unavoidable, we will take • Milestones included steps to resolve the field problem in order to minimize • Check for reasonable production rates impacts on the Contractor's progress,thus settling claims • Adequate breakdown of activities to eliminate durations with the Contractor before they become large and costly in excess of 30 days problems. • Utility relocation durations included • Cost loading analysis (if applicable) The most common causes of claims on a construction • Contractor submittals with adequate review periods in project are design deficiencies, utility conflicts, and accordance with specs unknown site conditions. The AECOM Team recognizes • Include narrative identifying critical path that many of these problems are not beyond the ability of • Check that there is not an excess of activities shown on the CEI to prevent, minimize, or resolve.The AECOM Team the critical path has the ability to anticipate the type of claim that could be presented and advise Collier County on the probable Project Schedule Updates: The AECOM Team will ensure value of the claim, as well as the recommended position the schedule remains the focal point of the project team to take. We have the experience to successfully negotiate by discussing in detail the schedule status at the weekly substantiated claims and defend the County against progress meetings. The Contractor's schedule update unsubstantiated ones. should reflect construction progress during the previous Once a claim situation is identified, the CEI team will be month. In updating his schedule, the Contractor may choose to modify his sequence of events and activities, or notified and asked to be conscientious of all activities alter durations. If this occurs,we will want to know why surrounding the claim. CEI staff will be expected to and whether there is an effect on the overall project. If the document factual, concise observations in daily work reports, photograph or videotape anything supporting the update is accepted, the submitted schedule then becomes the basis for future, "scheduled vs. actual" activity analysis. claim or our defense, and track the Contractor's work effort on appropriate forms. Two-Week Look-Ahead: The AECOM Team will ensure that the Contractor's two-week work plan is based on the controlling items of work identified in the schedule. Non- critical schedule activities will be monitored closely as well. 1-5 Packet Page -389- 6/14/2016 16.A.17. Request for Proposals CCNA SSci.c la:.cn: ,. 0=i Services for tre ar :!. ti '+ie Br,dge Repiacen'en.s Pr'..,,,,,.-...7,t. Collier County Board of County Commissioners .0N '-r �p.M" ,- „„.„-,.-,;,--":„,,4,",'"°,',.r.;!” a » ' , „� , as n` Q Oahsa 'Pr''',':: c r `s7 .t, r ',1,',-,,,-;:‘_;:.-,,,,„4..,,-„),„. t �” � -," �' s '-'0f,,,„4?,r-,:. r+' " '''''4.14:.:.:4'4 7fiax r ` --',...-i'''',-1".*L � iC `°:+' ' t`F 3� zy5 , � ## ; 7''N ''.'-;',,,,':'''';',.i.S4a':.1:1•'-',i,)*I',':-4F--lt,t'?Z'.1.1'1414' .,,c34,,,,a.. ,, ,. i ,,., . n ... ,,_,v, ,. ,,,,,,„ . ,-, ...,..„,„,,,,lAt.,,,,?1, 4,,,-,, , •xr Gm� t" l-A . :, 2% $ ` 7:.-4,..!;,,,:-.....,-,,-:-.--,;:,.;:','''.-::,''''i ' ,,51,-,,aril ....,ii ,3,a,". * ;'1Yhe z m,.4:—'',.-,, � # t� 1 ';rni, ire " r�F•,:,-5„..: ,c,„,,,T,f2,,,,i,,, ,--,,,,,4,Liser--a ,''",'„:, * c)rmint,77tim %,, •lisitrienm . .,..,,,J;,.,„,..,„,,,,,A;:,,,,,! ...--,---,,:-•-,'---:',";-:::',::' .'`.;...:',- :,:;;:-.,',..:1:-2;°,,,,,::::74.....-;-"4;;;',','=-, rf tiT � a .;.,?„,,....,,,,,,i,4—...A�"�rM..., =2 w W kha ,...,n S e.G+ .....,' .. 3fi.,�'mm'L✓m. " �., -.,.. ... bt , rt w_.. ., ._,. .,� . � r- : ,a u o77 7:t _. , _. �A=COM Packet Page-390- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 v. i i iExperience and c __T x 'l- _ 1 O' bI-��- 7� d� ,. f l — .. ,I� I i ..m_.. IIIA h t I n 1 ',..-,'.-i'''''' .j h ..t_.,_ _ d ';'-'..::::2;:::::-;:::-'''' ,- ,�" ' c° ''''''!';!;f•';': tai "." ,-t +"* w+ €` .. , ..'."ss» ""-."TMwen+-_'W-- .-. ..mo",4? ?'�?'aS,C,h 0.. tr.si.caa 3r..4r.:411 1,11t,tA Qualifications/Certifications The AECOM Team proposed for this project, and shown Coiter County on the organizational chart to the right, is intimately familiar with Collier County, the inspection criteria, and expectations. We recognize that training is a vital part ,,Senior PrOjed Engineer./` of today's CEI business. Due to the number of required Project Manager certifications necessary for construction inspection and crystalGorman,PE A.-COM materials testing,AECOM has developed a qualifications database that identifies training experience and Project Engineer Administrative Assistant,' certifications for all CEI personnel. This database is used Steve Nappi,PE Ryan Allen ii:_ and monitored to ensure that certifications are renewed as necessary, and to track personnel classification and ; each individual's area of expertise. AECOM prides itself , nror Bridge InspectorRoadway Inspector in dedicating a considerable amount of funds annually to Jerry Green Joe Monahan AZCOM properly train our staff. We understand the principle of cross training and know this is important to properly and r /7 :: `W" e r V efficiently execute our CEI role.You will find that our team Ge,.technloal Engineer Surveying Underwater Inspection Michael Sharp,PE Hyatt Survey Services Bolt Underwater Services members have more than the required qualifications/ ArCOM (1-1� TT BST certifications for their respective classifications,which Asphalt Plant Inspector Lab Materials Testing allows for a well-rounded yet diversified team. When Michael Blevins Ardaman&Associates selecting subconsultants,AECOM ensures that proposed ,,, '.'....,'9. 1!!.,,T? personnel are properly certified for their respective r .f..,,�. Am*. , . positions. Organizational Chart ii--1 Packet Page -391- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Project Team Certifications • -; . '-'4 ' a rY 2 ` vi jr [ yi I. r I I 3 ; �` ,`� � � � I i 't � � a ✓°v � � ' v3� , -t � � iaL � -i ,Y" e j'' ir il 'v. 1, 1 ' 1w' a j a .El �a a , y - 1 : ,111.',..---N '.1 i 1 ttt 1 t°) 0 ,--c i '-";;;51>) : CO, t {; � * 1[...;-.... . 1 a,c .[-N ' (3U CCD ,i 1k� � ,� `.-1 � �' � � 1tt� � *.5" j� `0 � - k� I� . tS� a ; :"c � v �� , ! „ j' ' € x q::,"'1' 3 5, ID j `m o '' 2' 3 ao tE'tu , . ; filn a 1 v , a ta itgen ° m r° E " ' ° . yi1 , it 'r f: � � Cl)2co eLi..4;81[1 WA a4 '9 atA!; *` 81be1-Role a ala, , a ? . m �", Q . f „ . - , Crystal Gorman, PE Senior PE/PM ,aP €' P` t. ,77.-:.r.--.,97.. c - . : . § s$ 1 .'rk "t*� P1 j t fg . , , ■■Jerry Green Sr.Bridge Inspector 40 ��© �■■����■.�■■ Michael Sharp,PE Geotechnical ®■■■■■.■■■■■.■■■■cici Experience/Performance on Similar Projects Many of those items are discussed in other sections within this proposal;AECOM takes pride in our proactive The AECOM Team has extensive CEI experience on approach to contract management. Since our Team has projects very similar to Collier County's Vanderbilt Drive worked together on previous contracts, they understand Bridge Replacements project.The CEI and support each other's expectations and responsibilities that are personnel included on this project team have worked invaluable in successfully completing a CEI contract. nearly their entire professional careers on FDOT and County transportation projects in this area. We are Several examples of recent relevant AECOM CEI intimately familiar with multiple systems of project projects, either as a prime or as a major sub-consultant, documentation and document processing software, and that include similar bridge work, are described below. thoroughly familiar with the requirements, procedures, AECOM is proud of its performance in providing CEI manuals, processes, and expectations of Collier County. services. It is our belief that these projects include all We have hand-picked our team members, not only construction aspects that will be included under this CEI for their relevant project experience on similar bridge contract: replacement projects, but also for their local knowledge. • Gasparilla Island Swing Span/Bridge Replacement, We are eager to be a part of this important Vanderbilt Lee County Drive Bridges project for Collier County, and are • Honore Avenue Phase VII, Sarasota County confident that we can exceed your expectations. • 1-75 Sumter Blvd. to River Rd., Sarasota County The AECOM Team members are currently working ▪ Matlacha Bridge Replacement, Lee County • Treasure Island Isle of Palms and Isle of Capri Bridge together to complete ongoing assignments and have successfully worked together in the past. Through Replacements, Pinellas County these and other prior contracts, our Team has become • Vanderbilt Drive Bridge Replacement over thoroughly familiar with all types of construction. More Cocohatchee River(Frank Halas Bridge), Collier importantly, our staff has developed an awareness of County current FDOT and County practices, procedures, and • Ocean Avenue Bridge, Palm Beach County specifications that are applicable to the Vanderbilt Drive • Bridge of Lions Historic Rehabilitation, St. Johns Bridges project. There are several items within the County CEI scope of services that require full attention from • Royal Park Bridge Replacement, Palm Beach County the CEI Team to ensure the contract runs seamlessly. • US 17 from CR 634 to 7th Avenue, Hardee County 11-2 Packet Page-392- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 • SR 80/US 27 Interchange, Hendry County • Roadway Re-construction • 1-75 Design/Build Bridge Widenings and Deck • New Bridge Construction over Little Horse Pass Replacements, Sarasota County • New Box Culvert Bridge • 1-75 Design/Build Group at US301, University • Milling and Resurfacing Parkway, SR 70, and Fruitville Interchanges, • Utility Adjustments/Coordination Sarasota and Manatee Counties • Drainage Installations • Alligator Creek Trail, Sarasota County • Pedestrian and Bicycle Facilities • 1-75 Design/Build from Colonial Boulevard to SR 82, • Signals Lee County • Signing and Pavement Markings • 1-75 from SR 82 to Luckett Road, Lee County On nearly all of our past projects, roadway re- • Raymond Road Bridge Replacement, Sarasota construction, drainage installations, milling and County resurfacing, signals, and signing andpavement markings • Miriam Creek Bridge, Polk County have been included. These are standard roadway • US 27 Flyover, Polk County construction elements in almost every transportation • 1-75 Design/Build/Finance (iROX)from Golden Gate project, and our team can safely say we are experts in Parkway to Colonial Boulevard, Collier and Lee these areas.AECOM personnel also pride themselves Counties on keeping abreast of current construction issues that • US 17 Design/Build from CR 764 South to Desoto are ongoing throughout the state. County Line, Charlotte County • SR 80 from West of Orange River Road to East of SR The remainder of the above-listed elements, however, 31, Lee County are not as common.The AECOM Team has the necessary experience in each of these categories. Our success is demonstrated through the repeat business that we receive from our long-term clients. Bridge Construction—The AECOM Team has a Collier County is not a new client for AECOM; however, tremendous amount of bridge construction experience, we do understand that references are of the utmost as shown in our staff's resumes and in the projects importance in communicating our abilities to you. listed above. Our team members have worked on all We have provided above recent project experience types of bridge projects, including bridge widenings, and references below that we believe will provide bridge replacements, bridge rehabilitations, and the satisfaction you need to better understand our new bridges.AECOM fully understands all aspects experience and qualifications. related to structures and the importance of effectively administering this portion of the contract.AECOM References anticipates several pre-activity meetings for the bridge construction including, but not limited to, pile installation, • Nikesh Patel, P.E., FDOT Interstate Resident concrete placement and beam erection. The Contractor Construction Engineer, 941-465-0411, Nikesh.patel@dot.state.fl.us • Sarah Clarke, Lee County DOT Project Manager, 239-533-8718, sclarke@leegov.com • Kathy Banson-Verrico, Gasparilla Island Bridge Authority Executive Director, 941-697-2271, kathygiba@earthlink.net In preparation for this project, wehave spent a considerable amount of time reviewing the contract documents,the roadway and structures plans, and , - reviewing the site conditions. During this review, we took - :-.- , ; note of each specific construction aspect of the job and built our team ensuring that we've appropriately covered # . ;:� --_.—,-„ each item with regard to staffing and experience. In ` 7, . this section,we will outline how the AECOM Team is "' experienced in each of these areas. ,. - The Vanderbilt Drive Bridge Replacements project includes the following major construction elements: Royal Park Bridge,Palm Beach County 11-3 Packet Page -393- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 will be required to submit a Pile Installation Plan, which we will review with our in-house geotechnical team for completeness and acceptability.The plan will be ' monitored during test pile driving operations along with performing PDA to determine authorized pile lengths and establish driving criteria.Any inefficiency in the 4;44 Pile Installation Plan will be reevaluated and revisions it made should the hammer-pile-soil system cause undue r' -. t. stress to the piles. Once lengths and driving criteria t' i '9 i 1 are established, the production pile installation will be monitored for conformance to contract requirements from delivery of the piles, lifting and handling of the piles tr and driving operations. Formwork and reinforcing steel will be inspected for adherence to tolerancesprior to all concrete placements. 1-75 Design/Build/Finance(iROX)from Golden Gate Parkway to Colonial p Boulevard,Collier and Lee Counties Curing and form removal will be monitored after placement to ensure form removal does not occur prior to allowed timeframes or strength test results being achieved.The Contractor will also be required to submit coordination effort with both the contractor and Utility an Erection Plan for the Florida I-Beams.This submittal Agencies/Owners to facilitate the relocation efforts and will be reviewed for crane capacities, lifting limits and minimize potential delays to the project. securing the beams prior to pouring the diaphragms. Pedestrian and Bicycle Facilities—The AECOM Team The Contractor's approved submittal for the stay-in- has significant experience with pedestrian and bike place forms will be checked to ensure construction facilities. The components of these facilities: grading, requirements contained therein are adhered to. The concrete, asphalt, striping, signage,ADA access and concrete placement for the deck will be discussed in slopes, etc., are similar to other components within our detail at the concrete pre-activity meeting. area of expertise. We will use our inspection principles Topics to be covered will include lighting during the to ensure these items are constructed per plan and meet placement, initial screed demonstrations, placement ADA requirements. rates, weather limitations, moisture-evaporation rate monitoring, and finishing and curing activities. During concrete placement for the deck, depth checks will be performed, for overall depth as well as reinforcing steel cover. Sampling and testing will be performed during placement as is typical. Plastic finish requirements will be in accordance with Specifications, and the laser profile report will be reviewed prior to deck planing to `- --= `- ensure optimal planing machine settings are applied. The laser profile report after planing will be reviewed to � M '? ensure smoothness requirements are met or exceeded ',�44, � as required by Specifications. Utility Adjustments—80-90% of our past project experience includes utility coordination and utility relocations. We have worked with County and City water facilities, sewer facilities, overhead and underground � y ) electrical, fiber optics, overhead and underground phone '_ ""`"'' r and cable facilities to name a few. It will be important to establish contact and begin coordination with each affected utility as soon as possible prior to construction. ]-� The AECOM Team, with our Project Engineer Steve ,,,� Nappi taking the lead, fully anticipates assisting this •''A Bridge of Lions Historic Rehabilitation,St.Johns County 11-4 Packet Page -394- 6/14/2016 16.A.17. ACOM TIN#: G65511880 Crystal T. Gorman, PE Areas of Expertise Senior Project Engineer/Project Manager Project Management Ms. Gorman has over 10 years of construction experience including roadway and bridge Construction Engineering and construction oversight and construction engineering and inspection (CEI). As Senior Inspection Project Engineer for AECOM, Ms. Gorman leads our Southwest Florida CEI team on State and local municipality road and bridge projects. Years of Experience With AECOM:2 Years Previously, Ms. Gorman served as the Interstate Construction Resident Engineer for the With Other Firms: 9 Years Florida Department of Transportation where she managed large highway and bridge construction projects. In this capacity she supervised and directed the activities of the Education Educa41Civil Engineering/ interstate residency; ensured contract work was completed in compliance with plans and specifications and proper administration, inspection and testing was being performed; University of Florida reviewed and provided feedback and recommendations on supplemental agreements, Associates/2001/Engineering/ work orders,time issues, and claims; managed CEI consultant teams, regularly reviewing Edison College their work for contract compliance and monitoring their budgets; provided support to CEI FDOT/Construction Academy Teams and Contractors in resolving project issues and changes while also serving as a Registration/Certification liaison between our project teams and other agencies, stakeholders, FHWA, and the 2009/Professional Engineer/ public; and assisted with organizing public meetings and events, and other various public Florida#69830 outreach duties. Ms. Gorman was also responsible for writing Request for Proposals and CTAP developing contract packages for large Design-Build and Public/Private Partnership 8-17/Final Estimates, Level 1 projects. She also evaluated design-build proposals and assisted in the selection of 8-17/Final Estimates, Level 