Loading...
Agenda 01/10/2017 Item #16A 4 16.A.4 01/10/2017 EXECUTIVE SUMMARY Recommendation to approve the ranking order of professional engineering consultants, enter into negotiations with the top ranked firm of Cardno, Inc., pursuant to Solicitation No. 16-6700 Design and Related Services for the Stan Gober Memorial Bridge Repair /Rehabilitation Project Number 66066 (Bridge Number 030184) and in the event that an agreement cannot be reached with this firm, to continue negotiating with the remaining firms in the order ranked, with a proposed agreement brought to the Board for its consideration at a subsequent meeting. OBJECTIVE: To obtain professional engineering services for the repair/rehabilitation of the Stan Gober Memorial Bridge,bridge number 030184. CONSIDERATIONS: On September 8, 2016, the Collier County Growth Management Department, through its Transportation Engineering Division, issued RFP No. 16-6700 and requested proposals from professional engineering consulting firms pre-qualified by the Florida Department of Transportation (FDOT) to provide engineering services for this project. One thousand six hundred ninety-seven (1,697) notices of the RFP were sent out and seventy-one(71)were downloaded. Six(6)proposals were received on October 11, 2016. On November 7, 2016, a selection committee ranked the six (6) firms based on an evaluation of their proposals. The selection committee by consensus ranked the firms as follows: Name of Firm Selection Committee Final Rank Cardno,Inc. 1 Kisinger Campo&Associates 2 Stantec Consulting Services,Inc. 3 CH2M Hill Engineers, Inc. 4 Atkins North America, Inc. 5 Heath&Lineback Engineers, Inc. 6 Staff is requesting the Board of County Commissioners (Board) to authorize contract negotiations with the top ranked firm, Cardno, Inc., and in the event that an agreement cannot be reached with that firm, to continue negotiating with the remaining firms in the order ranked(see above). FISCAL IMPACT: Approval of this item does not result in a direct fiscal impact;however,the source of funding for the future contract(subject to board approval at a subsequent meeting)will be Gas Taxes. Approval of this item will not result in operational and maintenance costs; however, the subsequent design and repair/rehabilitation contracts, subject to the Board's final approval at later meetings, are considered operational and maintenance costs for the bridge. GROWTH MANAGEMENT IMPACT: The project is in conformance 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 RECOMMENDATION: To approve the ranking order of professional engineering consulting firms for RFP No. 16-6700 and direct staff to begin negotiating an agreement with the top-ranked firm, Cardno, Packet Pg.302 16.A.4 01/10/2017 Inc., and in the event that an agreement cannot be reached with this firm, to continue negotiating with the remaining firms in the order ranked above, with a proposed agreement brought to the Board for its consideration at a subsequent meeting. Prepared by: Anthony O. Stolts,P.E., Sr. Project Manager, Transportation Engineering Division, Growth Management Department ATTACHMENT(S) 1. 16-6700 Final Ranking(1 page) (PDF) 2. 16-6700 Solicitation(36 pages) (DOCX) 3. [Linked] 16-6700 Exhibit A(78 Pages) (DOCX) 4. 16-6700 Addenda 1-3 (3 Pages) (PDF) 5. [Linked] 16-6700 Cardno, Inc. Proposal (144 pages) (PDF) Packet Pg. 303 16.A.4 01/10/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.4 Item Summary: Recommendation to approve the ranking order of professional engineering consultants, enter into negotiations with the top ranked firm of Cardno, Inc., pursuant to Solicitation No. 16-6700 Design and Related Services for the Stan Gober Memorial Bridge Repair/Rehabilitation Project Number 66066 (Bridge Number 030184) and in the event that an agreement cannot be reached with this firm, to continue negotiating with the remaining fines in the order ranked, with a proposed agreement brought to the Board for its consideration at a subsequent meeting. Meeting Date: 01/10/2017 Prepared by: Title: Project Manager, Senior—Transportation Engineering Name: Anthony Stolts 11/21/2016 8:24 AM Submitted by: Title: Division Director-Transportation Eng—Transportation Engineering Name: Jay Ahmad 11/21/2016 8:24 AM Approved By: Review: Transportation Engineering Jay Ahmad Additional Reviewer Completed 11/21/2016 8:48 AM Transportation Engineering Gary Putaansuu Additional Reviewer Completed 11/22/2016 9:30 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 11/22/2016 11:02 AM Growth Management Department Diane Lynch Level 1 Division Reviewer Completed 11/22/2016 11:04 AM Road Maintenance Jonathan Vortherms Additional Reviewer Completed 11/22/2016 3:21 PM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 11/28/2016 8:56 AM Procurement Services Evelyn Colon Additional Reviewer Completed 11/29/2016 10:12 AM Procurement Services Brenda Brilhart Additional Reviewer Completed 12/01/2016 12:23 PM Growth Management Department Gene Shue Additional Reviewer Completed 12/07/2016 10:01 AM Procurement Services Ted Coyman Additional Reviewer Completed 12/09/2016 2:35 PM Procurement Services Allison Kearns Additional Reviewer Completed 12/13/2016 11:51 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 12/13/2016 1:49 PM Growth Management Department Jeanne Marcella Level 2 Division Administrator Completed 12/16/2016 10:40 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 12/16/2016 1:57 PM County Attorney's Office Jeffrey A.Klatzkow Level 3 County Attorney's Office Review Completed 12/16/2016 3:41 PM Packet Pg. 304 16.A.4 01/10/2017 Office of Management and Budget Susan Usher Additional Reviewer Completed 12/21/2016 3:58 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 12/28/2016 11:25 AM Board of County Commissioners MaryJo Brock Meeting Pending 01/10/2017 9:00 AM Packet Pg. 305 a6pus iagoo ue;g suoi;el;o6eN ;ue;lnsuo3 00L9-91, : S6£Z) (e6ed �) 6up uea leu!d 00L9-91. _;uewg3e;;y co er o co Q . to co a. w a Y C) as a- do 0 0 0 0 0 d o 0 0 0 0 0 Y cDooc000 O O o 0 0 o C ,- N M Nt 6 6 E ` O 0 Z .� ca (.) L C Ti O o — m d 2 C Cl) o_ co V O CD N LO CO CO CO CO ti ti Q) M O tr6 N 'a• C a) _ U Q r p _N "- s - i= --- E / Cl) 3 a) al .-r o_. O Y ° N r 0 M CD et O• as Lto o o �' O CilU Cli et 1)71) C CC o 6 co it a) a- U c4 a) a) = O -p u 0 r CD et C) N CO '-1 r. v U b0 CO J, w w d LII �_ c Y O o .V • E c o d a) ^ a) N M f CD 1.0 _c r _c c4 O L w--+ `i-t8 L L a) C EE y C C7 ° `ma N � LE a) E0-) , N et 1.0 CO C +� a) >,, O V) O� E> C 0 0 a) _ O = 0 .� _ C u) C W a) =- N _O •U U ch "O L CO a_ -c a) t a) U 0 C O O co a) Q a) i (B cu a a C V (B !4 Q) N _� O O Tu E O u� LL u tX Z ° a) x'11 s c a) a)- 0 0 0 a) o wl '4 vs co ai 7F Sv to • L 0 yam.. a) 4• C �1. Y1 v E T- a) m OI- O U J E L r'>M1 +f Ue ik CD e- c N E c o 2 u) _c Q n • � P co u) � u) o CO 2 U) 0 < I H n`_ 16.A.4.b REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. Corer County CL Administrative Services Department Procurement Services Division m IQ) O COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS cr' iE CCNA Solicitation Z ciz 16-6700 Design and Related Services for Stan N Gober Memorial Bridge Repair/Rehabilitation O Project, Project Number 66066.2, Bridge Number 030184 `° a) Evelyn Colon, Procurement Strategist (239) 252-2667 (Telephone) a co (239) 252-2810 (Fax) evelyncolon@colliergov.net (Email) ° U_ cn O 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. U C6 v.,2 ? n"rai . o i... 'r('.'•._ -F4: ,t. CCNA(Revision 06132016 Packet Pg. 307 16.A.4.b Table of Contents .70 LEGAL NOTICE 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT 4 0a EXHIBIT II: GENERAL RFP INSTRUCTIONS 9 m EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 14 0 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP 18 0 m ATTACHMENT 1: CONSULTANT'S NON-RESPONSE STATEMENT 27 ATTACHMENT 2: CONSULTANT CHECK LIST 28 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT 29 ° 0 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT 30 z ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION 32 ATTACHMENT 6: CONSULTANT SUBSTITUTE W—9 33 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS 34 ATTACHMENT 8: REFERENCE QUESTIONNAIRE 36 ti CD rn N a) f4 fD O ti co Y c4 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 2 Packet Pg. 308 16.A.4.b Co`aer County Administrative Services Department Procurement Services Division Legal Notice m Pursuant to approval by the County Manager, Sealed Proposals to provide Design and Related cc Services will be received until 3:00PM, Naples local time, on October 7, 2016 at the Collier a� County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation 0 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 cn U) Services to be provided may include, but not be limited to the following: Design and Related Services. 2 ® 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 Procurement Services Division Online Bidding System website: www.colliercov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, o disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, --(7) w f4 BY: /S/ Allison Kearns Interim Director, Procurement Services Division 0 This Public Notice was posted on the Collier County Procurement Services Division website: y www.collieraov.net/purchasing and in the Lobby of Procurement Services Division Building "G", Collier County Government Center on September 8, 2016. c° 0 0 ti c m v Q 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 3 Packet Pg. 309 1 6.A.4.b Exhibit I: Scope of Work, Specifications and Response Format As requested by the Transportation Engineering Division (hereinafter, the "Division"), the Collier County Board of County Commissioners Procurement Services Division (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 n and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. a, The results of this solicitation may be used by other County departments once awarded 0° L according to the Board of County Commissioners Procurement Ordinance. 2 0 0 Detailed Scope of Work: See Exhibit A N Term of Contract 0 The contract shall commence at issuance of the Notice to Proceed and run until the f4 completion of construction or until all post design work is completed. a, Surcharges will not be accepted in conjunction with this contract, and such charges should be incorporated into the pricing structure. =° Projected Solicitation Timetable 0 oThe 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. 0) Event Date N Issue Solicitation Notice September 8, 2016 Last Date for Receipt of Written Questions September 21, 2016 a) Addendum Issued Resulting from Written Questions September 23, 2016 a Solicitation Deadline Date and Time October 7, 2016 @ 3:00PM Anticipated Evaluation of Submittals October 2016 Anticipated Completion of Contract Negotiations November 2016 Anticipated Board of County Commissioner's Contract Approval Date November 2016 cc O Response Format 0 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. CD 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. 0 To facilitate the fair evaluation and comparison of proposals, all proposals must conform to y the guidelines set forth in this RFP. e 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 4 Packet Pg. 310 16.A.4.b 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. a), 73, The items listed below are to be submitted with each proposal and submitted in the order 00 (1 shown. Each section should be clearly labeled, with pages numbered and separated by c tabs. Failure by a Consultant to include all listed items may result in the rejection of its proposal. 1. Tab I, Cover Letter/ Management Summary N 0 In this tab: • Provide a cover letter, signed by an authorized officer of the firm, indicating the c) underlying philosophy of the firm in providing the services stated herein. • Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Consultant's certification that the Consultant will accept any awards as a result of this RFP. to 0 Site Inspection: If services to be provided involve or are related to a physical site(s), including, but not limited to: design services for construction, physical monitoring, r. environmental studies, inspections or other similar activities, prior to submission of proposal, proposers may visit the site(s) to become familiar with local conditions that may in any manner affect performance of the Work. This site visit shall be documented in writing by the c proposer; this documentation shall be submitted with the proposal. The proposal may be deemed non-responsive if the site visit documentation is not presented to the County in the proposer's submitted proposal materials. Upon award of the contract, subsequent site visits shall be at intervals appropriate to the stage of the project, as determined by the County Q project manager. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties 0 that may be encountered in the execution of the Work pursuant to this Agreement as a result of failure to make the necessary examinations and investigations shall be accepted as 0 an excuse for any failure or omission on the part of the awarded proposer, nor shall they be cn0 accepted as a basis for any claims whatsoever for extra compensation or for an extension of o time. co 2. Tab II, Work Plan (30 Points, 10 page maximum) a) In this tab, include: • Detailed plan of approach (including major tasks and sub-tasks). • Detailed understanding of the project. • Detailed time line for completion of the project. 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 5 Packet Pg. 311 16.A.4.b_ • Provide details of risks that may be associated with the project and how the firm may overcome those risks. 3. Tab III, Experience and Capacity of Firm (35 Points, 5 page maximum, does not include list of projects) In this tab, include a • Provide information that documents the Consultant's (and Sub-Consultant's if applicable) qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in providing the required services. • Provide details of unique benefits that the firm offers on this project. o • Provide a list of similar projects completed by the firm in the format identified 0 below: Project Engineer's Final Number of Description Start Date End Date Construction Construction Change Cost Estimate Cost Orders 0 a) m 4. Tab IV, Specialized Expertise of Team Members (30 Points, 5 page maximum, does not Z include resumes and letters of intent) In this tab, include: • Description of the proposed contract team and the role to be played by each member of the proposed team. • Describe the various team members' successful experience in working with one another on previous projects. tO • Attach resumes of all proposed project team members who will be involved in the ;n management of the total package of services, as well as the delivery of specific a) N services. • Attach resumes of any sub-consultants. If sub-consultants are being utilized, letters of intent from stated sub-consultants must be included with proposal submission. CD 5. Tab V, References — 5 Completed and Returned (5 Points) In order for the Consultant to be awarded any points for this tab, the County requests that the Consultant 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 o will only use the methodology calculations for the first five (5) references (only) submitted by the Consultant in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each Consultant's information provided in this area: • The County will total each of the Consultant's five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Consultants who do not turn in reference forms will be counted as zero (0). 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 6 Packet Pg. 312 1 6.A.4.b • The greatest number of points allowed in this criterion will be awarded to the Consultant who has the highest score. • The next highest Consultant's number of points will be divided by the highest Consultant's points which will then be multiplied by criteria points to determine the Consultant's points awarded. Each subsequent Consultant's point score will be calculated in the same manner. • Points awarded will be extended to the whole number per Microsoft Excel. c ce For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Consultant Total Consultant Name Reference Score Points Awarded c� Consultant ABC 445 5ea Consultant DEF 435 4.89 Consultant GI-II 425 4.78 Consultant JKL 385 4.33 Consultant MNO 385 4.33 Consultant PQR 250 2.8113) Note:Sample chart reflects a 20 point reference criterion. Z ca 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 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. CD 6. Tab VI, Acceptance of Conditions N 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 n 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. c.) 7. Tab VII, Required Form Submittals o ti • Attachment 2: Consultant Checklist c.o • Attachment 3: Conflict of Isnterest 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 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project.Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 7 Packet Pg. 313 16.A.4.b • Attachment 8: Reference Questionnaire (Do not use Collier County Employees) a) a) m a) .a /O V ea U) O CC O a) d Z to Y Cn 0 U 0 0 cD CI) M N N a) a) C6 a m M_ 0 CC U_ O N O ti tL co a) U C4 Q 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 8 Packet Pg. 314 1 6.A.4.b Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Procurement Services Division 3 Online Bidding System website: www.colliergov.net/bid. a Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. _0 0 C7 2. Pre-Proposal Conference cn 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 an0 w 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. Ct 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 o response. `o 3. Compliance with the RFP m Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. a> as 4. Ambiguity, Conflict, or Other Errors in the RFP Q. 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 con have received this RFP from the Procurement Services Division. r- 5. 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. 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 9 Packet Pg. 315 1 6.A.4.b 6. Delivery of Proposals All proposals are to be delivered before 3:00PM, Naples local time, on or before October 7, 2016 to: Collier County Government Procurement Services Division : 3327 Tamiami Trail E c Naples FL 34112 ce Attn: Evelyn Colon, Procurement Strategist The County does not bear the responsibility for proposals delivered to the Procurement 0° Services Division past the stated date and/or time indicated, or to an incorrect address by c 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: in • 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. z as Consultants must submit one (1) paper copy clearly labeled "Master," and five (5) USB flash drives or compact disks (CD's) with one copy of the proposal on each 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 m valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. N a) 8. Method of Source Selection a M 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 Procurement Ordinance. 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 CD proposals. c 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. w 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 10 Packet Pg. 316 16.A.4.b 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. The County's procedure for selecting is as follows: d 1. The County Manager or designee shall appoint a selection committee to review all ce proposals submitted. a� 2. The Request for Proposal is issued. 3. Subsequent to the receipt closing date for the proposals, the Procurement 0° professional will review the proposals received and verify each proposal to determine .Cr)a if it minimally responds to the requirements of the published RFP. 4. Selection committee meetings will be open to the public and the Procurement ea professional will publicly post prior notice of such meeting(s) in the lobby of the ca Procurement Services Division Building and on the County's Procurement Services c Internet site. 5. Prior to the first meeting (Organization Meeting) of the selection committee, the Procurement professional will post a notice announcing the date, time and place of the meeting at least three (3) working days prior to the meeting. At the initial z organization meeting, the selection committee members will receive instructions, the submitted proposals, and establish the next selection committee meeting date and time. After the first meeting, the Procurement professional will publically announce all subsequent committee meeting dates and times. The subsequent meeting dates and times will be posted with at least one (1) day advanced notice. 6. Selection committee members will independently review and score each proposal based on the evaluation criteria stated in the request for proposal using the Individual Selection Committee Score and Rank Form and prepare comments for discussion at the next meeting. The Individual Selection Committee Score and Rank Form is merely a tool to assist the selection committee member in their review of the N proposals. 7. At the scheduled selection meeting, the members will present their independent findings / conclusions / comments based on their reading and interpretation of the Q materials presented to each other, and may ask questions of one another. At the M conclusion of that discussion, members of the public will be offered an opportunity (not to exceed three (3) minutes) to provide comments. 8. At the conclusion of public comments (provided for in number 7), the selection co committee members will individually rank order each proposer. Collier County selection committee members may consider all the material submitted by the cn° 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, clarification of proposer information, public comments, and/or additional credit information. 9. Once the individual ranking has been completed, the Procurement professional will direct selection committee members to read their individual ranking publically. The Procurement professional will record individual rankings on the Final Ranking Sheet which will mathematically compile into an overall selection committee rank of proposers. 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 11 Packet Pg. 317 16.A.4.b 10. In any of the selection committee meeting deliberations, by consensus, members may request to invite proposers in to clarify their proposals, ask for additional information, present materials, interview, ask questions, etc. The members may consider any and all information obtained through this method in formulating their individual ranking and subsequent selection committee overall ranking and final ranking. E 11.The selection committee's overall rank of firms in order of preference (from highest beginning with a rank of one (1) to the lowest) will be discussed and reviewed by the Procurement Strategist. By final consensus, and having used all information presented (proposal, presentation, references, etc.), the selection committee members will create a final ranking and staff will subsequently enter into L negotiations. Award of the contract is dependent upon the successful and full o execution of a mutually agreed contract, pending the final approval by the Board of County Commissioners. co co 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 ;o information. a� a> z 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. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances o may not be considered. to 10. References U, rn The County reserves the right to contact any and all references submitted as a result of this solicitation. N a7 11. Proposal Selection Committee and Evaluation Factors a 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. y_ U Tab II, Work Plan 30 Points ° co Tab III, Experience and Capacity of the Firm 35 Points Tab IV, Specialized Expertise of Team Members 30 Points Tab V, References 5 Points TOTAL 100 Points c 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 y 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 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 12 Packet Pg. 318 16.A.4.b 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. a, Any proposal which is incomplete, conditional, obscure or which contains irregularities of 0° any kind, may be cause for rejection. In the event of default of the successful Consultant, or 2 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 et documentation, at its sole discretion. N 0 c6 O C) d Z ca N O U 0 0 r Cc Ce u, 0) N N N Lil l4 CD O c0 U_ O U3 0 0 r-- 16-6700 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 13 Packet Pg. 319 16.A.4.b Exhibit Ill: Collier County Purchase Order Terms and Conditions 1. Offer secure the lowest transportation rates This offer is subject to cancellation by the and to comply with all carrier COUNTY without notice if not accepted by regulations. Risk of loss of any goods VENDOR within fourteen (14) days of sold hereunder shall transfer to the .Q issuance. COUNTY at the time and place of as .c delivery; provided that risk of loss prior d 2. Acceptance and Confirmation to actual receipt of the goods by the m This Purchase Order (including all COUNTY nonetheless remain with documents attached to or referenced VENDOR. m therein) constitutes the entire agreement b) No charges will be paid by the COUNTY between the parties, unless otherwise for packing, crating or cartage unless .°'c specifically noted by the COUNTY on the otherwise specifically stated in this tD face of this Purchase Order. Each delivery Purchase Order. Unless otherwise C of goods and/or services received by the provided in Purchase Order, no invoices cn COUNTY from VENDOR shall be deemed to shall be issued nor payments made u) be upon the terms and conditions contained prior to delivery. Unless freight and o in this Purchase Order. other charges are itemized, any :g discount will be taken on the full amount o No additional terms may be added and of invoice. o c Purchase Order may not be changed except c) All shipments of goods scheduled on the z by written instrument executed by the same day via the same route must be coca COUNTY. VENDOR is deemed to be on consolidated. Each shipping container notice that the COUNTY objects to any must be consecutively numbered and to additional or different terms and conditions marked to show this Purchase Order o contained in any acknowledgment, invoice number. The container and Purchase v or other communication from VENDOR, Order numbers must be indicated on bill o notwithstanding the COUNTY'S acceptance of lading. Packing slips must show or payment for any delivery of goods and/or Purchase Order number and must be to services, or any similar act by VENDOR. included on each package of less than ID container load (LCL) shipments and/or M 3. Inspection with each car load of equipment. The N All goods and/or services delivered COUNTY reserves the right to refuse or N hereunder shall be received subject to the return any shipment or equipment at a) COUNTY'S inspection and approval and VENDOR'S expense that is not marked a payment therefore shall not constitute with Purchase Order numbers. (1) acceptance. All payments are subject to VENDOR agrees to declare to the adjustment for shortage or rejection. All carrier the value of any shipment made o defective or nonconforming goods will be under this Purchase Order and the full '� returned pursuant to VENDOR'S instruction invoice value of such shipment. li at VENDOR'S expense. d) All invoices must contain the Purchase 'o Order number and any other specific en To the extent that a purchase order requires information as identified on the c, a series of performances by VENDOR, the Purchase Order. Discounts of prompt cc? COUNTY prospectively reserves the right to payment will be computed from the date co cancel the entire remainder of the Purchase of receipt of goods or from date of Order if goods and/or services provided receipt of invoices, whichever is later. a) early in the term of the Purchase Order are Payment will be made upon receipt of a E non-conforming or otherwise rejected by the proper invoice and in compliance with o es COUNTY. Chapter 218, Fla. Stats., otherwise Q 4. Shipping and Invoices known as the "Local Government a) All goods are FOB destination and must Prompt Payment Act," and, pursuant to be suitably packed and prepared to 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 14 Packet Pg. 320 16.A.4.b the Board of County Commissioners Purchasing Policy. 8. Statutory Conformity Goods and services provided pursuant to 5. Time Is Of the Essence this Purchase Order, and their production Time for delivery of goods or performance of and transportation shall conform to all services under this Purchase Order is of the applicable laws, including but not limited to essence. Failure of VENDOR to meet the Occupational Health and Safety Act, the us delivery schedules or deliver within a Federal Transportation Act and the Fair m reasonable time, as interpreted by the Labor Standards Act, as well as any law orre COUNTY in its sole judgment, shall entitle regulation noted on the face of the Purchase a> the COUNTY to seek all remedies available Order. to it at law or in equity. VENDOR agrees to m reimburse the COUNTY for any expenses 9. Advertising m .a incurred in enforcing its rights. VENDOR No VENDOR providing goods and services o further agrees that undiscovered delivery of to the COUNTY shall advertise the fact that m c nonconforming goods and/or services is not it has contracted with the COUNTY for ° cn a waiver of the COUNTY'S right to insist goods and/or services, or appropriate or upon further compliance with all make use of the COUNTY'S name or other o specifications. identifying marks or property without the cu prior written consent of the COUNTY'S 47, 6. Changes Purchasing Department. °a, The COUNTY may at any time and by z written notice make changes to drawings 10. Indemnification c and specifications, shipping instructions, VENDOR shall indemnify and hold harmless cc quantities and delivery schedules within the the COUNTY from any and all claims, y general scope of this Purchase Order. including claims of negligence, costs and c Should any such change increase or expenses, including but not limited to 0 decrease the cost of, or the time required for attorneys' fees, arising from, caused by or o performance of the Purchase Order, an related to the injury or death of any person ci equitable adjustment in the price and/or (including but not limited to employees and to delivery schedule will be negotiated by the agents of VENDOR in the performance of COUNTY and VENDOR. Notwithstanding their duties or otherwise), or damage to rn the foregoing, VENDOR has an affirmative property (including property of the COUNTY cis obligation to give notice if the changes will or other persons), which arise out of or are decrease costs. Any claims for adjustment incident to the goods and/or services to be m by VENDOR must be made within thirty (30) provided hereunder. days from the date the change is ordered or Q within such additional period of time as may 11. Warranty of Non-Infringement M be agreed upon by the parties. VENDOR represents and warrants that all o goods sold or services performed under this 7. Warranties Purchase Order are: a) in compliance with VENDOR expressly warrants that the goods applicable laws; b) do not infringe any `—' and/or services covered by this Purchase patent, trademark, copyright or trade secret; U) Order will conform to the specifications, and c) do not constitute unfair competition. o drawings, samples or other descriptions m furnished or specified by the COUNTY, and VENDOR shall indemnify and hold harmless cc will be of satisfactory material and quality the COUNTY from and against any and all production, free from defects and sufficient claims, including claims of negligence, costs a for the purpose intended. Goods shall be and expense, including but not limited to E delivered free from any security interest or attorneys' fees, which arise from any claim, 13 other lien, encumbrance or claim of any third suit or proceeding alleging that the �° party. These warranties shall survive COUNTY'S use of the goods and/or Q inspection, acceptance, passage of title and services provided under this Purchase Order payment by the COUNTY. are inconsistent with VENDOR'S 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 15 Packet Pg. 321 16.A.4.b representations and warranties in section 11 14. Force Majeure (a). Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in If any claim which arises from VENDOR'S performance resulting from any cause breach of section 11 (a) has occurred, or is beyond their control, including, but without likely to occur, VENDOR may, at the limitation to war, strikes, civil disturbances COUNTY'S option, procure for the COUNTY and acts of nature. When VENDOR has ca the right to continue using the goods or knowledge of any actual or potential force re services, or replace or modify the goods or majeure or other conditions which will delay services so that they become non-infringing, or threatens to delay timely performance of g (without any material degradation in this Purchase Order, VENDOR shall performance, quality, functionality or immediately give notice thereof, including all m additional cost to the COUNTY). relevant information with respects to what Q steps VENDOR is taking to complete 12. Insurance Requirements delivery of the goods and/or services to the c The VENDOR, at its sole expense, shall COUNTY. ca provide commercial insurance of such type co and with such terms and limits as may be 15. Assignment = 0 reasonably associated with the Purchase VENDOR may not assign this Purchase ca Order. Providing and maintaining adequate Order, nor any money due or to become due o insurance coverage is a material obligation without the prior written consent of the of the VENDOR. All insurance policies shall COUNTY. Any assignment made without z be executed through insurers authorized or such consent shall be deemed void. _ eligible to write policies in the State of `ti Florida. 16. Taxes u) Goods and services procured subject to this o 13. Compliance with Laws Purchase Order are exempt from Florida 0 In fulfilling the terms of this Purchase Order, sales and use tax on real property, transient o VENDOR agrees that it will comply with all rental property rented, tangible personal ~(-1,.. -9c federal, state, and local laws, rules, codes, purchased or rented, or services purchased co T and ordinances that are applicable to the (Florida Statutes, Chapter 212), and from •• conduct of its business. By way of non- federal excise tax. M exhaustive example, this shall include the American with Disabilities Act and all 17. Annual Appropriations prohibitions against discrimination on the The COUNTY'S performance and obligation c) basis of race, religion, sex creed, national to pay under this Purchase Order shall be a origin, handicap, marital status, or veterans' contingent upon an annual appropriation of co status. Further, VENDOR acknowledges funds. 2 and without exception or stipulation shall be = 0 fully responsible for complying with the 18. Termination — provisions of the Immigration Reform and This Purchase Order may be terminated at .y Control Act of 1986 as located at 8 U.S.C. any time by the COUNTY upon 30 days o 1324, et seq. and regulations relating prior written notice to the VENDOR. This cn thereto, as either may be amended. Failure Purchase Order may be terminated o by the awarded firm(s) to comply with the immediately by the COUNTY for breach by r- laws referenced herein shall constitute a VENDOR of the terms and conditions of this co breach of the award agreement and the Purchase Order, provided that COUNTY has `.- County shall have the discretion to provided VENDOR with notice of such unilaterally terminate said agreement breach and VENDOR has failed to cure E immediately. Any breach of this provision within 10 days of receipt of such notice. cL, may be regarded by the COUNTY as a eaQ material and substantial breach of the 19. General contract arising from this Purchase Order. a) This Purchase Order shall be governed by the laws of the State of Florida. The 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 16 Packet Pg. 322 16.A.4.b venue for any action brought to d) The Vendor agrees to reimbursement of specifically enforce any of the terms and any travel expenses that may be conditions of this Purchase Order shall associated with this Purchase Order in be the Twentieth Judicial Circuit in and accordance with Florida Statute Chapter for Collier County, Florida 112.061, Per Diem and Travel b) Failure of the COUNTY to act Expenses for Public Officers, employees immediately in response to a breach of and authorized persons. this Purchase Order by VENDOR shall e) In the event of any conflict between or not constitute a waiver of breach. among the terms of any Contract Waiver of the COUNTY by any default Documents related to this Purchase a) by VENDOR hereunder shall not be Order, the terms of the Contract deemed a waiver of any subsequent Documents shall take precedence over default by VENDOR. the terms of the Purchase Order. To the a) c) All notices under this Purchase Order extent any terms and /or conditions of shall be sent to the respective this Purchase Order duplicate or overlap addresses on the face page by certified the Terms and Conditions of the mail, return receipt requested, by Contract Documents, the provisions of overnight courier service, or by personal the Terms and/or Conditions that are o delivery and will be deemed effective most favorable to the County and/or upon receipt. Postage, delivery and provide the greatest protection to the other charges shall be paid by the County shall govern. a) sender. A party may change its address z for notice by written notice complying with the requirements of this section. co O U 0 0 CD rn N w a) Q M_ 0 f6 .5 0 U, 0 0 ti cD c m U c3 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 17 Packet Pg. 323 16.A.4.b Exhibit IV: Additional Terms and Conditions for RFP 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. 