2 design-build firms for projects. Typical project experience is provided below. Taken&Passed/QC Manager Project Specific Experience OTHER Senior Project Engineer, Honore Avenue/Pinebrook Road Extension, Phase VII, 10-16/FDOT MOT Advanced Sarasota County, Florida (5/14-Present): Providing project administration and CEI 1-16/Critical Structures Construction services on this $11.1M new roadway project. The project consists of 2.61 miles of new Issues SSC two-lane divided roadway construction from Laurel Road to SR 681 and 1.12 miles of friction course on an existing roadway build as part of Phase VI in Sarasota County. The construction also includes a new bridge over Fox Creek, milling and resurfacing, pond construction, stormwater infrastructure, new signalization, signing and pavement markings, landscaping, lighting, guardrail, sidewalks, and utility coordination. Sarasota County Reference:Robbin Levar, Project Manager;(941) 650-9815 Senior Project Engineer, SR 93/1-75 Widening from Sumter Boulevard to River Road, FDOT District One, Sarasota County, Florida (7/13-Present): Providing project administration and CEI services on this $35.6M interstate widening project. The project includes roadway widening from four to six lanes, milling and resurfacing, cross slope correction, bridge widening to eight lanes, median and linear pond construction with associated drainage, box culvert extensions, ITS adjustments, lighting, cable barrier and guardrail, signing and pavement markings, and utility coordination. [FPID: 413044-4-52-01 (Federal Funds)] FDOT Reference: Marlena Gore, Project Manager;(863)272-5008 Senior Project Engineer, US 41 at Biscayne Drive and Price Blvd. at Biscayne Drive Intersection Improvements, City of North Port, Florida (6/14-1/15): Provided project administration and CEI services on this $700K intersection improvements LAP contract.The project consisted of construction of additional turn lanes, replacement of mast arm structures and signalization, milling and resurfacing, pedestrian facilities, drainage adjustments, signing and pavement markings, and utility coordination. [FPID: 429872-1-58-01 and 431041-1-58-01] City of North Port Reference:Ben Newman, PE, Project Engineer;(941) 240-8320 Senior Project Engineer, Isle of Capri and Isle of Palms Bridge Replacements, Design-Build, City of Treasure Island, Pinellas County, Florida (1/13-1/14): Provided project administration and CEI services on this $3.5M bridge construction project. The project included two new bridges over intracoastal waterways, permanent sheet piling, utility relocations, milling and resurfacing, drainage improvements, sidewalk, lighting, landscaping and aesthetic features, and signing and pavement markings. Reference:Hal Bruce, Public Works Project Manager;(727)547-4575 x257 Senior Project Engineer, US 27/SR 80 Interchange, FDOT District One, Hendry County (10/12-1/14): Provided project administration and construction engineering inspection services on this$18M roadway and bridge construction project. The project included new construction, reconstruction, MSE Walls, milling and resurfacing, widening, drainage improvements, lighting, signing Res-1 Packet Page -395- 6/14/2016 16.A.17. A_COM Crystal T. Gorman, PE-2 and pavement markings and signalization and new bridge construction (over SR 25/US 27) on SR 80. [FPID: 408286-7-52-01 (Federal Funds)] FDOT Reference:Gerald Byrne, PE, Construction Engineer;(239) 985-7800 Resident Engineer, SR 93/1-75 Widening from SR 78 to Charlotte County Line, FDOT District One, Lee County, Florida (5/12.10/12): The $17.4M improvements consisted of adding lanes, milling and resurfacing with cross slope corrections, steel girder bridge widening, signing and pavement markings, lighting including new high mast lighting at interchange, drainage improvements, and utility relocations. [FPID: 413041-2-52-01 (State Funded)] FDOT Reference: Jon Sands, PE, District One Construction Engineer;(863)519-2223 Resident Engineer, SR 93/1-75 Design-Build Collector/Distributor System and Airport Access to Southwest Florida International Airport, FDOT District One, Lee County, Florida (2/12-10/12): The $54.1M improvements consist of the design and construction of a new interchange, adding lanes, milling and resurfacing, new bridges, signing and pavement markings, lighting, drainage improvements including pond construction, installing intelligent transportation system components, signalization, retaining walls, landscaping and aesthetic features and utility relocations. The project involves significant coordination with Lee County Port Authority. [FPID: 416649-2-52-01 (State Funded)] FDOT Reference: Jon Sands, PE, District One Construction Engineer;(863)519-2223 Resident Engineer, SR 9311-75 Design-Build/Finance—Widening from SR 80 to SR 78 including the Caloosahatchee River Bridge, FDOT District One, Lee County, Florida(2/12-10/12): The$71.8M improvements consisted of adding lanes, milling and resurfacing, bridge widening including a Category II structure over a major waterway, signing and pavement markings, lighting, drainage improvements including pond construction, installing intelligent transportation system components, sound walls, retaining walls,and utility relocations. [FPID:413066-1-52-01 (Federal Funds)] FDOT Reference: Jon Sands, PE, District One Construction Engineer;(863)519-2223 Resident Engineer, SR 93/1-75 Widening from Tucker's Grade to Jones Loop Road, FDOT District One, Charlotte County, Florida (6/11-10/12): The $12.2M improvements consisted of adding lanes, milling and resurfacing with cross slope corrections, steel girder bridge widening, signing and pavement markings, drainage improvements, and utility relocations. [FPID:413042-3-52- 01 (Federal Funds)] FDOT Reference: Jon Sands, PE, District One Construction Engineer;(863) 519-2223 Resident Engineer, SR 93/1-75 Widening from Luckett Road to SR 80 and Interchange Improvements at SR 80, FDOT District One, Lee County, Florida (2111-10/12): The $29.2M improvements consisted of adding lanes, milling and resurfacing, pavement widening, bridge widening of both steel and concrete girders, signing and pavement marking, signalization, installing intelligent transportation system components, lighting including new high mast lighting at two interchanges, drainage improvements, retaining walls, sound walls, landscaping, and three JPA's and coordination with ten reimbursable utilities. [FPIDs: 411038-1-52- 01/411042-1-52-01 (Federal Funds)] FDOT Reference: Jon Sands, PE, District One Construction Engineer;(863) 519-2223 Resident Engineer, Florida High Speed Rail — Design-Build Early Works Projects, FDOT District One, Hillsborough, Polk, Osceola and Orange Counties, Florida (7/10-3/11): Served as the District Resident Engineer providing leadership and project management for Florida High Speed Rail during the project development stages prior to the project being canceled in March 2011. The duties included writing the Request for Proposals for the Design-Build projects, developing the scope, man-hours, and estimates for the CEI contract, and coordination with District One, Seven and Five and Central Office partners for project delivery and troubleshooting project roadblocks. FDOT Reference: Jon Sands, PE, District One Construction Engineer;(863) 519-2223 Resident Engineer, SR 93/1-75 from SR 82 to Luckett Road, FDOT District One, Lee County, Florida (3/10-8/11): The$7.6M improvements consisted of adding lanes, milling and resurfacing, pavement widening, bridge widening and bridge deck replacement, signing and pavement marking, installing intelligent transportation system components, lighting including new high mast lighting at interchange,drainage improvements, and utility relocations. [FPID:411037-1-52-01 (ARRA Federal Funds)] FDOT Reference: Jon Sands, PE, District One Construction Engineer;(863) 519-2223 Resident Engineer, SR 9311-75 Widening from River Road to SR 681, FDOT District One, Sarasota County, Florida (2/10- 10/12): The $31.7M improvements consisted of adding lanes, milling and resurfacing, pavement widening, bridge widening, new bridge construction, signing and pavement markings, signalization, lighting, drainage improvements including pond construction, retaining walls, landscaping, utility relocations, and coordination on a local fund agreement with Sarasota County to realign two miles of 1-75. [FPID: 406314-3-52-01 (Federal Funds)] FDOT Reference: Jon Sands, PE, District One Construction Engineer; (863)519-2223 Res-2 Packet Page -396- 6/14/2016 16.A.17. D C 11-4 Florida Department of Transportation's Construction Training Qualification Program Crystal Gorman, PE - G6551188O Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE G65511880 Management Final Estimates-Level 1 8/14/2017 G65511880 Management Final Estimates-Level 2 8/14/2017 Back 134215 Res-3 Packet Page -397- 6/14/2016 16.A.17. A COM TIN#: N10079383 Steven M. Nappi, PE Areas of Expertise: Project Engineer Construction Engineering and Mr. Nappi has extensive experience in managing and administering road and bridge Inspection construction projects for the Florida Department of Transportation (FDOT) and local Years of Experience: governments. With a strong background in structural engineering, he has successfully held With URS: 2 Years positions with increasing levels of responsibility in both the private and government sectors. With Other Firms:6 Years Typical project experience is provided below. Education: Project Specific Experience BS/2005/Engineering; Minor- Swing Span Project Engineer, Boca Grande Causeway Swing Bridge Replacement, Structural Engineering and Gasparilla Island Bridge Authority (GIBA), Placida, Florida (11/13-Present): This project Mathematics/Roger Williams requires the replacement of a structurally deficient swing span bridge located on the Boca University, Rhode Island Grande Causeway. The total bridge replacement length is 678 feet which includes a 219-foot Registration/Certification: swing span. The fixed portion of the bridge is an AASHTO Girder Bridge founded on a cast in 20101Professional Engineer/ place footing, column and hammerhead pier and founded on 24-inch precast concrete Florida#72412 piles. The project includes the fender system, bridge tenders house and all mechanical and electrical equipment. CTQP: 1-15/Earthwork Construction Included with the bridge replacement will be rehabilitation and repair of bulkhead walls, Inspection, Level 2 construction of temporary and permanent Mechanically Stabilized Earth (MSE) walls, 5-16/Drilled Shaft Inspection construction of critical temporary sheet pile walls required for phased construction, and a total 9-17/Final Estimates, Level 1 of 0.24 miles of roadway construction. 9-17/Final Estimates, Level 2 Mr. Nappi is responsible for all construction and administrative aspects of the swing span which No Expiration/QC Manager include review of contract documents and shop drawings, coordinating field inspection of OTHER: structural, mechanical and electrical components, assisting in preparation of progress pay 7-16/FDOT MOT Work Zone estimates, updating shop drawing submittal logs, final as-builts, computation books and pay Advanced item overruns/underruns, and reviewing daily reports of construction. GIBA Reference: Kathy Nuclear Density Gauge Safety Verrico, Executive Director; (941) 697-2271, ext. 2 Training Project Engineer/Office Engineer, CR 78 (Pine Island Road) Matlacha Bascule Bridge FDEP/Stormwater Management Replacement, Lee County DOT, Florida (5/12-11/13): This 675-foot-long, $17.3M bascule Inspector(SWPPP)#17903 bridge replacement project includes reconfiguration of the roadway approaches, new bulkhead seawalls, and storm drainage collection and treatment system. Project consists of constructing a new single-leaf bascule bridge with multiple maintenance of traffic phases while maintaining traffic on the existing adjacent bascule bridge. The new bridge is constructed of pre-cast prestressed pile foundations, micro-silica mass reinforced concrete substructure, pre-cast prestressed transversely post-tensioned superstructure deck slabs with a 5.5-inch reinforced concrete topping. The movable portion of the bridge consists of an 87.5-foot-long fracture critical steel plate main girder span rotated on trunnion bearings by twin hydraulic cylinders, each connected to the bottom plate of the span's trunnion girders. The movable bridge deck consists of both open and filled sections using lightweight concrete, along with steel traffic railings with above deck span locks. Responsibilities include preparing agendas for progress meetings and recording minutes, preparing CPPR, holiday and weather letters, reviewing and approving estimates, tracking claims, shop drawing submittal logs, concrete lots, and pay item overruns/underruns, updating final as-builts and computation book, and reviewing daily reports of construction. Lee County DOT Reference:Sarah Clarke, Project Manager;(239) 533-8718 FDOT Project Manager, FDOT District One, Fort Myers Operations Center, Florida(4/09-3/12):As Project Manager for the FDOT District One Fort Myers Operations Center, Mr. Nappi was assigned to numerous contracts where his duties included but were not limited to: reviewing claims and providing recommendations on entitlement, reviewing supplemental agreements/work orders to ensure accuracy and conformance with Department procedures, providing interpretations of contract documents, attending weekly progress meetings, holding additional meetings as required to mitigate delays and overseeing Consultant teams assigned to projects in Charlotte, Lee and Collier Counties. The projects have ranged in complexity from intersection improvements to new bridge construction. Res-4 Packet Page -398- 6/14/2016 16.A.17. A=COM Steven M. Nappi, PE-2 As the Project Manager, Mr. Nappi was in responsible charge of the projects he was assigned and was tasked with delivering construction projects within the District's cost and time measures. His successful track record is a testament to his knowledge of both construction methods and Department procedures. FDOT Reference:Eunice Usher, PE, Operations Engineer;(239) 985-7800 FDOT Project Manager, 1-75 at Alley Recreational Access, Collier County, FDOT District One, Florida(9111-1/13): Involved the construction of a recreational area complete with a parking facility and a boat ramp at MM 49.0. Extensive embankment was required to fill in existing ponds. [FPID:200741-1-52-01]FDOT Reference:Gerald Byrne, PE, Construction Engineer;(239)985-7800 FDOT Project Manager, SR 29 from North of 9th Street to North of 29A, Collier County, Florida (8/11-2/12): Milled and resurfaced SR 29 and SR 29A. During construction,the FDOT discovered that a widening project within the limits of this construction was slated to be let within a year of completion of our project. We were able to incorporate the scope of the widening job into our project via a supplemental agreement while still meeting the Department's cost and time measures. This project also required the installation of strain poles, pedestrian signals, drainage structures and sidewalks. [FPID: 425215-1-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer;(239) 985-7800 FDOT Project Manager, SR 45 (US 41) from San Carlos Boulevard to Corkscrew Road Widening, Lee County, Florida (1/11- 3/12): This $14.0M project widened the last 3.4 miles of US 41 in the area from four lanes to six. In order to accomplish this, the existing bridge spanning the Estero River needed to be widened and significant utility relocations were performed both prior to construction and during. Drainage was installed under numerous MOT phases and mast arms. [FPID: 195765-1-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer;(239) 985-7800 FDOT Project Manager, US 41 Wildlife Crossing - Roadside Animal Detection System (RADS), Collier and Charlotte Counties, Florida (1111-01/12): The first project of its type in the state of Florida which utilizes break of beam technology to detect animals crossing the roadway and flashing signs to warn motorists. [FPID: 195338-2-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer;(239) 985-7800 FDOT Project Manager, SR 951 Jolley Bridge, Collier County, Florida (9109.9/11): This $25.0M design-build project required the construction of a new 1,600-foot bridge spanning Big Marco Pass which would carry southbound traffic onto Marco Island. The new bridge dwarfed its two-lane predecessor by incorporating two 12-foot travel lanes, six- and ten-foot shoulders and an eight-foot sidewalk. The contractor utilized two (non-redundant) drilled shafts as foundations for the bridge and the superstructure consisted of Florida I-beams and stay-in-place metal decking with an 8.5-inch reinforced concrete deck. The project also included the widening of a two lane facility to four lanes, construction of ponds to handle the added volume of waste water, utility relocations, the construction of a fender system which tied into the existing, demolition of fishing piers and MSE walls. [FPID: 195410-1-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer;(239) 985-7800 FDOT Project Manager, Cape Haze Drive Bridge Replacement, Charlotte County, Florida (11/09-5/10): This project called for the demolition of an existing two-lane bridge and replacing with a three sided precast structure complete with shoulders and sidewalks. [FPID:426725-1-52-01] FDOT Reference:Gerald Byrne, PE, Construction Engineer;(239)985-7800 FDOT Project Manager, CR 901 Cocohatchee River Bridge at Vanderbilt Drive, Collier County, Florida (4/09-11/10): This project required the demolition of the existing bridge spanning the Cocohatchee River and replacing it with a new bridge utilizing pile foundations and precast post tensioned concrete slabs. MSE walls, drainage and roadway approaches were also required under the contract. [FPID:408440-1-52-01] FDOT Reference:Gerald Byrne, PE, Construction Engineer;(239)985-7800 FDOT Project Manager, SR 84 from Heritage Trail to County Side Drive/Falling Water Blvd., Collier County, Florida (10/09- 2/10): Milled and resurfaced SR 84 placing FC 5 on the mainline and SP 12.5 on turn lanes. [FPID: 422400-1-52-01] FDOT Reference:Gerald Byrne, PE, Construction Engineer;(239)985-7800 FDOT Project Administrator, FDOT District One, Fort Myers Operations Center, Florida (10107-4/09): Mr. Nappi held the position of Project Administrator for the FDOT District One Fort Myers Operations Center. He was assigned to contracts where his duties included but were not limited to: performing pre-bid plan reviews to ensure constructability and conformance with applicable design criteria and offering suggestions to resolve issues, reviewing/accepting original and subsequent updates to CPM schedules and ensuring Contractor adhered to them, issuing appropriate work orders or supplemental agreements to correct plan deficiencies, unforeseen field condition or settle claims, reviewing/approving monthly progress payments and processing estimates and performing project closeout functions including final acceptance. FDOT Reference:Gerald Byrne, PE, Construction Engineer;(239) 985-7800 Res-5 Packet Page-399- 6/14/2016 16.A.17. FDD • Florida Department of Transportation's Construction Training Qualification Program Steve Nappi, PE - N10079383 Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE N10079383 Geotech Drilled Shaft Inspection 5/18/2016 N10079383 Management Final Estimates-Level 1 9/27/2017 N10079383 Management Final Estimates-Level 2 9/27/2017 N10079383 Management QC Manager Does Not Expire Back 134215 Res-6 Packet Page-400- 6/14/2016 16.A.17. A=COM TIN#:G65043652 Jerry Green Areas of Expertise: Senior Bridge Inspector Construction Engineering and Mr. Green has over 38 years of Construction Engineering Inspection and Quality Control Inspection/Quality experience in a wide variety of construction projects, including road and bridge construction for Control/Roadway both the Illinois and Florida Departments of Transportation. Specific expertise includes bascule and Bridge Construction bridge construction, structural steel building construction, water and wastewater treatment Years of Experience: facilities and roadway construction.Typical projects are described below. With AECOM: 14 Years Senior Bridge Inspector (Swing Span), Boca Grande Causeway Swing Bridge With Other Firms:26 Years Replacement, Gasparilla Island Bridge Authority (GIBA), Placida, Florida (2/14-Present): Education: Provided bridge inspection services for the replacement of a structurally deficient swing span 1994/Shawnee Community bridge located on the Boca Grande Causeway.The new Swing Bridge is being built to the east College:Vocational School for side of the old swing bridge. Mr. Green is responsible for the inspection of the new swing bridge Surveying Practice which includes pile driving, concrete placements, steel erection, construction of a control tower, Registration/Certification: and all mechanical and electrical installations. Gasparilla Island Bridge Authority Reference: CTQP: Kathy Verrico, Executive Director;(941) 697-2271, ext. 2 3-18/Asphalt Paving Technician, Senior Bridge Inspector, Ocean Avenue Bridge Project, Palm Beach County, Lantana, Level 1 Florida (12/11-2/14): Provided bridge inspection services for a double-leaf bascule bridge and 3-18/Asphalt Paving Technician, related roadway improvement. Responsibilities included but were not limited to the inspection Level 2 of mechanical, structural and roadway activities that include drainage, MSE walls, and utility 12-16/Concrete Field Technician, relocations. Pre-placement, placement and post-placement concrete inspections, pile driving, Level 1 bulk head construction, tracking of extra work and recording daily logs of all construction 12-16/Concrete Field Technician, activities. Palm Beach County Reference: Kristine Frazzell-Smith, PE, Project Manager; (561) Level 2 684-4150 2-18/Earthwork Construction Inspection, Level 2 Senior Bridge Inspector, Bridge of Lions Historic Rehabilitation, FDOT District Two, St. 2-17/Pile Driving Inspection Johns County, Florida (2005-2011): Provided bridge inspection services as part of the CEI 10-17/Final Estimates, Level 1 team for the $68M historic rehabilitation of this level II bridge. The 5-year construction project OTHER: entailed the construction and removal of a temporary steel vertical lift span with concrete 11-17/ACI Concrete Field approaches, rehabilitation of the existing rolling-lift bascule concrete vertical span and steel Technician, Grade 1 approaches, new drainage, replacement of handrails, light poles and light fixtures with elements 2-18/ACI CTC', Level 2 similar to the original elements from 1927, and landscaping, including a new gateway park on 2-17/Florida Intermediate MOT east approach, to beautify the area and return it to a historically correct configuration. [FPID: IMSAIWork Zone Safety 210255-1-52-01] FDOT Reference: Jeff Williams, Project Manager;(904) 825-3686 Critical Structures Construction Senior Bridge Inspector, Royal Park Bridge Replacement, Palm Beach County, Florida Issues SSC (2001-2005): The new facility consists of a pair of parallel trunnion bascule bridges constructed 3-16/NACE Coating Inspector in one phase. A four-lane temporary bridge was utilized for construction staging. The structure Program, Level 1 for the bascule span includes a superstructure of steel plate girders with a composite exodermic FDEP Storm Water Management deck and a substructure consisting of conventional bascule piers which enclose the Erosion Control#816 counterweight along with the machinery and electrical equipment. The bascule piers are supported on 1.22m-diameter drilled shafts. The superstructure type for the approach spans is a precast concrete segmental box girder and a substructure consisting of cast-in-place or precast concrete piers supported on a cast- in-place foundation cap with 1.22m-diameter drilled shafts. The span length for the bascule span is 56m between centerline of trunnions and 61m between the centerline of foundations of the bascule piers. This span arrangement is necessary to provide the required horizontal clearance of the channel. The span arrangement for the west side approach is a 3-span unit consisting of spans of 39.0m, 36.570m, and 30.543m with the longest span adjacent to the bascule span.The east side approaches consist of a 5-span unit with spans of 39.0m,36.570m, 31.045m, 25.175m,and 18.738m.The total length of each bridge is 332.641m. Mr. Green provided performed inspections and was responsible for all other bridge inspections, ensured the contractor's work was completed in accordance with the contract documents, tracked and made payments, and completed the final estimate package. [FPID: 229899-1-52-01] Resident Engineer: Tom Driscoll, PE;(561)432-4966 Res-7 Packet Page -401- 6/14/2016 16.A.17. A_COM Jerry Green-2 Senior Bridge Inspection,Ocean Avenue Bridge Replacement, Boynton Beach, Florida(2000-2001): Duties included inspection of all phases of construction of this replacement bridge. Experience Prior to Joining AECOM Stone and Webster, Construction Engineering Senior Inspector, Royal Park Temporary Bridge Construction Project(1999-2000): Assigned to FDOT,duties included inspection of all phases of construction of this temporary bridge. Senior Inspector, 1-95 at L-30 Canal Bridge Replacement assigned to FDOT (1997-1999): Duties included inspection of all phases of nine miles of milling and resurfacing on 1-95 including widening at roadway and ramps, a bridge replacement over the L-30 Canal, construction of nearly one mile of noise barrier wall, numerous drainage structures including French drains, lighting, signing and rework of the Lake Ida Canal Bridge. C.A.P. Engineering Consultants Senior Inspector, Rehabilitation of the Citrus Avenue Bridge at US 1, Ft. Pierce, Florida(1997): Responsible for inspection of all phases of bridge construction, including the demolition of existing and installation of new drainage system and drainage structures. Work included milling and resurfacing, earthwork, sand cement hp-rap, signing and striping, construction of new pedestrian islands, new highway lighting system, new sidewalk,curb and gutter and installation of signalization. Construction Engineering Inspector(1996-1997): Duties included all phases of installation of new traffic signalization throughout Ft. Pierce, Florida, including utilities locations layout and installation of drilled shaft mast arm bases; conduit and cable; mast arms;traffic signals'controller cabinets; and intersection and sensor loops. Senior Inspector, Waste Water Treatment Plant Construction, Ft. Drum Service Plaza and Canoe Creek Service Plaza (1995- 1996): Responsible for the inspection of all phases of construction and start up of 125K gallon per day SBR wastewater treatment plant. Duties included overseeing all civil, electrical and mechanical phases of construction and start up of these facilities, which included ground water storage tanks and associated pumps and piping, reconditioning of existing hydropneumatic tanks, construction of lift stations, surge tanks, SBR tanks, and installation of the computer system operating the system. All construction was completed without disruption of the existing facilities. Inspector (1994-1995): Monitored and inspected the conversion of 3.9 miles of roadway to 4-lane divided highway with additional farm truck turn lanes. This section of the project incorporated the Strategic Highway Research program (SHRP) with 13 different test sections consisting of varying thickness of multiple layers of road base. The material composition also varied and required underdrain pipe within the pavement. A solar-powered weigh-in-motion scales was installed and computerized to electronically provide the Department with truck weight data. Other highlights included 3-million-cubic-yards of farm muck removal, 9 million cubic yards of embankment, installation of irrigation structures (230 LF each of7'and 7' and 10' x 8' box culvert), and milling and resurfacing of the existing roadway. Stone and Webster, Construction Engineering Senior Inspector (1989 -1994): Assigned to Florida Department of Transportation for New Petroleum Systems Replacements, Assessment and Remediation of Petroleum Contaminated Soils at all service plazas on Florida's Turnpike. Duties included layout, monitoring, and inspection of all installation of new underground storage tanks, vapor recovery piping, product piping, electrical systems, pumps, and associated civil (including survey) mechanical and electrical portions of construction activities as well as environmental aspects of petroleum remediation. Environmental aspects included monitoring and inspection of remediation systems equipment for treating petroleum contaminated water and vapors at various maintenance facilities on Florida's Turnpike. Level II Quality Control Inspector(Civil) (1976-1989): Assigned to Florida Power and Light's Nuclear facilities at St. Lucie Units 1 and 2 during construction, start up, and several refueling outages; as well as Turkey Point Units 3 and 4 for plant modifications during refueling outages. His duties included all phases of inspection of construction activities of earthwork, drainage, concrete structures, structural steel, protective coatings and fire protection materials. Res-8 Packet Page -402- 6/14/2016 16.A.17. F D C 4.11-11 Florida Department of Transportation's Construction Training Qualification Program Jerry Green - G65043652 Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE G65043652 Asphalt Asphalt Paving Technician-Level 1 3/19/2018 G65043652 Asphalt Asphalt Paving Technician-Level 2 3/22/2018 G65043652 Concrete Concrete Field Technician-Level 1 12/9/2016 G65043652 Concrete Concrete Field Technician-Level 2 12/9/2016 G65043652 Earthwork Earthwork Construction Inspection-Level 2 2/22/2018 G65043652 Geotech Pile Driving Inspection 2/21/2017 G65043652 Management Final Estimates-Level 1 10/1/2017 Back 134215 Res-9 Packet Page -403- 6/14/2016 16.A.17. A COM TIN#: M55049660 Joe Monahan Areas of Expertise: Roadway Inspector Construction Inspection and Mr. Monahan has over 11 years of experience in construction engineering and inspection for the Engineering FDOT and municipal road and bridge construction projects. Typical project experience is Years of Experience: provided below: With URS: <1 Year Inspector, 1-75 from Sumter Boulevard to River Road, FDOT District One, Sarasota With Other Firms: 11 Years County, Florida (1/15-Present): Providing project administration and CEI services on this Education: $35M Interstate widening project. The improvements under this Contract consist of milling and Graduate/1978/High School resurfacing, widening, drainage improvements, lighting, signing and pavement marking and Registration/Certification: bridge widening at the Deer Prairie Creek Bridge. [FPID: 413044-4-52-01; T1455] FDOT CTQP: Reference:Marfena Gore, Project Manager;(863) 272-5008 2-20/Asphalt Paving Technician, Inspector, CEI Services for Sarasota Continuing Services, FDOT District One, Sarasota Level 1 County, Florida (3/14-5/14): Provided inspection services on SR 758 (Bee Ridge Road) from 12-18/Concrete Field Technician, West Cattlemen Road to East of Philippe Creek. This project consisted of 0.7 miles of milling Level 1 and resurfacing. [FPID:429119-1-52-01]FDOT Reference:Marlena Gore, Project Administrator; 12-19/Earthwork Construction (863) 272-5008 Inspection, Level 1 Inspector, CEI Services for Specific Projects Managed by Tampa and Brooksville 9-17/Earthwork Construction Construction Offices, FDOT District Seven, Hillsborough County, Florida (6/13-3/14): Inspection, Level 2 Provided inspection services for the resurfacing of US 92 (SR 600/Dale Mabry) from Kennedy 7-19/Final Estimates, Level 1 Blvd. to Hillsborough Avenue ramps and on US/USB 301 (SR 35/700) from north of Pioneer OTHER: Museum Road to south of Mosstown Road in Hillsborough County. Duties included inspection of 7-19/ACI Concrete Field all roadway items such as underground utilities, storm sewers, grading, embankment, Technician, Grade I stabilization, base and surface course, inlets, manholes, box culverts, and any other related items to road work, milling and resurfacing asphaltic concrete. In addition, developed job reports 2-19/FDOT Intermediate MOT of work performed, and kept and recorded quantities. [FPIDs: 427145-1-62-01/427165-1-62-01] Critical Structures Construction FDOT Reference: Thomas A. Curley, Jr., PA;(813) 612-3300 Issues Course 7-16/IMSA Traffic Signal Inspector, District Wide CEI Support Contract C, FDOT District One, Florida (12/12-4/13): Technician, Level 1 Provided inspection services under RK&K's contract on 1-75 (SR 93)from Collier County Line to MSE Wall Inspector Bonita Beach Road in Collier County. Project consisted of MOT, auger cast piling, drilled shaft 5-16/Radiation Safety and Use of and sound wall construction. [FPID: 431776-1-52-01] FDOT Reference: Gerald Byrne, PE, Nuclear Gauge/HAZMAT Construction Engineer;(239) 985-7800 Qualified Stormwater Erosion and Inspector, District Wide CEI Support, FDOT District One, Florida (7/12-9/12): Provided Sedimentation Control Inspector inspection services on SR 684(Cortez Rd.)from 51st St.W.to 26th St.W. in Bradenton. Project Basic Florida Soils Training consisted of replacing three cross drains [FPID: 431005-1-52-01] FDOT Reference: Carl Augercast Pile Course Harman, Sarasota Operations;(941) 359-7300 FDOT CPPR Training Inspector, US 27 CEI Hybrid Contract, FDOT District One, Polk County, Florida (5/12): Served as an inspector under Metric Engineering on the US 27 at US 17/92 Interchange Ramps in Polk County. His duties included concrete inspection for drilled shaft installations. [FPID: 424815-1-52-01] FDOT Reference: Kirby Radford, PA Bartow Operations; (863) 519-4107 Inspector, Runway 9R-27L Runway Expansion-Phase I, Ft. Lauderdale International Airport, Ft. Lauderdale, Florida (2/12- 4/12): Provided QC Management and Inspection services under Tutor Perini Corp.for the$175M runway expansion. Phase I services included CQC services, performing in-place density testing of new underground utilities, tree removal and relocation inspection, NPDES monitoring, earthwork and concrete inspection. Project consisted of expanding and elevating Runway 9R/27L to an overall length of 8,000 feet and width of 150 feet with an Engineered Materials Arresting System (EMAS) at both runway ends. Also constructed a new full-length parallel taxiway 75 feet wide on the north side of the runway. Tutor Perini Reference: Mike Hernandez; (954) 964-6027 Res-10 Packet Page -404- 6/14/2016 16.A.17. COM Joe Monahan-2 Sr. Inspector, Santa Barbara Widening-Phase I, Lee County, City of Cape Coral, Florida (12/09-6/11): Assigned as the Sr. Inspector to Balfour Beatty Construction Group for this widening project. Project included widening 2.8 miles of a four-lane road to a six-lane road. The improved roadway also had three 12-foot travel lanes in each direction, six-foot sidewalks, median, new signals, street lighting and landscaping. An enclosed curb and gutter storm sewer system replaced the existing open swale ditch drainage system. Some of his responsibilities consisted of inspection and compaction testing for all new utilities, roadway inspection, drill shaft inspection, maintain the earthwork records system, milling &resurfacing,paving inspection, widening, drainage improvement and pipe lining of existing storm drain system.Allied Reference:Dean Greathouse;(239)334-6833(AET#38-0143) QC Inspector, 1-75 Design-Build, FDOT District One, FDOT Interstate Residency, Lee and Collier Counties, Florida (6/08- 12/09): This ACCI/API Joint Venture project included widening of 30 miles (from Collier County to Colonial Boulevard in Lee County) of 1-75. Served as Inspector for the construction of more than 3.5 miles of pre-cast concrete panel and auger cast pile foundation noise wall, utilities inspection and in-place density test, roadway reconstruction, concrete testing for over 25 bridge widenings and NPDES monitoring. [FPID: 420655-1-52-01] FDOT Reference: Crystal Gorman, PE (now with AECOM (formerly FDOT), (239) 634- 2318 Inspector, Sanibel Bridge #A, B & C, Lee County, Florida (5/04-6108): Performed inspection services on the Sanibel Bridge including pile driving,earthwork densities, compliance with NDEPS,drainage improvements,concrete testing and daily monitoring and weekly reports.Allied Reference:Cal Santarelli;(239)334-6833 Engineering Technician, Allied's Construction Materials Testing Department, Florida (11/03-5104): Duties consisted of nuclear density testing and compressive strength testing.Allied Reference:Cal Santarelli;(239) 334-6833 Res-11 Packet Page -405- 6/14/2016 16.A.17. D 0'I- • . •Florida Department of Transportation's Construction Training Qualification Program Joe Monahan - M55049660 Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE M55049660 Asphalt Asphalt Paving Technician-Level 1 2/24/2020 M55049660 Concrete Concrete Field Technician-Level 1 12/11/2018 M55049660 Earthwork Earthwork Construction Inspection-Level 1 12/5/2019 M55049660 Earthwork Earthwork Construction Inspection-Level 2 9/27/2017 M55049660 Management Final Estimates-Level 1 7/9/2019 Back 134215 Res-12 Packet Page -406- 6/14/2016 16.A.17. A=COM Areas of Expertise: Michael R. Sharp, PE Foundation Engineering Geotechnical Engineer Pile Design and Construction Mr. Sharp has over 30 years of experience in project management, foundation design and Dynamic Pile Testing testing, and preparation of construction recommendations for roadways, major highway Years of Experience: bridges and related earthwork, buildings and storage tanks, wastewater treatment plants, With URS: 25 Years pipelines, and earthen dams. Typical projects are described below. With Other Firms: 7 Years Project Specific Experience Education: Transportation MSCE/1987/University of Florida BSCE/1983/University of Florida Project Manager, District Wide Geotechnical Services, FDOT District Five, Florida Registration/Certification: (2010-Present): Directed dynamic pile testing programs on several bridge widening/replacement projects within the District including SR 528 over the Indian River, SR 1989/Professional Engineer/ 500 over Canal C-57, US 192 over Mill Slough, SR 520 over Second and Jim Creeks, SR 25 Florida#41205 over Lake Palatlakaha Creek, CR 484 over CSX Railroad, and SR 11 over Little Haw Creek. 