2-1 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 m waivers of subrogation from the County's separate Consultants, Design Consultants and Subcontractors a, and shall require each of them to include similar waivers in their contracts. o 0 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 2 performed on behalf of Collier County." C-5 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 z solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The N 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 o Holder" should read as follows: v; Collier County •• Board of County Commissioners Naples, Florida CNI LO The amounts and types of insurance coverage shall conform to the minimum requirements set forth in a, Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and a endorsements or their equivalents. If Consultant has any self-insured retentions or deductibles under cg 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 •2 evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be .2 Consultant's sole responsibility. cn Coverage(s) shall be maintained without interruption from the date of commencement of the Work until o 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 5 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 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2,Bridge Number 030184 RFP CCNA Template_06132016 18 Packet Pg. 324 16.A.4.b hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to t extent permitted under such policy. 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 a of its rights under the Contract Documents. m If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the m 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 0 County to terminate any and all contracts. U) 2. Offer Extended to Other Governmental Entities 0 Collier County encourages and agrees to the successful Consultant extending the pricing, terms and o conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful Consultant. z ea 3. Additional Items and/or Services Additional items and / or services may be added to the resultant contract, or purchase order, in 8 compliance with the Procurement Ordinance. o n 4. County's Right to Inspect v; The County or its authorized Agent shall have the right to inspect the Consultant's facilities/project site M during and after each work assignment the Consultant is performing. U) 5. Vendor Performance Evaluation a) 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 c completion/termination of this Agreement. ° 6. Additional Terms and Conditions of Contract o Collier County has developed standard contracts/agreements, approved by the Board of County F 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. t° Jd c The resultant contract(s) may include purchase or work orders issued under one, or any combination of E price methodologies by the County's project manager: c Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from e the County to the contractor; and, as a business practice there are no hourly or material invoices 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Tempiate_06132016 19 Packet Pg. 325 16.A.4.b presented, rather, the contractor must perform to the satisfaction of the County's project mana before payment for the fixed price contract is authorized. Time and Materials: the County agrees to pay the contractor for the amount of labor time spent by the contractor'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 (oras subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. a> 70 Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, m materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and 0 the number of units received (no contractor inventory or cost verification required). C7 co The County reserves the right to include in any contract document such terms and conditions, as it co deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract o 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 z assets, including materials, supplies, and equipment associated with the scope or work. CC 7. Public Records Compliance U Florida Public Records Law Chapter 119, including specifically those contractual requirements in 119.0701(2)(a)-(b) 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: C) Communication and Customer Relations Division o 3299 Tamiami Trail East, Suite 102 '� Naples, FL 34112-5746 Telephone: (239) 252-8383 cnThe 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 F reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise E 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 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2,Bridge Number 030184 RFP CCNA Template_06132016 20 Packet Pg. 326 contract term and following completion of the contract if the Contractor does not transfer th, 16.A.4.b 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. re a) 7111 8. Payment Method 85- Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, o Florida Statutes. Vendor's invoices must include: C7 • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's 02 purchase order or contract. 0 Invoices shall be sent to: 0 Board of County Commissioners Clerk's Finance Department ra ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 0 0 Or emailed to: bccapclerk(a�collierclerk.com. CD Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. N 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 Q- by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules M_ for VISA Merchants and MasterCard Merchant Rules. 0 The County may not accept any additional surcharges (credit card transaction fees) as a result of using .5 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 c traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional o 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 y fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices a 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 21 Packet Pg. 327 16.A.4.b submitted after the close of the fiscal year will not be accepted (or processed for payment) �... 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 ., owed to the vendor or contractor for services performed of for materials delivered in association with a g contract. m Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the o Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance 0 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. o t 9. Environmental Health and Safety :� 0 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 co Consultants shall be responsible for the safety of their employees and any unsafe acts or conditions that N may cause injury or damage to any persons or property within and around the work site. All firewall o penetrations must be protected in order to meet Fire Codes. U 0 ti 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. Lc) All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination N and Arc Flash Studies where relevant as determined by the engineer. a a) rts All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 0 10. Licenses ;; The Consultant is required to possess the correct Business Tax Receipt, professional license, and any o 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 ,2, 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 C Consultant non-responsive. A Consultant, with an office within Collier County is also required to have 7-3 an occupational license. 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 22 Packet Pg. 328 All State Certified contractors who may need to pull Collier County permits or call in inspections 16.A.4.b 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 co Bids (ITBs/RFPs): The Consultant agrees that any Purchase Order that extends beyond the expiration a date of Solicitation 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair Rehabilitation Project Bridge #030184 resultant of this solicitation will survive and remain subject to the -a terms and conditions of that Agreement until the completion or termination of any Purchase Order. m 12. Principals/Collusion o By submission of this Proposal the undersigned, as Consultant, does declare that the only person or a persons interested in this Proposal as principal or principals is/are named therein and that no person N 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. o a) 13. Relation of County z 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 3 responsible for any negligence on the part of said Consultant, their employees or agents, resulting in o either bodily or personal injury or property damage to any individual, firm, or corporation. u; 14. Termination rn Should the Consultant be found to have failed to perform services in a manner satisfactory to the County, N 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 a, non-performance. In the event that the award of this solicitation is made by the Procurement Services a Director, the award and any resultant purchase orders may be terminated at any time by the County M upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board's Procurement Ordinance. 15. Lobbying `' o Go All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be o lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. n 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 5 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) 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2,Bridge Number 030184 RFP CCNA Template_06132016 23 Packet Pg. 329 16.A.4.b 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.org/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 s a> 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 m 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 0 requirement will be deemed non-responsive and rejected from further consideration. In addition, consultants that have participated and/or will participate in the development of scope, o background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 18. Protest Procedures ct Any prospective vendor/ proposer who desires to protest any aspect(s) or provision(s) of the solicitation s (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 0 current Procurement Ordinance and policies. o ti The Board of County Commissioners will make award of contract in public session. Award to recommendations will be posted outside the offices of the Procurement Services Division on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the a recommended contract award must file a notice of intent to protest with the Procurement Director within cv two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. coUpon 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. ° 5 19. Public Entity Crime A person or affiliate who has been placed on the convicted Consultant list following a conviction for a o 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 c 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 3 business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY 2 TWO for a period of 36 months following the date of being placed on the convicted Consultant list. 20. Security and Background Checks 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2,Bridge Number 030184 RFP CCNA Template_06132016 24 Packet Pg. 330 16.A.4.b The Contractor is required to comply with County Ordinance 2004-52, as amended. Background c are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division 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. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the cc Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (DL- .a FMOPS(a�colliergov.net) whenever an employee assigned to Collier County separates from their 0 employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of$500 per incident. 0 CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs.. z w _ CC 21. Conflict of Interest Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this RFP 3 document. Disclosure of any potential or actual conflict of interest is subject to County staff review and o 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 a, Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. a Violation of this provision may result in one or more of the following consequences: a. Prohibition by the ;° individual, firm, and/or any employee of the firm from contact with County staff for a specified period of 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 o 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. a) The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland 5 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 Q other employment eligibility verification requirements. The program will be used for Collier County formal 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2,Bridge Number 030184 RFP CCNA Template_06132016 25 Packet Pg. 331 16.A.4.b Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and consti_..... 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 g fully executed E-Verify Memorandum of Understanding for the company. Consultants are also required f to provide the Collier County Procurement Services Division an executed affidavit certifying they shall It comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the .a Bidder/Consultant does not comply with providing the acceptable E-Verify evidence and the m executed affidavit the bidder's / Consultant's proposal may be deemed non-responsive. O Additionally, Consultants shall require all subcontracted Consultants to use the E-Verify system for all 0 purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program o visit the following website: http://www.dhs.qov/E-Verify. It shall be the Consultant's responsibility to m familiarize themselves with all rules and regulations governing this program. o Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be z 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 s the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws 2 referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and 3 the County shall have the discretion to unilaterally terminate said agreement immediately. ti O O rn N - a7 CO 0- CD O io _ O ct ti CO 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2,Bridge Number 030184 RFP CCNA Template_06132016 26 Packet Pg. 332 16.A.4.b Coer County Administrative Services Department Procurement Seances Division Attachment 1: Consultant's Non-Response Statement The sole intent of the Collier County Procurement Services Division 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, Procurement Services Division, 3327 Tamiami Trail E, a Naples, FL 34112. cc a> We are not responding to CCNA Solicitation 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 for the following reason(s): o 0 [ Services requested not available through our company. rn �I Our firm could not meet specifications/scope of work. 0 Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) o ❑ Project is too small. Z I� Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: 0 [ Other reason(s): C6 D. CO O Name of Firm: :4 0 Address: cn City, State, Zip: CO Telephone: Email: Representative Signature: Representative Name: Date 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2,Bridge Number 030184 RFP CCNA Template_06132016 27 Packet Pg. 333 16.A.4.b GILT T County Administrative Services Department Procurement Services Division 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: c E The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the m project. ❑ Any addenda have been signed and included. 0 Ca ❑ The mailing envelope has been addressed to: cn rn Collier County Government •2 Procurement Services Division `; 3327 Tamiami Trail E a) Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist CCNA Solicitation: 16-6700 Design and Related Services for Stan Gober Memorial Bridge w Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 E The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ,J° 0 ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. F2 (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. a ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF m THE COURIER PACKET a M Name of Firm: 0 Address: •f° U_ City, State, Zip: ON Telephone: Email: Y _ Representative Signature: Representative Name: Date a 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2,Bridge Number 030184 RFP CCNA Template_06132016 28 Packet Pg. 334 16.A.4.b Co (er County Administrative Services Department Procurement Services DivIsion Attachment 3: Conflict of Interest Affidavit The Consultant certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with: 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project Bridge #030184 does not pose an organizational conflict as described by one of the three categories below: .2 Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier cc County project identified above (e.g., writing a procurement's statement of work, specifications, or a performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. 0° Impaired objectivity— The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals/ past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information —The firm has not had access to nonpublic information as part of its N performance of a Collier County project identified above which may have provided the contractor (or an = affiliate) with an unfair competitive advantage in current or future solicitations and contracts. .2 In addition to this signed affidavit, the contractor/ consultant must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or =° through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. o 0 Failure to disclose all material or having an organizational conflict in one or more of the three categories o above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). rn By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to N the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Q Firm: Signature and Date: 0`_ Print Name: Title of Signatory: 0 0 0 State of County of `D SUBSCRIBED AND SWORN to before me this day of , 20 by , who is personally known to me to be the a> for the Firm, OR who produced the following identification E Notary Public Commission Expiration 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 29 Packet Pg. 335 1 6.A.4.b Collier County Administrative Services Department Procurement Services Division Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 a) cc w RE: CCNA Solicitation: 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 Dear Commissioners: 0 The undersigned, as Consultant declares that this proposal is made without connection or arrangement with F any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. ow 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 o 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. Further, the consultant agrees Z that if awarded a contract for these services, the consultant will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-consultant for any future design or any other oversight services associated with work that is a result of this awarded contract. N 0 U IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , o 200 in the County of , in the State of CD Firm's Legal Name: rn Address: N City, State, Zip Code: a, 0 Florida Certificate of o Authority Document Number o Federal Tax ;a Identification Number CCR # or CAGE Code o ti Telephone: FAX: 0 F Signature by: (Typed and written) Title: 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 30 Packet Pg. 336 16.A.4.b Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State,ZIP t a Telephone: a, a) FAX: Email: a' 0 Office servicing Collier County to place orders (required if different from above) N Contact name: CO C 0 Title: r Address: Z C City, State, ZIP ea Telephone: 0 0 Email: n cc an N a) Cs) fa Q co M_ 0 fa O ti CD C a> U fa 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2.Bridge Number 030184 RFP CCNA Template_06132016 31 Packet Pg. 337 16.A.4.b Co[ ier County Administrative Services Department Procurement Services Division Attachment 5: Immigration Affidavit Certification CCNA Solicitation: 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with co formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Consultants / Bidders arecc required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of a� 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 m` 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. 0 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) `4 of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall °a., 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 w 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 c.) submission of the Consultant's/ Bidder's proposal. c ti Corn pany Name Print Name Title Signature Date N d State of f6 County of v' 0 The foregoing instrument was signed and acknowledged before me this day of , 20_, by who has produced as identification. cn (Print or Type Name) (Type of Identification and Number) Notary Public Signature Printed Name of Notary Public a) f4 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. 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2,Bridge Number 030184 RFP CCNA Template_06132016 32 Packet Pg. 338 -16.A.4.b. COter County -:uminissative Services Department -nw,i.emen:Services Drys�n 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 a) return with your quote or proposal. 1. General Information (provide all information) 00 Taxpayer Name o (as shown on income tax return) Business Name is (if different from taxpayer name) Address City 0 State Zip a Telephone FAX Email 0a m Z Order Information Remit/Payment Information C Address Address City State Zip City State Zip U FAX FAX Email Email 0 2. Company Status (check only one) N Individual/Sole Proprietor _Corporation Partnership a' a) Tax Exempt (Federal income tax-exempt entity Limited Liability Company a under Internal Revenue Service guidelines IRC CD 501 (c)3) Enter the tax classification (D=Disregarded Entity. C=Corporation, P=Partnership) is 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) 0 ti (Consultants who do not have a TIN,will be required to provide a social security number prior to an award). CO 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 r, Title Phone Number 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2.Bridge Number 030184 RFP CCNA Template_06132016 33 Packet Pg. 339 16.A.4.b co> er county Administrative Services Department Procurement Services Division 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 a) m 2. ® Employer's Liability $1,000,000 single limit per occurrence a 3. Z Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) o patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury O ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations in and Contractual Liability. u, 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 z 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. �o ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included ca 5. ® Other insurance as ❑Watercraft $ Per Occurrence •• noted: a) ❑ United States Longshoreman's and Harborworker's Act coverage shall be CNI maintained where applicable to the completion of the work. $ Per Occurrence a ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to co the completion of the work. $ Per Occurrencect ct ❑ 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 o under this Agreement. N $ Per Occurrence ti ❑ Pollution $ Per Occurrence cc ® Professional Liability $1.000.000 per claim and in the aggregate E • $1,000,000 per claim and in the aggregate m • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2,Bridge Number 030184 RFP CCNA Template_06132016 34 Packet Pg. 340 16.A.4.b ❑ Employee Dishonesty/Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 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. m 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 0 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 cn holders' surplus, all as reported in the most current Best Key Rating Guide, w published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 0 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 Z provisions. 9. ❑ Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General u3i Liability where required. U 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 c must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work `r° performed on behalf of Collier County. Ln rn 11. ® Thirty(30) Days Cancellation Notice required. U) RLC 8/1/2016 a, Consultant's Insurance Statement co M 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 0 Signature CO Print Name c Insurance Agency E Agent Name Telephone Number 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2,Bridge Number 030184 RFP CCNA Template_06132016 35 Packet Pg. 341 16.A.4.b Corer Gounty Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire (Do not use Collier County Employees) Solicitation: 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 Reference Questionnaire for: (Name of Company Requesting Reference Information) a) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) 2 0 Email: FAX: Telephone: ca cn Collier County is implementing a process that collects reference information on firms and their key personnel to be used in o 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 o 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 z have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." c Ct Project Description: Completion Date: Project Budget: Project Number of Days: r` Item Citeria Score cD 1 Ability to manage the project costs (minimize change orders to scope). •• LO Cr) 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. w cn CC 4 Quality of consultative advice provided on the project. CO CO 5 Professionalism and ability to manage personnel. 0 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 0 7 Ability to verbally communicate and document information clearly and succinctly. o r- 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. a> 10 Overall comfort level with hiring the company in the future (customer satisfaction). _ t6 TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: By 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project,Project Number 66066.2,Bridge Number 030184 RFP CCNA Template_06132016 36 Packet Pg. 342 16.A.4.d Goner County Email: evelyncolon@colliergov.net Administrative Services Division Telephone: (239) 252-2667 Procurement sery ces FAX: (239) 252-2810 Addendum 1 a a) a) Date: September 9, 2016 m From: Evelyn Colon, Procurement Strategist 0 To: Interested Bidders Subject: Addendum # 1 0 Solicitation # and Title 16-6700 Design and Related Services for the Stan Gober 7671 Memorial Bridge Repair Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 a) z c (a • For the latest Bridge Inspection Reports, Final Deck and Condition Assessment and 3 Recommendation Reports, please fill out the Exempt Document Form provided with this o addendum and email the form along with a Photo ID to: evelyncolon(a�colliergov.net U 0 0 n CL 0 0 am N If you require additional information please post a question on the Online Bidding site or contact a me at the information noted above. a) ns C: Anthony Stolts, Senior Project Manager Ca Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. a 'a 0 (Signature) Date r` 0 (Name of Firm) m E U C6 Packet Pg. 343 16.A.4.d C.4314.nty Email: evelyncolon@colliergov.net Administrative Services Division Telephone: (239) 252-2667 Procurement sere ces FAX: (239) 252-2810 Addendum 2 a) cri Date: October 5, 2016 m From: Evelyn Colon, Procurement Strategist c.D To: Interested Bidders ra Subject: Addendum #2 0 Solicitation #and Title 16-6700 Design and Related Services for the Stan Goberea Memorial Bridge Repair Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 a> z The following deadline extension is issued as an addendum identifying the following change for ra the referenced solicitation: Legal Notice 0 Pursuant to approval by the County Manager, Sealed Proposals to provide Design and Related Services will be received until 3:00PM, Naples local time, on October 7, 2016 October 10, 2016 at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, i; rn Naples, FL 34112. N N a) 67 t6 d M If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. c a) C: Anthony Stolts, Senior Project Manager ti Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. m (Signature) Date U (Name of Firm) Packet Pg. 344 16.A.4.d Colter County Email: collier evelyncolon@ 9 ov.net Administrative Services D vision Telephone: (239) 252-2667 Procurement Services FAX: (239) 252-2810 2i Addendum 3 d cc Date: October 7, 2016 m` From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 3 Solicitation # and Title 16-6700 Design and Related Services for the Stan Gober 7 Memorial Bridge Repair Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 0 a) a) 2 The following deadline extension is issued as an addendum for the referenced solicitation: eti Legal Notice 0 Pursuant to approval by the County Manager, Sealed Proposals to provide Design and Related Services will be received until 3:00PM, Naples local time, on October 10, 2016 October 11, 2016 at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. rn N a) to If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. -61 C: Anthony Stolts, Senior Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date Cr) (Name of Firm) Packet Pg. 345 AUGUST 2016 EXHIBIT A SCOPE OF SERVICES FOR DESIGN AND RELATED SERVICES FOR STAN GOBER MEMORIAL BRIDGE REPAIR/REHABILITATION PROJECT PROJECT NUMBER 66066.2 INCLUDING BRIDGE NUMBER: 030184 RPF NUMBER 16-6700 A-2 1 PURPOSE ........................................................................................................................... 4 2 PROJECT DESCRIPTION .................................................................................................. 6 3 PROJECT COMMON AND PROJECT GENERAL TASKS ............................................. 21 4 ROADWAY ANALYSIS .................................................................................................... 27 5 ROADWAY PLANS .......................................................................................................... 30 6 DRAINAGE ....................................................................................................................... 32 7 UTILITIES ......................................................................................................................... 33 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES .............................. 35 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS ......... 39 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT ..................................................... 41 11 STRUCTURES - TEMPORARY BRIDGE ......................................................................... 42 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE ................................................... 43 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE ................................................. 44 14 STRUCTURES - STRUCTURAL STEEL BRIDGE ........................................................... 47 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE .................................................... 48 16 STRUCTURES - MOVABLE SPAN .................................................................................. 49 17 STRUCTURES - RETAINING WALLS ............................................................................. 50 18 STRUCTURES - MISCELLANEOUS ................................................................................ 52 19 SIGNING AND PAVEMENT MARKING ANALYSIS ........................................................ 53 20 SIGNING AND PAVEMENT MARKING PLANS .............................................................. 54 21 SIGNALIZATION ANALYSIS ........................................................................................... 55 22 SIGNALIZATION PLANS ................................................................................................. 56 23 LIGHTING ANALYSIS ...................................................................................................... 57 24 LIGHTING PLANS ............................................................................................................ 58 25 LANDSCAPE ARCHITECTURE ANALYSIS .................................................................... 59 26 LANDSCAPE ARCHITECTURE PLANS .......................................................................... 60 27 SURVEY ........................................................................................................................... 61 28 PHOTOGRAMMETRY ...................................................................................................... 63 29 MAPPING ......................................................................................................................... 64 30 TERRESTRIAL MOBILE LIDAR ...................................................................................... 66 31 ARCHITECTURE DEVELOPMENT .................................................................................. 67 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE ............ 68 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS ........................................... 69 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS ................................................. 70 A-3 35 GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING ................................. 71 36 PROJECT REQUIREMENTS ........................................................................................... 76 37 INVOICING LIMITS ........................................................................................................... 78 1 PURPOSE A-4 SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES BRIDGE/STRUCTURAL AND HIGWAY DESIGN Collier County Project Number: 66066.2 Description: Design and Related Services for Repair/Rehabilitation of the Stan Gober Memorial Bridge in Collier County, Florida. [CR-92 / San Marco Road over Marco Channel] Bridge Number: 030184 1 PURPOSE The purpose of this Exhibit is to describe the scope of work and the responsibilities of the CONSULTANT and the COUNTY in connection with the design and preparation of a complete set of construction contract documents and incidental engineering services, as necessary, for improvements to the transportation facility described herein. Major work mix includes: Group 4 - Highway Design - Bridges Major work groups include: Group 4.1 - Miscellaneous Structures and Minor Bridge Design Minor work mix/groups may include but are not limited to: Group 3.1 - Minor Highway Design, Group 7.1 - Signing; Pavement Marking and Channelization and Group 9 - Soil Exploration, Materials Testing and Foundations. The Firms submitting as the PRIME CONSULTANT at a minimum must be pre - qualified through the Florida Department of Transportation (FDOT) in the following work groups: Group 4.1 – Miscellaneous Structures and Minor Bridge Design The general objective is for the CONSULTANT to prepare a set of Construction Contract Documents including plans, specifications, supporting engineering analysis, calculations and other technical documents in accordance with Florida Department of Transportation (FDOT) and COUNTY policy, procedures and requirements. These Construction Contract Documents will be used by the contractor to build the project and test the project components. These Construction Contract Documents will be used by the COUNTY or its Construction Engineering Inspection (CEI) representatives for inspection and final acceptance of the proj ect. The CONSULTANT shall follow a systems engineering process to ensure that all required project components are included in the development of the Construction Contract Documents and the project can be built as designed and to specifications. The Scope of Services establishes which items of work in the FDOT Plans Preparation Manual (PPM), Collier County Land Development Code and other pertinent manuals are specifically prescribed to accomplish the work included in this RFP: 16-6700 1 PURPOSE A-5 contract, and also indicate which items of work will be the responsibility of the CONSULTANT and/or the COUNTY. Some of the items defined in the SCOPE OF SERVICES may need to be reduced or removed from the final scope during Contract negotiations based on the selected consultant’s approach to the project and the actual needs of the project. The CONSULTANT shall be aware that as a project is developed, certain modifications and/or improvements to the original concepts may be required. The CONSULTANT shall incorporate these refinements into the design and consider such refinements to be an anticipated and integral part of the work. The County will not accept supplemental fee requests for such refinements. The CONSULTANT shall demonstrate good project management practices while working on this project. These include communication with the COUNTY and others as necessary, management of time and resources, and documentation. The CONSULTANT shall set up and maintain throughout the design of the project a contract file that can be turned over to the COUNTY at the close of the project or at contract termination. Consultants are expected to know the laws and rules governing their professions and are expected to provide services in accordance with current regulations, codes and ordinances and recognized s tandards applicable to such professional services. The CONSULTANT shall provide qualified technical and professional personnel to perform to COUNTY standards and procedures, the duties and responsibilities assigned under the terms of this agreement. The CONSULTANT shall utilize the best engineering judgment, practices, and principals possible during the prosecution of the work commissioned under this contract. The CONSULTANT shall minimize to the maximum extent possible the COUNTY’s need to apply its own resources to assignments authorized by the COUNTY. The COUNTY will provide contract administration, management services, and technical reviews of all work associated with the development and preparation of contract documents, including Construction Contract Documents. The COUNTY’s technical reviews are for high-level conformance and are not meant to be comprehensive reviews. The COUNTY may contract with independent consultants to perform additional technical review services. The CONSULTANT shall be fully responsible for all work performed and work products developed under this Scope of Services. The COUNTY may provide job -specific information and/or functions as outlined in this contract, if favorable. RFP: 16-6700 2 PROJECT DESCRIPTION A-6 2 PROJECT DESCRIPTION The CONSULTANT shall investigate the status of the project and become familiar with concepts and commitments (typical sections, alignments, etc.) developed from prior studies and/or activities. The principle intent of this project is to repair/rehabilitate existing bridge number 030184 in Collier County, Florida. [CR-92 / San Marco Road over Marco Channel]. The primary objective of this project is to address/repair all deficiencies identified in the FDOT Bridge Inspection Reports [BIR(s)] per all applicable codes, guidelines, regulations, permitting agency requirements, and etcetera. The latest BIR on file at the time of this RFP is dated 2015 -02-11 and is available upon request. The CONSULTANT shall also incorporate all repairs necessary to address the deficiencies identified in the forthcoming FDOT BIR (anticipated to be available in the first quarter of 2017) into the design. The following additional documents/reports are available upon request and will be provided for information only. The information/recommendations provided in these documents/reports do not define the scope of services for this project/contact:  “Final Bridge Deck Assessment and Recommendation Report for the Stan Gober Memorial Bridge,” developed by Cardno TBE (dated August 2014).  “Final Condition Assessment and Recommendation Report,” dated December 2007.  FDOT Bridge Inspection Reports from previous years. The CONSULTANT shall communicate, coordinate and work with FDOT inspection personnel (or their representatives), as required, before, during and after any bridge inspections to be conducted on bridge number 030184 during this contract. The CONSULTANT shall also identify, evaluate and recommend potential upgrades/improvements that will extend the useful service life of the structure and mitigate future deterioration. The CONSULTANT shall incorporate all COUNTY approved mitigation features into the design. Exact project limits at will vary based on actual project requirements, such as permitting, but shall be limited to what is necessary to repair/rehabilitate the bridge identified herein. As such, anticipated contractual project limits, as approved by the COUNTY, will be defined during the design contract negotiation process. Additional project related environmental mitigation improvements outside of the contractual project limits may be identified during project development. The CONSULTANT shall provide additional services to incorporate these improvements into the design at the request of the COUNTY. The scope of the additional services will be determined at the time the services are requested. These additional services RFP: 16-6700 2 PROJECT DESCRIPTION A-7 are not included in this scope and will be added as a supplemental agreement if the need is identified. In general, the CONSULTANT will be required to obtain or produced all permits, studies and reports necessary to design the project and deliver the final deliverables. The CONSULTANT shall develop Maintenance of Traffic (MOT) plans as required for the project. 2.1 Project General and Roadway (Activities 3, 4, and 5) Public Involvement: The CONSULTANT shall prepare for and attend public meetings as directed by the COUNTY. Please see Section 3.1 for details. Other Agency Presentations/Meetings: The CONSULTANT shall prepare for and attend agency meetings as directed by the COUNTY. Please see Section 3.1 for details. Joint Project Agreements: Not applicable. Specification Package Preparation: FDOT and COUNTY Specifications – current editions, and any required project specific Technical Specifications. Value Engineering: Not applicable. Risk Assessment Workshop: Not applicable. Plan Type: The CONSULTANT shall provide all plans and details necessary for construction of the project described herein. The CONSULTANT is expected to follow all design criteria and processes provided in the latest version of the FDOT Plans Preparation Manual (PPM). Deviations from the criteria and processes provided in the PPM must be approved by the COUNTY in writing. Typical Section: Existing conditions to remain. The posted speed limit is: CR-92/San Marco Road - 45mph The desired design speed is: The intent of the project is to maintain or improve the existing roadway conditions. The CONSULTANT shall notify the COUNTY if any conditions are created by the proposed repairs that will alter the existing design speed or roadway conditions. Pavement Design: The CONSULTANT shall provide all pavement designs required for the project. RFP: 16-6700 2 PROJECT DESCRIPTION A-8 Pavement Type Selection Report(s): As required. Cross Slope: The CONSULTANT shall evaluate any necessary modifications to cross slopes of existing pavement to be retained as part of this project, as required. Access Management Classification: To be coordinated with the COUNTY as required. Transit Route Features: Not applicable. Major Intersections/Interchanges: Not applicable. Roadway Alternative Analysis: Not applicable. Level of TCP Plans: Appropriate maintenance of traffic during construction is critical to the public, local businesses and emergency services. The CONSULTANT shall develop maintenance of traffic plans that limit impacts to the public while minimizing the cost and duration of construction. The CONSULTANT shall provide Temporary Traffic Control Plans as required. Temporary Lighting: The CONSULTANT is responsible for any temporary lighting necessary for the project. Temporary Signals: The CONSULTANT is responsible for any temporary signals necessary for the project. Temporary Drainage: The CONSULTANT is responsible for any temporary drainage designs necessary for the project. Design Variations/Exceptions: There are no known Design Variations or Exceptions during the development of this RFP. The CONSULTANT should review the project location to determine if a Design Variation or Exception is necessary to meet FDOT design standards. The CONSULTANT shall submit requests for Design Variations and/or Exceptions approval to the COUNTY as soon as possible to minimize potential schedule delays. The CONSULTANT shall coordinate these requests with the COUNTY’s Project Manager. Back of Sidewalk Profiles: As required. 2.2 Drainage (Activities 6a and 6b) As required. System Type: As required. The storm water systems shall be designed to meet the permitting requirements of all applicable permitting agencies. The storm water system designs shall consider best management practices, open system, closed system, lateral ditches, exfiltration, etc., or a combination RFP: 16-6700 2 PROJECT DESCRIPTION A-9 thereof, within or outside the existing right-of-way. The CONSULTANT shall develop all hydraulic requirements, designs and Construction Contract Documents for all hydraulic features, such as but not limited to all storm water conveyance, storage and treatment facilities, required for the project. All existing drainage structures and features shall be shown on the construction plans and should be inspected for scour, erosion, structural integrity and accumulation of sediments as necessary. Treatments should be coordinated with the COUNTY’s Project Manager before being added to the Construction Contract Documents. 2.3 Utilities Coordination (Activity 7) As required. The CONSULTANT is responsible to certify that all necessary arrangements for utility work on this project have been made and will not conflict with the physical construction schedule. The CONSULTANT should coordinate with COUNTY personnel to coordinate transmittals to Utility Companies and meet production schedules. The CONSULTANT shall ensure FDOT and COUNTY standards, policies, procedures, practices, and design criteria are followed concerning utility coordination. The CONSULTANT may employ more than one individual or utility engineering consultant to provide utility coordination and engineering design expertise. The CONSULTANT shall identify a dedicated person responsible for managing all utility coordination activities. This person shall be contractually referred to as the Utility Coordination Manager and shall be identified in the CONSULTANT proposal. The Utility Coordination Manager shall be required to satisfactorily demonstrate to the COUNTY’s Project Manager that they have the knowledge, skills, and expertise required to successfully provide the utility coordination activities required of the project. The Utility Coordination Manager shall be responsible for managing all utility coordination, including the following: Assuring that Utility Coordination and accommodation is in accordance to the COUNTY, FDOT, FHWA, and AASHTO standards, policies, procedures, and design criteria. Assisting the engineer of record in identifying all existing utilities and coordinating any new installations. Assisting the Engineer of Record with resolving utility conflicts. Scheduling and performing utility coordination meetings, keeping and distribution of minutes/action items of all utility meetings, and ensuring RFP: 16-6700 2 PROJECT DESCRIPTION A-10 expedient follow-up on all unresolved issues. Distributing all plans, conflict matrixes and changes to affected utility owners and making sure this information is properly coordinated and documented. Identifying and coordinating the completion of any COUNTY or utility owner agreement that is required for reimbursement, or accommodation of the utility facilities associated with the project. Review and certify to the COUNTY’s Project Manager that all Utility Work Schedules are correct and in accordance with the COUNTY’s standards, policies, and procedures. Prepare, review and process all utility related reimbursable paperwork inclusive of betterment and salvage determination. The CONSULTANT’s utility coordination work shall be performed and directed by the Utility Coordination Manager that was identified and approved by COUNTY’s Project Manager. Any proposed change of the approved Utility Coordination Manager shall be subject to review and approval by COUNTY’s Project Manager prior to any change being made in this contract. 2.4 Environmental Permits, Compliances, and Clearances (Activity 8) The CONSULTANT shall coordinate with all appropriate regulatory agencies to obtain all necessary permits, including but not limited to: South Florida Water Management District Department of Environmental Protection United States Coast Guard United States Army Corps of Engineers The CONSULTANT is responsible for the identifying and applying for all necessary permits for the project. The CONSULTANT is responsible for all permit coordination and revisions necessary to obtain the required permits. All application and processing fees associated with permitting activities shall be paid for by the COUNTY directly to each applicable agency. The COUNTY will direct use of mitigation banks as required. 2.5 Structures (Activities 9 – 18) Bridges: The CONSULTANT shall provide all necessary design services for repair/rehabilitation and improvement of the bridge as defined herein. RFP: 16-6700 2 PROJECT DESCRIPTION A-11 Please see section 2.1 for typical section requirements. Type of Bridge Structure Work:  Medium Span Concrete Retaining Walls: The CONSULTANT shall provide all design services and deliver construction documents for any temporary and/or permanent retaining walls required for the project. Noise Barrier Walls: Not applicable. Miscellaneous: The CONSULTANT shall provide all design services and deliver construction documents for any miscellaneous structures required for the project. 2.6 Signing and Pavement Markings (Activities 19 & 20) The CONSULTANT shall provide all design services and deliver construction documents for all signing and pavement markings required for the project. 2.7 Signalization (Activities 21 & 22) Intersections: Not applicable. Traffic Data Collection: Not applicable. Traffic Studies: Not applicable. Count Stations: Not applicable. Traffic Monitoring Sites: Not applicable. 2.8 Lighting (Activities 23 & 24): Not applicable. 2.9 Landscape Architecture (Activities 25 & 26): Not applicable. 2.10 Survey (Activity 27) As required. Design Survey: The CONSULTANT shall provide all survey services necessary for the project. Subsurface Utility Exploration: The CONSULTANT is responsible for designating all utilities within the project limits. Right of Way Survey: The CONSULTANT is responsible for all Right of Way Surveys and defining all official County maintained right of ways necessary for the project. RFP: 16-6700 2 PROJECT DESCRIPTION A-12 2.11 Photogrammetry (Activity 28): Not applicable. 2.12 Mapping (Activity 29) As required. Control Survey Map: The CONSULTANT is responsible for all Control Survey Maps necessary for the project. Right of Way Map: The CONSULTANT is responsible for all Right of Way Maps and Technical Memorandums for right of way acquisitions necessary for the project. Legal Descriptions: The CONSULTANT is responsible for all Legal Descriptions necessary for the project. Maintenance Map: As required. Miscellaneous Items: As required. 2.13 Terrestrial Mobile LiDAR (Activity 30): Not applicable. 2.14 Architecture (Activity 31): Not applicable. 2.15 Noise Barriers (Activity 32): Not applicable. 2.16 Intelligent Transportation Systems (Activities 33 & 34): Not applicable. 2.17 Geotechnical and Construction Materials Testing (Activity 35) As required. The CONSULTANT shall be responsible for all necessary geot echnical and construction materials testing activities associated with/required for this project. 2.18 Project Schedule Within ten (10) days after the Notice-To-Proceed, and prior to the CONSULTANT beginning work, the CONSULTANT shall provide a detailed project activity/event schedule for COUNTY and CONSULTANT scheduled activities required to meet the current COUNTY Production Date. The schedule shall be based upon the durations and schedule negotiated during the project staff hour negotiations process. The CONSULTANT shall allow for a four (4) week review time for each phase submittal and any other submittals as appropriate. The schedule shall indicate all required submittals. All fees and price proposals are to be based on the negotiated schedule for RFP: 16-6700 2 PROJECT DESCRIPTION A-13 final construction contract documents. Periodically, throughout the life of the contract, the project schedule and payout reports shall be reviewed as requested by the COUNTY and, with the approval of the COUNTY, adjusted as necessary to incorporate changes in the Scope of Services and progress to date. The approved schedule and schedule status report, along with progress and payout reports, shall be submitted with the monthly progress report or as requested by the COUNTY. The schedule shall be submitted in a COUNTY system-compatible format. 2.19 Submittals The CONSULTANT shall furnish construction contract documents as required by the COUNTY to adequately control, coordinate, and approve the work concepts. The CONSULTANT shall distribute submittals as direct ed by the COUNTY. All submitted documents shall be digitally signed and sealed in accordance with applicable Florida Statutes. All documents shall be developed and submitted in accordance with the latest edition of the FDOT Plans Preparation Manual unless otherwise directed by the COUNTY in writing. All documents shall be digitally sealed in accordance with the latest editions of the FDOT Plans Preparation Manual and FDOT CADD Manual unless otherwise directed by the COUNTY in writing. Each submittal shall include one (1) digital copy of all documents required for the submittal as defined herein. Method of delivery must be preapproved by the COUNTY. In addition to the delivery of the files produced during the course of project development, the COUNTY requires the inclusion of Engineering Data files (prepared by or for the CONSULTANT) for critical geometrics in the design. These can include the alignments, profiles, cross sections, surfaces, etcetera necessary to create the corridor model(s). Critical roadway geometric items, such as the centerlines and profiles of the proposed mainline, side streets, special ditches, and utilities, must be included. These Engineering Data files are considered “Project Documents” as defined in the contract and shall be provided when requested by the COUNTY. 2.20 Provisions for Work All work shall be prepared with English units in accordance with the latest editions of standards and requirements utilized by the FDOT and the COUNTY which include, but are not limited to, publications such as: RFP: 16-6700 2 PROJECT DESCRIPTION A-14  General o Title 29, Part 1910, Standard 1910.1001, Code of Federal Regulations (29 C.F.R. 1910.1001) – Asbestos Standard for Industry, U.S. Occupational Safety and Health Administration (OSHA) o 29 C.F.R. 1926.1101 – Asbestos Standard for Construction, OSHA o 40 C.F.R. 61, Subpart M - National Emission Standard for Hazardous Air Pollutants (NESHAP), Environmental Protection Agency (EPA) o 40 C.F.R. 763, Subpart E – Asbestos-Containing Materials in Schools, EPA o 40 C.F.R. 763, Subpart G – Asbestos Worker Protection, EPA o Americans with Disabilities Act (ADA) Standards for Accessible Design o AASHTO – A Policy on Design Standards Interstate System o AASHTO – Roadside Design Guide o AASHTO – Roadway Lighting Design Guide o AASHTO – A Policy for Geometric Design of Highways and Streets o AASHTO – Highway Safety Manual o Rule Chapter 5J-17, Florida Administrative Code (F.A.C.), Minimum Technical Standards for Professional Surveyors and Mappers o Chapter 469, Florida Statutes (F.S.) – Asbestos Abatement o Rule Chapter 62-257, F.A.C., Asbestos Program o Rule Chapter 62-302, F.A.C., Surface Water Quality Standards o Code of Federal Regulations (C.F.R.) o Florida Administrative Codes (F.A.C.) o Chapters 20, 120, 215, 455, Florida Statutes (F.S.) – Florida COUNTY of Business & Professional Regulations Rules o Florida COUNTY of Environmental Protection Rules o FDOT Basis of Estimates Manual o FDOT Computer Aided Design and Drafting (CADD) Manual o FDOT Design Standards o FDOT Flexible Pavement Design Manual o FDOT - Florida Roundabout Guide o FDOT Handbook for Preparation of Specifications Package o FDOT Instructions for Design Standards o FDOT Instructions for Structures Related Design Standards o FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (“Florida Greenbook”) o FDOT Materials Manual o FDOT Pavement Type Selection Manual o FDOT Plans Preparation Manual o FDOT Procedures and Policies o FDOT Project Development and Environmental Manual o FDOT Project Traffic Forecasting Handbook o FDOT Public Involvement Handbook o FDOT Rigid Pavement Design Manual o FDOT Standard Specifications for Road and Bridge Construction o FDOT Utility Accommodation Manual RFP: 16-6700 2 PROJECT DESCRIPTION A-15 o Federal Highway Administration (FHWA) - Manual on Uniform Traffic Control Devices (MUTCD) o FHWA – National Cooperative Highway Research Program (NCHRP) Report 672, Roundabouts: An Informational Guide o FHWA Roadway Construction Noise Model (RCNM) and Guideline Handbook o Florida Fish and Wildlife Conservation Commission - Standard Manatee Construction Conditions 2005 o Florida Statutes (F.S.) o Florida’s Level of Service Standards and Guidelines Manual for Planning o Model Guide Specifications – Asbestos Abatement and Management in Buildings, National Institute for Building Sciences (NIBS) o Quality Assurance Guidelines o Safety Standards o Any special instructions from the COUNTY  Roadway o FDOT – Florida Intersection Design Guide o FDOT - Project Traffic Forecasting Handbook o FDOT - Quality/Level of Service Handbook o Florida’s Level of Service Standards and Highway Capacity Analys is for the SHS o Transportation Research Board (TRB) - Highway Capacity Manual  Permits o Chapter 373, F.S. – Water Resources o US Fish and Wildlife Service Endangered Species Programs o Florida Fish and Wildlife Conservation Commission Protected Wildlife Permits o Bridge Permit Application Guide, COMDTPUB P16591.3C o Building Permit  Drainage o FDOT Bridge Hydraulics Handbook o FDOT Culvert Handbook o FDOT Drainage Manual o FDOT Erosion and Sediment Control Manual o FDOT Exfiltration Handbook o FDOT Hydrology Handbook o FDOT Open Channel Handbook o FDOT Optional Pipe Materials Handbook o FDOT Storm Drain Handbook o FDOT Stormwater Management Facility Handbook o FDOT Temporary Drainage Handbook o FDOT Drainage Connection Permit Handbook o FDOT Bridge Scour Manual RFP: 16-6700 2 PROJECT DESCRIPTION A-16  Survey and Mapping o All applicable Florida Statutes and Administrative Codes o Applicable Rules, Guidelines Codes and authorities of other Municipal, County, State and Federal Agencies. o FDOT Aerial Surveying Standards for Transportation Projects Topic 550-020-002 o FDOT Right of Way Mapping Handbook o FDOT Surveying Procedure Topic 550-030-101 o Florida COUNTY of Transportation Right of Way Procedures Manual o Florida COUNTY of Transportation Surveying Handbook o Right of Way Mapping Procedure 550-030-015  Traffic Engineering and Operations and ITS o AASHTO - An Information Guide for Highway Lighting o AASHTO - Guide for Development of Bicycle Facilities o FHWA Standard Highway Signs Manual o FDOT Manual on Uniform Traffic Studies (MUTS) o FDOT Median Handbook o FDOT Traffic Engineering Manual o National Electric Safety Code o National Electrical Code  Florida’s Turnpike Enterprise o Florida’s Turnpike Plans Preparation and Practices Handbook (TPPPH) o Florida’s Turnpike Lane Closure Policy o Florida’s Turnpike Drainage Manual Supplement o Rigid Pavement Design Guide for Toll Locations with Electronic Toll Collection o Flexible Pavement Design Guide for Toll Locations with Electronic Toll Collection o Florida’s Turnpike General Tolling Requirements (GTR) o Additional Florida’s Turnpike Enterprise standards, guides, and policies for design and construction can be found on the FTE Design Website: http://design.floridasturnpike.com  Traffic Monitoring o American Institute of Steel Construction (AISC) Manual of Steel Construction, referred to as “AISC Specifications” o American National Standards Institute (ANSI) RP-8-00 Recommended Practice for Roadway Lighting o AASHTO AWS D1.1/ANSI Structural Welding Code – Steel o AASHTO D1.5/AWS D1.5 Bridge Welding Code o FHWA Traffic Detector Handbook o FDOT General Interest Roadway Data Procedure o FHWA Traffic Monitoring Guide RFP: 16-6700 2 PROJECT DESCRIPTION A-17 o FDOT’s Traffic/Polling Equipment Procedures  Structures o AASHTO Load and Resistance Factor Design (LRFD) Bridge Design Specifications and Interims o AASHTO LRFD Movable Highway Bridge Design Specifications and Interims o AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals, and Interims. o AASHTO/-AWS-D1. 5M/D1.5: An American National Standard Bridge Welding Code o AASHTO Guide Specifications for Structural Design of Sound Barriers o AASHTO Manual for Condition Evaluation and Load and Resistance Factor Rating (LRFR) of Highway Bridges o FDOT Bridge Load Rating Manual o FDOT Structures Manual o FDOT Structures Design Bulletins (available on FDOT Stru ctures web site only)  Geotechnical o FHWA Checklist and Guidelines for Review of Geotechnical Reports and Preliminary Specifications o Manual of Florida Sampling and Testing Methods o Soils and Foundation Handbook  Landscape Architecture o Florida COUNTY of Agriculture and Consumer Services Grades and Standards for Nursery Plants  Architectural o Building Codes o Florida Building Code:  Building  Fuel Gas  Mechanical  Plumbing  Existing Building o Florida Accessibility Code for Building Construction o Rule Chapter 60D, F.A.C., Division of Building Construction o Chapter 553, F.S. – Building Construction Standards o ANSI A117.1 2003 Accessible and Usable Building and Facilities o Titles II and III, Americans With Disabilities Act (ADA), Public Law 101 - 336; and the ADA Accessibility Guidelines (ADAAG)  Architectural – Fire Codes and Rules o National Fire Protection Association (NFPA) - Life Safety Code RFP: 16-6700 2 PROJECT DESCRIPTION A-18 o NFPA 70 - National Electrical Code o NFPA 101 - Life Safety Code o NFPA 10 - Standard for Portable Fire Extinguishers o NFPA 11 - Standard for Low-Expansion Foam Systems o NFPA 11A - Standard for High- and Medium-Expansion Foam Systems o NFPA 12 - Standard for Carbon Dioxide Extinguishing Systems o NFPA 13 - Installation of Sprinkler Systems o NFPA 30 - Flammable and Combustible Liquids Code o NFPA 54 - National Gas Fuel Code o NFPA 58 - LP-Gas Code o Florida Fire Prevention Code as adopted by the State Fire Marshal – Consult with the Florida State Fire Marshal’s office for other frequently used codes.  Architectural – Extinguishing Systems o NFPA 10 - Fire Extinguishers o NFPA 13 - Sprinkler o NFPA 14 - Standpipe and Hose System o NFPA 17 - Dry Chemical o NFPA 20 - Centrifugal Fire Pump o NFPA 24 - Private Fire Service Mains o NFPA 200 - Standard on Clean Agent Fire Extinguishing Systems  Architectural – Detection and Fire Alarm Systems o NFPA 70 - Electrical Code o NFPA 72 - Standard for the Installation, Maintenance and Use of Local Protective Signaling Systems o NFPA 72E - Automatic Fire Detectors o NFPA 72G - Installation, Maintenance, and Use of Notification Appliances o NFPA 72H -Testing Procedures for Remote Station and Proprietary Systems o NFPA 74 - Household Fire Warning Equipment o NFPA 75 - Protection of Electronic Computer Equipment  Architectural – Mechanical Systems o NFPA 90A - Air Conditioning and Ventilating Systems o NFPA 92A - Smoke Control Systems o NFPA 96 - Removal of Smoke and Grease-Laden Vapors from Commercial Cooking Equipment o NFPA 204M - Smoke and Heating Venting  Architectural – Miscellaneous Systems o NFPA 45 - Laboratories Using Chemicals o NFPA 80 - Fire Doors and W indows o NFPA 88A - Parking Structures RFP: 16-6700 2 PROJECT DESCRIPTION A-19 o NFPA 105- Smoke and Draft-control Door Assemblies o NFPA 110 - Emergency and Standby Power Systems o NFPA 220 - Types of Building Construction o NFPA 241 - Safeguard Construction, Alteration, and Operations o Rule Chapter 69A-47, F.A.C., Uniform Fire Safety For Elevators o Rule Chapter 69A-51, F.A.C., Boiler Safety  Architectural – Energy Conservation o Rule Chapter 60D-4, F.A.C., Rules For Construction and Leasing of State Buildings To Insure Energy Conservation o Section 255.255, F.S., Life-Cycle Costs  Architectural – Elevators o Rule Chapter 61C-5, F.A.C., Florida Elevator Safety Code o ASME A-17.1, Safety Code for Elevators and Escalators o Architectural – Floodplain Management Criteria o Section 255.25, F.S., Approval Required Prior to Construction or Lease of Buildings o Rules of the Federal Emergency Management Agency (FEMA)  Architectural – Other o Rule Chapter 64E-6, F.A.C., Standards for On Site Sewage Disposal Systems (Septic Tanks) o Rule Chapter 62-600, F.A.C., Domestic Wastewater Facilities o Rule Chapter 62-761, F.A.C., Underground Storage Tank Systems o American Concrete Institute o American Institute of Architects - Architect’s Handbook of Professional Practice o American Society for Testing and Materials - ASTM Standards o Brick Institute of America o DMS - Standards for Design of State Facilities o Florida Concrete Products Association o FDOT – ADA/Accessibility Procedure o FDOT – Building Code Compliance Procedure o FDOT – Design Build Procurement and Administration o LEED (Leadership in Energy and Environmental Design) Green Building Rating System o National Concrete Masonry Association o National Electrical Code o Portland Cement Association - Concrete Masonry Handbook o United State Green Building Council (USGBC) 2.21 Services to be Performed by the COUNTY when appropriate and /or available, the COUNTY will provide project data/services including:  General COUNTY guidelines to be used in the fulfillment of this contract.  Signatures on project related application forms.  Letters of authorization designating the CONSULTANT as an agent of RFP: 16-6700 2 PROJECT DESCRIPTION A-20 the COUNTY.  Fees associated with permit submittals.  Project submittal reviews.  Any applicable project related information/data that the COUNTY is aware of.  COUNTY standards.  Rights of entry authorization for COUNTY properties within the project limits.  Front-end construction document sections required for bidding and construction. RFP: 16-6700 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-21 3 PROJECT COMMON AND PROJECT GENERAL TASKS Project Common Tasks Project Common Tasks, as listed below, are work efforts that are applicable to many project activities, 4 (Roadway Analysis) through 35 (Geotechnical). These tasks are to be included in the project scope in each applicable activity when the described work is to be performed by the CONSULTANT. Cost Estimates: The CONSULTANT shall be responsible for producing a construction cost estimate and reviewing and updating the cost estimate when scope changes occur and/or at milestones of the project. Technical Special Provisions: The CONSULTANT shall provide Technical Special Provisions for all items of work not covered by the FDOT Standard Specifications for Road and Bridge Construction and the workbook of implemented modifications. A Technical Special Provision shall not modify the first nine sections of the Standard Specifications and implemented modifications in any way. All modifications to other sections must be justified to the COUNTY to be included in the project's specifications package. The Technical Special Provisions shall provide a description of work, materials, equipment and specific requirements, method of measurement and basis of payment. Proposed Technical Special Provisions will be submitted to the COUNTY. See Section 3.3 for details. Final Technical Special Provisions shall be digitally signed and sealed in accordance with applicable Florida Statutes. The CONSULTANT shall contact the COUNTY for details of the current format to be used before starting preparations of Technical Special Provisions. Field Reviews: The CONSULTANT shall make as many trips to the project site as required to obtain necessary data for all elements of the project. Technical Meetings: The CONSULTANT shall attend all technical meetings necessary to execute the Scope of Services of this contract. This includes meetings with COUNTY and/or Agency staff, between disciplines and subconsultants, such as access management meetings, pavement design meetings, local governments, railroads, airports, progress review meetings (phase review), and miscellaneous meetings. The CONSULTANT shall prepare, and submit to the COUNTY’s Project Manager for review, the meeting minutes for all meetings attended by them. The meeting minutes are due within five (5) working days of attending the meeting. Quality Assurance/Quality Control: It is the intention of the COUNTY that design CONSULTANTS, including their subconsultant(s), are held responsible for their RFP: 16-6700 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-22 work, including plans review. The purpose of CONSULTANT plan reviews is to ensure that CONSULTANT plans follow the plan preparation procedures outlined in the Plans Preparation Manual, that state and federal design criteria are followed with the COUNTY concept, and that the CONSULTANT submittals are complete. All subconsultant document submittals shall be submitted by the subconsultant directly to the CONSULTANT for their independent Quality Assurance/Quality Control review and subsequent submittal to the COUNTY. It is the CONSULTANT's responsibility to independently and continually QC their plans and other deliverables. The CONSULTANT should regularly communicate with the COUNTY's Design Project Manager to discuss and resolve issues or solicit opinions from those within designated areas of expertise. The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the CONSULTANT and their subconsultant(s) under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all maps, design drawings, specifications, and other documentation prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan shall be one specifically designed for this project. The CONSULTANT shall submit a Quality Control Plan for approval within twenty (20) business days of the written Notice to Proceed and it shall be signed by the CONSULTANT’s Project Manager and the CONSULTANT’s QC Manager. The Quality Control Plan shall include the names of the CONSULTANT’s staff that will perform the quality control reviews. The Quality Control reviewer shall be a Florida Licensed Professional Engineer fully prequalified under F.A.C. 14 -75 in the work type being reviewed. A marked up set of prints from a Quality Control Review indicating the reviewers for each component (structures, roadway, drainage, signals, geotechnical, signing and marking, lighting, surveys, etc.) and a written resolution of comments on a point-by-point basis will be required, if requested by the COUNTY, with each phase submittal. The responsible Professional Engineer, Landscape Architect, or Professional Surveyor & Mapper that performed the Quality Control review will sign a statement certifying that the review was conducted and found to meet required specifications. The CONSULTANT shall, without additional compensation, correct all errors or deficiencies in the designs, maps, drawings, specifications and/or other products and services. Independent Peer Review: The COUNTY may contract with other consultants to perform Independent Peer Reviews. Supervision: The CONSULTANT shall supervise all technical design activities. RFP: 16-6700 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-23 Coordination: The CONSULTANT shall coordinate with all disciplines of the project to produce a final set of construction documents. Project General Tasks Project General Tasks, described in Sections 3.1 through 3.7 below, represent work efforts that are applicable to the project as a whole and not to any one or more specific project activity. The work described in these tasks shall be performed by the CONSULTANT when included in the project scope. 3.1 Public Involvement Public involvement includes communicating to all interested persons, groups, and government organizations information regarding the development of the project. The CONSULTANT shall prepare for and atten d up to one (1) public meeting as directed by the COUNTY. The CONSULTANT shall process the public information received, discuss the results and integrate the needs of the public into the project while being mindful of economic feasibility and the needs of the project. The CONSULTANT will be expected to develop and provide all necessary exhibits for the public meetings. The COUNTY shall be responsible for all news/press releases. 3.1.1 Community Awareness Plan As required. 3.1.2 Notifications If applicable, the CONSULTANT shall provide notifications as required. The CONSULTANT shall notify and coordinate with the COUNTY’s Project Manager prior to sending notifications. 3.1.3 Preparing Mailing Lists As required. 3.1.4 Median Modification Letters As required. 3.1.5 Driveway Modification Letters If applicable, The CONSULTANT shall prepare driveway modification letters RFP: 16-6700 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-24 to be sent to property owners. In addition, the CONSULTANT shall prepare a sketch of each proposed driveway modification for inclusion in the let ter. The letters will be sent on COUNTY letterhead. The CONSULTANT shall notify and coordinate with the COUNTY’s Project Manager prior to sending letters. 3.1.6 Newsletters As required. 3.1.7 Renderings and Fly-Throughs As required. 3.1.8 PowerPoint Presentations As required. 3.1.9 Public Meeting Preparations The CONSULTANT shall prepare the necessary materials for use in public meetings. Including but not limited to all graphics, maps, displays, etcetera. Drafts of all Public Involvement documents shall be submitted to the COUNTY for review and approval at least 14 business days prior to printing and/or distribution 3.1.10 Public Meeting Attendance and Follow-up The CONSULTANT shall attend public meeting(s), assist with meeting setup and take down. The CONSULTANT will attend the meetings with an appropriate number of personnel to assist the COUNTY'S Project Manager. It is estimated for this project there will be one (1) public meeting. The CONSULTANT shall assist the COUNTY in responding to public comments and questions. 3.1.11 Other Agency Meetings As required. 3.1.12 Web Site Not applicable. 3.2 Joint Project Agreements Not applicable. RFP: 16-6700 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-25 3.3 Specifications Package Preparation The CONSULTANT shall prepare and provide a specifications package in accordance with the FDOT’s Handbook for the Preparation of Specification Packages and associated training. The CONSULTANT shall provide the COUNTY names of at least one team member who has successfully completed the Specifications Package Preparation Training and will be responsible for preparing the Specifications Package for the project. The Specifications Package shall be prepared using the FDOT's Specs on the Web application. The CONSULTANT shall be able to document that the procedure defined in the Handbook for the Preparation of Specifications Packages is followed, which includes the quality assurance/quality control procedures. The specifications package shall address all items and areas of work and include any Mandatory Specifications, Modified Special Prov isions, and Technical Special Provisions. The specifications package must be submitted to the COUNTY (digitally) at least 90 days prior to the contract package. This submittal does not require signing and sealing and shall be coordinated through the COUNTY’s Project Manager. The CONSULTANT shall coordinate with the COUNTY on the submittal requirements, but at a minimum shall consist of (1) the complete specifications package, (2) a copy of the marked-up workbook used to prepare the package, and (3) a copy of the final project plans (latest version if final plans are not available). Final submittal of the specifications package must occur at least 20 working days prior to the contract package. This submittal shall be digitally signed, dated, and sealed in accordance with applicable Florida Statutes. 