1994/PDA Training Certification/ Results of the testing were evaluated to develop appropriate production pile lengths and PDI GRL&Associates, Inc. installation criteria at each structure location. Pile types included 18-inch, 24-inch, and 30- 2013/Level 2(Advanced) inch square prestressed concrete piles as well as 20-inch diameter pipe piles. SmartEDC System User Senior Geotechnical Engineer, Honore Avenue Over Fox Creek, Sarasota County, Certification#020FL0066 16 Florida (2014-2015): Directed dynamic pile testing program related to the construction of a 2015/Master PDA Certification/ new 413-foot long bridge carrying the southbound extension of Honore Avenue over Fox PDCA Dynamic Measurement and Creek in Sarasota County. The structure consisted of five spans supported by end and Analysis Proficiency Test interior pile bents. The end bents and interior bents were comprised of 18-inch square and 24-inch square prestressed concrete piles, respectively. Results of the testing were evaluated to develop appropriate production pile lengths and installation criteria. Geotechnical Manager, Forest Lakes Boulevard, Pinellas County, Florida (2009-2010): URS was contracted by Pinellas County to evaluate the existing roadway in order to assess potential causes of the pavement deterioration and to provide recommendations and cost estimates for repairing the roadway. Project Manager, District Wide Geotechnical Services, FDOT District Seven, Florida (2003): Provided foundation design as well as construction engineering, pile load testing and inspection services, along with drilled shaft inspection services on roadway and bridge projects within the District. Senior Geotechnical Engineer, SR 20 Over Apalachicola River, FDOT District Three, Calhoun County, Florida (1998): Directed geotechnical engineering and construction monitoring services during the construction of an approximately 1.5-mile long, two-lane highway bridge (SR 20)over the Apalachicola River in north Florida. Foundations for the structure consisted of pile bents each containing five, 30-inch square prestressed concrete piles, with 18-inch voids cast the full length of the pile, as well as drilled shaft piers consisting of two shafts each. Shaft diameters varied from five to six feet at the approaches to the river and from seven to nine feet at the bank and river piers, respectively. The scope of work included directing and evaluating static and dynamic pile load test programs, as well as a drilled shaft load test program that consisted of multi-level Osterberg Cell load testing of fully- instrumented test shafts along with lateral load testing of an instrumented 9-foot diameter test shaft. Results of the load testing programs were used to establish production pile and drilled shaft tip elevations and installation criteria. Geotechnical Project Manager, Park Street/Starkey Road from Tyrone Boulevard to Bryan Dairy Road, Pinellas County, Florida (2006): Directed comprehensive geotechnical investigation and analyses for the Park Street/Starkey Road corridor from south of Tyrone Boulevard to north of Bryan Dairy Road, a distance of approximately five miles. Significant geotechnical issues that were addressed related to stormwater ponds, seasonal high groundwater levels, roadway foundation conditions, and foundations for the widening of the structure over Cross Bayou. Senior Geotechnical Engineer, SR 71 and SR 79 over Intracoastal Waterway (ICWW), FDOT District Three, Gulf and Bay County, Florida (1992): Conducted geotechnical engineering and construction monitoring services for the replacement of two major highway bridges spanning the Intracoastal Waterway in north Florida. Both projects included construction of high-fill approach embankments on soft subsoils. Structure foundations consisted of 18-, 24-, and 30-inch, vertical and inclined, Res-13 Packet Page-407- 6/14/2016 16.A.17. A=COM Michael R. Sharp, PE-2 prestressed concrete piles, some of which required compression and tension load capacities. Scope of work included directing and evaluating static and dynamic pile load test programs, monitoring and evaluating approach embankment geotechnical instrumentation, and preparation of recommendations for pile foundation installation and approach embankment construction. Senior Geotechnical Engineer, Maitland Boulevard (SR 414) Extension (Project 414-211), Orlando-Orange County Expressway Authority, Orange County, Florida: Directed dynamic pile testing program for the extension of Maitland Boulevard a distance of about 1.6 miles to the west from approximately the Orange/Seminole County line. The project included single-span bridge structures over a CSX Railroad spur and US 441 as well as an elevated viaduct structure,approximately 2,800 feet long,that spans Overland Road and a Florida Central Railroad mainline. The single-span structures and portions of the viaduct were supported by HP 14 x 89 steel piles while foundations for the remainder of the viaduct consisted of 24-inch square, prestressed concrete piles. Results of the testing were evaluated to develop appropriate production pile lengths and installation criteria throughout the project. Project Manager,SR 408 Widening(Project 253D),Orlando-Orange County Expressway Authority,Orange County,Florida: Directed dynamic pile testing related to widening of the existing structures carrying Chickasaw Trail over SR 408, SR 408 Over Cosmos Drive and Goldenrod Road, as well as two new elevated ramp structures at the SR 408 / Goldenrod Road interchange. Foundations consisted of HP 14 x 89 and HP 14 x 117 steel piles. Results of the testing were evaluated to develop appropriate production pile lengths and installation criteria. Project Manager, SR 408 Widening (Projects 252B, 506A & 504A), Orlando-Orange County Expressway Authority, Orange County, Florida: Directed dynamic pile testing programs on several bridge widenings related to the improvements of SR 408. Widening locations included Ortman Road, Old Winter Garden Road, Pine Hills Road, Kirkman Road, John Young Parkway, Lake Sherwood Bridge, and Good Homes Road. Structure foundations consisted of HP 12 x 53 and HP 14 x 117 steel piles along with 14-inch diameter pipe piles. Results of the testing were evaluated to develop appropriate production pile lengths and installation criteria at each structure location. Senior Geotechnical Engineer, SR 429 (Western Beltway), Orlando-Orange County Expressway Authority, Orange County, Florida: Directed dynamic pile testing program which included PDA-monitoring of over 100 test piles which were installed at representative locations within each of the numerous structures on the approximately 10.5-mile long,four-lane,toll road. Results of the testing were evaluated to develop appropriate production pile lengths and installation criteria at each structure location. Senior Geotechnical Engineer, Sanibel Causeway Improvements, Bridges "B" and "C" (CR 869), Lee County, Florida: Directed dynamic pile testing program for the replacement of two of the three bridge structures connecting Sanibel Island to the Ft. Myers mainland. Foundations for the structures consisted of 30-inch square, prestressed concrete piles with 18-inch voids. Results of the testing were evaluated to develop appropriate production pile lengths and installation criteria at each structure location. Geotechnical Engineer, SR 5 (US 1) Over Snake Creek, Dade County, Florida: Performed dynamic pile load testing using a PDA on 24-inch square prestressed concrete test piles. Results of the testing were used to develop production pile lengths and driving criteria. Geotechnical Engineer, Bayside Bridge, Pinellas County, Florida: Performed initial wave equation analyses to assess the suitability of proposed pile driving hammers and directed dynamic testing program and evaluation to develop production pile lengths and installation criteria for pile foundations for four highway approach structures to the Bayside Bridge. Geotechnical Engineer, 1-95, Broward County, Florida: Performed extensive wave equation analyses to evaluate various pile driving systems for 1-95 expansion. Geotechnical Investigation and Analyses, Veterans Expressway, Hillsborough County, Florida: Conducted comprehensive geotechnical investigation and analyses for a 2.6-mile section of the Veterans Expressway in Hillsborough County. Project included design and construction recommendations for four pile-supported highway overpass structures and high-fill approach embankments. Res-14 Packet Page -408- 6/14/2016 16.A.17. AZCOM Areas of Expertise: Ryan M. Allen Construction Administration Administrative Assistant Years of Experience: Ms. Allen has over nine years of experience in a variety of fields from a service representative With URS: 1 Year to accounting. Most recently, Ms. Allen serves as the Administrative Assistant for various With Other Firms:9 Years FDOT and local government projects in Southwest Florida. Her professional experience is Education: provided below. BS/2009/Accounting/Hodges Project Specific Experience University Administrative Assistant, Honore AvenuelPinebrook Road Extension, Phase VII, AS/2007/Accounting/Hodges Sarasota County, Florida (5/14-Present): Providing administrative support on this $11.5M University construction project consisting of over 3.5 miles of new two-lane divided roadway between Laurel Road and SR 681.The construction also includes a new bridge over Fox Creek, milling and resurfacing, pond construction, stormwater infrastructure, new signalization, signing and pavement markings, landscaping, lighting, guardrail, sidewalks, and utility coordination. Sarasota County Reference:Robbin Levar, Project Manager;(941) 650-9815 Administrative Assistant, 1-75 from Sumter Boulevard to River Road, FDOT District One, Sarasota County, Florida (2/14- Present): Providing administrative support on this$35M Interstate widening project.The improvements under this Contract consist of milling and resurfacing, widening, drainage improvements, lighting, signing and pavement marking, and bridge widening at the Deer Prairie Creek Bridge. [FPID:413044-4-52-01]FDOT Reference:Marlena Gore, Project Manager;(863) 272-5008 Prior Experience Construction Administrative Assistant, Midfield Terminal Apron Expansion — RSW, Lee County, Florida (8/12-2/14): Provided administrative support to the Construction Manager. In this capacity, coordinated schedules; responded to inquiries both verbally and in writing; assisted with project reports and other correspondence; maintained project database and records; scheduled meetings and special events; communicated with other project administrators and office staff; and performed other assigned duties.AECOM Reference: Stacy Schmitt, Lead Construction Administrator;(239) 561-0007 Controller, BB Direct, Inc., Cape Coral, Florida (8/11-2/12): As controller, processed all invoices and Purchase Orders; reconciled financial accounts; ensured payments were promptly made and recorded; completed financial statements in a timely manner; and prepared financial status reports and tax records. Financial Operations Specialist, Acxiom Corporation, Cape Coral, Florida (12/08-7/11): Maintained and track budgets and reconciled financial statements; maintained and archived financial records; performed audits of financial practices; and prepared financial status reports. Document Controls Associate, MWH Global,Cape Coral, Florida(1/08-11/08): Maintained projects records. Customer Service Representative, Greater Pine Island Water Association, Inc., Florida (10/03-6/07): Reconciled financial records;created reports; and maintained records of existing properties and new construction. Res-15 Packet Page -409- 6/14/2016 16.A.17. Request for Proposals CCTIA; =i;Ct-: 'on' 'w w C`,1 Sr;evr,'s' the'vand"'k`'Y I<'1"i`:. B-:ogr Pa -AS Project Collier County Board of County Commissioners 1, n a mwowt„14461111.061104w,4„,.,.....,:::„,,,lii ,,17w7, 11!„..4._4,,:wect !,4t.11.It:t:,,,,tavvlii.vv, ...:iik=t1,6., p 40." 410i1. ., #a �wa 'ur.. v �.� w eat,,��vat a � ;ate ���. ,,t*,„ A d % to 4 , 1 , irl 3 tie, ,, en ' ,m,„' lc, ..„ _ . ' ,-.... . .,.. . -. „ r $$11--- ,,,,,,, „..,- ii,-,.„.41„-)-401,,....403.-000,-40.......„,.,e.,.: . te 6e .i.$: tap iy. nc-4,41:- ,,,;' ‘ mo: ; ,, -4,-: '16''',. 6 i Cu 4 s,",,kvq g Y1.5 x'� � Y tloar.P', . w i a', ,cti d 6, tw,. ',%h:,w';,4'3 aD p "s'°�f ,' 41 A ;" .,4;'4,1041tA,'''''- tLlit x 4 1.x,wY44 '', Ae' :x is S zl '+ '„i . ,,', x N ..,.°„ °°,...'.- ....A .a,�u.,°.e.. ,AA', J..,,, �-s`"l... .,.m.,. Y .L«,'iz.. ..�.�w,..i �.s sr v._», .. '..r �..L�a..�S$k.: tsa,:w. ,1r Yc^�w .�- m._Ln�z".�..�,.,.°,z.°�. �2z's,rsu.,,�s ;n min —7 (D 7 a rs fIS d C C 3 3°'. d N `G q TIV1 _.; ° r_ .... .1-I �7 ,,E7, _ _t_.I. ...7 2-177.- ,12-:=7.----- _ := . A=COM Packet Page-410- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Assigned , it Experience Summary f ,. � sen '''' —'-' 7-. 6!174'''':: : . '- ' _ r. �� t 4 4 -: 1 �k.'S' e 2 ''. AECOM has an outstanding record of performing Services for any survey needs; Bolt Underwater for superior CEI services for FDOT and local municipalities the necessary underwater inspection of the bridge around the state. The team members proposed herein foundations; and a local well-known firm for materials lab have been providing CEI services on bridge and testing,Ardaman &Associates. roadway projects in Southwest Florida over the past 10 years.Through the many similar contracts, our team has The AECOM Team is prepared and 100% committed to become thoroughly familiar with the type of construction stepping up to assist Collier County on this important and inspection required for this bridge replacements project immediately after selection. Our Project project. Our core team has been recently working on Engineers, Crystal Gorman and Steve Nappi, have over projects identical to the Vanderbilt Drive Bridges project. 20 years of combined experience on similar projects. Our experience on recent projects has demonstrated Their knowledge of CEI procedures and lessons learned that clear communication with the Contractor, the Owner, from past projects will be invaluable to the success and other project participants is key to eliminating of this project. Crystal and Steve will be supported by many issues that arise during construction projects. We a dedicated team of AECOM staff, and four proven believe our past performance is indicative of our ability subconsultants to be brought to the job as necessary. to provide the high level CEI services required for this technically challenging and publicly sensitive bridge replacements project. Our proposed staff are 100% Corirer County available to serve on this contract and live within easy commuting distance to the project site, if notn ` e already residing in Collier and Lee Counties. Crystal Gorman,PES COM Our team has been carefully assembled to include PxnjectEngneer qs dminisstcativoA.ssistant some of the best in the industry while keeping in mind Steve Nappi,PEA. Allen A mM ate, the synergy required to maintain an effective work group. Our hand-picked staff either meet or exceed SeniorBridge In ;. R a aytt e re the necessary qualifications and CTQP certifications Jeny Greer, Joe Monahan for the scope of this project. Our team members have 1`-`°"' "` worked together previously in various capacity and are s; . 7.,. - .. I e � << �x:� �..x .ter, eager to begin work on this project. AECOM meets the Gocttccfmicat Engine_r Survoyalp Underwater Inspection Michael Sharp,PE Hyatt Survey Services Bolt Underwater Services requirements of being a local consultant, with offices in n_-me, riirstt caT Fort Myers, and the majority of our key staff reside within Asphalt Plant lnsp otor Libiate,;a,,T ;n:t less than 60 minutes of the project. In addition, we have MichaelBlevins Andaman&Associates teamed with a local DBE subconsultant, Highspans Engineering for asphalt plant inspection; Hyatt Survey E :� . �` � " "� ill-i Packet Page -411- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 i l'it a �' 4;L5 a Years with AECOM: Years with Other: 3 6 Crystal Gorman,PE, a ", Senior Project Engineer/ Experience: an- , Project Manager Steve has extensive experience administering construction contracts under FDOT and local government specifications.Steve is a valuable asset to the team with nearly 10 years of experience Job Assignment for Other Projects: ranging from structural design to being in responsible charge for FDOT on multiple highly complex projects. He is highly dedicated Senior Project Engineer/Project Manager to his clients,and this experience has made him fully aware of the Percentage of Time to be Assigned Full Time to this Project: County's expectations of the CEI and their required documentation. A current listing of his project experience is included in his resume. 