3.4 Contract Maintenance and Electronic Document Management Contract maintenance includes project management effort for complete setup and maintenance of files, developing monthly progress reports, schedule updates, work effort to develop and execute subconsultant agreements, etc. 3.5 Value Engineering (Multi-Discipline Team) Review Not applicable. 3.6 Prime Consultant Project Manager Meetings Includes only the Prime Consultant Project Manager's time for trave l and attendance at Activity Technical Meetings and other meetings listed in the meeting summary for Task 3.6 on tab 3 Project General Task of the staff hour forms. Staff hours for other personnel attending Activity Technical Meetings are included in the meeting task for that specific Activity. 3.7 Plans Update RFP: 16-6700 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-26 Not applicable. 3.8 Post Design Services Post Design Services may include, but is not limited to, meetings, construction assistance, plans revisions, shop drawing review, survey services, as-built drawings, and load ratings. Post Design Services are not intended for instances of CONSULTANT errors and/or omissions. 3.9 Digital Delivery The CONSULTANT shall deliver final contract plans and documents in digital format. The final contract plans and documents shall be digitally signed and sealed files delivered to the COUNTY on acceptable electronic media, as determined by the COUNTY. Please see Section 2.19 for details. 3.10 Risk Assessment Workshop Not applicable. 3.11 Railroad, Transit and/or Airport Coordination Not applicable. 3.12 Other Project General Tasks The CONSULTANT shall assist the COUNTY during the construction bidding phase of the project including, but not limited to, attending the pre -bid meeting, addressing addendums, evaluating bids and bidders, and providing written letters of recommendation. RFP: 16-6700 4 ROADWAY ANALYSIS A-27 4 ROADWAY ANALYSIS The CONSULTANT shall analyze and document Roadway Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 4.1 Typical Section Package 4.2 Pavement Type Selection Report 4.3 Pavement Design Package 4.4 Cross-Slope Correction 4.5 Horizontal/Vertical Master Design Files 4.6 Access Management 4.7 Roundabout Evaluation Not applicable. 4.8 Roundabout Final Design Analysis Not applicable. 4.9 Cross Section Design Files 4.10 Traffic Control Analysis The CONSULTANT shall design a safe and effective Traffic Control Plan to move vehicular and pedestrian traffic during all phases of construction. The design shall include construction phasing of roadways ingress and egress to existing property owners and businesses, routing, signing and pavement markings, and detour quantity tabulations, roadway pavement, drainage structures, ditches, front slopes, back slopes, drop offs within clear zone, and traffic monitoring sites. Special consideration shall be given to the construction of the drainage system when developing the construction phases. Positive drainage must be maintained at all times. The CONSULTANT shall investigate the need for temporary traffic signals, temporary lighting, alternate detour roads, and the use of materials such as sheet piling in the analysis. The Traffic Control Plan shall be prepared by a certified designer who has completed training as required by the COUNTY and the FDOT. Before proceeding with the Traffic Control Plan, the CONSULTANT shall meet with the appropriate COUNTY personnel. The purpose of this meeting is to provide information to the CONSULTANT that will better coordinate the Preliminary and Final Traffic Control Plan efforts. RFP: 16-6700 4 ROADWAY ANALYSIS A-28 The CONSULTANT shall consider the local impact of any lane closures or alternate routes. When the need to close a road is identified during this analysis, the CONSULTANT shall notify the COUNTY's Project Manager as soon as possible. Proposed road closings must be reviewed and approved by the COUNTY. Diligence shall be used to minimize negative impacts by appropriate specifications, recommendations or plans development. Local impacts to consider will be local events, holidays, peak seasons, detour route deterioration and other eventualities. CONSULTANT shall be responsible to obtain local authorities permission for use of detour routes not on county highways. Traffic Control Plans shall follow the COUNTY’s Maintenance of Traffic Policy as applicable. 4.11 Master TCP Design Files The CONSULTANT shall develop master Traffic Control Plan (TCP) files showing each phase of the Traffic Control Plan. 4.12 Design Variations and Exceptions If available, the COUNTY shall furnish the Variation/Exception Report. The CONSULTANT shall prepare the documentation necessary to gain COUNTY approval of all appropriate Design Variations and/or Design Exceptions before the first submittal. 4.13 Design Report The CONSULTANT shall prepare all applicable report(s) as listed in the Project Description section of this scope and as required. The CONSULTANT shall submit to the COUNTY design notes, data, and calculations to document the design conclusions reached during the development of the contract plans. 4.14 Quantities The CONSULTANT shall develop accurate quantities and the supporting documentation, including construction days when required. 4.15 Cost Estimate The CONSULTANT shall prepare the Engineer’s Estimate of Probable Cost and provide with each phase/percent submittal. The Engineer’s Estimate of Probable Cost shall be adjusted at each submittal to be maintained until final submittal. 4.16 Technical Special Provisions RFP: 16-6700 4 ROADWAY ANALYSIS A-29 4.17 Other Roadway Analyses 4.18 Field Reviews 4.19 Monitor Existing Structures The CONSULTANT shall perform field observations to identify existing structures within the project limits which may require settlement, vibration or groundwater monitoring by the contractor during construction in accordance with PPM Volume I Chapter 34. The CONSULTANT shall coordinate with and assist the geotechnical engineer and/or structural engineer (when applicable) to identify those structures and develop mitigation strategies. The CONSULTANT shall identify the necessary pay items to be included in the bid documents to monitor existing structures. 4.20 Technical Meetings 4.21 Quality Assurance/Quality Control 4.22 Independent Peer Review 4.23 Supervision 4.24 Coordination RFP: 16-6700 5 ROADWAY PLANS A-30 5 ROADWAY PLANS The CONSULTANT shall prepare Roadway, Traffic Control, Utility Adjustment Sheets, plan sheets, notes, and details. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 5.1 Key Sheet 5.2 Summary of Pay Items Including Quantity Input 5.3 Typical Section Sheets 5.3.1 Typical Sections 5.3.2 Typical Section Details 5.4 General Notes/Pay Item Notes 5.5 Summary of Quantities Sheets 5.6 Project Layout 5.7 Plan/Profile Sheet 5.8 Profile Sheet 5.9 Plan Sheet 5.10 Special Profile 5.11 Back-of-Sidewalk Profile Sheet 5.12 Interchange Layout Sheet 5.13 Ramp Terminal Details (Plan View) 5.14 Intersection Layout Details 5.15 Special Details 5.16 Cross-Section Pattern Sheet(s) 5.17 Roadway Soil Survey Sheet(s) 5.18 Cross Sections 5.19 Temporary Traffic Control Plan Sheets RFP: 16-6700 5 ROADWAY PLANS A-31 5.20 Temporary Traffic Control Cross Section Sheets 5.21 Temporary Traffic Control Detail Sheets 5.22 Utility Adjustment Sheets 5.23 Selective Clearing and Grubbing Sheet(s) 5.24 Project Network Control Sheet(s) 5.25 Environmental Detail Sheets Preparation of detail sheets for potential environmental issues such as, underground fuel tanks and monitoring wells, septic tanks within the proposed right of way. All piping and pumps in association with the above referenced issues shall also be located and identified by the survey. The CONSULTANT shall relay to the COUNTY any findings of contaminated soil, monitoring wells, or any features (particularly springs or sinks) relating to contamination or hazardous material. Coordination with Permits/Environmental staff and preparing Dredge & Fill Detail sheets where applicable. 5.26 Utility Verification Sheet(s) (SUE Data) 5.27 Quality Assurance/Quality Control 5.28 Supervision RFP: 16-6700 6 DRAINAGE A-32 6a DRAINAGE ANALYSIS As required. The CONSULTANT shall analyze and document Drainage Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The CONSULTANT shall be responsible for designing a drainage and stormwater management system. All design work shall comply with the requirements of the appropriate regulatory agencies and the FDOT Drainage Manua l. The CONSULTANT has the responsibility for determining the need, appropriate locations and sizes for all necessary water management facilities, and drainage outfalls. The CONSULTANT shall coordinate fully with the appropriate permitting agencies and the COUNTY’s staff. All activities and submittals should be coordinated through the COUNTY’s Project Manager. 6b DRAINAGE PLANS As required. The CONSULTANT shall prepare Drainage plan sheets, notes, and details. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. RFP: 16-6700 7 UTILITIES A-33 7 UTILITIES As required. The CONSULTANT shall identify utility facilities and secure agreements, utility work schedules, and plans from the Utility Agency Owners (UAO) ensuring all conflicts that exist between utility facilities and the COUNTY’s construction project are addressed. The CONSULTANT shall certify all utility negotiations have been completed and that arrangements have been made for utility work to be undertaken. The CONSULTANT shall follow FDOT and COUNTY standards, policies, procedures and design criteria. COUNTY standards are located at: http://www.colliergov.net/your-government/divisions-s-z/water/utilities-standards- manual 7.1 Utility Kickoff Meeting 7.2 Identify Existing Utility Agency Owner(s) The CONSULTANT shall identify all utilities within and adjacent to the project limits that may be impacted by the project. 7.3 Make Utility Contacts 7.4 Exception Processing 7.5 Preliminary Utility Meeting 7.6 Individual/Field Meetings The CONSULTANT shall meet with each UAO as necessary, separately or together, throughout the project design duration to provide guidance in the interpretation of plans, review changes to the plans and schedules, optional clearing and grubbing work, and assist in the development of the UAO(s) plans and work schedules. The CONSULTANT is responsible for motivating the UAO to complete and return the necessary documents after each Utility Contact or Meeting. 7.7 Collect and Review Plans and Data from UAO(s) 7.8 Subordination of Easements Coordination 7.9 Utility Design Meeting 7.10 Review Utility Markups & Work Schedules and Processing of Schedules & Agreements 7.11 Utility Coordination/Follow -up RFP: 16-6700 7 UTILITIES A-34 7.12 Utility Constructability Review 7.13 Additional Utility Services The CONSULTANT shall provide additional utility services. The CONSULTANT shall, via soft-dig, pothole, or other non-destructive method, physically obtain the horizontal and vertical location, size, type, material, and condition, of all underground utilities within and surrounding all proposed foundations for signal poles, light poles, retaining walls, piles, culverts, or other critical locations where foundation construction is proposed, or as directed by the COUNTY. 7.14 Processing Utility Work by Highway Contractor (UWHC) Not applicable. 7.15 Contract Plans to UAO(s) 7.16 Certification/Close-Out This includes hours for transmitting utility files to the COUNTY and preparation of the Utility Certification Letter. The CONSULTANT shall certify to the appropriate COUNTY representative the following: All utility negotiations (Full execution of each agreement, approved Utility Work Schedules, technical special provisions written, etc.) have been completed with arrangements made for utility work to b e undertaken and completed as required for proper coordination with the physical construction schedule. OR An on-site inspection was made and no utility work will be involved. OR Plans were sent to the Utility Companies/Agencies and no utility work is required. OR A No Response letter on COUNTY letterhead, delivered to the UAO via certified mail, return receipt requested, documenting all failed attempts to obtain RGB’s, UWS or No Conflict letter from any non-responsive UAO. 7.17 Other Utilities The CONSULTANT shall provide other utility services. This includes all efforts for a utility task not covered by an existing defined task. Required work will be defined in the scope and negotiated on a case -by-case basis. RFP: 16-6700 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-35 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES The CONSULTANT shall notify the COUNTY Project Manager, and other appropriate personnel in advance of all scheduled meetings with the regulatory agencies to allow a COUNTY representative to attend. The CONSULTANT shall copy in the Project Manager on all permit related correspondence and meetings. 8.1 Preliminary Project Research The CONSULTANT shall perform preliminary project research and shall be responsible for regulatory agency coordination to assure that design efforts are properly directed toward permit requirements. The CONSULTANT shall also review for any existing easements or other restrictions that may exist both within or proposed project boundary. The CONSULTANT shall determine if any Sovereign Submerged Lands easements need to modified or acquired. Project research may include but should not be limited to review of available federal, state, and local permit files and databases, local government information including county and property appraiser data. This information will be shown on the plans as appropriate. 8.2 Field Work 8.2.1 Pond Site Alternatives: The CONSULTANT shall review alternative pond sites as directed by the COUNTY. 8.2.2 Establish Wetland Jurisdictional Lines and As sessments: The CONSULTANT shall collect all data and information necessary to determine the boundaries of wetlands and other surface waters defined by the rules or regulations of each agency processing or reviewing a permit application necessary to construct the COUNTY project. The CONSULTANT shall be responsible for, but not limited to, the following activities:  Determine landward extent of wetlands and other surface waters as defined in Rule Chapter 62-340, F.A.C. as ratified in Section 373.4211, F.S.  Determine the jurisdictional boundaries and obtain a jurisdictional determination of wetlands and other surface waters as defined by rules or regulations of any permitting authority that is processing a COUNTY permit application.  Prepare aerial maps showing the jurisdictional boundaries of wetlands and surface waters. Aerial maps shall be reproducible, of a scale no greater than 1”=200’ and be recent photography. The maps shall show the jurisdictional limits of each agency. Photo copies of aerials are not RFP: 16-6700 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-36 acceptable. All jurisdictional boundaries are to be tied to the project’s baseline of survey. When necessary, a wetland specific survey will be prepared by a registered surveyor and mapper.  Prepare a written assessment of the current condition and functional value of the wetlands and other surface waters. Prepare data in tabular form which includes the ID number for each wetland impacted, size of wetland to be impacted, type of impact and identify any wetland within the project limits that will not be impacted by the project.  Prepare appropriate Agency Forms to obtain required permits. Forms may include but are not limited to the United States Army Corps of Engineers (USACE) “Wetland Determination Data Form – Atlantic and Gulf Coastal Plain Region”; the USACE “Approved Jurisdictional Determination Form”; Uniform Mitigation Assessment Method forms and/or project specific data forms. 8.2.3 Species Surveys: The CONSULTANT shall conduct wildlife surveys as defined by rules or regulations of any permitting authority that is processing a COUNTY permit. 8.2.4 Archaeological Surveys: The CONSULTANT shall conduct Archaeological field surveys as required, in accordance with Part 2, Chapter 12 of the PD&E Manual. 8.3 Agency Verification of Wetland Data The CONSULTANT shall be responsible for verification of wetland data identified in Section 8.2 and coordinating regulatory agency field reviews, including finalization of wetland assessments and jurisdiction al determinations with applicable agencies. 8.4 Complete and Submit All Required Permit Applications The CONSULTANT shall prepare permit application packages as identified in the Project Description section. The permit application package must be approved by the COUNTY prior to submittal to the regulatory agency. The CONSULTANT shall collect all of the data and information necessary to obtain the environmental permits required to construct the project. The CONSULTANT shall prepare each permit application fo r COUNTY approval in accordance with the rules and/or regulations of the environmental agency responsible for issuing a specific permit and/or authorization to perform work. The CONSULTANT will submit all permit applications, as directed by the COUNTY. 8.5 Prepare Dredge and Fill Sketches (as needed) 8.6 Prepare USCG Permit RFP: 16-6700 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-37 8.7 Prepare Water Management District Right of Way Occupancy Permit 8.8 Prepare Coastal Construction Control Line (CCCL) Permit Application (as needed) If a CCCL Permit is required, the CONSULTANT shall be responsible for the preparation of the legal advertisement required to acquire the final “Notice to Proceed” authorization for the Florida Department of Environmental Protection (FDEP). Legal advertisements shall be published one tim e in a newspaper that meets the notification requirements of the FDEP. 8.9 Prepare Tree Permit Information (as needed) 8.10 Mitigation Design If wetland impacts cannot be avoided, the CONSULTANT shall prepare a mitigation plan to be included as a part of the Environmental Resource Permit and or Section 404 permit applications. Prior to the development of alternatives, the CONSULTANT shall meet with the Project Manager to determine the COUNTY’s policies in proposing mitigation. The CONSULTANT shall proceed in the development of a mitigation plan based upon the general guidelines provided by the COUNTY. The CONSULTANT will be directed by the COUNTY to investigate the mitigation options that meet federal and state requirements in accordance with section 373.4137, F.S. Below are mitigation options:  Payment to DEP/WMD for mitigation services as defined in Section 373.4137, F.S.  Monetary participation in offsite regional mitigation plans  Purchase of mitigation credits from a mitigation bank  Creation/restoration on public lands  Creation/restoration on right of way purchased by the COUNTY  Creation/restoration on existing COUNTY right of way In the event that physical creation or restoration is the only feasible alternative to offset wetland impacts, the CONSULTANT shall collect all of the data and information necessary to prepare alternative mitigation plans that may be acceptable to all permitting agencies and commenting agencies who are processing or reviewing a permit application for a COUNTY project. Prior to selection of a final mitigation site, the CONSULTANT will provide the following services in the development of alternative mitigation plans:  Preliminary jurisdictional determination for each proposed site  Selection of alternative sites  Coordination of alternative sites with the COUNTY/all environmental agencies RFP: 16-6700 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-38  Written narrative listing potential sites with justifications for both recommended and non-recommended sites. 8.11 Mitigation Coordination and Meetings The CONSULTANT shall coordinate with COUNTY perso nnel prior to approaching any environmental permitting or reviewing agencies. Once a mitigation plan has been reviewed and approved by the COUNTY, the CONSULTANT will be responsible for coordinating the proposed mitigation plan with the environmental agencies. 8.12 Other Environmental Permits Environmental Clearances, Reevaluations and Technical Support 8.13 Technical Support to the COUNTY for Environmental Clearances and Re-evaluations 8.14 Preparation of Environmental Clearances and Reevaluations 8.15 Contamination Impact Analysis 8.16 Asbestos Survey The CONSULTANT shall secure the services of a Florida Licensed Asbestos Consultant to perform a comprehensive Asbestos Containing Materials (ACM) survey of all bridges on the project. The survey shall include sampling of all suspect ACM. In the event that ACM is found on the bridge, the CONSULTANT shall prepare (in coordination with the COUNTY’s District Asbestos Coordinator) plans, specifications, general notes, pay item notes and an Operation and Maintenance (O&M) plan for any asbestos to remain in place. The CONSULTANT shall submit four (4) hard copies and one (1) electronic copy of the final ACM survey, and the required copies of any additional supporting documents, to the COUNTY’s Project Manager and to the District Asbestos Coordinator at the time of the Phase I submittal. 8.17 Technical Meetings 8.18 Quality Assurance/Quality Control 8.19 Supervision 8.20 Coordination RFP: 16-6700 9 STRUCTURES – SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS A-39 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS The CONSULTANT shall analyze, design, and develop contract documents for all structures in accordance with applicable provisions as defined in Section 2.19, Provisions for Work. Individual tasks identified in Sections 9 through 18 are defined in the Staff Hour Estimation Handbook and within the provision defined in Section 2. 20, Provisions for Work. Contract documents shall display economical solutions for the given conditions. The CONSULTANT shall provide Design Documentation to the COUNTY with each submittal consisting of structural design calculations and other supporting documentation developed during the development of the plans. The design calculations submitted shall adequately address the complete design of all structural elements. These calculations shall be neatly and logically presented on digital media or, at the COUNTY’s request, on 8 ½”x11” paper and all sheets shall be numbered. The final design calculations shall be signed and sealed by a Florida - licensed professional engineer. A cover sheet indexing the contents of the calculations shall be included and the engineer shall sign and seal that sheet. All computer programs and parameters used in the design calculations shall include sufficient backup information to facilitate the review task. 9.1 Key Sheet and Index of Drawings 9.2 Project Layout 9.3 General Notes and Bid Item Notes 9.4 Miscellaneous Common Details 9.5 Incorporate Report of Core Borings 9.6 Existing Bridge Plans 9.7 Assemble Plan Summary Boxes and Quantities 9.8 Cost Estimate 9.9 Technical Special Provisions 9.10 Field Reviews 9.11 Technical Meetings 9.12 Quality Assurance/Quality Control 9.13 Independent Peer Review 9.14 Supervision RFP: 16-6700 9 STRUCTURES – SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS A-40 9.15 Coordination RFP: 16-6700 10 STRUCTURES – BRIDGE DEVELOPMENT REPORT A-41 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT Not applicable. RFP: 16-6700 11 STRUCTURES – TEMPORARY BRIDGE A-42 11 STRUCTURES - TEMPORARY BRIDGE Not applicable. RFP: 16-6700 12 STRUCTURES – SHORT SPAN CONCRETE BRIDGE A-43 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE Not applicable. RFP: 16-6700 13 STRUCTURES – MEDIUM SPAN CONCRETE BRIDGE A-44 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE The CONSULTANT shall prepare repair/rehabilitation plans for Medium Span Concrete Bridge(s) at the location(s) specified in Section 2.5. General Layout Design and Plans 13.1 Overall Bridge Final Geometry 13.2 Expansion/Contraction Analysis 13.3 General Plan and Elevation 13.4 Construction Staging 13.5 Approach Slab Plan and Details 13.6 Miscellaneous Details End Bent Design and Plans 13.7 End Bent Geometry 13.8 Wingwall Design and Geometry 13.9 End Bent Structural Design 13.10 End Bent Plan and Elevation 13.11 End Bent Details Intermediate Bent Design and Plans 13.12 Bent Geometry 13.13 Bent Stability Analysis 13.14 Bent Structural Design 13.15 Bent Plan and Elevation 13.16 Bent Details Pier Design and Plans 13.17 Pier Geometry 13.18 Pier Stability Analysis RFP: 16-6700 13 STRUCTURES – MEDIUM SPAN CONCRETE BRIDGE A-45 13.19 Pier Structural Design 13.20 Pier Plan and Elevation 13.21 Pier Details Miscellaneous Substructure Design and Plans 13.22 Foundation Layout Superstructure Deck Design and Plans 13.23 Finish Grade Elevation (FGE) Calculation 13.24 Finish Grade Elevations 13.25 Bridge Deck Design 13.26 Bridge Deck Reinforcing and Concrete Quantities 13.27 Diaphragm Design 13.28 Superstructure Plan 13.29 Superstructure Section 13.30 Miscellaneous Superstructure Details Reinforcing Bar Lists 13.31 Preparation of Reinforcing Bar List Continuous Concrete Girder Design 13.32 Section Properties 13.33 Material Properties 13.34 Construction Sequence 13.35 Tendon Layouts 13.36 Live Load Analysis 13.37 Temperature Gradient 13.38 Time Dependent Analysis 13.39 Stress Summary RFP: 16-6700 13 STRUCTURES – MEDIUM SPAN CONCRETE BRIDGE A-46 13.40 Ultimate Moments 13.41 Ultimate Shear 13.42 Construction Loading 13.43 Framing Plan 13.44 Girder Elevation, including Grouting Plan and Vent Locations 13.45 Girder Details 13.46 Erection Sequence 13.47 Splice Details 13.48 Girder Deflections and Camber Simple Span Concrete Design 13.49 Prestressed Beam 13.50 Prestressed Beam Schedules 13.51 Framing Plan Beam Stability 13.52 Beam/Girder Stability Bearing 13.53 Bearing Pad and Bearing Plate Design 13.54 Bearing Pad and Bearing Plate Details Load Rating 13.55 Load Ratings RFP: 16-6700 14 STRUCTURES – STRUCTURAL STEEL BRIDGE A-47 14 STRUCTURES - STRUCTURAL STEEL BRIDGE Not applicable. RFP: 16-6700 15 STRUCTURES – SEGMENTAL CONCRETE BRIDGE A-48 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE Not applicable. RFP: 16-6700 16 STRUCTURES – MOVABLE SPAN A-49 16 STRUCTURES - MOVABLE SPAN Not applicable. RFP: 16-6700 17 STRUCTURES – RETAINING WALL A-50 17 STRUCTURES - RETAINING WALLS The CONSULTANT shall prepare plans for Retaining Wall(s) as specified in Section 2.5. General Requirements 17.1 Key Sheet 17.2 Horizontal Wall Geometry Permanent Proprietary Walls 17.3 Vertical Wall Geometry 17.4 Semi-Standard Drawings 17.5 Wall Plan and Elevations (Control Drawings) 17.6 Details Temporary Proprietary Walls 17.7 Vertical Wall Geometry 17.8 Semi-Standard Drawings 17.9 Wall Plan and Elevations (Control Drawings) 17.10 Details Cast-In-Place Retaining Walls 17.11 Design 17.12 Vertical Wall Geometry 17.13 General Notes 17.14 Wall Plan and Elevations (Control Drawings) 17.15 Sections and Details 17.16 Reinforcing Bar List Other Retaining Walls and Bulkheads 17.17 Design RFP: 16-6700 17 STRUCTURES – RETAINING WALL A-51 17.18 Vertical Wall Geometry 17.19 General Notes, Tables and Miscellaneous Details 17.20 Wall Plan and Elevations 17.21 Details RFP: 16-6700 18 STRUCTURES – MISCELLANEOUS A-52 18 STRUCTURES - MISCELLANEOUS The CONSULTANT shall prepare plans for Miscellaneous Structure(s) as specified in Section 2.5. 18.1 through 18.27: Not applicable. Special Structures 18.28 Fender System 18.29 Fender System Access 18.30 Special Structures 18.31 Other Structures RFP: 16-6700 19 SIGNING AND PAVEMENT MARKING ANALYSIS A-53 19 SIGNING AND PAVEMENT MARKING ANALYSIS The CONSULTANT shall analyze and document Signing and Pavement Markings Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 19.1 Traffic Data Analysis 19.2 No Passing Zone Study 19.3 Reference and Master Design File 19.4 Multi-Post Sign Support Calculations 19.5 Sign Panel Design Analysis 19.6 Sign Lighting/Electrical Calculations 19.7 Quantities 19.8 Cost Estimate 19.9 Technical Special Provisions 19.10 Other Signing and Pavement Marking Analysis 19.11 Field Reviews 19.12 Technical Meetings 19.13 Quality Assurance/Quality Control 19.14 Independent Peer Review 19.15 Supervision 19.16 Coordination RFP: 16-6700 20 SIGNING AND PAVEMENT MARKING PLANS A-54 20 SIGNING AND PAVEMENT MARKING PLANS The CONSULTANT shall prepare a set of Signing and Pavement Marking Plans in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums that includes the following. 20.1 Key Sheet 20.2 Summary of Pay Items Including TRNS*Port Input 20.3 Tabulation of Quantities 20.4 General Notes/Pay Item Notes 20.5 Project Layout 20.6 Plan Sheet 20.7 Typical Details 20.8 Guide Sign Work Sheet(s) 20.9 Traffic Monitoring Site 20.10 Cross Sections 20.11 Special Service Point Details 20.12 Special Details 20.13 Interim Standards 20.14 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of traffic design drawings, specifications and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all design drawings, specifications and other services prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan may be one utilized by the CONSULTANT as part of their normal operation or it may be one specifically designed for this project. 20.15 Supervision RFP: 16-6700 21 SIGNALIZATION ANALYSIS A-55 21 SIGNALIZATION ANALYSIS Not applicable. RFP: 16-6700 22 SIGNALIZATION PLANS A-56 22 SIGNALIZATION PLANS Not applicable. RFP: 16-6700 23 LIGHTING ANALYSIS A-57 23 LIGHTING ANALYSIS Not applicable. RFP: 16-6700 24 LIGHTING PLANS A-58 24 LIGHTING PLANS Not applicable. RFP: 16-6700 25 LANDSCAPE ARCHITECTURE ANALYSIS A-59 25 LANDSCAPE ARCHITECTURE ANALYSIS Not applicable. RFP: 16-6700 26 LANDSCAPE ARCHITECTURE PLANS A-60 26 LANDSCAPE ARCHITECTURE PLANS Not applicable. RFP: 16-6700 27 SURVEY A-61 27 SURVEY As required. The CONSULTANT shall perform survey tasks in accordance wi th all applicable statutes, manuals, guidelines, standards, handbooks, procedures, and current design memoranda. The CONSULTANT shall submit all survey notes and computations to document the surveys. All field survey work shall be recorded in approved medi a and submitted to the COUNTY. Field books submitted to the COUNTY must be of an approved type. The field books shall be certified by the surveyor in responsible charge of work being performed before the final product is submitted. The survey notes shall include documentation of decisions reached from meetings, telephone conversations or site visits. All like work (such as bench lines, reference points, etc.) shall be recorded contiguously. The COUNTY may not accept field survey radial locations of section corners, platted subdivision lot and block corners, alignment control points, alignment control reference points and certified section corner references. The COUNTY may instead require that these points be surveyed by true line, traverse or parallel offset. 27.1 Horizontal Project Control (HPC) 27.2 Vertical Project Control (VPC) 27.3 Alignment and/or Existing Right of Way (R/W) Lines 27.4 Aerial Targets 27.5 Reference Points 27.6 Topography/Digital Terrain Model (DTM) (3D) 27.7 Planimetric (2D) 27.8 Roadway Cross Sections/Profiles 27.9 Side Street Surveys 27.10 Underground Utilities 27.11 Outfall Survey 27.12 Drainage Survey 27.13 Bridge Survey (Minor/Major) RFP: 16-6700 27 SURVEY A-62 27.14 Channel Survey 27.15 Pond Site Survey 27.16 Mitigation Survey 27.17 Jurisdiction Line Survey 27.18 Geotechnical Support 27.19 Sectional/Grant Survey 27.20 Subdivision Location 27.21 Maintained R/W 27.22 Boundary Survey 27.23 Water Boundary Survey 27.24 Right of Way Staking, Parcel / Right of Way Line 27.25 Right of Way Monumentation 27.26 Line Cutting 27.27 Work Zone Safety 27.28 Miscellaneous Surveys 27.29 Supplemental Surveys 27.30 Document Research 27.31 Field Review 27.32 Technical Meetings 27.33 Quality Assurance/Quality Control (QA/QC) 27.34 Supervision 27.35 Coordination RFP: 16-6700 28 PHOTOGRAMMETRY A-63 28 PHOTOGRAMMETRY Not applicable. RFP: 16-6700 29 MAPPING A-64 29 MAPPING As required. The CONSULTANT will be responsible for the preparation of control survey maps, right of way maps, maintenance maps, sketches, other miscellaneous survey maps, and legal descriptions as required for this project in accordance with all applicable COUNTY Manuals, Procedures, Handbooks, District specific requirements, and Florida Statutes. All maps, surveys and legal descriptions will be prepared under the direction of a Florida Professional Surveyor and Mapper (PSM) to COUNTY size and format requirements utilizing COUNTY approved software, and will be designed to provide a high degree of uniformity and maximum readability. The CONSULTANT will submit maps, legal descriptions, quality assurance check prints, checklists, electronic media files and any other documents as required for this project to the COUNTY for review at stages of completion as negotiated. Master CADD File 29.1 Alignment 29.2 Section and 1/4 Section Lines 29.3 Subdivisions / Property Lines 29.4 Existing Right of Way 29.5 Topography 29.6 Parent Tract Properties and Existing Easements 29.7 Proposed Right of Way Requirements 29.8 Limits of Construction 29.9 Jurisdictional/Agency Lines Sheet Files 29.10 Control Survey Cover Sheet 29.11 Control Survey Key Sheet 29.12 Control Survey Detail Sheet 29.13 Right of Way Map Cover Sheet 29.14 Right of Way Map Key Sheet RFP: 16-6700 29 MAPPING A-65 29.15 Right of Way Map Detail Sheet 29.16 Maintenance Map Cover Sheet 29.17 Maintenance Map Key Sheet 29.18 Maintenance Map Detail Sheet 29.19 Reference Point Sheet 29.20 Project Network Control Sheet 29.21 Table of Ownerships Sheet Miscellaneous Surveys and Sketches 29.22 Parcel Sketches 29.23 TIITF Sketches 29.24 Other Specific Purpose Survey(s) 29.25 Boundary Survey(s) Map 29.26 Right of Way Monumentation Map 29.27 Title Search Map 29.28 Title Search Report 29.29 Legal Descriptions 29.30 Final Map/Plans Comparison 29.31 Field Reviews 29.32 Technical Meetings 29.33 Quality Assurance/Quality Control 29.34 Supervision 29.35 Coordination 29.36 Supplemental Mapping RFP: 16-6700 30 TERRESTRIAL MOBILE LiDAR A-66 30 TERRESTRIAL MOBILE LiDAR Not applicable. RFP: 16-6700 31 ARCHITECTURE DEVELOPMENT A-67 31 ARCHITECTURE DEVELOPMENT Not applicable. RFP: 16-6700 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE A-68 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE Not applicable. RFP: 16-6700 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS A-69 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS Not applicable. RFP: 16-6700 34 INTELLIGENT TRANSPORTATION SYSTEM PLANS A-70 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS Not applicable. RFP: 16-6700 35 GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING A-71 35 GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING As required. The CONSULTANT shall be responsible for any and all geotechnical investigations and construction materials testing required for the assigned project. All work performed by the CONSULTANT shall be in accordance with FDOT standards, or as otherwise directed by the COUNTY. Before beginning each phase of investigation and after the Notice to Proceed is given, the CONSULTANT shall submit an investigation plan for approval and meet with the COUNTY’s representative to review the project scope and COUNTY requirements. Additional meetings may be required to plan any additional field efforts, review plans, resolve plans/report comments, resolve responses to comments, and/or any other meetings necessary to facilitate the project. The CONSULTANT shall notify the COUNTY in adequate time to schedule a representative to attend all related meetings and field activities. 35.1 Document Collection and Review Roadway The CONSULTANT shall be responsible for coordination of all geotechnical and construction materials testing related field work activities. The CONSULTANT shall retain all samples until acceptance of Phase IV (100%) plans. Rock cores shall be retained as directed in writing by the COUNTY. Obtain pavement cores as required by project needs. CONSULTANT shall perform specialized field -testing as required by project needs. All laboratory testing and classification will be performed in accordance with applicable FDOT standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents. 35.2 Develop Detailed Boring Location Plan 35.3 Stake Borings/Utility Clearance 35.4 Muck Probing 35.5 Coordinate and Develop MOT Plans for Field Investigation Coordinate and develop MOT plan. All work zone traffic control will be performed in accordance with the FDOT’s Roadway and Traffic Design Standards Index 600 series and the COUNTY’S Maintenance of Traffic RFP: 16-6700 35 GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING A-72 Policy. 35.6 Drilling Access Permits Obtain all State, County, City, and Water Management District permits for performing geotechnical borings, as needed. 35.7 Property Clearances Notify property tenants in person of drilling and field activities, if applicable. Written notification to property owners/tenants is the responsibility of the CONSULTANT’s Project Manager. 35.8 Groundwater Monitoring 35.9 LBR / Resilient Modulus Sampling 35.10 Coordination of Field Work 35.11 Soil and Rock Classification - Roadway 35.12 Design LBR 35.13 Laboratory Data 35.14 Seasonal High Water Table 35.15 Parameters for Water Retention Areas 35.16 Delineate Limits of Unsuitable Material 35.17 Electronic Files for Cross-Sections 35.18 Embankment Settlement and Stability 35.19 Monitor Existing Structures Coordinate with EOR and structural engineer (when applicable) to identify and develop mitigation strategies for sensitive structures and facilities which require special considerations for settlement, vibration and/or groundwater monitoring by the contractor during construction. When there is risk of damage to the structure or facility, provide recommendations in the geotechnical report addressing project specific needs and coordinate those locations with the EOR. See PPM Volume I Chapter 34 and Chapter 9 of the Soils and Foundations Handbook. 35.20 Stormwater Volume Recovery and/or Background Seepage Analysis 35.21 Geotechnical Recommendations RFP: 16-6700 35 GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING A-73 35.22 Pavement Condition Survey and Pavement Evaluation Report 35.23 Preliminary Roadway Report 35.24 Final Report 35.25 Auger Boring Drafting 35.26 SPT Boring Drafting Structures The CONSULTANT shall be responsible for coordination of all geotechnical and construction materials testing related fieldwork activities. The CONSULTANT shall retain all samples until acceptance of Phase IV (100%) plans. CONSULTANT shall perform specialized field-testing as required by needs of project. All laboratory testing and classification will be performed in accordance with applicable FDOT/COUNTY standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents. 35.27 Develop Detailed Boring Location Plan 35.28 Stake Borings/Utility Clearance 35.29 Coordinate and Develop MOT Plans for Field Investigation Coordinate and develop MOT plan. All work zone traffic control will be performed in accordance with the FDOT’s Roadway and Traffic Design Standards Index 600 series and the COUNTY’S Maintenance of Traffic Policy. 35.30 Drilling Access Permits Obtain all State, County, City, and Water Management District permits for performing geotechnical borings, as needed. 35.31 Property Clearances Notify property tenants in person of drilling and field activities, if applicable. Written notification to property owners/tenants is the responsibility of the CONSULTANT’s Project Manager. 35.32 Collection of Corrosion Samples 35.33 Coordination of Field Work RFP: 16-6700 35 GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING A-74 35.34 Soil and Rock Classification - Structures 35.35 Tabulation of Laboratory Data Laboratory test results should be tabulated for inclusion in the geotechnical and testing reports and for the necessary calculations and analyses. 35.36 Estimate Design Groundwater Level for Structures 35.37 Selection of Foundation Alternatives (BDR) Not applicable. 35.38 Detailed Analysis of Selected Foundation Alternate(s) Not applicable. 35.39 Bridge Construction and Testing Recommendations Provide construction and testing recommendations including potential constructability problems. 35.40 Lateral Load Analysis (Optional) 35.41 Walls 35.42 Sheet Pile Wall Analysis (Optional) 35.43 Design Soil Parameters for Signs, Signals, High Mast Lights, and Strain Poles and Geotechnical Recommendations Not applicable. 35.44 Box Culvert Analysis Not applicable. 35.45 Preliminary Report - BDR Not applicable. 35.46 Final Report - Bridge and Associated Walls 35.47 Final Reports - Signs, Signals, Box Culvert, Walls, and High Mast Lights Not applicable. 35.48 SPT Boring Drafting Not applicable. RFP: 16-6700 35 GEOTECHNICAL AND CONSTRUCTION MATERIALS TESTING A-75 35.49 Other Geotechnical 35.50 Technical Special Provisions 35.51 Field Reviews 35.52 Technical Meetings 35.53 Quality Assurance/Quality Control 35.54 Supervision 35.55 Coordination RFP: 16-6700 36 PROJECT REQUIREMENTS A-76 36 PROJECT REQUIREMENTS 36.1 Liaison Office The COUNTY and the CONSULTANT will designate a Liaison Office and a Project Manager who shall be the representative of their respective organizations for the Project. While it is expected the CONSULTANT shall seek and receive advice from various state, regional, and local agencies, the final direction on all matters of this project remain with the COUNTY’s Project Manager. 36.2 Key Personnel The CONSULTANT’s work shall be performed and directed by the key personnel identified in the proposal presentations by the CONSULTANT. Any changes in the indicated personnel shall be subject to review and approval by COUNTY. 36.3 Progress Reporting The CONSULTANT shall meet with the COUNTY as required and shall provide a written monthly progress report that describes the work performed on each task. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percent complete against actual work accomplished. 36.4 Correspondence Copies of all written correspondence between the CON SULTANT and any party pertaining specifically to this contract shall be provided to the COUNTY for their records within one (1) week of the receipt or mailing of said correspondence. 36.5 Professional Endorsement The CONSULTANT shall have a Licensed Professional Engineer in the State of Florida sign and seal all reports, documents, technical special provisions, and plans as required by FDOT and COUNTY standards. 36.6 Computer Automation The project will be developed utilizing Computer Aided Drafting and Design (CADD) systems. The FDOT makes available software to help assure quality and conformance with policy and procedures regarding CADD. It is the responsibility of the CONSULTANT to meet the requirements in the FDOT’s CADD Manual. The CONSULTANT shall submit final documents and files as described therein or as amended by this Scope of Services. RFP: 16-6700 36 PROJECT REQUIREMENTS A-77 36.7 Coordination with Other Consultants The CONSULTANT is to coordinate his work with any and all adjacent and integral consultants so as to effect complete and homogenous plans and specifications for the project(s) described herein. 36.8 Optional Services RFP: 16-6700 37 INVOICING LIMITS A-78 37 INVOICING LIMITS Payment for the work accomplished shall be in accordance with Method of Compensation of this contract. Invoices shall be submitted to the COUNTY, in a format prescribed by the COUNTY. The COUNTY Project Manager and the CONSULTANT shall monitor the cumulative invoiced billings to ensure the reasonableness of the billings compared to the project schedule and the work accomplished and accepted by the COUNTY. The CONSULTANT shall provide a list of key events and the associated total percentage of work considered to be complete at each event. This list shall be used to control invoicing. Payments will not be made that exceed the percentage of work for any event until those events have actually occurred and the results are acceptable to the COUNTY. CCNA Solicitation 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair / Rehabilitation Project Project Number: 66066.2 Bridge Number: 030184 October 10, 2016 Prepared for: Collier County, FL Cardno, Inc. 380 Park Place Boulevard Suite 300 Clearwater, Florida 33759 www.cardno.com Tab I Cover Letter / Management Summary Cardno, Inc. 380 Park Place Boulevard Suite 300 Clearwater, FL 33759 USA Phone 737 531 3505 Fax 727 431 1711 www.Cardno.com October 10, 2016 Collier County Government Procurement Services Division 3327 Tamiami Trail E. Naples, FL 34112 Attn: Evelyn Colon, Procurement Strategist Re: Request for Proposal – Design and Related Services for Stan Gober Memorial Bridge Repair / Rehabilitation Project Project 66066.2, Bridge Number 030184 CCNA Solicitation 16-6700 Dear Ms. Colon: We are pleased to submit this written proposal for Design and Related Services for the Stan Gober Memorial Bridge Repair / Rehabilitation Project. We have had a successful partnership with Collier County in the past and hope to continue collaborating to provide forward-thinking, well-planned solutions to help the county meet its infrastructure needs. We know that in a bridge replacement project there are several important contributing factors in addition to simply meeting all engineering criteria requirements for a bridge’s design. These include providing a comprehensive maintenance-of-traffic solution, delivering a construction-cost-appropriate design, coordinating with local stakeholders and utility companies in order to accommodate their best interests, and providing early and effective permitting support to ensure critical path items on the schedule do not cause delay. In our proposal you will see that we have put together a team of experienced and diverse engineers and technical staff, including our sub consultant partners, to successfully deliver this bridge replacement project to the County. Authorized Contact Person For this contract, Cardno’s authorized contact person is: Douglas E. Stoker, PE 727.531.3505 doug.stoker@cardno.com Project Manager Our team is led by our bridge practice group leader and project manager, Ananda Kelley, PE. Ananda has over 15 years of experience in structural engineering and project management. Her vast experience with bridge design in Florida includes the design of prestressed concrete girder bridges, cast-in-place concrete bridges, and continuous steel girder bridges for multi-level interchanges. She served as structures EOR and Deputy PM for two simultaneous design-build projects for FDOT District Two in which she led a structures team in the design of 15 new prestressed concrete overpasses, walls, and several miscellaneous structures. She has served as project manager and structures engineer on other projects including the Park Street Bridge Culvert Replacement in Pinellas County, the Districtwide Load Rating Contract for FDOT District One, and St. Johns River Bridge Repairs for FDOT District Two. Recently, she has led Cardno’s efforts for the Chokoloskee Bridge over Chokoloskee Bay in Collier County. Proposed Subconsultants Cardno’s team will be comprised of subconsultants who provide those necessary services that are not part of Cardno’s areas of expertise. These team members include: Collier County Government Stan Gober Memorial Bridge Repair / Rehabilitation October 10, 2016 Page 2 P:\EES_MKT\2016\by_County\Collier_FL\StanGoberMemorialBridge\Proposal\Tab I-Ltr_MgtSummary-StanGoberBridge.docx Ardaman & Associates, Inc. --- Geotechnical and Materials Testing Services Cella Molnar & Associates, Inc. (DBE) --- Public Involvement Scheda Ecological Associates, Inc. (MBE) --- Environmental Services Vector Corrosion Services, Inc. --- Corrosion and Concrete Durability Services Site Inspection Cardno staff has visited the Stan Gober Memorial Bridge on San Marco Road over Marco Channel. We are thoroughly familiar with the local conditions. We understand the design services for construction, physical monitoring, environmental studies, inspections and other similar activities that are involved with the repair / rehabilitation of Bridge Number 030184. Please see Tab II, Work Plan for Cardno’s in-depth understanding of this project. Cardno brings the following advantages and benefits to Collier County: Prequalification with the FDOT in Work Groups 3, 4, and 7 required for this contract - we have included Ardaman & Associates for Group 9 – Geotechnical Engineering Experience with value engineering and collaborating with contractors for cost -appropriate bridge solutions Solid team of proven experts with extensive experience in start-to-finish bridge replacement projects. Immediately available team - engineers and support staff ready to start now Proactive approach and local presence ensuring quick response to your needs Experience working with County, State and Federal Permitting and Regulatory agencies Public involvement team with history of intimate community collaboration What this means to you: Successful completion of this bridge replacement project Responsiveness during construction phase services Cost-effective design No learning curves – we can begin immediately Support of community We are confident the Cardno project team will provide Collier County with the complete services needed to satisfy your needs for this critical project. We trust, after reviewing our response to your Request for Proposal, that our knowledge, team experience, depth of staff, project approach, and commitment offers the advantages and benefits desired by the County to deliver a quality project. We look forward to working with you and providing the engineering services you expect. Sincerely, Cardno, Inc. Douglas E. Stoker, PE Ananda Kelley, PE Principal-in-Charge Project Manager Transportation Practice Group Manager Bridge/Structures Group Manager Tab II Work Plan Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Tab II Work Plan Detailed Plan of Approach Cardno’s Project Execution Cardno will provide construction contract documents including plans, specifications, supporting engineering analysis, calculations, and other technical documents in accordance with FDOT and County policy, procedures , and requirements. Our record for similar project experience with bridge replacements for local government agencies includes the complete list of services the County may require. Our proposed approach is founded on the principles of responsiveness to your needs, and our unwavering commitment to quality. This approach has been refined and proven over our 71-year history of success on bridge replacement contracts, many of these for your neighboring municipalities. In this section, our approach is presented from organizational, management, and task assignment standpoints. Our approach to providing the County with unparalleled responsiveness and quality includes: 1. Selecting a small, flexible team of highly qualified Cardno professionals and specialty subconsultants with exemplary skills in their particular area of expertise. 2. Developing an expeditious yet practical schedule to accommodate the County’s need to rapidly repair this critical structure. This detailed schedule will be prepared and submitted within 10 days of NTP to document anticipated key milestone dates for the project. 3. Working closely with the County in the early phase of the project to develop an appropriate Maintenance-of-Traffic plan. This will include phasing all work on the bridge deck to allow for mobility of traffic during construction. It should be noted that marine traffic will also require mobility during all phases of construction. 4. Taking a thorough and early permitting approach to ensure there are no snags in our production schedule. 5. Submitting phased plans for review by the County. This will include performing a realistic estimate of construction costs for the bridge repairs 6. Implementation of our Quality Assurance/Quality Control Program. Details of this program follow in this section. Cardno’s Organizational Approach A full Organization Chart is provided in Tab IV of this proposal. County staff will always have direct access to Cardno’s Project Manager, who will serve as a single point of contact. Project Understanding: The Stan Gober Memorial Bridge, originally constructed in 19 75, carries CR 92 (San Marco Road) over Marco Channel. This bridge was formerly known as the Goodland Br idge. On January 29, 2014, the County renamed the bridge in honor of Stanley Russell Gober, a local entertainer, humanitarian, and business owner. The bridge is a 1,840-foot-long structure with 22 prestressed concrete AASHTO beam spans of approximately 116 feet, 96 feet, and 70 feet, with cast-in-place concrete deck. Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com The bridge substructure consists of a combination of bents and piers with the piers falling in the deeper areas of the channel at substructure locations 5 through 16. The bridges traverses a navigational channel that provides 54 feet of vertical clearance and 90 f eet of horizontal clearance to marine traffic. There is a marina with a boat ramp on the west side of the bridge. The current bridge location includes utilities for sewer, cable TV, fiber-optic, electric, and phone. Several utilities, including a sewer line, are mounted to the bridge superstructure. Utility companies will be notified of the bridge repair project and any potential impacts early in design. Utility impacts will be avoided where possible. Our team has an intimate history with the Stan Gober Memorial Bridge and performed the Bridge Deck Assessment and Recommendation Report for the County in August 2014 after FDOT’s 2013 Bridge Inspection Report noted the deck showed signs of continuous deterioration, including increased delamination and spalling. The Bridge Deck Assessment and Recommendation Report identified the locations and extent of the deck deterioration and recommended a rehabilitation plan. The deck inspection included field observations (sounding), non-destructive testing (NDT) using ground penetrating radar, and deck coring. Sounding uncovered delaminated areas in the middle of the eastbou nd lane from spans 1 to 10. The localized nature of the deterioration is related to salt water from trailered boats leaving the marina in Goodland and heading over the bridge eastbound toward US 41. Once the chlorides from the salt reach the steel it begins to corrode. This corrosion brings expansion of the steel, which causes the surrounding concrete to crack and delaminate. NDT found four deck areas of moderate to severe deterioration, and deterioration in both approach slabs. The deterioration extended down into the deck approximately 1½ inches, but had not reached the upper mat of reinforcing steel. The NDT results matched field observations, as heavy deterioration was found in the scan in the eastbound lane of spans 1 through 8 , corresponding to the delaminations found by sounding. The core test results were consistent with field observations and NDT in that lower concrete strength and higher chloride concentrations were found in the deteriorated section of the deck as compared to the non-deteriorated section. Even so, core testing determined the deck strength was above the 3,000 PSI design strength of the deck. The chloride content in the top of the deck was high enough to cause corrosion if it were to permeate down to the top mat of the reinforcing steel; however, high alkalinity (high pH) of the concrete provide d passive protection of the reinforcing steel from corrosion at the time of inspection. The pH is expected to decrease as the concrete ages. Serviceability of the deck is a concern. In order to maintain a smooth riding surface, County crews have already patched several deck locations. Patching will continue and accelerate as the delaminated areas of concrete come loose and expose the rough concrete underneath. NDT determined the deterioration was located within the top 1½ inches of the deck surface, which was also the clear distance to the top mat of reinforcing steel. Our deck report recommended repairs should be done soon to prevent chlorides from permeating into the top mat of steel, which would cause corrosion and increase the scope and cost of repair work to the deck. In addition to deterioration in the deck, the February 2015 Bridge Inspection Report showed the bridge is experiencing deterioration in several other areas, most of which are also chloride-induced. > Several of the beams have diagonal cracks in the webs extending from the bearing areas. This could be a sign of insufficient shear reinforcing at the beam ends due to improper placement. > Several of the poured beam end diaphragms have spalls and/or delaminated areas. > A bearing at Pier 12 was set 5 inches to the east of the sole plate and has only 4 inches of contact length with the sole plate. > Surface corrosion is occurring on the access ladders and heavy corrosion is occurring on the ladder platform framing and anchor bolts at Piers 10 and 11. Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com > The flexible conduit for the navigational light system is in need of repair. > Minor to severe spalls are occurring on the prestressed concrete bridge pil es. > A column at Pier 16 has a spall and cracking with corrosion bleed-out. > Several of the piers are displaying cracks and spalls in the footings, cracks with corrosion bleed-out in the struts, and small cracks in the caps. > The fender system has several loose planks, spalling and cracking with corrosion staining in the fender piles, and cables and connection hardware with severe corrosion. > Scour ditches exist around several of the bents and piers but are not currently considered a risk to the structural integrity of the bridge. Technical Approach Our approach is to work closely with the County to develop a comprehensive plans set for rehabilitation that will prolong the life of the Stan Gober Memorial Bridge another 35 years. We will start with a tactile bridge inspection to understand the current state of the bridge deterioration and quantify that deterioration for construction bidding. With the FDOT’s routine biennial bridge inspection approaching in February 2017, ideally we will execute NTP before the end of 2016 and collaborate with the FDOT to join their inspectors on this routine inspection. We partnered with Vector Corrosion Services (VCS), since most of the bridge deterioration is due to corrosive chlorides. VCS engineers have significant experience with corrosion of embedded steel in concrete and corrosion mitigation techniques including design of cathodic protection systems . Cathodic protection systems are key in prolonging the life of bridges, especially when they see prolonged chloride intrusion. With our past experience on the bridge, our team has already reviewed previous inspections reports, design documentation, and plans; this provides us a thorough understanding of the bridge and the previous work. To complete our assessment before finalizing our repair design, we will sample chlorides at the reinforcement depth. This will allow us to evaluate if they have reached a concentration high enough to initiate corrosion. The surface samples collected previously by Infrastructure Preservation Corporation (IPC) revealed an exposure to chlorides on the deck, but did not indicate if significant concentrations of chlorides have reached the steel. The west side of the bridge is clearly at risk for chlorides but , before major repairs are performed, the entire bridge should be evaluated to determine the current level of chloride contamination. If some parts of the bridge are sampled and found to have minimal chlorides, a targeted rehabilitation approach can be conducted, saving the County a significant amount of money. VCS will complement Cardno’s tactile bridge inspection with a more in-depth inspection over a statistically representative sample of the bridge. This assessment will be aimed at filling in any gaps of previous inspections. VCS will build onto our previous knowledge to understand the level of deterioration not eviden t from the tactile inspection. For example, corrosion potential measurements can identify corrosion activity prior to the formation of cracks, spalls, and delamination. Corrosion potential measurements in combination with a tactile inspection can help understand where damage is now and where will it be in five years. Performing this in-depth assessment on a statistically representative sample helps keep costs down and also provides enough information about the structure to be used in developing effective and efficient repair plans. Based on the current reported level of deterioration, we believe extending the bridge life another 35 years to reach a 75-year design life is an achievable goal. A key item for rehabilitation will be the deck , which will require Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com the most work to reach the 75-year life. There is also potential for extending the service life even further. However, this must be balanced with the County’s needs and budget. The following identifies key elements of the bridge with deterioration identified in previous inspection reports. We reviewed the inspection reports of these elements and provided some potential rehabilitation schemes as an example of the approach we will take with the Stan Gober Memorial Bridge. Deck The deck has the most significant deterioration as identified in the inspection reports. There is corrosion, cracking, delaminations, and spalls. Most of this damage is along the east and west ends of the bridge and the middle spans are in relativity good condition. The primary reason for this deterioration pattern is the boat ramp on the west side of the bridge. Boats are being taken out of the salt water and driven across the bridge , allowing the boat and trailer to drain salt water directly onto the deck . This has led to extensive damage on the east side of the bridge in the eastbound lane. Significant deterioration on the east side of the bridge is most likely due to the beach-like parking area on that side of the bridge. Sand has significant chloride concentration and cars parking in that area may be driving directly onto the bridge. Since the bridge has some deteriorated areas and others potentially sound, it might be beneficial to approach the deck rehabilitation with two different rehabilitation options. The east and west approaches of the deck may require more in-depth repairs while the rest of the bridge may require only minimal removal of the concrete surface and placement of overlay. The east and west portions of the bridge are clearly in an advanced state of corrosion and, as a result, removal of concrete and cleaning of steel will be required. Depending on the level of chloride contamination, chip and patch may not be enough to protect the deck. Incipient corrosion, also known as ring anode affect, could occur in the concrete around the patches. Incipient corrosion is when steel is in contact with chloride-contaminated concrete and fresh uncontaminated concrete. This creates a potential difference across the steel and allows for accelerated corrosion. Another issue with a chip and patch approach is that exposure to chlorides does not stop after rehabilitation. The boat trailers will still travel over the bridge, allowing chlorides to continue penetrating the concrete. For these reasons, we recommend that all reinforced concrete repairs include zinc galvanic anodes to prevent incipient corrosion and help protect the steel. Depending on the exposure conditions, most galvanic solutions are cost effective and will provide enough service life extension to meet the 75-year design life of the Stan Gober Memorial Bridge. Superstructure Overall, the superstructure is in decent condition, as indicated by the February 2015 Bridge Inspection Report. There are locations of spalling and delamination in the beams and beam ends; however, for a 1,800-foot-long bridge in southwest Florida that is 40 years old, the identified problems are limited. Most beams throughout are likely exposed to chlorides; however, the amount of damage is limited at this point. It may be appropriate to remove and replace the damaged concrete and thermally apply an external zinc coating to cathodically protect the beam reinforcement. Zinc arc spray will prevent the formation of incipient corrosion in the repaired ar eas and mitigate active corrosion in the currently sound areas. This will greatly benefit the service life of the bridge. Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Substructure There were several concrete deterioration issues identified in the substructure inspection, including the underwater inspection. Based on our review of the reports, most issues seem localized or in the early stages of concrete deterioration. For underwater elements, concrete repairs and bulk galvanic anodes could provide an effective solution to corrosion. Repair could also include pile jacketing and structural strengthening if required. The elements in the tidal zone with corrosion issues could be addressed through the application of galvanic jackets. Zinc arc spray could also be an effective means of keeping the exposed substructure elements free from corrosion in order to meet a 75-year life. Fender System The fender system and access ladders have several items in need of replacement or repair. Most items, such as missing planks, corroded cables and clamps, and spalls on piles, can be easily repaired. If any fender piles are severely damaged to the extent that corrosion has intruded to the steel, we will evaluate whether pile replacement or repair is the most cost-effective solution. Past fender projects have experienced difficulties and un-economical costs associated with driving single piles. We can evaluate alternate options such as pile splices or jackets if any of the fender piles warrant substantial repair. Maintenance of Traffic (MOT) Approach A comprehensive MOT approach will be key to providing the users of the Stan Gober Memorial Bridge with mobility during the bridge repairs. With the existing roadway width of 44 feet, there may be an opportunity to maintain two traffic lanes and allow for pedestrians during construction. However, this would require extensive phasing and greatly increase the construction duration. A more reasonable approach may be to utilize a signalized single lane that would let traffic to take turns moving in either direction and allow enough room for pedestrian access. We will focus on implementing techniques to minimize construction duration for the work on the bridge deck and in the main navigational channel of the bridge. Although expedited construction in other areas of the bridge is important, we want to provide minimal disruption to the mobility of the traveling public. Utilizing techniques for bridge deck concrete removal such as hydro-demolition, which removes concrete with water pressure, can expedite the disruptive deck work. Ultimately, the MOT approach will be finalized during the design phase of the project through coordination with the County, permitting agencies, and local stakeholders. Effective Project Communication Management Notice to Proceed: Execution of work will commence upon receipt of NTP from the County, with the technical approach conforming to the approved scope of services. All work will be completed in accordance with Cardno’s Quality Assurance / Quality Control program. Communication: A successful project begins and ends with the timely and accurate transfer of information between the County’s Project Manager(s) and Cardno’s Project Manager, Ananda Kelley, PE. This central point of contact will un-burden the County and streamline interdisciplinary coordination. It will be Ms. Kelley’s responsibility to disseminate information to the appropriate parties within Cardno and our subconsultants. Ongoing Coordination: An important means of coordination will be monthly project briefings at which schedules, budgets, technical deliverables, and other project-related matters will be discussed. Ms. Kelley will oversee project activities to ensure appropriate resources are allocated to meet budget, schedule and quality expectations, and an accurate accounting of overall project status is communicated to County staff regularly. Project Closeout: Upon successful completion of this bridge replacement, Cardno will proceed with project closeout in accordance with our established policy. The primary purposes of project closeout are to confirm no outstanding technical, contractual, financial, regulatory, or legal issues (on behalf of Cardno or our subconsultants); to retrieve and properly store all project information and files, including quality control documentation; and to confirm County staff agree the project was successfully completed. Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Cardno’s Quality Assurance / Quality Control We understand the County expects deliverables that have been thoroughly reviewed by highly qualified professionals. We feel the quality assurance/quality control (QA/QC) component of the approach is a critical element of the design production process, so we have robust QA policies in place. Although our design professionals follow stringent internal QA/QC processes, it is our policy to have senior professionals in each design discipline perform independent reviews to ensure a quality product. These reviews focus not only on technical design standards and project scope requirements, but also on conflicts, cost, and constructability. Our QA/QC process emphasizes early identification of potential issues to minimize impacts. Quality assurance begins at the onset of each project with the establishment of a project-specific QA/QC Plan, and the commitment of highly-qualified professionals overseeing the administration of the plan. Our QA/QC Plan will be delivered to the County for approval within five days of NTP. Cardno’s Project Manager will have primary responsibility to ensure the QA/QC Plan is appropriately implemented throughout the duration of the project. The Project Manager will establish and maintain open communication channels with all team members to ensure vital information is exchanged between disciplines, and accurate and current project files are maintained. These reviews will help ensure the project progresses from bidding through closeout of construction with no surprises, within schedule, and within the established budget. Cardno’s goal on each project is to prepare deliverables free of errors and omissions, meet applicable industry standards of care, and comply with the County’s requirements and expectations. Cardno uses a five-step QA/QC process to ensure all deliverables, including design calculations, developed during the course of the project are thoroughly checked and reviewed by qualified professionals. The plan is documented using a responsibility sign-off stamp (pictured at right) and color-coded markups to track the checking and back-checking throughout the project. These reviews are completed by competent senior staff who have not been directly involved in development of the documents. Our Project Manager will discuss QA/QC procedures with subconsultants to ensure they each have a vigorous plan in place, as well. Each subconsultant will be required to follow the approved procedures for certifying their work is performed in accordance with the plan, and make documentation of such available for compliance audits. The subconsultants’ plan will often be supplemented by a peer review by Cardno staff. Subconsultant Services - Ms. Kelley routinely manages subconsultants that offer expertise in certain specialty areas. For purposes of this contract, such specialty service areas include public involvement, environmental services, geotechnical services, corrosion expertise, and underwater bridge inspection, We have included Bolt Underwater Inspection Services to facilitate VCS’s in-depth bridge inspection if those services are deemed necessary for the sub-aqueous parts of the bridge. Cardno provides better value to our clients by competitively procuring necessary services on a project -by-project basis, and then providing effective management of the subcontracted firms such that Cardno remains ultimately responsible to the client for all work performed. In response to this request for qualifications, we pre-selected preferred subconsultants with whom we have a history of successful client service. The pre-selection of these firms does not commit Cardno to use their services if project-specific conditions or the County indicate a preference for another approach. Cost Control Cardno understands the need to be financially responsible and mindful of municipal budget constraints. Once a scope of services has been agreed upon for a given work assignment, Cardno will work to develop a fee that reflects the effort required to satisfy the scope, while keeping in mind any budget constraints that County staff have passed along. Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Our advanced interactive accounting system , a product of BST Global, enables the Cardno team to strictly monitor project financial health, and ensures compliance with Federal Cost Accounting Standards. The system provides all necessary information at the contract, project and task levels for Ms. Kelley and our Task Managers to effectively execute the project, while being mindful of budget. The Task Managers receive monthly statements of all project charges, and have direct access to our BST system at any time, allowing for more frequent reviews during periods of intense project activity. Construction Cost Estimating - As the construction industry continues to evolve, and costs continue to fluctuate, it is imperative your consultants provide accurate opinions of probable construction cost (OPCC). When accurate OPCCs are provided at each milestone, clients have the opportunity to confirm if the project is tracking within their established budget. The earlier a budget concern is identified, the easier it is to rectify in a timely and cost-effective manner, with a minimum of disruption to the project. Here are some of the steps Cardno has taken to ensure we address this key need for our clients: > Cardno is involved in engineering and construction of various project types, and, therefore, remains abreast of trends with respect to construction costs for a wide array of project types. Our project managers tabulate bids received, as well as actual construction costs of projects we design. The bids / actual costs are compared to the OPCC we developed so deviations can be investigated. This information is stored in a central repository so it is available to other professionals for use in development of future OPCCs . > Cardno routinely monitors construction industry journals including the Engineering News Record, Construction Industry News, and other publications for indicators of changes that impact construction cost. > Cardno performs in-house constructability/bidability reviews using experienced professionals from our Construction Management division. These reviews help us identify opportunities for savings, and help to ensure that the designs we develop are constructible. > Cardno often involves contractors during design development, to obtain input on specific project elements that may impact the overall price. This also allows us to identify any issues that impart undue risk, as perceived by a contractor, which can reduce the number of responsive bidders on a given project. Plans-in-Hand Field Reviews Plans-in-hand field reviews will be conducted by the Project Manager with the Originators for each work discipline. After each field review, the Program Manager will document, incorporate, and verify the applicability of comments and questions raised. The Project Manager will prepare minutes of the field review meeting and distribute them to applicable staff, with copies to the project files. In addition to the review of the plans, calculations, and reports, all other support documentation including computer- generated calculations, specifications and special provisions, quantities, cost estimates, and studies will adhere to the referenced checking procedure. Construction Engineering & Inspection (CEI) Services Cardno offers CEI services for all types of construction projects including roadway construction, bridge inspection, and traffic Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com operations. We meet all safety requirements for all construction projects. Depending on the client's needs, job size, and complexity, Cardno can offer full-time, site-based resident engineers or part-time inspection staff. Our certified engineers and inspectors offer the expertise needed to resolve technical issues as they develop. They can also provide a comprehensive history of a project and support the owner's position or concerns. For roadway and bridge projects, our inspectors are certified in FHWA-approved work zone traffic control safety programs to ensure public safety and minimize traffic flow disruptions. The key to a successful project is to maintain complete and accurate records of all contractor work activities, payment, field sampling and testing, as well as photographic records of significant activities and events. Our records are always available for client review, and Cardno provides periodic reports to comply with both client needs and contract requirements. Depending on project requirements, Cardno professionals may provide the following services: > Bid Management and Negotiation > Pre-Construction, Design and Utility Coordination > Comprehensive Administration > Materials Sampling / Testing > Coordination with Engineer-of-Record / Permitting Agencies / Maintaining Agencies > Weekly or Monthly Progress Meetings > Review and Processing of all Contractor Submittals (Shop Drawings, Chang e Orders, Pay Requests) > Early Identification and Resolution of Technical Concerns > Claims Analysis and Resolution > Schedule and Cost Evaluation A partial listing of Cardno’s CEI projects have included: > John’s Pass Bascule Bridge Replacement, Pinellas County > Bruce B. Downs Flyover at I-75, Hillsborough County > Stuart Bridge Emergency Repairs, Palm Beach County > Stuart Bridge Emergency Repairs, Palm Beach County > Indian Street Bridge, Martin County > Atlantic Boulevard Bridge, Broward County > Bridge and Causeway Shoreline Stabilization (CEI Group 50), Brevard County > Alexander Street (CR 39) at US 92 to I-4, Hillsborough County > SR 44 / SR 33 Widening and Reconstruction, Sumter and Lake Counties > SR 500 / US 441 Widening / Reconstruction and SR 19 Resurfacing, Lake and Marion Counties > US 41/State Road (SR) 45, Sarasota > Noise Wall Construction on SR 7, West Palm Beach > SR 44 Roadway Improvements, Inverness > Canal Protection on US 91 (Florida’s Turnpike), Miami-Dade, Palm Beach and St. Lucie Counties Detailed Timeline for Completion of the Stan Gober Memorial Bridge Repair/Rehabilitation Project A bridge in this condition requires a rapid schedule for design, permitting, and construction to expeditiously provide safety to the travelling public and prevent further deterioration of critical structural elements. Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Making and keeping schedule commitments in support of municipal projects is a must – not only to sustain the County’s confidence in Cardno and to remain a viable business, but also to maintain the C ounty’s schedule commitments to stakeholders on projects we support. With the extensive manpower and resources available to the project team, we are confident we can successfully meet your needs with respect to schedule and budget. We will use Microsoft Project and/or Primavera software to manage schedule performance and to plan resource utilization. Major work tasks will be broken down into a series of subtasks, resulting in a bottom-up approach that will help the team to ensure predecessor and successor activities are appropriately identified and linked. The identification of these major tasks, and their predecessor and successor activities, helps the team develop a viable work plan that includes resource allocation. Monitoring progress against this detailed schedule allows for identification of trends and reallocation of resources as necessary to maintain schedule, as well as budget. The Project Manager will participate in weekly team meetings, with a major emphasis on reviewing progress and discussing upcoming milestones. Close coordination between our Project Manager, Task Managers, and their County counterparts will help ensure timely project completion and overall success. We have prepared an expedited schedule that coincides with the upcoming FDOT biennial bridge inspection in February of 2017 and pushes forward to a letting date at the end of 2017. We have not included a 30% plans submittal in our schedule as that submittal is typically used for approval of conceptual bridge components. Through collaboration with the County’s engineers we will move directly to a 60% (Phase II) bridge submittal . If the County’s preference is to expedite the schedule further for this deteriorating bridge, we will collaborate to determine where time can be saved. Elimination of another submittal phase, such as 90% (Phase III) or reduction in County review time could help move up the project letting date. Risks That May Be Associated with this Project An early, well-planned project approach will help eliminate any potential risks during construction. The project approach will include early coordination and detailed engineering evaluation to eliminate risks. Potential Risk Avoidance Plan Further Corrosion of Concrete Elements Expedited schedule and ability to immediately respond if there is any further deterioration of structural elements. Inaccurate repair quantities and construction over-runs Thorough initial bridge evaluation and follow-up evaluation prior to 100% plans submittal to provide an up-to-date, accurate repair quantity estimate and preventing costly construction over-runs Activity Start Finish Dec-16 Jan-17 Feb-17 Mar-17 Apr-17 May-17 Jun-17 Jul-17 Aug-17 Sep-17 Oct-17 Nov-17 Dec-17 Notice to Proceed Dec-16 Dec-16 Kick-Off Meeting Dec-16 Dec-16 Pre-application meeting with ACOE/USCG Dec-16 Dec-16 Community Awareness Plan Submittal Dec-16 Dec-16 County review of Community Awareness Plan Jan-17 Jan-17 Hands-On Bridge Inspection Feb-17 Feb-17 Prepare Phase II (60%) Plans Feb-17 Apr-17 Prepare and submit permit applications Feb-17 Apr-17 County review of Phase II (60%) Design Plans Apr-17 Apr-17 Utility Coordination Apr-17 Sep-17 USCG Permit Review Apr-17 Sep-17 ACOE Permit Review Apr-17 Sep-17 Prepare Phase III (90%) Design plans Apr-17 Jul-17 Prepare bridge load rating (if required) Apr-17 Jun-17 County review of Phase III(90%) Design Plans Jul-17 Jul-17 County review of Phase III(90%) Load Rating Jul-17 Jul-17 Prepare Phase IV (100%) Design Plans Jul-17 Aug-17 Prepare Specifications Jul-17 Aug-17 County review of Phase IV(100%) Design Plans Sep-17 Sep-17 County review Specifications Sep-17 Oct-17 All Permits Clear Oct-17 Oct-17 Final submittal of Specifications Package Nov-17 Nov-17 Certifications Nov-17 Nov-17 Letting Date Dec-17 Dec-17 Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Potential Risk Avoidance Plan Conflicts with local stakeholders due to MOT problems Effective community awareness plan and appropriate advanced signage. Schedule delays Develop thorough understanding of project scope and expectations through early coordination with the County and permitting agencies, thorough understanding of design phase, and experience with County’s review process. Collier County Experience Our Collier County experience speaks for itself. We have successfully completed numerous projects for the County. This experience has included all of Cardno’s vast array of professional civil engineering services. Some examples include: > Stan Gober Memorial Bridge (formerly Goodland Bridge) (CR 92 over Marco Channel) and Chokoloskee Bridge (CR 29 over Chokoloskee Bay) > Signal Communications Fiber Network Extension > Local Agency Projects (LAP) Sidewalk Improvements o Golden Gate Parkway from Sunshine Boulevard to Collier Boulevard o Golden Gate City Sidewalks o New Market Road West from SR 29 (North 15th Street) to SR 29 (East Main Street) > CR 901 – Vanderbilt Drive over Cocohatchee Canal Utilities > SR 84 (Davis Boulevard) from Radio Road to CR 951 (Collier Boulevard) Utilities Relocations > Gordon River Greenway Park > Collier Boulevard North Main Golden Gate Canal SUE Services > Pine Ridge Road at Panther Lane SUE Services > Signalization, Curb Ramps, Signing and Pavement Marking for various intersections: o Airport-Pulling Road & Pine Ridge Road o Pine Ridge Road and Pine Ridge Crossings o Airport-Pulling Road and Pine Ridge Crossings o Immokalee Road Signal and System Plans > Randall Boulevard Traffic Study > North-South Corridor Study > Transportation Concurrency Management System > Build-Out Transportation Needs Assessment > 14th Street Outfall Improvements Lastly…The Benefits of Selecting Cardno Cardno stands out in the industry for ensuring complete client satisfaction. This is accomplished by: > Asking the right questions. Our experienced staff knows how to extract the information necessary to develop a comprehensive scope that appropriately captures all necessary services to successfully complete your project. > Providing single-point responsibility. We provide many services completely in-house, resulting in increased efficiency, integration of services, single-point responsibility, and cost savings. > Using small, focused work teams to complete your project. Due to the breadth and depth of our resources, we can staff project teams with exactly the right mix of talent. Behind these small teams, we have nearly 300 Florida associates specializing in all services necessary to meet your needs. > Robust quality assurance program. Cardno has one of the best claims records in the industry, which is a testament to the quality of our work and proof of the efficacy of our quality assurance program. > Continuing to provide premier services. Over 85% of Cardno’s work is for repeat clients who have evaluated Cardno’s value compared to other engineering firms. Tab III Experience and Capacity of Firm Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Tab III Experience and Capacity of Firm Team Qualifications One of the largest full-service civil and environmental firms in the Southeast United States, Cardno has built a reputation for quality and cost -effective services. Cardno has nearly 300 staff working in 16 offices throughout the State of Florida giving the company a strong state-wide focus complementing specialist teams in major areas throughout the state. Cardno, Inc. is a corporation which partners with public and private clients to solve engineering, environmental, human health, and social challenges throughout the world. We currently offers a broad range of professional services including transportation engineering and planning, roadway and bridge design, traffic operations, water resources and stormwater management, water/wastewater facilities desig n, environmental management, GIS/asset management, urban and land planning, landscape architecture, site development and brownfields redevelopment, redevelopment consulting services, construction inspection and administration services, survey and mapping, subsurface utility engineering, utility coordination, 3-D underground mapping, and utility relocation design. Cardno takes pride in remaining on the forefront of technology and having the ability to respond to the ever-changing needs of clients in the arc hitectural, engineering and construction industry. When you work with Cardno you gain a single point of contact for integrated engineering, environmental, construction, and business consulting services. Our integrated approach efficiently addresses your challenges, fostering smart, sustainable growth of your operations alongside the communities and environments in which you work. Cardno offers a broad range of professional services including: > Bridge and Structural Design > Water Resources > Transportation Engineering and Planning > Right-of-Way Acquisition and Relocation > GIS/Asset Management > Construction Inspection and Administration > Traffic Operations > Utility Coordination / Relocation Design > Planning > Survey and Mapping > Stormwater Management > Subsurface Utility Engineering (SUE) > Environmental Services > 3-D Radar Tomography > Landscape Architecture Bridge Design and Bridge Repair/Rehabilitation Cardno's experienced bridge design team applies structural design expertise to both new and existing pedestrian and highway bridges made of concrete, steel or timber. We offer full-service design capabilities to help private and public sector clients achieve successful solutions for new construction, replacement, rehabilitation and repair of existing structures . Given the growing concerns about deteriorating infrastructure, inspecting and evaluation the condition of existing bridges and structures is a vital part of Cardno's structural engineering services. To that end, we have helped many public sector clients find cost-effective solutions, including Collier County and the Florida Department of Transportation. Our services include: Conventional Bridges  Cast-in-place bridges  Pre-cast pre-stressed bridges  Bridges over waterways  Timber bridges  Overpass structures  Bridge widenings  Bridge development reports  Pedestrian bridges  Construction Engineering and Inspection (CEI) Complex Bridges  Suspension and cable-stayed bridges  Railway bridges  Long-span segmental concrete bridges  Long-span cast-in-place steel box curved bridges  Bridge widenings  Post-tensioned bridges  Prefabricated modular truss, girder and panel type bridges  Construction Engineering and Inspection (CEI)  Bridge inspection and assessment Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Miscellaneous / Specialty Structures  Retaining wall structures  MSE wall control drawings  Seawalls  Sound barrier walls  Box culverts  Mast arm signal supports  Overhead sign supports  CCTV poles  Dynamic message sign supports  Construction Engineering and Inspection (CEI) Bridge Replacement, Repair and Rehabilitation  Bridge recommendations and prioritization of repairs or replacement  Bridge repair/replacement plans  Bridge rehabilitation using new technologies and materials  Emergency bridge program - repairs  Conditional assessments  Scour remediation plans  Construction Engineering and Inspection (CEI) Bridge Inspection and Load Rating  Bridge inspections  Bridge non-destructive testing  Overhead sign structures inspection  Underwater inspections  Seawall inspections  Emergency response bridge inspections  Bridge damage assessments  Bridge load ratings  FDOT and local municipality coordination Bridge Asset Management Programs (BAMP)  Bridge inspections and load ratings  Treatment strategies  Deterioration modeling  Life-cycle cost analysis  Budget planning and prioritization  Emergency management planning  Bridge repair, rehabilitation and retrofitting Subconsultant Team Members Vector Corrosion Services, Inc. (VCS) Vector Corrosion Services provide solutions for building and infrastructure durability challenges for engineers, facility managers, contractors, and owners. VCS’s qualified engineers and technicians perform on-site evaluations to develop a sound understanding of the cause and extent of deterioration. Their engineers combine experience in design, construction, and material science to determine the root cause of durability problems and implement practical, cost-effective repair and renovation solutions to extend the life of structures. VCS’s experts work closely with design teams and owners to define the durability challenges facing structures. VCS engineers have significant experience in corrosion of embedded metals in concrete and masonry, service life estimation, and corrosion mitigation techniques. VCS technicians and engineers undergo industry safety training and hold various NACE Certifications, including the highest level available in the field of cathodic protection (CP): Cathodic Protection Specialist (CP4). Ardaman & Associates, Inc. (Ardaman) is a professional geotechnical, environmental, water resources, facilities and construction materials engineering consulting company with 430 professional engineers, scientists, technicians, drilling personnel, technical assistants and support staff. Ardaman serves clients throughout Florida (11 branch offices) and Louisiana (5 branch offices), as well as nationally and internationally. Ardaman’s quality is supported by our use of the most advanced mechanical and electronic tools available, along with spec ialized instruments developed by Ardaman professionals for particular applications. Ardaman has experienced steady growth since its inception in 1959. The firm is financially stable. Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Bolt Underwater Services, Inc. (BOLT) is a full service commercial and inspection diving company with experience in a wide range of diving applications, providing qualified personnel who have been commercially trained and have experience in both the commercial and inspection diving field, allowing BOLT to pursue most Diving Projects. BOLT Divers have extensive experience in Underwater Structural Inspection, which is utilized by the Florida Department of Transportation (FDOT) and engineering firms to obtain Certified Bridge Inspections and Underwater Structural Inspections of all types from BOLT ’s Certified Bridge Inspectors and Technician Personnel. Cella Molnar & Associates, Inc. (CMA) was founded in 1996 and provides professional consulting services in all aspects of public information, public involvement, project management, event planning and coordination, and transportation planning to prime consultants and governmental agencies in Florida. They design and implement public involvement programs that include agency coordination, outreach to local governments, businesses, community groups, and the general public using the methods and tools needed in each particular community. The firm is unique because of its in-depth technical expertise in planning, design and construction of roadway, bridge, utility, and park projects. CMA’s staff has established excellent working relationships with representatives in media and local government, planning and permitting agenc ies, and environmental groups in Florida. CMA is financially stable. Scheda Ecological Associates, Inc. (Scheda) provides a variety of professional environmental consulting services including but not limited to:  Environmental Permitting and Mitigation  Habitat Restoration Design  Seagrass Studies  Wetland and Wildlife Studies  Threatened and Endangered (T&E) Species Surveys  Geographic Information Systems (GIS)/Habitat Mapping and Analysis  Land Use/Watershed Planning and Management  Comprehensive Ecological Assessments  NEPA Alternatives Analysis  Impact Analysis  Construction Inspection and Monitoring  Landscape Inspection and Vegetation Management  Stormwater Management  National Pollutant Discharge Elimination Systems (NPDES) Coordination Scheda’s team of professionals also has extensive experience in the field of habitat mapping, restoration, and design having overseen or designed thousands of acres of freshwater and estuarine habitats. Scheda’s ecological team includes professional photo-interpreters. These specialists have completed mapping related to shoreline position, FLUCFCS, canopy damage (from hurricanes), urban canopy, seagrass, and aquatic vegetation for whole-lake restoration projects and the Stormwater Treatment Areas owned by SFWMD (40,000+ acres). Success in Working with Our Subconsultant Team Cardno has successfully completed numerous projects involving multiple team members , specifically our team proposed for this Collier County project. It has always been our policy to supplement our team with subconsultants who provide those necessary services that are not part of Cardno’s areas of expertise. In this teaming process, we strive to exceed any DBE requirements set forth by the client. Having strategized beforehand and completing a viable work plan involving numerous team members has proved invaluable to the Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com success of our projects. In this capacity, we are able to maintain proper control by having each team member’s assignments clearly spelled out. This makes completing the project simpler and avoids any confusion as to “who is doing what.” Cardno always names one point of contact for the team and all members of the team are instructed to go through this person for any guidance that may be required. They are the focal point. Cardno demands that each team member appoint his or her own point of contact as well. This ens ures a smoother flow of information and prevents team members from contacting others on the team who could possibly give wrong advice or instructions. Cardno has worked together with most of its subconsultants on a regular basis. This arrangement has shortened the learning curve and allows our team with multiple members to “jump into a project with both feet” and not have to struggle with getting to know or understand other team members. We have established a strong working relationship with these team m embers and completely begin a project together knowing that it will run smoothly from beginning to successful completion. Availability of personnel at critical points of the development of a project is often the crucial factor in a project’s success. Cardno has risen to its current level of a premier engineering firm on Florida’s West Coast due to its commitment of quality staff. This level of quality is maintained through yearly increases in available Cardno project staff and in the cross-training commitment from both associates and management. This cross-training affirms the availability of qualified personnel when needed for a project. Virtually all identified staff members will be called upon to service projects on either a full -time or part-time basis at some time over the period of the contract. All staff members will be able to increase their availability over time. Further, because of the aforementioned flexibility in project staffing, any individual can and will be made available on a part-time or full-time basis as necessitated by work assignments. Cardno prides itself on the ability to produce a qualified project team at a moment’s notice for a project. Additionally, the subconsultants chosen for this project have committed the support of t heir key staff as well. Cardno has successfully worked with these firms in the past on large projects. We are committing to you a project team that has been specifically selected based upon its ability to handle your scope of services. East Winterberry Bridge Marco Island Arlington Park Pedestrian Bridge Sarasota Raymond Road over Lateral “CA” Canal Bridge Replacement Sarasota County Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Our Completed Project Experience Project Experience Project Description Start Date End Date Engineer’s Construction Cost Estimate Final Construction Cost Number of Change Orders Upper Peace Legacy Trail Pedestrian Bridge Polk County, FL May 2013 July 2016 $2,150,000 $2,150,000 0 Four Bridges Repair Sarasota, FL September 2015 April 2016 $140,000 $159,000 0 Sarasota County Bridge Asset Management Program (BAMP) Sarasota County, FL July 2014 July 2015 $100,000 (evaluations) $100,000 (evaluations) 0 10th Avenue & 11th Avenue Culvert Assessment St. Petersburg, FL August 2014 March 2015 $1,500,000 (partial replacement & repair) to $9,800,000 (total replacement) Pending (not yet const) 0 Taylor Road Bridge Replacement Manatee County, FL September 2012 March 2015 $897,485 $897,485 0 Goodland (Stan Gober) Bridge Deck Assessment Collier County, FL April 2014 July 2014 $593,000 - $940,000 (3 options) Pending (not yet const) 0 Eight Siesta Key Bridge Repairs Sarasota County, FL January 2013 September 2013 $250,000 $250,000 0 Smokehouse Bay Bridges Repairs and Seawall Analysis Marco Island, FL January 2011 September 2013 $139,947 (analysis) $139,947 (analysis) 0 Singletary Road Bridge Deck Replacement Manatee County, FL March 2013 September 2013 $74,000 $74,000 0 Roser Park Retaining and Creek Wall Replacements St. Petersburg, FL May 2011 December 2012 $2,700,000 $2,700,000 0 Arlington Park Pedestrian Bridge Replacement Sarasota, FL June 2012 December 2012 $150,000 $150,000 0 Clam Bayou Pedestrian Trail Bridges (Six Structures) St. Petersburg, FL February 2009 August 2012 $2,215,000 $2,215,000 0 Raymond Road Bridge Replacement Sarasota County, FL January 2010 July 2011 $1,760,000 $1,760,000 0 North Pine Circle Road Bridge Repairs Belleair, FL September 2009 February 2010 $37,000 $37,000 0 Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Project Experience Project Description Start Date End Date Engineer’s Construction Cost Estimate Final Construction Cost Number of Change Orders Palma Sola Bridge Repairs Manatee County, FL April 2009 November 2010 $180,000 $180,000 0 Chokoloskee and Goodland Bridge Assessments and Repairs Collier County, FL February 2008 April 2010 $1,000,000 $1,000,000 0 Sun Island Exit Bridge Rehabilitation / Repairs South Pasadena, FL March 2008 June 2009 $325,000 $325,000 0 Randall Boulevard Bridge Replacement (only to 30%) Collier County, FL March 2008 October 2008 $1,760,000 $1,760,000 0 East Winterberry Bridge over Roberts Bay Marco Island, FL August 2005 May 2007 $4,790,900 $4,790,900 0 Tab IV Specialized Expertise of Team Members Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Tab IV Specialized Expertise of Team Members Organizational Chart and Team Members Cardno’s team is comprised of professional staff and specialty subconsultants which cover all work groups identified in the Scope of Work as well as other FDOT work groups. Please see brief resume bios of our key team members: Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Ananda Kelley, PE  Project Manager Ms. Kelley has experience as a consultant engineer serving clients such as Collier County, Pinellas County, Manatee County, the Florida Department of Transportation (FDOT), as well as bridge contractor clients throughout Florida. Her focus has been bridge and transportation design delivering a full range of project types from smaller municipal bridge design and repair projects to larger capacity projects including highways and interchanges. She is an accomplished project manager and currently manages Cardno’s structures group. Doug Stoker, PE  Principal-in-Charge Mr. Stoker currently serves as Cardno’s Transportation Group Business Manager responsible for the day-to-day operations of the roadway, structures and traffic/transportation operations groups. He has extensive experience in all aspects of surface transportation analysis and design. He has a long history of bridge and structures design as well as project management on conventional and design/build projects. Doug’s relevant bridge / structures experience includes Orange Street Bridge Replacement, Pinellas County; SR 80 Bridge Replacement, Hendry County; CR 39 Bridge Replacement, Hillsborough County; SR 10 Merritt’s Mill Pond Bridge Replacement, Jackson County; Suncoast Parkway Trail Pedestrian Bridge, Hernando County; Chain of Lakes Trail Pedestrian Bridge, Winter Haven; and Equestrian/Pedestrian Land Bridge, Palm Coast. In addition, Mr. Stoker has been responsible for quality assurance/control for numerous bridge rehabilitation/repair projects. He has also been responsible for preparation of Bridge Development Reports for projects throughout Florida. Miguel Villegas, PE  Bridge / Structural Design Mr. Villegas is a senior structural engineer specialized in bridge analysis and design, bridge widening and replacements. Mr. Villegas has extensive experience in the design, inspection and rehabilitation of miscellaneous structures which includes mast arm assemblies, traffic/signalization structures such as strain pole assemblies, variable message sign structures, boardwalks, pedestrian trail bridges, retaining walls, sheet pile walls, bridge culverts and a myriad of other aluminum, steel, timber and concrete structures. Mr. Villegas has managed and designed projects involving steel box and steel plate bridges, pre - stressed concrete structures, cast in place slab bridges, and timber boardwalks. He has construction field experience, construction estimating and temporary trestle/sheet pile design. Alirio Morales, EI  Bridge / Structural Design Mr. Morales has over 27 years of professional experience as a designer in structural engineering for transportation projects including developing: project plans and details for bridges, retaining walls, bridge rehabilitation, bridge repairs, building facilities and miscellaneous related highway structures. In addition, Mr. Morales also provides quality control on plans and develops project quantities and construction costs estimates. Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Pooya Farahbakhsh  Bridge / Structural Design Mr. Farahbakhsh has two years’ experience in design for reinforced concrete, steel, timber and masonry bridges and foundations. He is experienced in bridge inspection and analysing structural elements using AASHTO and FDOT criteria. Mr. Farahbakhsh has performed bridge load ratings for various type of structures, seismic design and loading, field surveying, and construction monitoring. He is skilled in the use of softwares including AutoCAD, Civil 3D, RISA, ETABS, SAP2000, ABAQUS, PSBeams, STAAD, and SAFE. Shari Barnwell, PE  Roadway / Signing & Pavement Marking Ms. Barnwell has 18 years of experience in the civil engineering field, including five years with the Florida Department of Transportation (FDOT), District Seven and local government projects. Prior to coming on board with Cardno, she worked for FDOT District Seven in Project Management. Her experience includes roadway reconstruction and roadway widening capacity improvement projects, roadway milling and resurfacing projects and enhancement projects including multiple trail design projects. She has also managed numerous District-wide contacts and is very well experienced in handling public involvement activities, access management and addressing public concerns. Jim Hunt, PE, AVS  Value Engineering / Construction Cost Control Mr. Hunt is a senior level Project Manager / Roadway Engineer with varied experience in the planning, design, construction and management of highway and civil projects for FDOT and municipal clients. With over 44 years’ experience Mr. Hunt has performed multiple quality control review for various roadway projects. His experience includes quality control reviews, surveys, preliminary engineering studies, design, CEI and construction management, value engineering studies, and various general consultant services. Jim Hubbard  Value Engineering / Construction Cost Control Mr. Hubbard has more than 36 years of extensive knowledge in construction engineering and has served most recently as the Florida Department of Transportation (FDOT) District 7 Assistant Resident Engineer for Consultant Engineering Inspection (CEI). He has extensive contract administration knowledge, claim resolution experience, trial experience and has served as the State Project Assistance Coordinator (State PAC) with FEMA during the 2004/2005 hurricane season. Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Jason Yam, PE  Maintenance of Traffic Mr. Yam has experience in project management for Florida Department of Transportation and local government roadway design projects. Most of his career has been spent serving as project engineer or project manager for roadway proje cts ranging from small rural to large interstate systems. He is extremely knowledgeable in the preparation of roadway plans, signing and pavement marking plans and maintenance of traffic plans. Mr. Yam is very experienced with FDOT and Florida Greenbook standards and requirements. Mark Modjeski, PE  Temporary Signalization Mr. Modjeski has extensive experience in the areas of transportation engineering, traffic signalization, structural design of signal supports, construction planning and traffic signal design including the structural design of mast arms and strain poles. He has designed traffic monitoring sites for Florida Department of Transportation District Seven as part of roadway design projects. In addition to his design expertise, Mr. Modjeski has practical traffic equipment installation experience, having served for two years as on-site project manager for a local traffic signal, roadway lighting and electrical contractor. He holds IMSA Level II certifications in both traffic signalization and as a traffic signal electrician. He has completely designed or provided upgrade designs for over 400 signalized intersections within Florida. Ray Mercer  Utility Coordination Mr. Mercer has 38 years of extensive experience in the utility, surveying, and construction and maintenance inspection fields. Mr. Mercer spent 12 years working directly for Florida Department of Transportation, District I as an on-premise utility project manager, managing and coordinating utility projects. He is experienced in negotiating legal documents with utility agencies, developing production schedules, conducting utility design meetings, as well as conducting field-engineering meetings with public and private utility agencies. He has worked on numerous major and minor roadway and bridge projects. Jeffrey Cooner, PLS  Survey Mr. Cooner is renowned throughout the state of Florida for his expertise in sovereignty submerged lands surveys (mean high water and ordinary high water) and terrestrial LiDAR scanning (3D LASER scanning). He is also highly sought after for his expert witn ess testimony, specifically well known for his current and historical aerial photography interpretation. Mr. Cooner is highly experienced in managing large land projects involving multiple disciplines and consultants. Gary Drew, PE  Geotechnical (Ardaman & Associates, Inc.) Mr. Drew is a licensed professional civil engineer with 35 years’ experience in materials testing, geotechnical and geoenvironmental work. His experience includes foundation design recommendations and materials testing evaluation for industrial, commercial and residential low to high-rise structures, transportation facilities (bridges, roadway soil surveys, pavement evaluation and design), airports, water and wastewater treatment facilities, park and recreation facilities, hospitals and mining activities. His responsibilities include determining and performing scope of services for quality control/quality assurance, geotechnical and geohydrological projects, and geoenvironmental projects. Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Kris Cella  Public Involvement (Cella Molnar & Associates, Inc.) Ms. Cella is uniquely qualified in developing and implementing very successful, comprehensive large-scale public involvement programs during planning, design and construction phases for infrastructure projects. Ms. Cella’s expertise in conducting public involvement programs is successfully used to gain acceptance of new projects from affected individuals and special interest groups. Project s have ranged from complete new developments to facility expansion programs to large-scale transportation projects. Sandra Scheda, M.S.  