10-15% Extreme Environment and/or Coastal Bridge Experience: Years with AECOM: Years with Other: Matlacha Bridge Replacement and the Gasparilla Island Bridge 2 9 Swing Span Replacement,both in Lee County Experience: Education: Crystal is a long-time resident of Collier County,and has over 10 BS/2005/Engineering;Minor-Structural Engineering and years of construction management experience on various large- Mathematics/Roger Williams University,Rhode Island scale roadway/bridge projects,including almost three years of serving as Senior PE for AECOM and more than eight years as an FDOT Certification: FDOT employee where she served as the Interstate Construction CTQP: 1-15/Earthwork Construction Inspection,Level 2 Resident Engineer in Southwest Florida. Her technical expertise 5-16/Drilled Shaft Inspection I 9-17/Final Estimates,Level 1 includes all facets of construction engineering and inspection for 9-17/Final Estimates,Level 2 1 No Expiration/QC Manager transportation-related facilities,having served on many FDOT and OTHER: 7-16/FDOT MOT Work Zone Advanced 11-13/Critical local municipality projects.One of Crystal's recently completed Structures Construction Issues SSC I Nuclear Density Gauge projects was the US 27/SR 80 interchange reconstruction project Safety Training I FDEP/Stormwater Management Inspector in Hendry County,which was delivered to FDOT as the"FTBA (SWPPP)#17903 Best in Construction Award for Best Interchange"in the State in Active Registration: 2013.Crystal's extensive experience on large bridge and roadway reconstruction projects and her enthusiasm to serve Collier County 2010/Professional Engineer/Florida#72412 puts her in a strong position as leader and coordinator for our team. , , , , g�f ,, vvvvvv,vvvvvvv vv-,, A current listing of her project experience is included in her resume. f NaIT1@ drtd Itle ;, ,,h4 .,, .� , ;"„ _,,3 ri; Extreme Environment and/or Coastal Bridge Experience: as' " `Jerry Green, Isle of Capri and Isle of Palms Bridge Replacements,Treasure pp a,',' `Senior Bridge Inspector Island,Florida Education: P BS/2004/Civil Engineering/University of Florida ' Associates/2001/Engineering/Edison College Job Assignment for Other Projects: FDOT/Construction Academy Senior Bridge Inspector FDOT Certification: Percentage of Time to be Assigned Full Time to this Project: 8-17/Final Estimates,Level 1 i 8-17/Final Estimates,Level 2 100 Taken&Passed/QC Manager Years with AECOM: Years with Other: Active Registration: 14 26 2009/Professional Engineer/Florida#69830 Experience: j ,. .. a } _ _ G- k u t . �c" Jerry has over 30 years of experience in CEI and has worked on numerous bridge projects,both complex structures and simple Steven Nappi,PE, bridge replacements,including but not limited to the Gasparilla Project Engineer Island Causeway Bridge in Lee County,Ocean Avenue Bridge in Lantana,and the Bridge of Lions in St.Augustine.Jerry has nearly seen it all. He assists the Contractor in achieving success by being proactive and maintaining the highest level of expertise and partnering throughout the life of the project.Please refer to his Job Assignment for Other Projects: resume for a current listing of his project experience. Project Engineer Extreme Environment and/or Coastal Bridge Experience: Percentage of Time to be Assigned Full Time to this Project: Gasparilla Island Bridge Swing Span Replacement in Lee County, 100 Bridge of Lions in St.Johns County,Ocean Avenue in Palm Beach County,Royal Park Bridge in Palm Beach County III-2 Packet Page -412- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 h M}'+ aa}rd0A"saH Education: 1 1994/Shawnee Community College:Vocational School for Surveying Practice Ryan Allan Administrative Assistant FDOT Certification: CTQP: 3-18/Asphalt Paving Technician,Level 1 1 3-18/Asphalt I . Paving Technician,Level 2 1 12-16/Concrete Field Technician,L1 12-16/Concrete Field Technician,Level 2 1 2-18/Earthwork Job Assignment for Other Projects: Construction Inspection,Level 2(2-17/Pile Driving Inspection 10-17/Final Estimates,Level 1 Administrative Assistant OTHER: 11-17/ACI Concrete Field Technician,Grade 1 1 2-18/ Percentage of Time to be Assigned Full Time to this Project: ACI CTCI,Level 2 1 2-17/Florida Intermediate MOT I IMSA/Work 25-50% Zone Safety 1 Critical Structures Construction Issues SSC!3-16/ NACE Coating Inspector Program,Level 11 FDEP Storm Water Years with AECOM: Years with Other: Management 1 Erosion Control#816 1 9 Active Registration: Experience: N/A Ms.Allen has over nine years of experience in a variety of fields from a service representative to accounting. Most recently,Ms. i'/fl j • ,x ' Allen serves as the Administrative Assistant for the FDOT District One 1-75 Sumter Boulevard to River Road widening project in s Joe Monahan Sarasota County.Please refer to her resume for a current listing of her project experience. Roadway Inspector Extreme Environment and/or Coastal Bridge Experience: N/A Education: Job Assignment for Other Projects: High School Graduate Roadway Inspector Percentage of Time to be Assigned Full Time to this Project: FDOT Certification: N/A 50 Active Registration: Years with AECOM: Years with Other: None <1 11 Experience: Mr.Monahan has over 11 years of experience in construction engineering and inspection for the FDOT and municipal road and bridge construction projects.Please refer to his resume for a current listing of his project experience. Extreme Environment and/or Coastal Bridge Experience: Sanibel Bridges A,B and C,Lee County,Florida Education: High School Graduate FDOT Certification: CTQP:2-20/Asphalt Paving Technician,Level 1 1 12-18/Concrete Field Technician,Level 1 1 12-19/Earthwork Construction Inspection,Level 1 1 9-17/Earthwork Construction Inspection,L2 7-19/Final Estimates,Level 1 OTHER:7-19/ACI Concrete Field Technician,Grade 112-19/FDOT Intermediate MOT 1 Critical Structures Construction Issues Course 7-16/IMSA Traffic Signal Technician,Level 1 1 MSE Wall Inspector, 5-16/Radiation Safety and Use of Nuclear Gauge/HAZMAT 1 Qualified Stormwater Erosion and Sedimentation Control Inspector Basic Florida Soils Training I Augercast Pile Course 1 FDOT CPPR Training Active Registration: None 111-3 Packet Page-413- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 440 xg+u� v a ,.''. 4w'�`,,c U. ip Michael Sharp,PE, Michael Blevins Geotechnical Engineer Asphalt Plant Inspector V. a Job Assignment for Other Projects: Job Assignment for Other Projects: Geotechnical Engineer Asphalt Plant Inspector Percentage of Time to be Assigned Full Time to this Project: Percentage of Time to be Assigned Full Time to this Project: 5-10% 5-10% Years with AECOM: Years with Other: Years with AECOM: Years with Other: 25 7 2 2 Experience: Experience: Mike has over 30 years of experience in project management, Michael has been working almost three years as a full-time CEI foundation design and testing,and preparation of construction Asphalt Plant Inspector on several projects. Mr.Blevins has run recommendations for roadways, major highway bridges and related verification tests,completed lot packages,run tests on cores,truck earthwork,buildings and storage tanks,wastewater treatment temps and pay samples,completed TL-D Poly workbooks,built plants,pipelines,and earthen dams. A current listing of his project Master CPF workbooks,and verified Contractor compliance with experience is included in his resume. Specification 331 requirements,including tonnage limits of initial Extreme Environment and/or Coastal Bridge Experience: lots,and lot/sub-lot spread rate calculations. Michael possesses proven asphalt verification skills. A current listing of his project SR 20 over the Apalachicola River in Calhoun County; Bayside experience is included in his resume. Bridge in Pinellas County Extreme Environment and/or Coastal Bridge Experience: Education: N/A MSCE/1987/University of Florida BSCE/1983/University of Florida Education: FDOT Certification: High School Graduate 1994/PDA Training Certification/ FDOT Certification: PDI GRL&Associates,Inc. Asphalt Plant-Level 1 2008/Advanced PDA Certification/ Asphalt Plant-Level 2 Foundation QA HSDPT Examination Earthwork 1 2013/Level 2(Advanced)SmartPile®EDC System User Final Estimates—Level 1 Certification#020FL0066-16 APNGA Gauge Safety Certified Active Registration: Active Registration: 1989/Professional Engineer/ None Florida#41205 III-4 Packet Page -414- 6/14/2016 16.A.17. Request for Proposals CCNASo|icTaUon. 1�8418 CB Semineufor1.1.)eVandoti|tDnve 8hdgeRep|acemenLsPr. e� Collier County Board of County Commissioners 1.,,,..,„...,..,,e-xmi.4.,.,,,,,ti.,....,„...,....,4,..,,,,I,z,t1.,.,„1.4,„if.:, ,,,,7-4,,...r„p„.!:._:,I.:,..-,,..„.,..,„ ..„: ...„, ,,.„,,, . . .„.......,,, l'•'.';,,-,.',, `I'',,,. ..,:, 't - --, " , ,' • ',,, ;•."'" ..,t 7.,• li, ,•:, ' ,.. ;Ii''''',:r-i,:i'S'Y'l Y"'I;If:''''..':,47,34''''.1'''''''''',.,,i,'-''''..'','''',",:,,,*7',...'--,.''',::','''..'.' ,J,,''' . ' , " , .. ,,' , : " ' '1",l''":,,,.'7,;..,)-'1,`,...,,,,,,i" ',;., ' , ,'iml;,,,41„A„,,i,,,,,:,,T.,,;,,,o,,,,,,Asu,,„ k,,1 AT:14,""jfAt"?:401:1,?:Nr1-';',,,?.''''''''.'"',,' .,,",'',,..4''tg....%4,,,,;,..4,%.''',:ri- '::;.-' -',- ,-•--,, , '::. ' ' '''' r't"°::.1.11I"ii:44'''''.4''''''' '.,,,f,. e 0 , ,, ,ttal, ,,„ ..„, . ,I.ciie4.- ,,t:taigi,r;oeiiitt;ioly,4:,i,.,4?,r,i::,trfio:,ioi:li,i:,:o4.....(z.,:,.,„,,.::...,.:,.,,,,,,,,y,.::„!„:,„:„: „,...„.,,r;.,,, ,,i.!.;;i-zs,!::re,t1!v44,,.i..:,74.5„,,„,„.,,,,,,:...t. ,....:,,. i.,,,,„,,,i,....,k;.:4,::,,,„10.:,!iiiii.45,.4:4,2„1.,..14,:lc-,,,i, 7,0 We CL rn rD FD' rn ---� -��� d� 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Si 1.1 H ir AECOM Experience and Performance 1 T� p / / I / I c — and ..— — a ,, x 'V. .-ter ,, -' urs �� '.a--a-mwcx� t _ ,x r`a,y ,. ,�,mP r,� I .............. ; `: ..' Tri^+sa'^'..... . _. - nd , sti` s,,,,,,41. ;,ca. r'* ^". .a,,.. ., ....._ .7n.`�=aw� Fv About AECOM AECOM Technical Services, Inc. (AECOM) is a global provider of professional technical and management oeebnMaypo„ support services in a broad range of markets, includingFort a,� ma�ch.w Tallahassee 0 acksomille g i Panama City Bea transportation, water,wastewater, facilities, parks and ., -ecreation, environmental and energy and is continuing to strengthen through a strategic reorganization into specific 0A.tooe business lines. ''''��AECOM Offices Kenn any Space Center Orlando Ranked as the#1 engineering design firm by revenue in I Engineering News-Record magazine's annual industry 0Ba„ow rankings,AECOM is a premier,fully integrated infrastructure and support services firm, with a broad range of markets, PaIm City including transportation, facilities, environmental, energy, Vanice water and government.As of October 16, 2014,AECOM -o„Myers0 ` 0 West Palm Beach Boca Raton and URS Corporation joined as one company, with Pompano Beach Hollywood approximately 95,000 employees—including architects, 'Mom'/Coral Gables engineers, designers, planners, scientists and management and construction services professionals—serving clients in more than 150 countries around the world. Through its legacy firms,AECOM has been serving Florida since 1957 Key West Cit and Construction Engineering and Inspection services since the 1960's. With 744 employees statewide,AECOM's Florida operation is well staffed to provide mutidisciplinary services to state, county and local governments. While AECOM is worldwide, we value the local relationships we AECOM Florida Offices have developed with Collier County over the last 25 years as a premier client for both AECOM and URS. IV-1 Packet Page -416- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Successful Performance on Related Projects contract and multiple inspections to troubleshoot issues encountered by the new system. Instructional training CR 78 (Pine Island Road) Bascule Bridge sessions were required to demonstrate to County Replacement (Matlacha Bridge) maintenance crews how to maintain the new bridge and AECOM helped to facilitate these meetings. �: �r -- SPECIFIC SUCCESSFUL PERFORMANCE EXAMPLE .rte Traffic was maintained on the existing bridge during construction which was difficult due to the limited right of � way. Pedestrian access, ingress and egress to business - .,Y : . - accesses and maintaining parking were all critical .__ ,:i-.„-; due to the proximity of local businesses. Boat traffic also had to be unobstructed in accordance with Coast = "'`'i Guard permits. Once the new bridge was complete, -�-� attention had to be given to these items again during the Location: Lee County demolition of the existing bridge. In addition, movable Project Value: $17,806,520 Construction Cost bridges bring their own degree of difficulty to the project so staff had to balance all these items to ensure the Services: 10.1, 10.3, 10.4 proper level of attention was given and construction The Matlacha Bridge provides the only vehicular access could proceed smoothly. from Matlacha and the mainland to the Greater Pine The Contractor was unable to fulfill their obligation Islands over Matlacha Pass in Charlotte Harbor. The in completing the project within allowable contract bridge is owned and operated by Lee County. This time which put a severe strain on the CEI budget. By two-lane bridge carried one lane of vehicular traffic in staggering shifts and individuals assuming additional each direction. The existing bridge was considered to duties,AECOM was able to adequately staff the project be"functionally obsolete" in part due to narrow lanes to monitor construction with minimal cost impacts to the and the absence of shoulders. The roadway width was County. Throughout the project, numerous staff changes not adequate to maintain two lanes of traffic if a vehicle occurred and all members of the AECOM team were breaks down on the bridge. In addition, the bridge required to work cohesively with minor interruptions. deteriorated as a result of exposure to salt water. AECOM worked closely with Lee County DOT Project The new single-leaf Matlacha Bridge was similar in Manager, Sarah Clarke, to ensure the County's design and height to the original bridge, providing 50 feet needs were met, which would prove to be essential horizontal and nine feet vertical clearance for boats in in protecting the client from future litigation. The the closed position.The new 13-span bridge is 675 feet knowledge, experience and ability to adapt to changes long with a 112-foot long single-leaf trunnion bascule of our staff allowed AECOM to deliver a quality bridge to span, which is about four feet wider and provides two the client with minimal cost impacts. 11-foot wide travel lanes, one in each direction. Five-foot wide shoulders and sidewalks were provided on both sides of the bridge. The shoulders on the bridge allow passage of two lanes of traffic in the event of a vehicular accident or breakdown on the bridge.An auxiliary lane at each end of the bridge on the south side provides space for vehicles to slow down or stop while negotiating parking without disrupting traffic in the through lane. Similarly, these auxiliary lanes provide a space for vehicles to back out of parking spaces and hold while negotiating pulling out into through lanes. The major difference was the new Matlacha bridge was powered by hydraulics and utilized teflon coated bearings, one of the first bridges in the US with this technology. This required additional subcontractors specializing in hydraulics to perform work under the IV-2 Packet Page -417- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Gasparilla island Swing pan Bridoe SPECIFIC SUCCESSFUL PERFORMANCE EXAMPLE Replacement AECOM staff was provided the opportunity to come on board two months ahead of the start of construction. "+ F' � rte" This time was used efficiently to review the plans in great detail and tediously read all contract documents r including the numerous technical special provisions, signed contract and multiple permits. This rare ry N� opportunity proved to be a great payoff to the project '� as evidenced by the multiple findings discovered and resolved before ever affecting the construction. This went further than just identifying blatant issues. Subtle Location: Placida, Florida details were reviewed carefully and suggestions were Project Value: $18,718,505 Construction Cost offered to improve the design both functionally and Services: 10.1, 10.3, 10.4 aesthetically. AECOM staff also did a complete takeoff of every piece of reinforcing steel (rebar)to ensure This project requires the replacement of a structurally the correct bars were ordered and delivered to the deficient swing span bridge located on the Boca Grande project. The takeoff identified several missing bars, Causeway. The total bridge replacement length is incorrect lengths and insufficient details which were 678 feet which includes a 219-foot swing span. The all resolved prior to the Contractor ordering the steel. fixed portion of the bridge is an AASHTO Girder This eliminated the need for any claims and additional Bridge founded on a cast in place footing, column and costs to the client by eliminating costly delays to the hammerhead pier and founded on 24-inch precast project. The Contractor also appreciated these efforts concrete piles. The project includes the fender system, as their goal was to provide a quality project to GIBA bridge tenders house and all mechanical and electrical as expeditiously as possible. Partnering continued equipment. throughout the life of the project and turned out to be a Included with the bridge replacement will be very enjoyable experience for all parties. rehabilitation and repair of bulkhead walls, construction of temporary and permanent Mechanically Stabilized astir a lar r' = R placernc rit Earth (MSE)walls, construction of critical temporary 6; sheet pile walls required for phased construction, and a total of 0.24 miles of roadway construction. The Gasparilla Island Bridge provides the only vehicular access from Placida to Boca Grande and is owned and operated by the Gasparilla Island Bridge Authority r " � � (GIBA).The existing bridge was considered to be " "functionally obsolete" due to the deterioration of both the structural steel and machinery components. The 219' long new swing span replacing the existing bridge is significantly higher which will provide a reduction in Location: Treasure Island, Florida openings due to the larger vertical clearance. This was Project Value: $43,000,000 Construction Cost obtained through the use of Florida I Beams spanning Services: 10.1, 10.3, 10.4 pier caps with columns and pier footings founded Commendations/Awards: on 24" square pile foundations. The new bridge will offer two 11' lanes, 5'shoulders and a 5' maintenance FTBA Best in State Major Bridge Award sidewalk for GIBA staff. Included with the 678' bridge Road & Bridges Top 10 Bridges Award replacement will be rehabilitation and repair of