Environmental (Scheda Ecological Associates, Inc.) As a scientist for more than 30 years, Ms. Scheda has extensive experience in managing and conducting environmental planning efforts, biological assessments and related studies. These efforts have typically involved wetland delineation and mitigation, sur face and groundwater quality studies, and permitting. Her permitting experience includes projects requiring wetland impact permits, bridge permits, and sovereign submerged land easements. As a biologist, she specializes in freshwater ecology, and as a ge ologist, she has conducted the data collection efforts for environmental audits. She has also been involved in the development of numerous contamination assessment plans. Matthew Miltenberger, P.E., NACE CP-4  Corrosion and Concrete Durability Services (Vector Corrosion Services, Inc.) Matthew has more than 33 years of experience with protection design for service life extensions for new and existing infrastructure projects. His specific expertise is related to concrete condition assessments, concrete repair and restoration, durability of concrete, corrosion of reinforcing steel, construction materials testing, anchorage to concrete, and construction issues. Mollie Griswold, CBI  Bridge Underwater Inspection (Bolt Underwater Services, Inc.) Ms. Griswold has over 25 years of experience conducting underwater inspections in Florida in Florida Dept. of Transportation Districts 1, 2, 3, 4, 5, 6, and 7. The structures include fixed, movables, culverts and dams. Ms. Griswold also has experience in underwater inspection of port facilities, power plants, and pipelines. Team Members’ Successful Experience in Working with One Another It has always been our policy to supplement our team with subconsultants who provide those necessary services that are not part of Cardno’s areas of expertise. In this teaming process, we strive to exceed any DBE requirements set forth by the client. Having strategized beforehand and completing a viable work plan involving numerous team members has proved invaluable to the success of our projects. This makes completing the project simpler and avoids any confusion as to “who is doing what.” Cardno always names one point of contact for the team and all members of the team are instructed to go through this person for any guidance that may be required. They are the focal point. Cardno demands that each team member appoint his or her own point of contact as well. This ensures a smoother flow of information and prevents team members from contacting others on the team who could possibly give wrong advice or instructions. This arrangement has shortened the learning curve and allows our team with multiple members to “jump into a project with both feet.” We have established a strong working relationship with these team members and completely begin a project together knowing that it will run smoothly from beginning to successful completion. Resumes and Letters of Intent Please find team members’ resumes and subconsultants’ letters of intent on the following pages. www.cardno.com Ananda Kelley, PE Current Position Structures Practice Group Manager Profession Professional Engineer Years' Experience 15 Joined Cardno January 2016 Education MS / Civil Engineering, University of Texas, May 2003 BS / Civil Engineering, University of Florida, May 2001, Magna Cum Laude Professional Registrations Professional Engineer FL #65632 Affiliations Florida Engineering Society’s Florida Engineering Leadership Institute (FELI) Class of 2015 Graduate FDOT Mutual Gains Negotiations Training FDOT Critical Structures Construction Issues Training Summary of Experience Ms. Kelley has 15 years of experience as a consultant engineer serving clients such as the Florida Department of Transportation (FDOT), Tampa-Hillsborough Expressway Authority, Florida East Coast Rail, and local government clients throughout Florida. Her focus has been bridge and transportation design delivering a full range of project types from smaller municipal design and repair projects to larger capacity projects including highways and interchanges. Ms. Kelley is an accomplished project manager and currently manages Cardno’s structures group. Project Experience Buckman Bridge Repairs, FDOT District Two, Jacksonville, FL. Repairs to these three mile long twin bridges included structural and non-structural pile jackets, substructure concrete spall and crack repair, structural steel coatings assessment and re-painting, anchor bolt replacement, and pre-stressed beam tendon splicing and spall repairs. Ms. Kelley served as Project Manager and lead structures engineer Mathews Bridge Fender Replacement, FDOT District Two, Jacksonville, FL. The project presented unique challenges due to a 30-ft layer of muck in the navigable channel. In addition to a composite pre-stressed concrete pile and polymeric wale fender system, a gabion mat pier armoring system was designed for scour protection. Ms. Kelley was project manager and EOR for the fender replacement project. Acosta Bridge Repairs, Florida Department of Transportation (FDOT) District Two, Jacksonville, FL. This project included coatings assessments, painting, and repairs to the 15 bridges of the Acosta Expressway in downtown Jacksonville, FL. In addition to steel coating, specific repairs included a curved steel box girder analysis and strengthening and pier cap assessment and repair. Ananda was the lead structures engineer and project manager for this project. Districtwide Load Ratings, FDOT District One, Various locations throughout Southwest FL. Project Manager of this contract to provide up-to-date, thorough load ratings for locally and state-owned bridges in Southwest Florida. Approximately 800 bridge load ratings were executed during the contract. Bridge types included various pre-stressed concrete bridges, steel girder bridges, bascule bridges, timber bridges, pipe culverts, and box culverts. Assumptions were made based on historical FDOT structures standards, related bridges, and fam iliarity with historical FDOT practices, as design plans were not available for most of the structures. To meet an aggressive schedule, Ms. Kelley assembled multiple technical teams to perform the load ratings and effectively managed them to meet the FHWA deadline. She was also responsible for the project organization, correspondence, LRFR, and LFR analysis. Load Ratings, FDOT District Four, Various locations, FL. Structures Project Engineer as part of this bridge inspection contract. LFRs for 80 off-system bridges designed from the early 1950s to the 1990s were performed across the District. Superstructure types included pre-stressed slab units, pre-stressed concrete beams, simple and continuous span reinforced concrete flat slabs, reinforced concrete doubl e- tee beams, and reinforced concrete frame structures. Many of the bridges did not have available plans. The structures team created a database of District Four bridge information and utilized critical information gathered by the bridge inspection team to make structural capacity assumptions. A new program was also developed for load rating the reinforced concrete bridges. Ms. Kelley carried the out LFR analysis, conferred with FDOT engineers to resolve critical analysis issues, developed in-house worksheets for various element analysis, and was responsible for report review and supervision of all related structural engineering tasks. Load Ratings, FDOT District Two, Various locations, FL. Load rating analysis was part of a Miscellaneous Structures Design contract, LRFR load ratings were performed for more than 70 bridges across the District. The bridges were designed from the early 1950s to the 1990s. Superstructure types included pre-stressed concrete beams, pre- stressed post-tensioned concrete beams, and spliced concrete girders. The contract involved working closely with state officials to interpret current codes to provide updated load ratings. Ms. Kelley was responsible for LRFR and LFR analysis. Load Ratings, FDOT District Five, Various Locations, FL. Structures Project Engineer as part of the District Five Bridge Inspection contract, LFR s for off-system bridges were performed across the District. The bridges were designed from the early 1960s to the 1990s. Superstructure types included pre-stressed slab units, pre- stressed concrete beams, reinforced concrete flat slabs, and reinforced concrete box culverts. Many bridges did not have available plans. The structures team created a database of District Five bridge information and utilized critical information, including damages, gathered by the bridge inspection team to make structural capacity assumptions. Ms. Kelley carried out the LFR analysis, conferred with FDOT engineers to resolve critical analysis issues, developed in-house worksheets for various element analysis, and was responsible for bridge inspection report review and supervision of all related structural engineering tasks. I-4/Lee Roy Selmon Expressway Interchange "Crosstown Connector", Hillsborough County, FL, FDOT District Seven. Ms. Kelley served as structures engineer on this expressway-to-expressway connection between I-4 and the Lee Roy Selmon Expressway. This project involved the design of new alignment featuring a multi-level directional interchange to the Crosstown Connector route with the Lee Roy Selmon Expressway. Improvements included several major and minor ramp and connector bridges, as well as widening or replacing several mainline bridge structures. A total of 32 bridges were designed, including curve steel box girder bridges with lengths in excess of 1,000 feet and pre-stressed beam bridges. Ms. Kelley’s role encompassed the design of superstructure including steel box girders, load ratings, and geometry calculations. Rye Road Bridge Widening, Manatee County, FL. Project Manager/Engineer of Record for this north-south corridor in Manatee County connecting SR 64 to SR 70. Manatee County tasked Cardno with widening the two bridge structures along the corridor, Bridge Nos. 134025 and 134026, over Branches of Mill Creek. The bridges are precast flat slab unit structures supported on 12-inch pile foundations of unknown depth. The bridge widenings will be supported on steel H-piles in an effort to minimize vibrations on the adjacent existing bridge foundations during construction. The project is currently in the design phase. No Name Key Bridge Repairs – Monroe County, FL. This project included repairs to the bridge over Bogie Channel connecting Deer Island to No Name Key in the Florida Keys. The bridge had suffered extensive corrosive damage to its location in this extremely aggressive environment. Bridge rehabilitation included concrete deck repairs, bent cap repairs, and pile jacketing. Due to loss of bearing area under an exterior beam, an emergency repair involving bridge jacking was needed. Permitting was a key issue due to the bridge’s location in the Florida Keys National Marine Sanctuary. Ms. Kelley served as Deputy Project Manager. www.cardno.com Douglas E. Stoker, PE Current Position Transportation Practice Group Manager Profession Professional Engineer Years' Experience 23 Joined Cardno 2014 Education ME / 1992 / University of Florida BSCE / 1991 / University of Florida Professional Registrations Professional Engineer FL No. 50659 GA No. 26065 NC No. 25835 Professional Affiliations American Society of Civil Engineers (ASCE), No. 273984 American Society of Highway Engineers (ASHE) Florida Institute of Consulting Engineers (FICE) Florida Engineering Society (FES) National Society of Professional Engineers (NSPE), No. 9000046 Summary of Experience Mr. Stoker serves as Cardno’s Transportation Group Business Manager responsible for the day-to-day operations of the roadway, structures and traffic/transportation operations groups. He has extensive experience in all aspects of surface transportation analysis and design. Mr. Stoker has a long history of bridge and structures design as well as project management on conventional and design/build projects. Project Experience Old Coachman Road Bridge over Alligator Creek, Pinellas County, FL. Principal- in-Charge and Quality Assurance Coordinator for Phase I and Phase II Bridge Replacement Study. The existing bridge is functionally obsolete and overtops under extreme event rainfall. The study explored the bridge and approaches and their impact to upstream and downstream flooding. Orange Street Bridge over Minnow Creek, Pinellas County, FL. Principal-in-Charge and Quality Assurance Coordinator for Phase I Bridge Replacement Study. The existing bridge is functionally obsolete and is beyond its original estimated service life. The evaluation determ ined that the condition of the bridge is excellent for its age and that it satisfactorily serves the level of traffic on Orange Street. SR 80 from Birchwood Parkway to Dalton Lane (FDOT District One), Hendry County, FL. Quality Assurance Manager for this project consisting of reconstructing the existing rural, undivided two-lane SR 80 typical section into a rural, four-lane divided highway. The westbound lanes will be constructed by milling and overlaying the existing roadway. The proposed eastbound lanes will be constructed to the south of the existing roadway allowing for a 64-foot median. This reconstruction requires the replacement of a multi-directional, six-span, flat slab bridge with two single-span Florida-I Beam bridges. The proposed bridges will utilize FIB-63 beams to span 126 feet over the C-1 Canal. The bridges will contain a combination of rubble riprap and sand cement riprap to provide the slope protection and proposed animal crossing. The project also includes two phase-constructed, three-barrel bridge culverts. Critical temporary sheet pile walls will be required for the phased construction of the culverts. CR 39 over the Little Manatee River, Hillsborough County, FL . Project Manager for replacing the existing two-lane bridge carrying CR 39 over the Little Manatee River with a new 120-foot bridge with sidewalks in southeast Hillsborough County. Designed bridge, roadway, and traffic control plans for the staged construction of the new bridge. The project also included hydraulic and scour analyses as well as floodplain compensation and permitting. Responsible for all aspects of the design, permitting, utility coordination, public involvement and post design services. SR 10 (US 90) Merritt's Mill Pond Bridge Replacement (FDOT District Three), Jackson County, FL. Project Manager for this design-build project utilizing modified AASHTO prestressed beams to replace existing distressed bridges in Marianna, Florida. The twin bridges' single span cross over the outfall for Merritt`s Mill Pond and provide two lanes of traffic plus sidewalks. A key element of the project was to minimize impacts to the roadway profile and adjacent driveway connections while providing adequate channel width to minimize scour and flooding concerns. Responsible for all aspects of the design, permitting, utility coordination, public involvement and post design services. Equestrian/Pedestrian Land Bridge over I-95 (FDOT District Five), Palm Coast, FL. Project Manager for this unique design/build project involving design and construction of a pedestrian/equestrian crossing over I-95, approximately one-half mile from Princess Place and adjacent to the Florida Agricultural Museum (FAM). Only one other pedestrian/equestrian "land bridge" in the country has been constructed over an interstate. Both FAM and Princess Place are tourist attractions that sponsor various horseback activities that would use the bridge. The purpose of the project was to develop an economical solution to design and construct a bridge over I-95 for horses and people that would appear natural to the user. This project included landscaped planters lining the outside of the pathway to shield users from the noise and sight of traffic below. The trail consisted of a two-span bridge on spread footings that rested atop mechanically stabilized earth walls. Plans and construction included the structural and approach aspects of the project, geotechnical issues, permitting and drainage, and maintenance of traffic. Responsible for all aspects of the design, permitting, utility coordination, public involvement and post design services. Anna Maria Bridge Repairs, Anna Maria, FL. Project Engineer supporting the preparation of a Bridge Repair Report for two flat slab bridges for the City. Provided on- site inspection evaluation, and provided repair and replacement alternatives with recommendations. I-4/I-275 Downtown Tampa Interchange (FDOT District Seven), Tampa, FL. Structures Engineer of Record for these operational and safety improvements to the tri- level I-4/I-275 Downtown Tampa Interchange. Construction started in October 2002 and was completed in December 2006. The project included the addition of dedicated ramps to eliminate operational weaving problems. The addition of through-lanes midway through design provided compatibility with an adjacent project and imp roved capacity. Stormwater was treated entirely within the existing right-of-way using compensatory treatment. Public involvement was extensive and included relocating historic homes. Twenty-six bridges within project limits were widened or replaced, including a new third-level seven-span continuous curved steel flyover structure. Many of the bridge widenings required innovative structural systems to maintain minimal vertical clearance over local roads. Traffic control plans were carefully coordinated to minimize lane closures to off-peak hours only. Elements of the project included: > Performed design, checking, construction staging, and maintenance of traffic > Structures Engineer of Record for central interchange bridges > Developed BDR for 3rd level flyover using curved steel girders > Developed BDR for 4 bridges beneath flyover including a curved single span steel bridge > Assisted with QC review of bridge plans > Assisted with coordination of subconsultant bridge and wall design efforts with BDR development Duke Energy Trail Connectivity Evaluation, Pinellas County, FL. Principal-in- Charge and Quality Assurance Coordinator for planning level review of connectivity alternatives. This project evaluated the feasibility of widening two bridges to accommodate a multi-use trail, widening East Lake Road to provide a bike lane, and signalized intersection evaluation. www.cardno.com Miguel Villegas, PE Current Position Senior Structural Engineer Profession Professional Engineer Years' Experience 22 Joined Cardno February 2008 Education BS / Civil Engineering, 1993 MCE / Structural / Mechanics Engineering, 1998 Professional Registrations Professional Engineer FL No. 68768 AL No. 29630 NCEES, No. 39125 Summary of Experience Miguel Villegas is a senior structural engineer specialized in bridge analysis and design, bridge widening, bridge rehabilitation and replacements. Mr. Villegas has also extensive experience in the design, inspection and rehabilitation of miscellaneous structures which includes pedestrian trail bridges and boardwalks, bridge culverts, retaining walls, seawalls, floating docks, fixed docks, vinyl sheeting, sheet pile walls, anchored wall retention systems, mast arm assemblies, traffic/signalization structures such as strain pole assemblies, variable message sign structures, and a myriad of other aluminum, steel, timber, concrete and masonry structures. Mr. Villegas has managed and designed an extensive list of projects involving steel box and steel plate bridges, steel curved bridges, pre-stressed concrete beam structures, cast in place slab and prestressed slab unit bridges, timber boardwalks. Mr. Villegas has also extensive construction field experience, construction logistics and estimating. Project Experience Raymond Road Bridge Replacement at Lateral Canal, Sarasota County, FL. Structures Lead (EOR) for design of a replacement bridge that includes precast bridge elements for two 11-foot travel lanes, 6-foot shoulders on each side, and sidewalks on the west side of the bridge. Also completed a Bridge Development Technical Memorandum addressing scour considerations and recommending a proposed bridge type. Bridge Rehabilitation Projects, St. Petersburg, FL. Design Engineer for bridge superstructures and performance of numerous load ratings. Bridges included Leeland Street Bridge, Demens Road Bridge, Bayou Grande Bridge, and Bayou Bridges No. 157196 and 157197. Grand Canal Bridge Replacement, City of St. Petersburg, FL. EOR for the load rating analysis calculations through the Smart Bridge Suite program for this three-span bridge replacement project. Bridge Asset Management Program (BAMP), Manatee County, FL. Senior Bridge Engineer for this county-wide bridge program (83 bridges) using BAMP techniques developed by our team for improving in-house labor utilization efficiency, resources, and funding, developing a prioritization method for addressing the County’s structures , and evaluating performance results using industry standard techniques for bridge reporting and life-cycle analysis. The two goals of implementing the BAMP system are: (1) Maintain or increase the service life, structural condition, and asset values for an entire inventory of bridge structures, and (2) Implement strategies and goals to improve from a reactive repair approach to a proactive maintenance program that makes the most efficient use of program funding and internal resources. Bridge Inspection and Bridge Repairs – Marco Island, FL. Senior Bridge Engineer for various work assignments for the City of Marco Island including design of bridges and other highway-related structures such as guardrail, concrete box culverts and retaining walls. This work included all structural and electrical requirements as well as CEI for various bridge designs. Services performed routine bridge inspection services, underwater bridge inspections or bridge load rating analyses, recommending repairs for existing bridges, bridge scour analyses, and the design of scour countermeasures. Roser Park Drive Retaining Wall Improvements, St. Petersburg, FL. Senior Structural Engineer for rehabilitation and partial reconstruction of this retaining wall. Project length was 1,657 linear feet including wall heights 2-12 feet. Some areas required reconstruction, while others required rehabilitation, strengthening , or a combination of both. Bridge Rehabilitation Projects, St. Petersburg, FL. Design Engineer for bridge superstructures and performance of numerous load ratings. Bridges included Leeland Street Bridge, Demens Road Bridge, Bayou Grande Bridge, and Bayou Bridges No. 157196 and 157197. SR 64 Bridges over Perico Bayou and Palma Sola Bay, Manatee County, FL. Design Engineer responsible for Bridge Development Report (BDR) and final design of multiple span bridges using AASHTO pre-stressed beams on pile bents. These two bridges were approximately 1,200 feet long and 48 feet wide. Designed the deck, pre -stressed beams, and pile bents. Caxambas Bridge Repairs, Marco Island, FL. Engineer of Record for repairs and load ratings for this existing flat slab bridge. Repairs consisted of patching cracked and spalled concrete. Carbon fiber was used to restore lost strength to the affected slab units. Two load rating analyses were performed to determine the load carrying capacity of the deteriorated structure before repairs, and to determine the load carrying capacity of the repaired structure. CONSPAN was used for load rating. SR 93 (I-75) over SR 82 Lee County, FL. Project Structures Engineer for bridge widening and deck replacement of a 265-foot-long, four-span pre-stressed beam bridge. The project involves existing/proposed superstructure load rating, new deck , and type IV beam design, hammerhead pier design, as well as pile bent and backwall widenings. 44th Avenue East from 19th Street Court to 30th Street, Manatee County, FL. Structural Engineer for design of new roadway lighting poles. 44th Avenue East from US 41 to 15th Street, Manatee County, FL. Structural Engineer for design of new roadway lighting poles. US 19 (SR 55) Bridges over SR 60 and Seville Boulevard, Pinellas County, FL. Project Engineer for this project which consists of two steel box girder bridges. Both structures involve phase construction for maintenance of traffic. Responsible for design of the deck and steel box girders. This project also requires analysis and design of cantilever sign structures and span trusses. Suncoast Parkway over Shady Hills Road, Lawless Road and Caldwell Road, Hillsborough and Pasco Counties, FL. Design Engineer responsible for an independent review of bridge geometry and pre-stressed beam design, mast arms, ground signs among other miscellaneous design tasks. I-275 and CR 296 Interchange, Stage 2, Pinellas County, FL. Design Engineer for design of multiple span pre-stressed beam curved bridge supported on multi-column piers and pre-stressed pile foundation. This bridge was approximately 1,200 feet long and approximately 49 to 43 feet wide. Responsible for deck design, pre-stressed beam design, multi-column pier design, and pile cap designs. Also coordinated and designed the deck for one of the two bridge widenings on this project. I-75 Lee / Collier County, FL. Lead Project Engineer responsible for evaluating the existing bridge over SR 82 and designing the twin bridge widening utilizing a new superstructure system consisting of a concrete deck slab supported by pre-stressed beams. This involved total replacement of the original precast deck panel system. www.cardno.com Alirio A. Morales, EI Current Position Senior Bridge Designer Profession Engineering Intern Years' Experience 27 Joined Cardno 2016 Education Bachelor of Science, Naval Architecture & Marine Engineering, University of Michigan – 1983 Pre-Engineering, Eastern Michigan University– 1980 Professional Registrations Affiliations American Society of Civil Engineers (ASCE) Summary of Experience Mr. Morales has 27 years of professional experience as a designer in structural engineering for transportation projects including developing: project plans and details for bridges, retaining walls, bridge rehabilitation, bridge repairs, building facilitie s and miscellaneous related highway structures. Mr. Morales also provides quality control on plans and develops project quantities and construction cost estimates. Project Experience: With Previous Firms: SR 60 (Courtney Campbell Causeway) from Hillsborough County Line to West of Ben T. Davis Beach: Senior bridge designer responsible for CADD production of bridge. Project involved 3,258-foot-long bridge structure and 3.9-mile multi-use trail along SR 60 (Courtney Campbell Causeway) from Pinellas/Hillsborough County Line to approximately one-half mile west of west entrance of Ben T. Davis Beach. Sixteen-foot clear width of trail accommodates various users such as pedestrians, bicyclists, and in-line skaters. The trail minimizes inconvenience to traveling public, such as vehicles and boats, while limiting impacts to fishermen. This bridge required a vessel collision analysis as part of the overall design. The consultant’s bridge design was named a Grand Award winner in the 2014 FICE Engineering Excellence Awards. FDOT District 7 District wide Structure Support (2001-2011): Senior bridge designer responsible for box culvert plans preparation & design. Project involves providing structural support to FDOT, relative to bridges, retaining walls, and signa l and sign structures encompassing Citrus, Hernando, Hillsborough, Pasco, and Pinellas Counties. Mandalay Bay East-West Trail PD&E Study, Design, and CEI, City of Clearwater, FL: Senior bridge designer responsible for CADD plans preparation and design. Project involved designing extension of Clearwater East-West Trail from west end of SR 60 (Memorial Causeway) to east via crossing of Mandalay Channel to provide a continuous, safe path. Project included post-tensioned, cable-stayed concrete bridge with unequal spans and a 103-foot A-shaped tower. The structure was redesigned to meet the reduced budget using Inverted-T beams. CR 765A Bridge Replacement, FDOT District 1: Senior bridge designer responsible for structural CADD plans preparation and design. Project involved design of new continuous flat slab bridge with standard lanes, shoulders, and barrier walls. Tasks included roadway and structural design, survey, drainage, signing and pavement marking, utility relocation, maintenance of traffic, cost estimates, environmental permits, wetland delineation, environmental mitigation plans, quantity computations, and cost estimates. US 41 (SR 45) Widening and Bridge Reconstruction/Rehabilitation, FDOT District 1: Senior bridge designer responsible for CADD plans preparation and design. Project involved reconstruction and widening of US 41 (SR 45) from four -lane rural arterial to six- lane urban arterial. Services included highway design, urban drainage design with stormwater treatment system, complete reconstruction of Dona Bay and Shakett Creek bridges, and rehabilitation of Roberts Bay Bridge including pile jackets. Jack Island State Park Pedestrian Bridge Repair Plans, Florida Department of Environmental Protection (FDEP), FL: Senior bridge designer responsible for CADD plans preparation & design. Project involved design and details for replacement of superstructure with pre-stressed slab units and concrete substructure repairs for pedestrian bridge at Jack Island Park near Ft. Pierce in St. Lucie County. Based o n field inspection of existing structural conditions and concept evaluation providing alternative recommendations, FDEP selected alternative to proceed with development of construction plans for bidding and construction. Crosswinds Drive over Crosswinds Canal Repair Plans (Bridge No. 154004), Pinellas County Public Works Department, FL: Senior bridge designer responsible for structural CADD plans preparation & design. Developed repair plans for concrete cap spall and crack deficiencies that also used FRP wrap for enhanced strength and protection of cap. Pinellas County Bridge No. 150064 Scour Repair (Park Blvd. over Cross Bayou Canal) A-Jacks Adjustments, Pinellas County, FL: Senior bridge designer responsible for structural CADD plans preparation & design. Developed repair plans and provided permitting services for bridge to install bent protection measures to counter possible scour. Project used A-jack concrete armor units for channel protection. Additional repairs included asphalt wearing surface crack sealing, deck joint replacement, and guardrail repairs. Dunedin Causeway Bridge Repairs (Bridge Nos. 150067 and 150068), Pinellas County, FL: Senior bridge designer responsible for plans preparation and design. Project involved designing repairs for two Dunedin Causeway Bridges that included concrete spall, crack and delimitation deficiencies in bridge components, installation of pile jackets with cathode protection, fender system repairs, and sidewalk expansion joint replacement. Services included hands-on field verification and location of deficiencies and completion of construction plans and bid documents. Project included complete removal and replacement of north sidewalk and concrete handrail on both bridges that were widened and handrails replaced with aluminum railing. Demolition of existing sidewalks used hydro demolition methods requiring containment systems for waste. Project was completed on an accelerated schedule. Collins Road Improvements (Rampart Road to Blanding Boulevard ), City of Jacksonville, FL: Senior bridge designer responsible for structural CADD designs. Project involved designing reconstruction of Collins Road from Blanding Boulevard to Rampart Road, including study, design, and construction plans to expand roadway from two-lane rural section to four-lane, median-divided urban section. Project included major overpass at I-295, intersection/signalization improvements at Blanding Boulevard and Collins Road, drainage collection/conveyance systems, regional stormwater treatment facility, maintenance-of-traffic plans, signing and pavement markings, utility adjustments, lighting, signalization, landscaping, right-of-way mapping, and extensive permitting work. SR. 64 Bridge, FDOT District 1: Replacement of two bridges over Perico Bayou and Palma Sola Bay. These bridges consisted of a three span and seven span AASHTO Type 3 Pre-stressed Concrete Girders supported on individual pile bents and concrete end bents. The project required staged construction in order to maintain one lane of traffic in each direction. Senior bridge designer involved in the design and analysis of a pre-stressed I Girder Bridge. Work included quantity calculations, slab design, existing pier analysis, and final plan and detailing preparation. www.cardno.com Pooya Farahbakhsh Current Position Graduate Engineer (Transportation) Profession Engineer Years' Experience 2 Joined Cardno 2016 Education Master of Science, Structural Engineering / 2016 – Southern Illinois University Bachelor of Science, Civil Engineering / 2014 / Sharif University of Technology Affiliations Student member of ASCE (American Society of Civil Engineers) Secretary of ASCE student organization on campus Summary of Experience Mr. Farahbakhsh is a structural engineer with a strong analytical background and two years of experience in different civil engineering projects, including foundation design, public transportation tunnel design, residential projects, and project management. He holds master’s and bachelor’s degrees in civil engineering. His structural field experience include construction monitoring, bridge inspection, and field surveying. Project Experience Seismic Design of Rocking Shallow Foundations for Ordinary Bridges in Midwest. Evaluated rocking foundation effects on bridges for seismic loading. Recently presented in ASCE Geotechnical and Structural Engineering Congress in Phoenix, Arizona. Finite Element Analysis of Welded Connections in Steel Structures. Performed a finite element analysis on welded connections using ABAQUS. Designing Bridge Superstructure using LRFD Method. A course project to evaluate skills for designing bridge's superstructure, using LRFD method. Related AASHTO code was used. Optimizing Bracing in Steel Structures Braced System. In this research, structures were modeled by SAP2000 and the results about deflection and weight of structure were compared in different cases of bracing positions and shapes. Key Skills and Competencies > Skilled with relevant civil engineering design software e.g. AutoCAD, Civil 3D. > Familiar with professional civil engineering software such as, RISA, ETABS, SAP2000, ABAQUS, PSBeams, STAAD, SAFE. > Knowledge of Local Authority Design Guides for Highways in Residential and Commercial Estates (FDOT) > Super critical thinking skills and the ability to evaluate designs, plans and projects. > Designing reinforced concrete structures. > Designing steel structures. > Knowledge of timber and masonry design > Computer literate and conversant with MS Office suite and relevant engineering software packages. > Skilled in Mathcad to provide calculation sheets. www.cardno.com John J. Hutchison Current Position Civil / Structural Drafting Technician Profession CAD Technician Years' Experience 16 Joined Cardno May 2000 Education Civil Structural Drafting Certificate Summary of Experience Mr. Hutchison has 16 years of CAD production experience. His responsibilities include roadway construction plans (including drainage, signal plans, and signing, pavement and marking), permit applications, and exhibits for public information meetings. Project Experience Columbus Drive Extension, Hillsborough County, FL. CAD Technician for this design-build involving design and construction for a new 0.9-mile-long, four-lane divided urban roadway. The project included four-foot bicycle lanes in each direction and a six- foot sidewalk along both sides of the roadway. The project also included signing and pavement marking, roadway lighting and traffic signals, underground drainage, stormwater treatment ponds, floodplain compensation, and an environmental mitigation area. This project had a very aggressive schedule. The project received the Florida APWA Project of the Year Award. Bee Ridge Road from Mauna Loa Boulevard to Iona Road, Sarasota, FL. CAD Technician for reconstructing and widening from two to four lanes from Mauna Loa Boulevard to Bent Tree Boulevard and adding bike lanes from Bent Tree Boulevard to Iona Road. Proposed pedestrian and bicyclist features include constructing a 4- or 5-foot bike lane on each side of the roadway, sidewalks on both sides of Bee Ridge from Mauna Loa to Bent Tree and sidewalk on the south side as needed to fill in missing segments. Drainage design will utilize LID standards and incorporate roadside ditches to collect runoff and convey it to drainage treatment features via open and enclosed drainage pipe systems. Bryan Dairy Road (CR 296) from Starkey Road to 72nd Street North, Clearwater, FL. CAD Technician for widening 1.5-mile stretch of Bryan Dairy Road from four to six lanes with turning lanes in this industrial/residential district. SR 688 (Ulmerton Road) from 49th Street to East Roosevelt Boulevard Interchange, Pinellas County, FL. CAD Technician for 1.7 miles of interim roadway improvements until scheduled widening. Project was accomplished via resurfacing, restoration, and rehabilitation (RRR) and included preparation of complete set of construction plans, specifications, and special provisions including milling and resurfacing, minor roadway improvements, traffic control plans, and signing and pavement marking. Patricia Avenue Reconstruction and Final Design, Dunedin, FL. CAD Technician for preparation of preliminary and final plans for 1.5 miles of roadway serving main business and residential areas. Project included evaluation of three alternative widening schemes and preparation of preliminary drainage analysis, cost estimates, and maintenance of traffic concepts as well as displays for public meetings. Edgewood Drive Extension Design from Harden Boulevard (SR 563) to South Florida Avenue (SR 37), Lakeland, FL. CAD Technician for preliminary engineering and final design for roadway, drainage, signing and pavement marking, signalization, and structural design. Project included SUE, survey, and right-of-way mapping. Berkley Road (CR 655) Widening, Polk County, FL. CAD Technician for widening two- lane rural roadway to four-lane undivided urban roadway with a two-way center left turn lane, bike lanes, and sidewalks. Property impacts included driveway access, parking and circulation, loss of signage and visibility, and impacts to landscaping and ponds. Deltona Boulevard Widening from Spring Hill Drive to Forest Oaks Boulevard, Hernando County, FL. CAD Technician for widening 2.7 miles of existing roadway from a two-lane rural to a three-lane section with a continuous center turn lane. Airport-Pulling Road and Pine Ridge Road, Collier County, FL. CAD Technician for design of the signalization, curb ramps, and signing and pavement marking. The intersection improvements included replacing the span wire design with mast arms, new controller cabinet, video detection, CCTV, pedestrian features, ADA compliant ramps, and updating the pavement markings. Gandy Boulevard Channel 2 Culvert Upgrades, Pinellas Park, FL. CAD Technician for preliminary and final design of an additional 5-foot by 10-foot box culvert barrel under busy Gandy Boulevard. Assisted with developing a MOT plan that avoided lane closures. Park Boulevard and 49th Street, Pinellas County, FL. Traffic Technician responsible for data collection for the seven-day approach counts and turning movement counts for these two roadways. Watershed Management Plan, Redington Beach, FL. CAD Technician for Phases 1, 2, and 3 for design and water quality enhancement implementation and drainage improvements of the Watershed Management Plan. Responsibilities included the coordination and grants procurement from SWFWMD, placement of inlets, design of storm sewer layout and underdrain systems, stormwater treatment structures, coordination with the town for outfall locations, design of outfalls, environmental permitting and construction management for each phase. Traffic Signal Retiming Plan, Pinellas County, FL. Data collection and on-site inventories of traffic and intersection conditions in preparation for developing traffic signal system timing plans for 280 intersections in 50 control areas in Pinellas County and Clearwater. Developed six timing plans for 15 control sections using FORCAST. This project also included liaison with the traffic engineering staffs of Pinellas County, the City of Clearwater, and the Florida Department of Transportation. 