bulkhead AECOM prepared a Project Development and walls, construction of temporary and permanent Environment(PD&E) Study, prepared designs and Mechanically Stabilized Earth (MSE)walls, construction performed CEI services for replacement of three of critical temporary sheet pile walls required for phased bridges on the Treasure Island Causeway over the construction, and a total of 0.24 miles of roadway Gulf Intracoastal Waterway (ICWW)in Pinellas County, construction. Florida. The existing bridges were in a critical state IV-3 Packet Page -418- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 of disrepair and considered both structurally deficient Vanderbilt biit Drive Cocohatchee Bridge and functionally obsolete. The existing bascule bridge Replacement Project (Frank Haus Bridge) provided only six feet of vertical clearance and 85 feet of horizontal clearance. Three alternatives for the fixed bridges and six ,.... alternatives for the bascule bridge were evaluated. - ... Bascule bridge alternatives included a fixed bridge with 65 feet of vertical clearance, a tunnel and bascule spans with 21 feet and 30 feet of vertical clearance. A range of , engineering cost estimates were developed for each of ‘01 ,, the alternatives taking into account multiple foundation 7 types, span lengths and aesthetic enhancements. The new causeway consists of low-level fixed bridges on Location: Collier County, Florida the east and west ends and a mid-level movable span Project Value: $3,891,346 Construction Cost bridge in the middle. In addition to engineering design Services: 10.1, 10.3, 10.4 and environmental documentation,AECOM processed This $3.8M bridge replacement project over Outstanding permit applications, conducted a detailed public Florida Waters (OFW)consisted of a nine-span flat involvement plan and assisted the City with obtaining slab bridge with concrete pile substructure, precast, funding for the project. pre-stressed, post tensioned deck slabs, MSE walls, All three bridges carry four lanes of traffic and a 10-foot- embankment, and roadways with associated drainage wide multi-use bicycle and pedestrian path. The West structures. This project required the demolition of the Bridge is an eight-span structure that is 400 feet long existing bridge spanning the Cocohatchee River and and includes a five-foot sidewalk on the side opposite replacing it with a new bridge utilizing pile foundations the path.The East Bridge is a five-span structure that and precast post tensioned concrete slabs. MSE walls, is 240 feet in length. The superstructures of both drainage and roadway approaches were also required the East and West Bridges are precast, prestressed, under the contract. post-tensioned concrete slabs. The slab concrete SPECIFIC SUCCESSFUL PERFORMANCE EXAMPLE includes calcium nitrite and the units are designed for zero tension to improve service life in the extremely There were several in depth discussions between the aggressive saltwater environment. County and FDOT as to how the project MOT would be carried out. From these meetings, it was decided Between the East and West Bridges and spanning the that Vanderbilt Drive would be shut down throughout main channel is the bascule bridge. The bascule bridge the life of the project and vehicular traffic would be features a 240-foot bascule main span and twelve fixed detoured. This option favored a shorter contract approach spans for a total bridge length of 1,014 feet. duration with a larger inconvenience to the traveling The bridge provides 21 feet of vertical clearance in the public while the alternative would allow traffic through closed position. In the open position the bridge provides phased construction allowing for a much longer contract unlimited vertical clearance over the full width of the duration. AECOM worked feverishly with FDOT to 100-foot-wide channel. ensure commitments made to the County were met. The bascule span features integral trunnions and push/ Unfortunately, the Contractor failed to strive for this pull tandem hydraulic cylinder drive systems. Control is same common goal despite facing significant penalties provided by a solid state Programmable Logic Controller in the form of liquidated damages. While AECOM staff (PLC) system with touch screen operation. made every effort to partner with the Contractor and facilitate the successful completion of the projects, All three bridges feature concrete piers constructed some Contractors won't comply. This experience using precast footing forms founded on prestressed shows that when AECOM is managing a tough contract concrete piles. or Contractor,we will defend the client backed by our technical competence and knowledge of the contract. IV-4 Packet Page -419- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 1-75 from Colonial Boulevard to SR wOrk7e Location: Lee County, Florida Project Value: $7,749,399 Construction Cost Services: 10.1, 10.3, 10.4 AECOM d.b.a. URS provided the Construction Engineering and Inspection (CEI)services on the widening of a 1.6-mile section of 1-75 from four to six lanes from S. of Colonial Blvd. to S. of SR 82 in Lee County. Work under this contract included the widening of two bridges over Colonial Boulevard, drainage improvements, high mast lighting, milling and resurfacing, widening, cable rail and signing and pavement markings. Construction engineering and inspection services included but were not limited to contract administration, constructability review, negotiation of construction contract modification, surveying, construction inspection, verification testing, scanning of contract documents into FDOT system, assuring contractor's compliance with EEO requirements and applicable permits, interim and final estimates as well as project closeout documents. SPECIFIC SUCCESSFUL PERFORMANCE EXAMPLE This 1-75 project was advanced to construction by FDOT with funding provided by the American Recovery and Reinvestment Act of 2009. Due to the requirement of ARRA that projects were to be"shovel ready"to get people back to work, FDOT let the project as a Low Bid Design Build project. While FDOT had previously let numerous Design Build jobs, very few were"Low Bid" Design Build, which brought with it certain challenges. With AECOM staff's significant past Design Build experience, we were able to assist the FDOT with developing a solid Request for Proposal (RFP)for the Design Build (DB)contract. During construction, one of AECOM's charges was to enforce the DB RFP and the Low Bid Design Builder's technical proposal promises. The low bidder had provided some significant lower cost options for the construction materials they chose for the project, but AECOM held them accountable and in the end, the project was successfully completed on time, on budget, and with no claims. IV-5 Packet Page -420- 6/14/2016 16.A.17. Request for Proposals CCNA Solicitation: 15-6418 CEI Services for the Venderhilt Drive Lriuge R,splacenlents Project Collier County Board of County Commissioners #' z'? ,.M"ra • Ftt•- i 3At''aar '--r :..`'•••t'--7--',.•...4,',',.: �" •Bs" ii.,-'-„ ' � r.er b :^: ::�" "'a ��*a.� �* s A s"'� 5 =:,,,,,,,,47,e'; ":✓c t� , "'; A r a r .,.''.:4., fr ' 4or kv • ,,, r ,,,,, ^ , 4Pr ? • ,,,itili,;,..:..,0.:01,e+,44„,..„1.1s.**•,,,,j,„,,,„:„.,,,,,*,,,,,, e ' g s pa i%s : .. ‘ : '.":"!.,.:1, ' r re d " a3 t s m a 1,44,41+,:t4 , r .' . xi t �, 4 , 4- a �i4 , � „ f a "fi e # ` XIV + '4.-,',',I41 I -I<. �wa� � , � ., .. �� .�..,,x� .�.�-�s...,.Y..4e� ss. . .r�..va N� ,,., sa. "P'���,��.... �,,:..e e:,w�w y.�xn...„4,..,..w aba�t::,. �9 —I 7J (D N PD n n (D N riza Packet Page-421- 6/14/2016 16.A.17. Co rer County Administrative Services Division Procurement Services Attachment 8: Reference Questionnaire Solicitation: 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacement Project Reference Questionnaire for: AECOM (Name of Company Requesting Reference Information) Crystal Gorman (Name of Individuals Requesting Reference Information) Name:Sarah Clarke Company:Lee County (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email:sclarke@leegov.com FAX: Telephone: (239) 533-8718 Collier County is implementing 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/indivdival 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: Matlacha Bridge Completion Date: November 2013 Project Budget: $17,806,520.45 (original) Project Number of Days: 1070 Item Citeria Score 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; 10 invoices; manuals or going forward documentation, etc.) 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 Please FAX this completed survey to: crvstal.gorman(@,aecom.com By 6/12/2015 RF P_C C N A_Te m p l ate_R ev i sed J u ne 2009 Packet Page-422- 6/14/2016 16.A.17. Co ger County Administrative Services Division Procurement Services Attachment 8: Reference Questionnaire Solicitation: 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacement Project Reference Questionnaire for: AECOM (Name of Company Requesting Reference Information) Steve Nappi (Name of Individuals Requesting Reference Information) Name: Kathy Banson-Verrico Company: Gasparilla Island Bridge Authority (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: kathygiba@earthlink.net FAX: 941-697-5629 Telephone: (941)697-2271 ext. 2 Collier County is implementing 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/indivdival 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: Gasparilla Island Swing Span Completion Date: Winter 2015 (Anticipated) ' roject Budget: $18,718,505.72 Project Number of Days: 964 Item Citeria Score 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; 10 invoices; manuals or going forward documentation, etc.) 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 Please FAX this completed survey to: crystal.gorman(c�aecom.com By 6/12/2015 Packet Page -423- 6/14/2016 16.A.17. Attachment 8: Reference Questionnaire Solicitation: 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacement Project Reference Questionnaire for: AECOM Technical Services, Inc. (formerly URS) (Name of Company Requesting Reference Information) Crystal Gorman, PE (Name of Individuals Requesting Reference Information) Name:Hal Bruce Company:Sarasota County (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: hbruce@mytreasurelsland.org FAX: 727.547.4582 Telephone: 727.547.4575 ext. 257 Collier County is implementing 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/indivdival 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: Treasure Island Palms and Capris Completion Date: 12/23/2013 Bridge Replacements CEI Project Budget: $196,996 (fee) $43M (Const. Cost) Project Number of Days: 337 Item Citeria Score 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; 10 invoices; manuals or going forward documentation, etc.) 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 Please FAX this completed survey to: iim.englert(a�aecom.com By 6/12/2015 Packet Page -424- 6/14/2016 16.A.17. Gorier County Administrative Services Division Procurement Services Attachment 8: Reference Questionnaire Solicitation: 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacement Project Reference Questionnaire for: AECOM (Name of Company Requesting Reference Information) Steve Nappi (Name of Individuals Requesting Reference Information) Name: Tim Hendrix Company: FDOT (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email:timothy.hendrix@dot.state.fl.us FAX: Telephone: (850) 330-1250 Collier County is implementing 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/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Vanderbilt Drive Cocohatchee Completion Date: November 2010 Bridge Replacement Project Budget: $3,891,346 Project Number of Days: 537 Item Citeria Score 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; 10 invoices; manuals or going forward documentation, etc.) 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 Please email this completed survey to: crystal.gorman(cr�aecom.com By 6/12/2015 Packet Page-425- 6/14/2016 16.A.17. Gorier County Administrative Services Division Procurement Services Attachment 8: Reference Questionnaire Solicitation: 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacement Project Reference Questionnaire for: AECOM (Name of Company Requesting Reference Information) Crystal Gorman (Name of Individuals Requesting Reference Information) Name: Nikesh Patel Company: FDOT (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: nikesh.patel@dot.state.fl.us FAX: Telephone: (941)465-0411 Collier County is implementing 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/indivdival 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: 1) 1-75 from Colonial Blvd. to SR Completion Date: 1) 9/22/2011 and 2)7/16/2011 82, and 2) SR 82 to Luckett Rd—with bridge widening and deck replacement Project Budget: 1) $7,749,399 and 2) $6,949,884 Project Number of Days: 1)602 and 2)433 Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 8 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 9 6 Project administration (completed documents, final invoice, final product turnover; 10 invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 9 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 95 Please FAX this completed survey to: crystal.gorman(c�aecom.com By 6/12/2015 Packet Page -426- 6/14/2016 16.A.17. Request for Proposals CCNA Saiioitat L. . 1.5-64';?., CEI Servces`a,the''ande-,.Jt flri. �� Bil'jG Repia ^r"e"etc r,E;;r 41 Collier County Board of County rD p Commissioners o n om Nn =w (D Np N= d 7 Q a §k � 3 � � nF � iii � IA 4 y , ittkl4g:14404it'ottiMON ,,,",i0,1104,, 44,,f . e. . mz .� e,,, s .,,, ,fl .,,,.,. ., _,1„..,,,,,,_,,,. " ,,r,tclli71ov,,lfv,w otrsvo{.;_e:,s h ,,v.1.-4,,,,,„, � i Vf..12;„24,17,kikgf[,,,,ii,k,itelziikatitpi:?;!tlrk"ke,..7;11ik4tr.','I:l,,;tilil;:'}z5:t;,,iy"A'1:,,t,4,I,'„ksr 5 41-Ae fi” � � n $! ,or , �,v,„,,,,44„„:„,,,,,,,40t.,., x a e N4 � 3 " . _ ' t44,4,,,k,444.40.(7-,,,,,A11%,..!-:.s.,70.-;. � -t9 a ` .0J re f r vn ¢ o ', a sdr ,Sy *' " . 4 t tte .: a x w p t,4 .ay5 ait°' Ir ir,4Ya n hbv 9' ', 3mB i ae,, 'x a . A2u��,i, =, : .,.� 4ae.k�t�s . a; kl �t�y6vi. ,� ,,,A) ' - A 1:COM Packet Page-427- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 fr Pr Office Location and Responsiveness Jt l I 1 t I 7 I . i Ari 1 4 1, ��_l� i1 , 1 �f 1 I{ �` ` (�,. �. yt�-'t rtt .rte _ • �, .-'t 4 AECOM is committed to continuing our local presence in the Collier County area. Our Southwest Florida office is located in Fort Myers at 4415 Metro Parkway. If selected for this project, our staff would operate out of this local office or move into an on-site field office at the County's discretion. This office will be where the project records will be safely naintained. We anticipate that our Inspectors will be working from the project site utilizing their mobile equipment for correspondence. Additionally, our Senior Project Engineer and AECOM point of contact, Crystal Gorman, PE, resides in Collier County, which makes her available to the County 24/7. CITY OF FORT MYERS FLORIDA ? . r' { 4 ' Business Tax Receipt 2014 - 2015 "=17.1.1241141'" Effective 09/25/2014 For Receipt Year October 1,2014 through September 30,2015 4415 METRO PKWY#404 AECOM TECHNICAL SERVICES INC Business Tax#: BUS2006-54940 ( Is hereby registered* business,profession,or occupation of: SERVICE ESTABLISHMENT-GENERAL ALCOHOL SALES PERMITTED NO HOMEBASED: NO Owner:AECOM TECHNICAL SERVICE INC,4415 METRO PKWY1404,FT MYERS FL 33916 *Any violation of applicable chapter of the City Code Of Ordinances will cancel and nullify this receipt VI-1 Packet Page-428- 6/14/2016 16.A.17. Request for Proposals CCNA SJlic ttat'cn: i5-64'' CEI Services for the tran'oerh`;t nrive Bridle re l 'T P,---i-,-t Collier County Board of County Commissioners --- „ `-� rh T ? S .,,- D n 6 p+^ne a ✓ t,r � Y f ro n cu ,s * z ,.! --;,,..„:4,,,,„v -.';',..:::-:•:1,10,, . '44.444 O —2"e•-,1.,'11'-a art ; is x - E ,9'... rill - rl x�vmx - �-aa ,�{ '"'°t.r'# :: '� i." x "' �, i Ito 3 - `tf7 , ,. ..,,.. . ,. , -,,,,..':-.,...,-7,..A.,......,A--..,-,---.', ,,,,i,...2,'--... ',,, ,,, -'"!:!:::!.-;'',`..5-;!'..!':!:' '''''.,i'.''''''-'''.'”..,i''.''..-,,,''" " %.'-:j ' '''.'' I ' ns, ... ' ' „, ,,.. ,, ,,,,, ...::,,•:,.",..,,‘,,,,,,,,,,,,,,,-..:,..:4,,,..:::,!:,,,,,,",:,,,ii...:E-.:.:-,..-...:,,'„,-;:.,---i,,iL,::.;„._.:::-..:;:,j.,::::,::.,i;,.,:.,.::-'„:..i,,_,::...::::::;::;::,,,i-q.:,:;::;:..j,..:::::::::;,,,,-:;:::;:i ..:•,,,,,r,.. ::.-1,,,,ttP:',,,,":4:10,11, tet, ,;:,,,,,!,:1,,::::*::::„7,,,,,,:„;.404,Fi4:: 5, ..,,, ,,.„., .F'1.::s.,,',otid'r...„':7,,,,:4.'.'',..Kgri,A2.'..-,,,,,#;q,,,t,,,!...'',,i,„:".:,'lx,..'';',".9,..--4.":. ,.... ,';,..7.;',T.,:„,„,,,,,PZyiNvIv-,.,1#;;;;„,;;;;,,,,,,,:st.,*yr.,-,„..t,„.!. .,,ti,,‘„,„,t,,i,....ii, ,,,,,,,,,,,, ,. itlik_,,,,,t4,1„,,,,,,, ..,„, ' : ._:.r " ' `',01.-1,T22' ''. .« �„''.. .b. _ ..''."a .,;Y .;v.�watwau. .z,i5' .sr; - e,.� ya°RG` , '''''f,,77. ,, 4 '..1.,._.,,d . .. , 3s1-,'..,„ / • . ' ,_. ewa,.d. "". '- .s.ti .a& ,zz..a£ .��.� Packet Page-429- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Acceptance of Conditions ___. I / / I / /' ' '''' 1 w�:s�P z+ k . .P • 1�3- xfWEfit 4 s -� 1 ,.:.-.". . .*,,,, fisF ,,.: ✓ i ,4 t4A4 4:.':'4'.,' AECOM has reviewed the said solicitation issued by Collier 3. Environmental/Site Considerations: AECOM will take County including the draft contract terms and conditions. responsibility for contaminated or hazardous substances As a result, we have prepared the following general that it brings to the project site; while the County should comments. take responsibility for any other contaminated or AECOM is confident, after reviewing the RFP documents, hazardous substances as well as other unusual surface hat the parties can reach a mutually acceptable contract or latent subsurface conditions. that promotes an efficient and successful project, and 4. Construction Management/Inspection: Based on our provides for an appropriately balanced division of risk and experience with similar projects, we believe it is critical responsibility. We are ready and eager to work with the to assign project risks and responsibilities to those County's project team, and we look forward to discussing who are best able to manage them. In this respect, these matters with you in further detail. Our general we look forward to delineating the responsibilities comments are as follows: and boundaries associated with any construction 1. Form of Contract: After reviewing the purchase order at administration services that would be provided by Exhibit III of the RFP, it appears the terms are intended AECOM under this agreement. more for a contract involving the purchase of goods, as 5. Additional Terms:To the extent the County or AECOM opposed to a services arrangement. As a result, if our requires additional terms to the form of agreement proposal is selected, we propose as a starting point for used as the basis for contract negotiations, we believe the parties'contract negotiations terms and conditions those changes should be subject to the parties' mutual substantially similar to those utilized by AECOM and agreement. the County on previous, similar projects, with mutually 6. Warranty: In lieu of any other expressed, implied or agreed modifications based on the scope of work for statutory warranty,AECOM will perform the services this project. We believe this approach will benefit both in accordance with standard industry practices, and parties, as it would significantly increase the efficiency, in with the care, knowledge and skill expected of similar terms of time and effort, of arriving at a final contract. engineering firms. Adequate notice of and reasonable 2. Insurance: With respect to the insurance requirements, opportunity to cure any defects or non-conformities we would be pleased to discuss and develop mutually should be provided so as to take into account lead acceptable terms generally consistent with those times and other variables that may affect a resolution. identified in Attachment 8. AECOM believes the AECOM will not provide a warranty or otherwise certificates of insurance provide sufficient information for assume responsibility for the work performed by others, the County to evaluate the coverage types and amounts notwithstanding any review of such work by AECOM. available to AECOM and does not believe it is necessary The above mentioned would replace Section 7 of the to disclose the proprietary self-insured retention limits Terms and Conditions in Exhibit III. and deductibles. VH-1Packet Page -430- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 7. Consequential Damages: The contract should contain a provision in which each party waives, on a reciprocal basis, the right to recover any consequential, indirect, incidental, special and related damages. 8. Indemnity: AECOM agrees to indemnify the County; however,AECOM requests the indemnity obligation comply with Florida Statute 725.08 as required of government entities in the State of Florida. VII-z Packet Page -431- 6/14/2016 16.A.17. Request for Proposals ,a c0C3C6 1.12.":.-3k1 '1 - i5- 4 ,.., , , Varrie'r),t Dr ',.. Prcjec: Collier County County Board of County Commissioners , , .•,,, ,',, '',.,''''',':',,,..., , ,,_..,„,,, l'::1:44r1: '''.e:,,.':,PJ:,,l':(;r7W-:,,,,i':.'6,::;i1cliTii.',.i:?, ,i„,,,,,,,,,,,;,,,,,,:,,,,,. ::''':e.;::: :,,,,;.C.4”:.!,,';;;:t'.C.,„:;?:Vi!:';`",.:1 'ilW.,:=1::,.,::;,: ),:.,:::'t,',::::..i.'1:',.' R .._, ,,,,,,,,I,,,, ,,,,,,, .. ..i.„ ,„..,..., ,, — .,.... :::,. ,•,;-e--e le . , ' ' . . .q,„,',,,,Noltel-,-,'Ne,,,0„,„: ..4`..--:,,..,0,,,,,.,.4,,P,40;44 --„,,,, .7'4,-",'; ',11"."f,,,,,,,,94!".,'",,k.,`,1,'1"-'1.!",..`',,,;•.",11,--,',s•.."'",:;,,".,f,' ,- , ,,, "",,,,,,,,,,, " , ., „ ,,,'" ' "'' ' , ,,„"„,".'„,:":.47:ijri%4, ,,fr,":i:Ttik,,,,,,!"2,,-7.'":,,'49441,41,','"111.4:f41,„,,t,t,,,g (D'' ,;,4...,",,,,",,:t,,,,,,,...:,,,,,,,,....,;,,,,-,fi*,,,,.4.,,vii,11-"%,'.441,7,'T,"-''' „1,4s1 ' .,r,„;',." 11, '4s. •,'4,,''''',,',.;'1' ; ' : :,„ ,,,,,",411,111:,,,,,,,,,,;11ti li.kf:7.11,,itti"igilll'',„ i",-1)„. „:,,,41.1t,Tiil',.„;,'''' b tt il.X.,,_ .4",",,y?",,,..;%!,:i."4,'„,!1,1,'."i"),i„,.e'vf„4,,,-,..1,..',y t(:',.t,:..; - ,,..t,'';'...',1,,,t,,,,,'41%,,,c,,,',44,e,..'-',4,;-:.,,,,,, ,,, ,,,. „ .„,,, - ,,,:',.-‘41;•.,,,,-,- „L„,„„ta,,rh ' m 'm V;41-?0,g4-4,,'-'!,,,,I4'.-`,..:t1+,,,,,t10.4,:le,"• ;,s-.,,''' ..t.,,,''''',-,NY'rli,,i'4"4:4"1, 1,,...7?",6,, ,- ,'',.. -_,,, .,,,",,2,,1-- - a_ , o 3 v, c o- 3 a, L-7.. ,„ COAI :„„=„1„,,,..=7.,,,,T,„,,,,777,„„„,,,,L7,..,7_,„:„„7,77-/,,,-- 7,, 7—,7-- ''""1"-„,-', Packet Page-432- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Copier Co14nty Administrative Services Division Procurement Services Attachment 2:Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED.Please read carefully,sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: ® The Proposal has been signed. ® All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ® Any addenda have been signed and included. ® The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist CCNA Solicitation: 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacements Project The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. OX The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) ® If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: AECOM Technical Services, inc. Address: 4415 Metro Parkway, Suite 404 City, State,Zip: Fort Myers, FL 33916 Telephone: 239-278-7996 Email: larry.s.u.@aecom om Representative Signature: 7 Representative Name: fry ry Sauls E,V - President Date June 15, 2015 veli-1 Packet Page -433- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Co ler County Administrative Services Division Procurement Services Attachment 3:Conflict of Interest Affidavit By the signature below,the firm (employees,officers and/or agents)certifies,and hereby discloses,that, to the best of their knowledge and belief, all relevant facts concerning past,present,or currently planned interest or activity(financial,contractual,organizational,or otherwise)which relates to the proposed work; and bear on whether the firm(employees, officers and/or agents)has a possible conflict have been fully disclosed. Additionally,the firm(employees, officers and/or agents)agrees to immediately notify in writing the Procurement Director, or designee,if any actual or potential conflict of interest arises during the contract and/or project duration. AECOM Te n cal Servi s, Inc. Firm: Signature and Date: June 15,2015 Print Name J. Larry Sauls 1 / /' Title of Signatory Vice Piesitlent State of Florida County of Hillsborough SUBSCRIBED AND SWORN to before me this 15th day of June 20 15 by J. Larry Sauls, PE ,who is personally known to me to be the Vice President for the Firm,OR who produced the following identification . a�,lJ.it� Notary Pub c . AE �c v5Y ©tS My Commission Expires _ tilrco57nsnlCYLis�oNEFUNKEEoeasn, .4;,, •z0, EXPIRES:Augur!15,2015 Bonded Th,u Notary Pubic Undenrtiue 15-6416 CEI Services for the Vanderbilt.Drive Bridge Replacements Project 27 VIII-2 Packet Page -434- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Collier County Administrative Services Division Procurement Services Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: 15-6418,CEI Services for the Vanderbilt Drive Bridge Replacements Project Dear Commissioners: The undersigned,as Consultant declares that this proposal 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 Consultant agrees,if this proposal is accepted,to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County,for the performance of all requirements to which the proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced CCNA Solicitation. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 15 day of June 20015 in the County of Hillsborough ,in the State of Florida Firm's Legal Name: AECOM Technical Services,inc, Address: 4415 Metro Parkway,Suite 404 City,State,Zip Code: Fort Myers, FL 33916 Florida Certificate of F95000004014 Authority Document Number 95-2661922 Federal Tax Identification Number CCR # or CAGE 4L767(Los Angeles Headquarters) Code Telephone: 239-278-7996 FAX: 239-27:'-0':13 Signature by: J.Larry Sauls,PE (Typed and written) f Title: V ce 'rest.-. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 28 VIII-3 Packet Page-435- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Additional Contact Information Send payments to: AECOM Technical Services,inc. (required if different from above) Company name used as payee Contact name: Robin Gibson Title: Cash Applications Supervisor Address: 1178 Paysphere Circle City,State,ZIP Chicago,IL 60674 Telephone: FAX: 804-515-8490 Email: cashappsremittance@aecom.com Office servicing Collier County to place orders (required if different from above) Contact name: Crystal Gorman Title: Senior Project Engineer Address: 4415 Metro Parkway,Suite 404 City,State,ZIP Fort Myers,FL 33916 Telephone: 239-634-2318 Email: crystal.gorman@aecom.com 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 29 VIII-4 Packet Page -436- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 AECOM Please note future check payments for all open AECOM Technical Services, Inc. invoices should be made directly to the following lockbox address: AECOM Technical Services, Inc. 1178 Paysphere Circle Chicago, IL 60674 ELECTRONIC FUNDS TRANSFER/ACH PAYMENT INFORMATION Account Name: AECOM Technical Services,Inc. Bank Name: Bank of America Addressl: Building D Address2: 2000 Clayton Road City/State/Zip: Concord,CA 94520-2425 Account Number: 5800937020 ABA Routing Number: 071000039 WIRE TRANSFER INFORMATION Account Name: AECOM Technical Services, Inc. Bank Name: Bank of America Address: 100 West 33rd St City/State/Zip: New York, NY 10001 Account Number: 5800937020 ABA Routing Number: 026009593 SWIFT Code: BOFAUS3N If you have any questions,contact Robin Gibson,Cash Applications Supervisor at 804.515.8490 cashappsremittance@aecom.com For more information about AECOM Technical Services, Inc.,visit us at www.aecom.com We look forward to serving you! VIII-5 Packet Page -437- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 CioLL7er County Administrative Senkes Division Procurement Services Attachment 5:Immigration Affidavit Certification CCNA Solicitation: 15-6418,CEI Services for the Vanderbilt Drive Bridge Replacements Project This Affidavit is required and should be signed,notarized by an authorized principal of the firm and submitted with formal Invitations to Bid(ITB's)and Request for Proposals(RFP)submittals. Further,Consultants/Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Consultant/Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized alien workers,constituting a violation of the employment provision contained in 8 U.S.C.Section 1324 a(e)Section 274A(e)of the Immigration and Nationality Act("INA"). Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A(e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e)of the INA shall be grounds for unilateral termination of the contract by Collier County. Consultant attests that they are fully compliant with all applicable immigration laws(specifically to the 1986 Immigration Act and subsequent Amendment(s))and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System(E-Verify),operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Consultant's/Bidder's proposal. Company Name AECOM Technical Services, inc. Print Name J. Lar '•auls,PE 2 Title Vice President Signature ! /� Date 6/15/2015 State of Florida / County of Hillsborough , ✓{ The foregoing instrument was signed and acknowledged before me this 15th day of June 20 15,by is known to me. J.Larry Sauls,PE who has produced as identification. (Print Type ame)h (Type of Identification and Number) or cps.r`fr NotaryPu tic ignature Stacy Lee Funk oR"'w , STACYLEEFUNK MY COMMISSION f EE 089601 Printed Name of Notary Public '>i:, .'K EXPIRES;August 15,2015 4/1.'ry�.�`'- Bonded Thru Notary Public Underwriters EE 089601/August 15,2015 Notary Commission Number/Expiration The signee of this Affidavit guarantees,as evidenced by the sworn affidavit required herein,the truth and accuracy of this affidavit to interrogatories hereinafter made. 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 30 VIII-6 Packet Page -438- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Co ler County Administrative Services Division Prora,remeni Services Attachment 6:Consultant Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County(including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information(provide all information) Taxpayer Name (as shown on income tax re Business Name A.tuutum) M Technical Services,Inc. (if different from taxpayer name) Fort Myers Address 4415 Metro parkway,Suite 404 City y State Florida Zip 33916 Telephone 239-278-7996 FAx 239-278-0913 Email Order Information Remit/Payment Information Address Same As Above Address 1178 Payshere Circle City State Zip City Chicago State IL Zip 60674 FAX FAX Email Email cashappsremittance@aecom.com 2. Company Status(check only one) _Individual/Sole Proprietor X Corporation Partnership _Tax Exempt(Federal income tax-exempt entity Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity,C=Corporation,P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) 95-2661922 (Consultants who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date For .Certific ion: ler penalties of perjury,I certify that the information shown on this form is correct to my knowledge. Signature / Date June 15,2915 Title J.tarry uls,PE,V' a Pr;a'ent Phone Number 813-675-6728 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 31 V1117 Packet Page -439- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Cotter County Administrative Services Division Procurement Services Attachment 7:Insurance and Bonding Requirements insurance!Bond Type ; Required Limits 1. ®Worker's Statutory Limits of Florida Statutes,Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ®Employer's Liability $500.000 single limit per occurrence 3. ®Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000,000 single limit per occurrence,$2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Z Indemnification To the maximum extent permitted by Florida law,the ContractorNendor/Consultant shall indemnify and hold harmless Collier County,its officers and employees from any and all liabilities,damages, losses and costs,including, but not limited to,reasonable attorneys'fees and paralegals'fees,to the extent caused by the negligence,recklessness,or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. 4. ®Automobile Liability $1,000.000 Each Occurrence; Bodily Injury&Property Damage, Owned/Non-owned/Hired;Automobile Included 5. ® Other insurance as ❑Watercraft $ Per Occurrence noted: ❑United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Maritime Coverage(Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑Pollution $ Per Occurrence ®Professional Liability $1,000,000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate 0 Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 32 VIII-8 Packet Page -440- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers'check or an irrevocable letter of credit,a cash bond posted with the County Clerk,or proposal bond in a sum equal to 5%of the cost proposal.All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award,and written for 100%of the Contract award amount,the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner;provided,however,the surety shall be rated as"A-'or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5%of the reported policy holders'surplus,all as reported in the most current Best Key Rating Guide, published by A.M. Best Company,Inc.of 75 Fulton Street,New York,New York 10038, 8. ® Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as"ADDITIONAL INSURED"on the Insurance Certificate for Commercial General Liability where required. 10.® The Certificate Holder shall be named as Collier County Board of County Commissioners,OR, Board of County Commissioners in Collier County, OR Collier County Government,OR Collier County. The Certificates of Insurance must state the Contract Number,or Project Number,or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11.E Thirty(30)Days Cancellation Notice required. Ljb 2/13/15 Consultant's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five(5)days of the award of this soli ' :tion. Name of Firm RECO' echnical vices, Date June 15,2015 Consultant �Y Signature J.L-rry Sauls,P ,Vice rr-sident Print Name Insurance Agency Mar Risk&Insurance Services Dustin Smith Dustin.Smith@marsh.com Agent Name Telephone Number 15-6418 CEI Services for the Vanderbilt Drive Bridge Replacements Project 33 VIII-9 Packet Page -441- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Cofer County Email: evelyncolon@colliergov.net Administrative Services Division Telephone: (239) 252-2667 Procurement Services FAX: (239) 252-2810 ADDENDUM 1 Memorandum Date: May 20, 2015 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation # and Title 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacements Project The following clarifications and changes are issued as an addendum identifying the following change (s) for the referenced solicitation: • Solicitation, Page 3: Pursuant to approval by the County Manager, Sealed Proposals to provide CEI Services for the Vanderbilt Drive Bridge Replacements Project will be received until 3:00 PM, Naples local time, on May 13 June 19, 2015 @ 3:00PM at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. • Solicitation, Page 10: All proposals are to be delivered before 3:00PM, Naples local time, on or before May 13 June 19, 2015 @ 3:00PM to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist VIII-10 Packet Page -442- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 contact me using the above contact information. Please sign be 4nd retur copy is Addendum with your submittal forthe above referenced solicitation. 6/15/2015 (Signature) Date AECOM Tnical Services, Inc. (Name of Firm) VIII-11 Packet Page -443- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Colter County Email: evelyncolon@colliergov.net Administrative Services Division Telephone: (239) 252-2667 Procurement Services FAX: (239) 252-2810 ADDENDUM 1 Memorandum Date: June 3, 2015 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #2 Solicitation# and Title 15-6418, CEI Services for the Vanderbilt Drive Bridge Replacements Project The following clarifications is issued as an addendum identifying the following information for the referenced solicitation: • Solicitation, Page 35: The latest design documentation is available upon request and successful completion of the required exempt documents form. Please email the completed Exempt Documents Form along with a photo Id to: evelyncolonO.colliergov.net If you require additional information please post a question on the Online Bidding site or contact me using the above contact ' formation. Please sign bel .nd returns copy,,• this Addendum with your submittal for the above referenced solicitation. 6/15/2015 (Signature) / / Date AECOM T-c nical Services, Inc. (Name of ° rm) VIII-12 Packet Page -444- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 FDOT Prequalifcation Letter Centennial =.-;, ` .,,,rares.'M.w"' .aGG"'y'r5*2nr5 Florida Department of Transportation RICK SCOTT 605 Suwannee Street ,ttvt BOXOLD GOVERNOR. Tallahassee,FL 32399-0450 SECRETARY June 1,2015 Kevin Cornish,Senior Vice President AECOM TECHNICAL SERVICES,INC. 150 North Orange Avenue,Suite 200 Orlando,Florida 32801 Dear Mr.Cornish: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify 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 4.2.3 -Major Bridge Design-Segmental 4.3.1 -Complex Bridge Design Concrete 4.3.2 -Complex Bridge Design-Steel 4.4 -Movable Span Bridge Design Group 5 -Bridge Inspection 5.1 -Conventional Bridge Inspection 5.2 -Movable Bridge Inspection 5.3 -Complex 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 6.3.4 -Intelligent Transportation Systems Software Development Group 7 -Traffic Operations Design 7.1 -Signing,Pavement Marking and Channelization 7.2 -Lighting 7.3 -Signalization www.dot.state.fl.us VIII-13 Packet Page -445- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacements Project Solicitation#15-6418 Group 8 -Survey and Mapping 8.1 -Control Surveying 8.2 -Design,Right of Way&Construction Surveying 8.4 -Right of Way Mapping Group 9 -Soil Exploration,Material Testing and Foundations 9.1 -Soil Exploration 9.4.1 -Standard Foundation Studies 9.4.2 -Non-Redundant Drilled Shaft Bridge Foundation Studies Group 10 -Construction Engineering Inspection 10.1 -Roadway Construction Engineering Inspection 10.3 -Construction Materials Inspection 10.4 -Minor Bridge&Miscellaneous Structures CEI 10.5.1 -Major Bridge CEI-Concrete 10.5.2 -Major Bridge CEI-Steel Group 11 -Engineering Contract Administration and Management Group 13 -Planning 13.3 -Policy Planning 13.4 -Systems Planning 13.5 -Subarea/Corridor Planning 13.6 -Land Planning/Engineering 13.7 -Transportation Statistics Group 14 -Architect Group 15 -Landscape Architect Group 21 -Acquisition,Negotiation,Closing,and Order of Taking Group 24 -Acquisition Relocation Assistance Group 25 -Right of Way Clearing and Leasing Your overhead audit has been accepted,enabling your firm to compete for Professional Services projects advertised at the unlimited level,with estimated fees of any dollar amount.This status shall be valid until March 31,2016 for contracting purposes. Home/Branch Field Overtime Office Office Premium Direct Expense Indirect Cost 140.23%* 113.99W Excluded 10.12%(Home)* *Interim Rates 11.98%(Field)*^ "Rent and utilities excluded from field office rate.These costs will be directly reimbursed on contracts that require the consultant to provide field office. 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 www.dot.state.fl.us VIII-14 Packet Page -446- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacement Project Solicitation#15-6418 Licenses and fid n AECOM Technical Services,Inc. Stat � rida State of Florida ',@ Boa a y .s eexs `tc` �'" Department of State ..4..,4---,,,,I.,,,;:11,1,11,-:,:' 411 oarhonrrd and h p 1slztq 'At �7s u r offer engineering mrvises )certifyfrom the recoLds of this office that AECOM TECHNICAL SERVICES, aa rhe public ahroagh a Prolemld I - i I..k ••r•Miner 471,Florido Statures. Expiration:2/23/2017 .h.` CA lig No:. INC.is a California corporation authorized to transact business in the State of Audi Na: loutottuatt, �,'a.9ti W..' $115 Florida,qualified on August 21,1995. The dosllment assistant of lits corpmaeam is F95000004014. Engineering 1 sulber ceitify tlmt said corporation has paid all fees due this office through December 31,2015,that its most recent annual reporthunform business report WEE filed on May 27,2015.and NMI its status is active. y1�� 1 bedim certify that mid cotporatfoo has not sled a Certificate of YVithdmwal. Fr f sso-nal ®Q P Ghia ander Nth hand and rho .mm Great Seal fttre Slate ofrlanda .oe..«�....w...<.o� al Tzllahaatre,the Capital,fhb • r Ore Eighth day a raae,1015 '' '''' `''"a' ..5* "". r (4.1:',,,rr r r*, TArr.)r.* _ .,.., ,, a`„�, fi` Secretary of State INN..Numleer.C.09002930 recent annuaTo Wholes.GIs � mn etthe ,lesIseslrerION*hor. aeenamm aes the iudrixtbm dupb,ed. SrI 05 SCOTT,GENTSRORKEN LANSUN.SECRETARY STATE OF FLORIDA OEPARTI4EBOOF ARD wrest, CEOCTUEEGUUTION 5APARCHtrEROLO1Q h '1 1'k' Tne LANDSCAPE below A REGITECTUUS;NE66 NameUnder below HASREGISTEREDei Cooler 4 , Under the provisions IS 2015r 4B1 F6. Eynrallon Gale:NOV]9.3015 Corporate Certification AECOM TECM IG LSERVICESINC 'it SIB SOITII FlD LN SINE,f, SUIT£1000I ', LOS ANGELES CA 5071 YVVt gOtl�d:?:' ss0F, 11.17.0.111.17.0.13 ago.031.112.1.110031.112.1.110DISMAY REQUIRED BY LAW t /• RICK SCOTT GOVERNOR KEN,VS(N..SECRETARY Landscape Architecture STATE OF FLORIDA DEP"TMEHT g B091NE66 AND PROFE66roNAL REGIAATION BOARD OF PROFESSIONAL GEOLOGISTS • �•', ties: I tOGCOe � I SIO 9 The GEOLOGY BUSINESS T Named below 16 CERTIFIES •� miner me pmescaa of Crete•101 CS E.pheMn dire'.JUL 31 1016 0),,10 AECS O C.FNICALSERVICES INC `♦A "5 S Ft OWER STREET SUITE 1050 Ej 'r'4 T:="',_ u u e ai • a+--•••,� LOSANGELES CA 90071 y�'r '‘ JCP. 0/1=14 DIM AY AS REQUIRED BY LAW .0.Luprtmenita. Geology Interior Design VIII-15 Packet Page -447- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacement Project Solicitation#15-6418 Crystal Gorman,PE Steve Nappi,PE � r State ; � - ' �rida Stat �� � rida Boars c e aey} eers Boar c s,{ &' o. y rt? eers � '''','.. •',''''':',:'''..14,..7.:1....� 'fir ' FBPE p��� �'b e� 1k FBPE ." { I r.{.ter 471,Florida Statutes Is licensed as a Professi zr; ``1e„�” }. rt'.tee 471,Florida Statutes Is licensed as a Fxofesst r �h h` Y.P.Lie No: atiaa:212872017 I+a i' P.E.Lc No: Audit91o: 2077 . ' .= Audit ''*Vb'WEA - 72412 Audio No: 228201710146 � •�-.- � 69830 Audit 228201719999 .___.., 8, -111 1 as I4 . I,d AC, / f , 1 t,/ r A I ,. n l f,r •4 If r ;•;frl.m 'r a I r•w! .,'W of AO s` DEPARTMENT OF The American Traffic Safety ENVIRONMENTAL PROTECTION f STORMWATER EROSION AND SEDIMENTATION CONTROL Services Association INSPECTOR TRAINING PROGRAM ( 9lereby recagnizes ilaa u a Crystal Gorman Steven M Nappi �°� j has attended , Florida Advanced Training Training Course I2/7/2f?07 Inspector# 17903 Ito0/25/201� �S 6 Pmd I DePI D ea ;' 1" ' Fort Myers,FL / / G4�. liz w QUALIFIED STORMWATER MANAGEMENT INSPECTOR t f ,.....o, �. President CEO ,i 1111111111111i 11111 1• ;,rtlst ihiv ;BNIt Th1 '.', T ii r ii ti.ti2 Its a-7ftll +I� l11 ria° '•lloht 11 ` 0.‘ fit. 'liths !Gill" 11,;,1 ru/I I?•; MIP ll. State of Floeda Department of Transportation Sen.of Construction CERTIFICATION OF COURSE COMPLETION warnvnow:Supplement SI Mal Course does not C en.n of th .onus Suppe ent to S.Male Course does n ..awn a with.non of .o mpebon.Mnm.m.e do not submitthis torn forunmpleune the sunda,meent. Critical Structures Construction Issues—Self Study Course _ nk^am,n,cnucm..,m�un e.rmm�naerorM aar,nrknyY 4.n•mv mm e'-un mtrraa.euau+�p.roa0(0 uSn nonnaanr Of m.xp. a o.,»N .,m faa rmu.w�+:„mo.nt oeaeoroa�wn.rv.= r anon.. I,(print student's name here)0.11P 141 6cr flan centy eat I have,to the best of my ability,reaand understand the information presented in the above named arse wtvch 1 cpnpteled en (enter Sale of opurse comPtotian hem) _,y�7 21Jar_ I c eo ecososladge Nall must complete the.hove named wutse ei)ein StEin 3 years of the dale of compleuon on this ceNflcahon, Signature and a-mall address or the above mood student and date sn e A(�1 t4,�-- --1.s. !3 Squalors Data ('.rt(p)Ct.i.9 trocip uC Urs.(CEO E-mail address VIII-16 Packet Page -448- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacement Project Solicitation#15-6418 Jerry Green 1224t4 A C..otaloOlen lige 2412 V22124 10204424224 Pelle I of 3 0 nx 0 nx r.---",". Amekan Conacte Institute awl ___ (-----7-,American Concrete Irtstitote _..- „,..m,....,,........ Sue,4•AL•sx........6 "Amex....... Ha,.•••,,,, Nrili Vu.....v...,...r..,.........• 1,...r a.....w..1i,w.ra. ........., (..........a b, . , ==f;,......... -;......-4,7':: m......,. ,,,,,,,,....... .,.......,,...... =.g1,..,”or.......”......,.,,.. :=7,:ir:,, LLA.,..11.375,0•10 u.....t... ............... Gen.rano II Greta rm.”, All lanIknAir 71,11x,Innwl...115f1.1 Atimummel'MAIM'trravicuu•i.r.m. torn.tont X Inve•nono• al COMMIT TIM 71,111512011116.-0.0C I A[1[01..21.0141,41944/...MICAN•CL.I.1 1,..,t..,..1.1(1,01, I liame••• r.,,............,5ono "...... Gives,Norm 0 Grew.row*•ik'''''' 111 01a.6.7.L.CLI.C11111.1.1001.10.0 .“,..“•,,,,,,,,,,,'m.o.../.(xpxy..oe =ZIT;na./T•er„Latel.s. ,liAl '.'.....''''.'.' .........f...•''''''''''. '.''.......' kiLA 4rermilv..1.1. 1,1••••.),Priie“ Um..awilaill11.1 .— ..tt7=7:4"" ,....,.........4.,.... .......,• „,,.,,,,, r:=2:grir.:;37MC Um... ‘...-. trylm"Fe...,....,•,• 'L...'....r"..'...'......'...... Le..., /di efx.IMIT nnirtLryllif ITXXIKIAN 43.APR 1 A.,MAIM.rIr 1,11.11X,R11.4nAli 4.14 I '.774 1:7•7174M:rn t,..1.1s1... ,,,,,,,•,,,,,,,,,...,,,,..7 ktl CONCIMI MO TIM.MUMMA.41,..1.1 hmom........All, 13.0na re..n.313o.k.Velma Saes 00.1Ans In,.110.12.4 Urmal Wei AtIt.V.1.1an I inlyrINTINVAINNICIAN own I Ili on oonoo o oon,o,tone woo n Wen.Idlua•el ............ Yin,,SIII riVran .1.:1111,1,TOMPIS.O• Lool..A..na.70. tace•1.e..HAM......Sum ca.2.1,14•elt MIMI 21.1,.1101.51•0•1 i . . . , , . . „ . . . . . ' .I .., .,. .,... * .. ... ... 1 ; Certificate of 0uatification Zhis trrttlict that '•'',,'4',';'..::::,=*::.'''',.-r'''';',7; ...Z.L.,Z,.:,•-•-.•:-... ' .—.'''''"''... ....''rr''''''''ir,. . . 3'7"r''.1::l'...7.:.::.:-''''';''.:r..''.3': ,LEV,LI. i ' Jerry.Green . . . . . , _. , . . . .... . . .. . . . . ... , ..,_. . . . .... . . .. ,.. .. ... . . ..„, i ku am,...1.4 and 23o4r3f0lly romp/ado/N.Florida DOTAoprorod Com Intermediate Maintenance of Traffic ,.., , ,q,..i: .,i,p..---:t. ,.--. ..-..., -,,,,,'“,':or'...,5''' , I Conducted at Temple Terrace on the 6 day of February,2013 Instructor:Marshall Dougherty I : I , Expiration Date:2/7/2017 -,-4 T2 ' CTT 1 ::7,--•-•:' ''-',.,..,-,!:: '.,,:;,.•.',,,,:::,,, ,,-,'',I.i't,i.,...5!7,7.';',71:3,7i:!',1,,,.47.41.!,:i.5'..;,,,0 i I , Prodder 36 , '....' ,• I . .. f ',,f; '7•!':' ,., i.:**47i:' '..f,r-f.:,;;:r._';;;;;:,:;her,-,.I 2.9.,,,,C_ • s;_: ,,, „ ',.. ' -,-..1, ..1' Q U A LIMED nD m WATE-IZ. 1\4, Ps—INT A Gt.—IM-ExT i7.4.* . .. ;. ,,,. ,,--= , ..,, ono.7t,...-.Fr: — ..;:.) 1:-..,K,-, ..':-,„,„,,,,,,,,-.. ii7:',f .. ..„. : . The 4ndersignct1ier4by.iFknoledgc that Jerry R.:Green,,, . .., has successfully nwt all rfcgurernent,s necessary th'be-fully certified through theYloriaapepaetrnhnfifEnvironmental Protection Stonnwater' 1 Erosion mid Sedimentati n Controfiln.iector Training Program November 20,2000 .0- .,.."-- ,$ -',f.4- ,-' 4.4:, S,i, Inspector/S 816 Ong gnechi Tr.',. . -, Daniel R.DcWirst r... '5,.. z:54.-Vr?-?-g.r..5.gc---7,--7(70, ;:r- ..7-,'l'5.'?7,V-1.,,',',:Y: I, , .:,, A,.. . vin-17 Packet Page-449- 6/14/2016 16.A.17. AECOM CEI Services for the Vanderbilt Drive Bridge Replacement Project Solicitation#15-6418 Joseph Monahan lar— r r 4, l A l a1 ek it e ,._r^!s r c� ,l APNGA AMERICAN CONCRETE INSTITUTE ` Annual Refresher Training for Portable Nuclear Gauges . 'l Certificate of Completion to- 1 c This is to enU that K--;:d] loSCpn m„—,,An Ti __} d v._c C, ga MR JOSEPH MONAHAN Ilia coos coves asses of POMO WI Es Semmes Sum, a As 112.Suspend=Press'. I ry has demonstrated knowledge and ability by _ renew a..new.n.mn..anwn wmraxron.ew 1 lean the Cent urian •reaches speem.Tic., successfully O g Iw' ` .a.nnnanrw s requirements andD hereby recopured as an G4 i tn.erpeterMw.ROAM. erauwelse mimes.Ine Anil..WA we erste weir<resuw.ma a. It, wmp•m wa.Iw.w..r ANA,ep.em.tln'(.e r I.,.eereis.p.w.Ine ane emerp..W nrorom,x maw.0 >µj aw0.wapm.nr..0.Iplmpn mw.Rw/on1a.men..w.u.mname.enm I r ACI Concrete Field Testing Technician-Grade I u � // ' 2F aoo Er:Gem mma a Tedllp IDLE r1 Nrp. /pi'' irce ''''':;.7i1Cartary nen. Can.nrckPJnCrga lm.tl _ c�rry:Y d Certified Dem 07/11/201/ Expires:01112/1019 �MV V ; C- ( r,.nn .wim WaN ru+.yy.a.r E:u.aner ar Record Mr Christopher Roblewo At'f Managing ann.ofrrrrlflcWun °a@ The Aamennmyflaw wfro•ran be perinedw,.,.,...lam nik..n.a1,0,111, f:I I- .�' A, ,,° ,'ri j':444 : a 44s J, T' Y ., Certificate of Completion �� a ,a p �r Jose h R.Monahan hen¢•' r n_In _snprn p I ir, '�,i g ;k, Has Completed a Florida Department of Transportation ', Ti a�xaStgru2!That 5� fq, e„nKrkrww>1�ar � Approved Maintenance of Traffic(MOT)Intermediate d3 Joseph R.Monahan err Course. Sp ahn.+drra.n6«c�d � 4 r rffongnai rechstsca.e.[a.err � h, ':_ u�mafeanpwL,ny ,ay l eeanvnatfon, 111 tn.r.r;;s ...,. a-Ja.;srxJ.dayafn.ty znri .b,R,e.. ,n.0,0117106wr»n,«.. ,..e,ar.— _—A ,. p�, ltk, �:i :, , '.,w,+ a,.. "I;' F itl .p I' Tranrq Svcs FD0 1 " 4a . -- --T(1� , ..g� ^a-r—^�� x mormm.ve.mn rr w u. wvamr�.,r. 4) Michael Sharp Stat- °4;f > rida Boar• e a at. p s eers ,itt It t1/ "=.•, 0 t aew t,tP,Iii r FBPE ,... x,» �{ r .r l Ian ,72v, Is licensed as a Professt p I •t9 s'. y ter 471,Florida Statutes • Expiration:No: 22820117 �+TS l PS.lic No: Audit No: 228201715036 � � 81205 VIII-18 Packet Page -450- 6/14/201•6 16.A.17. A=COM 't^ ^2 p "'9'' a"`' z.i "", "T"«°�'' tT Amt k .�. � �.. x tb'. h j:"� ";e a x' �v" ,, t7 "t: . ; w�' G ,_ ':'u' �:. rct: F r? '' 1 dtl� ��+ .'k4',,,,,'•','„".. s€rh °!.fr .t k .‘,.,(,-,,,,. ..t:',;4,','''.., 0. . :c F k µ'npu d: «` .44'-"4,4,4'',..,` 4:,„ m 11,, " .a� tr i� 9 ,� rtM 'd a .. a B y, t :r{e . e z r, .,g�,,,,ir„a, .:.'i. MS»°` " 4. i '; 9 � !�y( r3.nS,: ,'�"k M4 § t '11.. ,.:> F # # e .. t f &ff » `w-w� kn`#,;,-.4..1444.44.04"* "t „ , l,•.:. ;4,,,,r1,-„4,„4„,.,;..,... iR ? 6 f Gi" $: _ ��, di: :•„, x `' a s b x $"w4!, t 7.Ak• et . o ,'”' -k bs c *^ t xk t. two- ur d���S i yt�.�`°,q °�''� ',���] � 4 .;,.'„,,,,7;,,i,xi r G� • y5.a., ;:g M s�`Ciy�wt °"rwy' s„ h�t IC; 6 �yt t t +",I�„,RE b b it 4 4 '4 '�„",:,•,; 5 a ;, y x rt .�, �'!�-T �& t •o�i ,,, B � .�^ � U-... �°Ti: -f':'„.-f ! � `# tZ -:-.. �Gx� eG '��;� I:+ 4,iz a'04;'""1-.1''' i .r ?',1•1:''''''. i to ,1, m*+ :,?. }r�- 1 - t -- - :,,,t-,‘,..,%7.;•,•:,0. a > m itr x* .r��`�y1 ��n� a R ,'6'.4,,' s�r<�° +e�p ��.+',�;r '.e*� �r� ,� ; .,•,,°•-•, �; ;—:•-,,-!-[•,•"s.,, *i '��Y� "a-�'''�`b{'�3r��h ''��� r'":o��„e ct,n k ct .. 1g h c,'r i ! ix{ 'k x ; as )a �'S4zi,tr .':C�Pcr, m l� sa. ,-4:;,,,,,:,,, .,: . 1 Sim; , !;r r ;,.,-,,,,!„;,,,i,:0,1::,,,,,401. .iw wet Z J�4'�a '� �� :��,�',$` f M�va � , '',?:.,t" ,n�g y µ ,rc�. j a k � - ° , a� td' ,'a; .-� ees • �.( �,, , ak t 4;4,14 rA 4 . `4�+a "17�• p,%: a G 4' .+a''' '�" ,, ao 4p °,::,,,,.. � au.-•",-:'-',.:'..i _rt 'r . � '"r" ° }'r�s'`i'=.�a °,���.�,t� 5"�a, S�x�� r � x "_`�, �, F�?m's �S -� *`r Z '...� :, s*z.��iy -a ? „,.,,,t.',1 a°`-: 't ur. a' 41,&.-::,,, a r .1,1{ :r si,,:t.: F` ,4 ,*( a "^” „Y4..,,'",,,,,';: d r`a".., ,: a . 4 ,' ,4,gin,.��k T ".'.,::ix' Gla( r y z 'S x #h�' t fi tY. y.r".a i °t <` ,Sb, xP`m0„A.iy t:a,.r: -z .,,f 4t.°•7^ ,r^ ,A ty h s', ar:.. t .ci rb �.'n 74:-;- ,":, #. ".,: h + � ; it : .. �!! ..7 Y aBF. '•fi�8 6 :B :$'A' x .'� �'# S?:1 Y - S ?�fh �. Fs i�+ a. »'r:r �' �tt”, .w+m`,'., '” Y' �t ;,.x y aft�7rF^�w � .,°3, a+ r 63b/r K r,s'r'�� , : u g b { ' '. -s." sew. $ z$"`"., 3,,x w,r r, x :U'n " "- - f�: Bi��av9� �.:°ter t�wsy,Kaa4v}+�, 'w �� �' �!_•� � .� r T� �>x �� '� °"a� a' rm"v��1;:••44••,:-,,I.,10*-- . ,y��',. �Pi., er ,�. s.", _ -'r »a, +F� '?`,,i ;° t.� ',417 : w s °''¢' 4 x T - firer ;,a �� �?`",dam a�. �_:.t^.y�®1a��;?,!,"' y' •.,,:„.., , w ^.���� �"em s-': ' . �� r :4;:,:!`i z �Y�"k< � � "r � ��!':��'�� V: �� ,i , a i,'3, `",:�,`�r`C '� z R�^_` -�. 74.,+w''as e'^'.�k t ,?j', to * :- t *r Fk" y. 41 `w" �'w e `,.. 1 '„% e .,�� s . aeii rr *aaswr a rw , t;m.c a �,L t ` x n s:� i, 4x. T r 4 4p^ « a .e;.`.�0,-,"1-:: I .,1 t.,`,:-.i'rtri.:::,.. c w' • € ,r } . '., . y --::-,,,,..„:::. ;-,:;:-,,,I,., x ka ,S.—',4.,"•;,'.4F;,: (( #Y i i ,.. m n 5 k , u£aa t a r ,1' +a r+y .'' r n 'yr}' r A -: a� �. �+Y�y+ 2'^.� • " - .,ta�. ��"' �G > '���C�•1"-,`T tt p A �, �n w �4 c�•.�,' �'�� � „�$'f,1t .r �y�"k`r �,�u „-� 'y, 4:4a z '�r�u x" c§ :riot sk � �. s x � £*y, + k w 4 5, � f z` ;: < E,. ,z"�a-, « u'i �.��',� t � 3i '� ''...,',„.„,,,i41 �,� t a' ..� s���'i �ra `�,' �c a� t� 4`fv? °a r,..:4A,„,,,,,...„2„:„1„ +r # qa„, fiw v'k w".,} n .§� ea� :. ' 'r'9 ` !�'' .. h ' i , t ''t h y;' L C. zS `a e'�14.,$ 't G'q,y ''`a a,"" "5 4'., �s5 7 � S„k 41,1.U7' t• ` 6 d•r t�`x x,,..,1,,i,4""' Sit °..y,', S 4, �° i v w s � ^. n. t 3' r 'm... `4... an hX �' i+��a�y� "2.,�t, a' k�^_ y^s t; �?XXs'�b) a,:k}{ `� � � � �� � • t�✓' �'� ° n -'� �x�, ', , "s���'iF�'�„ "n N ,� -1,,,:*.:' t F ",:ii: e `Nit sc^ y:sw r rnt :'' 7 1' R ? i' *' 'r'''.^.' ^ wt1t'� � 4 � '. �''. :'it;; ''fnk ' s "i y *.• x u :a t:x',w:'..rt r,y i '1?...- v 7 'fi '" ;4 ;+t sa k i 441, ' ,y sa a WW a ., €�6r�}^y,si4',, �€�"ak�" �t '� � as` � .� 4 � a" k, si '^%�d7``,',....,'"1„.> a �* k . xi Ea:f ' .1 .:. to 'a4.,t ¢ „;- ;5x , at { .a 1�.x am i=^ , 'a.1' s``..° ' '' nt . ,'-'§e e ;41'111.1Z1 r� �A r cxttr i s pc`, s.... ' "n *k: `..,'''..:t. t � `c .� �! �g:��"�, s ��'.}.� ��}�• �� �?a,A�d r.•�,,i �S' ;?n}-` $p '4 :" 4 "';'i,�.d t t t`- ' � 1 *+. r . 'a .}:,r i ,{ ,y,: ' ;` .ir<i , e a --;5 ' , -., t .mx r `F:,«:' �x' r q w" t tom, _�:.:�''" � 3 w :� �;'����. �� d"b r�,:.$ F !� jdt�s�r>°�"`a, "fi'wFN.q� 'a-+ + a�'iY',?lb Y`"" a ���k ` � i;s'^� ' �'�'P�` s "m �Y""n A4! . �.34, ,na, `' . �a' , eta .,+£,'4.': 'fir G,�M,, ' �' '� -' as " t r r,4 "�� <»�d`t` �- %-7, .�"3 a � wr ''r4' ''ll''''� as X '"�� � r=t �" ; s��. tii s.,}e. �i ..,✓ a5., i".� �k �„ ° '°�,s,�,,. .� ^T":r� -ry E �.F.k� � .a ! i��° '�G x � �.' ''''',..:'+:7, "$ ,� .'„.4.%'• �, ? "` : ^� ; fi r � r a�, ;4 4 Nsr n : , r a "` �'� z Crani a i�. `. ,," F t �' `i ' �`1,f6-,:i;•,,,11 1,f6'a` w - ! r°la,,. .a,: .1....1€--* ^rx i' 't4 —1.....:r ° ,', t :,y,rFv" ,'w, -,�':3 ,, } d a „"^'r � w-� `�9_ .,:GF:. tett, � ' Ct"w ,� , t.�, tip a ,'•:' � k w a v k h ;:� ,1 3 '7.,,X;3' s :�s "�'( �.} • i4 4 a rr ,, a 9, .• •!S .,,,,,,,,i,„,,- a ,'.,1 4.. A, � �,+ t ri fi a €� ,t ,".: x u= s am k q u#"'u,-,-,' • ; ,""' 4` -,,,40144'.. � of 4"4,4,- i.4 ��,- •o gx .. a ti ", ` k 4-:,:!, -nj 1 ! .tt a , ... ° t s' € ',4 u 1. ..,, � :i+ �r r , - e .: . r ^� 1 ,t*,:-...,-''',7.::?, . „.4 , s.x "t qar !n - ,," �. ` :,,i s , ' d° ,-,''''-',"1,` ,^++, „, `r' .�° e} 3J' b �. " . -, Packet Page -451 �': ,, 3 ty#+r.+'t tseA` z• 4, ,, '_ �,'y �„,d • $ K�` s- +'3 ? i €"�""° w.,."u":,',..r: r a zx' a `^�ej"'.�' "p � kf `°_., .,- st't" ';:!,,,'L �k Ak ..,......,s5ra"�ES... „r..4...v:r.;a- ;w.:'.: .,.�.+*w,�r., x .« .F u...� ....-. ..d t',5k ...,.;;°n:.,,.,. ,..u..,....a....... a ...