44th Avenue East from 19th Street Court East to 30th Street East, Manatee County, FL. CAD Technician for design of one mile of roadway. Includes intersection improvement at US 301 and peripheral roadway improvements along 38th Avenue E and 30th Street E to improve overall traffic circulation. Two roundabouts are included along 38th Avenue East. In addition, the project includes three new traffic signals, roadway lighting, signing and pavement marking, and extension of 8-inch water main. 118th Avenue Connector Study, Pinellas County, FL. Traffic Technician responsible for data collection, turning movement counts, and laying tube counters. Starkey Road Improvements, Clearwater, FL. Traffic Technician responsible for data collection, turning movement counts, and laying tube counters. Pinellas ATMS Stage I, Pinellas County, FL. CAD Technician for plans development for the Pinellas Advanced Traffic Management System. The design included nine miles of fiber optic communications design, routing and device assignment. Device design included three dynamic message signs and 18 CCTVs. Eleven signalized intersections were upgraded to include video vehicle detection and 2070N controllers. www.cardno.com Shari Barnwell, PE Current Position Roadway Engineer / Project Manager Profession Professional Engineer Years' Experience 20 Joined Cardno 2002 Education BS / Civil Engineering, 2001 AA, Civil Engineering, 1994 AS / Drafting and Design Technology, 1988 Professional Registrations Professional Engineer FL No. 71357 FDOT Advanced Maintenance of Traffic FDOT Specifications Training Affiliations Florida Engineering Society-Tampa Chapter National Society of Professional Engineers Summary of Experience Ms. Barnwell has 20 years of experience in the civil engineering field, including five years with the Florida Department of Transportation (FDOT), District Seven. Her experience includes project management for transportation projects from initial planning through completion. Projects types have included roadway widening, interchange improvements, resurfacing and concrete rehabilitation, and enhancement. Her computer software skills include GeoPak, MicroStation, and AutoCAD. Project Experience SR 688 (Ulmerton Road) from 49th Street to the East Roosevelt Interchange, Pinellas County, FL. Project Manager for milling and resurfacing of this six-lane to eight- lane facility in the densely populated area between Clearwater and St. Petersburg, south of the St. Petersburg-Clearwater International Airport. Current daily traffic volumes exceed 80,000 vehicles. Services include roadway construction plans, typical sections, stormwater permitting, drainage modifications, ADA compliance, public involvement, signing and pavement markings, signalization, construction estimates and final quantities. Project included sidewalks and bus landing pads to connect to pedestrian facilities. Coordination with Pinellas County Transit to determine ideal locations for bus stops. Pinellas County Street and Sidewalk Improvements, Pinellas County, FL. Project Engineer for design of various roadway and sidewalk features throughout Pinellas County. To date, services have included design plans, construction documents, permitting, design surveys, conceptual layouts, preliminary design drawings depicting property lines, easements adjacent to right-of-way, curb lines, known utilities, and topographic features. Sidewalk Improvements (LAP Projects), Collier County, FL. Project Manager for engineering design, survey and utility coordination for various sidewalk projects throughout Collier County. These sidewalk projects are LAP-funded and include: > Golden Gate Parkway from Sunshine Boulevard to Collier Boulevard (CR 951) > Golden Gate City Sidewalks > New Market Road West from SR 29 (North 15th Street) to SR 29 (East Main) > East Naples Sidewalk District-wide Enhancement Projects, Florida Department of Transportation, District One. Project Manager providing services to FDOT, District One for numerous enhancement projects, which included bike lanes, sidewalks, pedestrian / bicycle trail projects and trail overpass projects. Design projects encompass pedestrian facilities including sidewalks, shared-use path, American with Disabilities Act (ADA) improvements, pedestrian signals and improved crosswalks. Other services include structural, architectural, landscaping and environmental design.  SR 45 Audible Markings  SR 90 Sidewalk  SR 84 Lighting  Hardee / Fraser Sidewalk  Central Sidewalk  Memorial Sidewalk  Gulf Shore Sidewalk  Peace Legacy Trail • LOST Trail SR 595 (Tyrone Blvd.), Pinellas County, FL. FDOT Project Manager for preparation of construction plans for concrete pavement rehabilitation of 3.3 miles of Tyrone Boulevard. Project also included replacement of more than 7,000 linear feet of storm sewer and the construction of a 550-foot-long, triple 10-foot by six-foot box culvert. Other improvements included pavement widening for through and turn lanes, ADA upgrades and transit amenities. A unique “connected mast arm” signal support structure was also included. Thonotosassa Road Sidewalk, Hillsborough County, FL. Project Manager for design of 1.4 miles of the sidewalk along Thonotosassa Road, a two-lane rural roadway with residential properties adjacent to the roadway. Oldsmar Trail, Oldsmar, FL. Project Engineer for corridor design of a city-wide, outdoor recreational component to be utilized by the general public. This recreational facility relates to the over 12-mile multi-purpose trail that travels between neighborhoods, schools, shopping, government facilities, parks and natural areas. The plan recommended guidelines and appropriate trail segments that will allow for the design, engineering and construction of the full, city-wide trail system development and operation of the Oldsmar Parks Connection Trail system in Pinellas and Hillsborough counties. SR 436 (Semoran Boulevard) from SR 552 to the Seminole County Line, Orange County, FL. Project Manager / Project Engineer for improvements to six miles of roadway. This project included pavement design, access management, signal loop replacements, evaluation of ADA compliance, upgrade of pedestrian heads to countdown signals, traffic monitoring sites and signing and pavement marking. Project included inventory and design for ADA compliance for curb ramps through the corridor. SR 699 (Gulf Boulevard) – from SR 666 (Tom Stuart Causeway to Colony Circle, Pinellas County, FL. Project Manager for milling and resurfacing of 1.5 miles of existing four-lane urban section of roadway, minor drainage improvements, upgrade to ADA compliance, signalization and signing and pavement markings. Project included inventory and design for compliance with ADA requirements for curb ramps through the corridor. SR 50 (Cheney Highway) Brevard County, FL. Project Manager / Project Engineer for milling and resurfacing 3.5 miles of four-lane urban highway. Project includes signing and pavement markings to remove the on-street parking and designate bicycle lanes along both sides of the roadway. Project also includes upgrading existing sidewalk and curb ramps for compliance with ADA requirements. A public information meeting during design allowed stakeholders to review and comment on the proposed design. SR 50 (Cortez Boulevard), Hernando County, FL. Project Manager for roadway widening for 3.5 miles of an existing four-land rural section of roadway to a six-lane suburban facility. Services include roadway plans, horizontal and vertical geometry, typical section alternatives, drainage and pond locations, signing and pavement markings, signalization, traffic control plans, utility coordination, subsurface utility engineering, and public involvement. Project also included design for sidewalk, shared-use path, and bus boarding pads and shelter pads. CR 578 (County Line Road), Hernando / Pasco County, FL. Project Manager / Project Engineer for reconstruction of 2.5 miles of an existing two-lane rural section of roadway to a four-lane urban and suburban facility. Services include roadway plans, horizontal and vertical geometry, typical section alternatives, drainage and pond locations, signing and pavement markings, signalization, traffic control plans, utility coordination, subsurface utility engineering, and public involvement. Project also included design for sidewalk, shared-use path, and bus boarding pads and shelter pads. Brandon Feeder Roadway, Tampa, FL. Project Engineer for design including construction plans for intersection, pedestrian and bicycle facilities, and access road improvements. Structural design included pedestrian/bicycle crossing at Delaney Creek, box culverts, retaining walls, and traffic signal, lighting and sign foundations. The project also included design for a 12-foot-wide, off-road recreational multi-use trail adjacent to the parkway. www.cardno.com Brooke Baumann, EI Current Position Roadway Engineer Intern Years' Experience 3 Joined Cardno November 2013 Education BSCE / Civil Engineering / 2012 Professional Registrations Engineer Intern / FL / #1100017919 Summary of Experience Ms. Baumann specializes in roadway design tasks. She assists in the preparation of roadway plans, signing and pavement marking plans and maintenance of traffic plans. She is familiar with the Florida Department of Transportation (FDOT) standards, MicroStation and corridor modeling. Project Experience City of Largo Sidewalks Enhancement, Largo, FL. Engineering Intern for assisting with design for sidewalk enhancements along Adrian Avenue as part of FDOT District Seven’s Districtwide Enhancement Project. Design encompasses sidewalks, American with Disabilities Act (ADA) improvements, pedestrian signals and improved crosswalks. SR 580 from Air Cargo Road to Lee Place, Hillsborough County, FL. Engineering Intern assisting with design and preparation of construction plans for 3.1 miles of six -lane suburban roadway. Services include pavement design, bike lane design, access management, sidewalk design, drainage updates, utility coordination, struc tural design for steel pole box spans to replace existing poles, signing and pavement marking, signal and lighting upgrades, survey, and public involvement. SR 574 (Dr. Martin Luther King Jr. Blvd.), from East of Kingsway Road to East of McIntosh Road, Hillsborough County, FL. Engineering Intern responsible for design of for reconstruction of 2.5 miles of an existing two-lane rural section of roadway to a four- lane urban and suburban facility. Services include roadway plans which include sidewalk on the north side of the road, horizontal and vertical geometry, typical section alternatives, drainage and stormwater management facilities, signing and pavement markings, signalization, lighting, traffic control plans, utility coordination, and public involvement. Upper Peace Legacy Trail Phase 2, Polk County, FL. Engineering Intern for assisting with design for horizontal and vertical geometry for 9 miles of trail which includes an 8-foot wide Bicycle / Pedestrian Trail and an Equestrian Trail for the last 2.5 miles. The trail travels along the berm on the east side of Lake Hancock. Improvements include pavement design, geometry alignment, drainage, permitting, and signing and pavement marking. SR 25 (US 441) from NW 35th Street to North of CR 25A, Marion County, FL. Engineering Intern assisting with design for milling and resurfacing 6 miles of a six -lane rural roadway which included cross slope corrections for superelevation curves and minor drainage improvements. Project also included intersection improvements to realign CR 25A with SR 25 / US 441, access management median modifications between NW 95th Street and NW 100th Street and adding rumble strips adjacent to the shoulder pavement that alert districted drivers through noise and vibration. SR 200 (SW College Road) from CR 484 to SW 60th Avenue, Marion County, FL. Engineering Intern assisting with design for milling and resurfacing for six miles of six -lane high speed urban roadway. Projects includes re-striping to provide buffered bike lanes, inventorying and upgrading curb ramps and sidewalks for ADA compliance, correcting pavement cross slopes, adding dual left-turn lanes at SW 60th Avenue, providing pedestrian crosswalks at eleven signalized intersections, replacing signal loops, upgrading pedestrian signals, and replacing traffic monitoring sites. Other services include design survey, utility coordination, and environmental assessment. Lake Okeechobee Scenic Trail (LOST), Okeechobee County, FL. Engineering Intern assisting with roadway design for this part of the Florida National Scenic Trail. This section of the multi-use trail is approximately four miles long and encircles a portion of Lake Okeechobee. Improvements include pavement design, geometry alignment, drainage, permitting, and signing and pavement marking. SR 70, Okeechobee County, FL. Engineering Intern assisting with design of capacity improvements to widen the highway from two lanes to four lanes. The project is approximately 4.4 miles in length. The project will include a four-lane, divided high-speed rural roadway with a 64-foot median to be proposed within a 236-foot wide right-of-way. The project requires significant right-of-way acquisition as the existing right-of-way width along the majority of the project is 66 feet. A comprehensive drainage study and pond siting analysis to minimize the number of ponds and reduce right-of-way impacts was required. Assisted with design of the mainline profile, mainline cross sections, and plans preparation. District-wide Enhancement Projects, Florida Department of Transportation, District One. Roadway Designer providing services to FDOT, District One for numerous enhancement projects, which included bike lanes, sidewalks, pedestrian / bicycle trail projects and trail overpass projects. Design projects encompass pedestrian facilities including sidewalks, shared-use path, American with Disabilities Act (ADA) improvements, pedestrian signals and improved crosswalks. Other services include structural, architectural, landscaping, and environmental design. > SR 45 Audible Markings > SR 90 Sidewalk > SR 84 Lighting > Hardee / Fraser Sidewalk > Central Sidewalk > Memorial Sidewalk > Gulf Shore Sidewalk > Peace Legacy Trail www.cardno.com Scott A. Szulga Current Position Senior CAD Technician Insert Discipline Roadway Years' Experience 20 Joined Cardno 2016 Education/Training AS / Electronic Engineering / 1986 CES Certified / FDOT GEOPAK 95 Roadway Training GEOPAK Road User Training GEOPAK Road 2004 Update Training MicroStation V8 User Update Training FDOT 2004 Site menu Training Affiliations American Society of Civil Engineers (ASCE) Summary of Experience Mr. Szulga has considerable experience in geographical information systems (GIS). His experience also includes implementing digital design systems using Intergraph Micro Station and Arc/Info software to produce digital drawings for the US Army Corps of Engineers. Mr. Szulga was formerly a Project Manager with Geonex Corporation and his experience also includes implementation of digital design systems, MicroStation and Arc/Info. He is skilled in the production of digital drawings, implementation of Standard Operational Procedures to ensure quality and efficiency, tracking project percent complete, forecasting and weekly status reports. Additionally, he has extensive experience as a Business Analyst and Data Mapping for Global Acquisitions. He is experienced in roadway and structures design plans using FDOT standards and highly trained with Tabulation of Quantities and Proposal Graphics. Mr. Szulga is proficient in the use of MicroStation XM, GEOPAK XM, Descartes, Adobe PhotoShop, GIF Animator, Microsoft Project, Excel, Word, SAP, and VB. Project Experience: Metro Parkway (SR 739), Lee County, FL. CAD technician for the design of a three- span bridge and six-lane roadway extending Metro Parkway from Winkler Avenue approximately 1,600 feet, then northwest with a bridge over Seminole Gulf Railway, the Ten Mile Canal and Palm Avenue. The roadway then splits to form a one-way pair to SR 82. The northbound traffic followed a reconstruction of Evans Avenue. The southbound traffic followed existing Fowler Street. This project was split into three construction plan sets and includes preparation of roadway construction plans, railroad realignment plans, signing and pavement marking, signalization, bridge design, pond siting report, drainage design, hydrology and hydraulic analysis, bridge hydraulic report, stormwater management system facility design and environmental permitting. SR 93 (I-75) South of SR 82 to south of Luckett Road, Lee County, FL. CADD designer for interstate widening of a four-span bridge and 1.5-mile section of I-75 in Lee County. The project limits were from south of SR 82 (ML King Boulevard) to south of Luckett Road. This project constructed the Stage I roadway improvements which widened the Interstate from four lanes to six lanes by widening one lane in each direction toward the median. The project includes bridge widening of the twin bridges crossing over SR 82. The widening was accomplished without encroaching into the 44-foot wide multi-modal corridor. The pond designs and permitting were completed for the Stage II roadway improvements, which consisted of 8-lane and 10-lane widening. Winterberry Bridge Replacement over Roberts Bay (Existing Bridge No. 034114), Marco Island, FL. CADD design for this project which consisted of bridge replacement, seawall replacement, approach roadway, signing and pavement marking, drainage, permitting, bridge/wall lighting, landscape, waterline design, hydraulics/scour analysis, geotechnical and design survey. Raymond Road Bridge Replacement, Sarasota County, FL. CADD designer for this bridge replacement project which consisted of bridge replacement, approach roadway, signing and pavement marking, drainage, permitting, geotechnical, and design survey. Belcher Road Improvements, Pinellas County, FL. CADD designer responsible for development of roadway plans and typical sections, along with details for the sound walls and dynamic message signs (DMS). Goodland Bridge Repair, Collier County, FL. CADD Designer responsible bridge repair and scour remediation plans. Chokoloskee Bridge Repair, Collier County, FL. CADD designer responsible for bridge repair plans. Rails to Trails, Dade City, FL. Cardno TBE provided design services for a pedestrian path / bicycle trail which involved construction of a 12-foot-wide, approximately one mile long, shared-use path. SR 699 (Gulf Boulevard) from SR 666 (Tom Stuart Causeway) to north of Colony Circle, Madeira Beach, FL. CADD designer for milling and resurfacing approximately 1.5 miles of existing four-lane divided urban principal arterial with 10-foot painted median, curb and gutter and sidewalks on both sides. Limits were from Tom Stuart Causeway to North of Colony Circle. Videotaped existing storm pipe and determine deficiencies. Replaced old substandard inlet tops. Replaced existing strain poles with mast arms at Madeira Way, 153rd Avenue and 161st Avenue. SR 436 (Semoran Boulevard) from north of Curry Ford Road (SR 552) (MP 5.092) to Seminole County Line (MP 11.056), Orange County, FL. This project included resurfacing, restoration, and rehabilitation (RRR) to preserve and extend the service life of the existing pavement. This RRR project was designed and constructed in a manner that complied with ADA accessibility standards and requirements. www.cardno.com James Hunt, PE, AVS Current Position Senior Roadway Engineer / Project Manager Profession Professional Engineer Years' Experience 44 Joined Cardno 2005 Education BS / Civil Engineering, 1971 Advanced Maintenance of Traffic (FDOT) / 2014 FDOT Specifications Training Professional Registrations Professional Engineer FL No. 24160 Associate Value Specialist (AVS) No. 201206035 Summary of Experience Mr. Hunt is a senior level Project Manager / Roadway Engineer with varied experience in the planning, design, construction and management of highway and civil projects for FDOT and municipal clients. Included are surveys, preliminary engineering studies, design, CEI and construction management, value engineering studies, quality control reviews and various general consultant services. Project Experience East Winterberry Drive Bridge Replacement, Marco Island, FL. Roadway Engineer for design of roadway approaches. Grand Canal Boulevard Northeast Bridge Replacement over Grande Canal, St. Petersburg, FL. Roadway Engineer for design of the roadway approaches. Old Middleburg Road – Phase 2, from North of Argyle Forest Boulevard to 103rd Street, Jacksonville, FL. Project Manager for study and final design for reconstruction of four miles of rural section collector, with one 60-foot-long concrete bridge, to a four- lane, divided urban section with bike lanes and si dewalks within a 100-foot right-of- way. Included was new alignment at the north end of the project to move the signalized intersection with 103rd Street (SR 134) further away from the existing intersection of 103rd Street with Shindler Drive. SR 826 / Palmetto Expressway, Section 1, from North of US 1 to North of Sunset Drive, Miami, FL. Project Manager for design of improvements to a 2.4-mile section of limited access expressway with two interchanges from a four -lane divided to a six-lane section within the existing right of way. Included five new bridges, widening of five existing bridges and 16 MSE walls. Curry Ford Road from South Goldenrod Road to Dean Road, Orange County, FL. Project Engineer for design for reconstruction of a three-mile rural section minor arterial roadway with a bridge over a waterway. Bridge Repairs on Maine Turnpike, Lewiston, ME. Project Engineer for inspection of force account repairs to replace deteriorated sections of bridge decks and back walls for six bridges. Saco River Bridge Reconstruction and Widening, Saco, ME. Project Engineer for survey control and construction inspection to widen twin, 600-foot-long, six-span, continuous steel plate girder bridges and approaches carrying the Maine Turnpike over the Saco River. Maine Turnpike Reconstruction, from Kittery to Portland, ME. Design Engineer responsible for geometric design for replacement of existing bridges crossing over the planned widening of the Maine Turnpike. Miami Intermodal Center (MIC), PD&E with EIS and MIS, for FDOT, District Six. Roadway Engineer for developing and evaluating alternative concepts for roadway improvements, including cost estimates, construction sequence and maintenance of traffic phasing during the PD&E Phase. This included preparation of MIS and EIS with preliminary plans and engineering report with an estimated $2.2 billion cost. Roadway improvements included a new elevated Interconnector Expressway on a viaduct between SR 836 and SR 112 with three major multi-level interchanges including a new interchange with the Miami International Airport and Miami Intermodal Center. Edgewood Drive Extension from Harden Boulevard (SR 563) to South Florida Avenue (SR 37), Lakeland, FL. Project Manager and EOR for design of a 1.1-mile section of new two-lane collector roadway. Project included survey, right-of-way mapping, SUE, preliminary and final design, bid phase and construction phase (CEI) services. Major issue was poor soil conditions resulting from extensive deposits of waste phosphatic clay (slime) from old phosphate mine. Prepared design-build criteria and RFP package for soil remediation and ditch relocation, assisted City in DB firm selection and monitored construction. Prepared plans and inspected final roadway construction after DB contract completed soil remediation. 15th Street East (SR 70) / 26th Avenue East Intersection Improvements, Bradenton, FL. Project Manager and EOR for final design, and permitting for reconstruction of the intersection of two 2-lane collector roadways with addition of turn lanes, water lines, extension of a concrete box culvert and mast arm signali zation. Hillsborough Avenue (SR 580) at Webb Road Intersection Improvements, Tampa, FL. Project Manager and EOR for design phase of project to add turn lanes, reconstruct Webb Road and make median modifications to Hillsborough Avenue as part of County intersection improvements program. L & R Industrial Boulevard Extension, Tarpon Springs, FL. Project Manager and EOR for design of extension of existing 2-lane roadway to provide service to new City Membrane Water Treatment Plant site. Sunshine Grove Road from SR 50 to North of Ken Austin Parkway, Hernando County, FL. Project Engineer for design of the Maintenance of Traffic Phasing Plan. Hillsborough Avenue (SR 580) at Webb Road Intersection Improvements, Tampa, FL. Project Manager and EOR for design phase of project to add turn lanes, reconstruct Webb Road and make median modifications to Hillsborough Avenue as part of County intersection improvements program. US 19 at Breakwater Boulevard / Berkeley Manor Boulevard intersection improvements, Hernando County, FL. Project Manager and EOR for addition of turn lanes and new mast arm signal at this intersection for Hernando County. Gateway Centre / 40th Street Intersection Improvements, Pinellas Park, FL. Project Manager for final design of a new signalized intersection with turn lanes. US 19 Reconstruction from South of Ulmerton Road (SR 688) to South of East Bay Road (SR 686), Pinellas County, FL. Project Engineer for roadway design for reconstruction of US 19 from a four-lane divided section at grade to a six-lane section with frontage roads and two grade-separated interchanges. Final Plans Review for FDOT District Four. Project Manager for plans review services for over 100 design phase submittals by consultants and in-house design sections for RRR, enhancement and reconstruction projects. Included review for conformance with FDOT and AASHTO standards and criteria, plan preparation requirements, constructability and bidability. Other assignments included miscellaneous support of FDOT in-house design sections, preparation of specifications packages, and preparation of Construction Contract Duration Estimate CPM Schedules. Included development of Industrial Access Road at Keystone Airpark, Keystone Heights, FL. Project Manager for design of 4,500 linear feet of a two-lane, rural section roadway on new alignment from an abandoned taxiway to SR 100 as a new entrance into an industrial park site at Keystone Airpark. www.cardno.com James Hubbard Current Position Senior Project Manager Years' Experience 36 Joined Cardno 2013 Qualifications FDOT Advanced MOT CTQP QC Manager Disputes Review Board Training Emergency Management Institute, FEMA TIN #H16344558 Summary of Experience Mr. James Hubbard has more than 36 years of extensive knowledge in construction engineering serving as D-7 Oak Park CCEI Assistant Resident Engineer,I-4 Project Manager, Project Engineer and field inspector for FDOT. He offers diversified experience in the field and management of day to-day CEI operations. He has extensive Contract administration knowledge, constructability/bidability review experience, claim resolution experience, trial experience and has served as the State Project Assistance Coordinator (State PAC) representing Polk County with FEMA during the 2004/2005 hurricane season. Provided oversight and contract management responsibilities for the Hillsborough County I-4 weigh-in-motion stations and the Pasco County I-75 Rest Areas (CM@Risk). Administration and oversight of multiple Design Build projects. Project Experience I-75 from North of SR 52 to Pasco/Hernando County Line, Design / Build. Project Administrator/Design Manager for this $47-million Design-Build project that includes widening of I-75 from four to six lanes. The project includes adding lanes in each direction, resurfacing the existing lanes, extensive drainage construction, overhead signing, ITS installations and high mast lighting. When finished, there will be three 12- foot wide lanes in each direction. Jim serves as Design Manager and is responsible for coordinating the design aspects of the project, specifically acting as liaison between the plan reviewers and Design/Build team and between the construction and design disciplines. He also coordinates with the two adjacent segments to ensure consistency along the corridor. General Engineering Consultant Contract. Project Manager on multiple Task Work Orders for District Seven Construction GEC. This contract provides administrative and engineering services professional support to the District Construction Office including the following services: constructability plan reviews, schedule and claims support, public information, utility coordination, final estimates support, compliance office support and various administrative services. This support is performed throughout District Seven involving all of the Resident Offices as well as the District Office. I-275 Design / Build from SR 60 to Hillsborough River. Project Administrator for this $215-million Design-Build project includes reconstruction of all southbound lanes and bridges in that area, as well as northbound lanes and bridges from SR 60 to Himes Avenue. The improvements to I-275 include the construction of 18 new bridges and the widening of three other bridges, as well as modifying ramps and interchanges to improve traffic flow. The construction consists of Florida Bulb-T girder bridges on pile and drilled shaft foundations, MSE walls, drainage installation, lighting, signalization and architectural features. SR 618, Leroy Selmon Expressway, Design Build Deck Panel Replacement/Widening. FDOT Resident Contract Administrator for this Design Build project which consists of limited-access bridge widening and deck rehabilitation for the Lee Roy Selmon Expressway from Hillsborough River to 12th Street. It provides an additional hurricane evacuation route and will aid emergency response providers. The construction consists of additional girder bridges on drilled shaft foundations, widening and deck replacement on the Selmon Expressway, MSE walls, drainage installation, and lighting. SR 55 (US 19) New Interchange and Bridge(s) Corridor Improvement Project(s) from North of 49th Street to North of Sunset Point Road, Pinellas County, FL. FDOT Resident Contact Administrator for this corridor project. The existing SR 55 roadway is a six lane roadway with multiple” at grade” signalized intersections. The new design constructed bridges over the major intersections to keep the traffic free flowing on the mainline US 19 while the access roads handled the local business traffic. This project consisted of multiple JPA utility relocation with extensive underground coordination, curb and gutter with sidewalks, multiple bridges, MSE walls and signalized intersections. One of the biggest challenges was maintaining business access during construction. SR 60 (Memorial Causeway) Bridge Replacement. Resident Contract Administrator for this project. The project involved the replacement of the low level bascule bridge with a high level cast in place, post tensioned, segmental bridge. The bridge construction consisted of drilled shafts, footers, columns and cast in place post tensioned concrete bridge sections with the use of false work and traveling forms. SR 699 (Gulf Blvd) at Johns Pass Bascule Bridge Replacement Project. FDOT Resident Contract Administrator for this project. This project involved the replacement of two low level bascule bridges with new low level bascule bridges and re-constructed the associated fender system and bridge tender house and also included the construction of the adjacent roadway, a new drainage system, MSE walls, lighting on both the roadway and bridge and signals. SR 400, I-4 Corridor, Hillsborough County, FL. FDOT Project Manager for the I-4 corridor located in Hillsborough County. Responsible for construction of a number of highway and bridge construction projects in a large urban area. Oversee subordinates and consultants for conformance with contractual requirements, departmental procedures, project plans and specifications. Review and evaluate plan revisions submitted on construction projects. Serve as department liaison with utility companies, property owners, City, county and State representatives on projects. www.cardno.com George Denti Current Position Director, Senior Project Manager Years' Experience 38 Joined Cardno June 2007 Qualifications Certified Public Manager Levels I-VII Dispute Review Board Member Approved with wide-ranging experience Extensive experience with Partnering Concepts Significant Complex and Segmental Bridge Experience Level II Training – Post Tensioning and Grouting Summary of Experience Mr. Denti directs the day-to-day operations for Cardno TBE’s municipal Construction Engineering and Inspection (CEI) projects in East Central Florida. Mr. Denti has 38 years of experience in inspection and management of road and bridge construction projects. He has served as Construction Project Manager on a number of major bridges, including three precast concrete segmental "signature" bridges. The last four bridge projects managed by Mr. Denti won numerous awards, including the Florida Transportation Builder’s Association (FTBA) Major Bridge of the Year. Mr. Denti most recently served as the Resident Bridge Operations Manager for FDOT, responsible for supervising the operation, maintenance repairs and construction of bridges in the three-county area of Martin, St Lucie, and Indian River Counties. Mr. Denti's 31 years with FDOT, relationships with local government, and excellent communications skills make him an invaluable member of our project team. Significant Projects Indian Street Bridge FDOT, District 4, Project Manager Dale Walker (772)465-7396 April 2010-Present Project administrator for a complex category two structure spanning the St. Lucie River and Okeechobee waterway in Martin County. This project was ARRA funded. Tasks include staff /office managem ent duties, contract administration including inspection, documentation, dispute resolution and a public involvement program . Cost $55 million Bridge Rehab Construction Management, Atlantic Blvd. and Parker bascule Bridges in Broward and Palm Beach Counties. FDOT, District 4, Project Manager Sid Mailhes (561)432-4966 August 2009- March 2010 Project Administrator for two mechanical/electrical/structural drawbridge rehabilitations in a marine environment .This project was an FDOT pilot project using the CM at Risk delivery method. Tasks included staff /office management duties, contract administration including inspection, documentation, dispute resolution, contract interpretation and public involvement. St. Lucie County Construction Management Services July 2007-July 2009 St. Lucie County Construction Management Services continuing contract. Florida program Manager/Project Support for Cardno TBE’s Construction Management Services Continuing Contract. Prior Work Experience Treasure Coast FDOT Bridge Projects FDOT, District 4, Project Manager Randall Scott, PE (772)489-7072 July 2002 – July 2007 FDOT Resident Bridge Operations Manager/Bridge Construction Project Manager for projects including the new Ernest Lyons Bridge, a Design/Build Precast Segmental Bridge with two smaller AASHTO Beam Bridges, the Jensen Causeway Bridge, an AASHTO beam bridge with a record breaking span of 155’, the Mechanical Bascule Rehabilitation of the North Causeway Bridge, Environmental Marine Mitigation Project which created an island and wetlands habitat, and Emergency Bridge Repairs from Hurricanes Frances, Jeanne, and Wilma. Total Construction Cost: Approx. $100 million. SR A1A, Evans Crary Bridges FDOT, District 4, Project Manager Randall Scott, PE (772)489-7072 Dec 1999 – May 2002 FDOT Project Manager on this project that included several miles of urban roadway construction, two complex precast segmental bridges (span by span with underslung erection truss) with over 600 segments, drainage improvements, earthwork, lighting, signalization, landscaping/irrigation, and utility relocations. The project has the longest span in the United States using the span by span method of erection and won the AASHTO Value Engineering Project of the Year. Total Construction Cost: Approx. $32 million SR A1A Evans Crary Bridge, Martin County, FL FDOT District 4, Resident Engineer Jim Lynch (772) 465-7396 FDOT Project Manager for the project which included several miles of urban roadway construction, two complex segmental bridges(span by span erection with underslung truss) with over 600 segments, drainage improvements ,earthwork, lighting, signali zation, landscaping /irrigation and utility relocations. This project has the longest span length in the US using the span- by span method of erection, and won the ASSHTO Value Engineering Project of the Year North Causeway Bridge A1A FDOT, District 4, Structures Design Engineer John Danielson (954)777-4644 Jan 2002 – July 2003 FDOT Project Manager for this $8 million major bascule bridge rehabilitation project. Project included complete rehabilitation with mechanical, structural, and aesthetic upgrades. Old Roosevelt Bridge FDOT, District 4, Project Manager Randall Scott, PE (772)489-7072 Dec 1998 – Dec 1999 FDOT Project Manager for Mechanical/Electrical Rehabilitation Project which included new machinery, electrical and computerized operating systems, balancing, and structural steel repair. Total Construction Cost: Approx. $12 million US-1 Roosevelt Bridge FDOT, District 4, Project Manager Pat McCann (954)777-4387 Sept 1994 – Dec 1998 FDOT Project Manager on this project which included approximately four miles of new urban roadway construction, two complex precast concrete segmental bridges (balanced cantilever with overhead gantry construction) with over 1200 segments, MSE wall construction, drainage improvements, lighting, signalization, landscaping/irrigation and utility relocation. This project was selected as “Concrete Bridge of the Year” by (PCA) Portland Cement Association. Period: September 1994 – December 1998. Total Construction Cost: Approx. $55 million www.cardno.com Jason Yam, PE Current Position Roadway Engineer / Project Manager Profession Professional Engineer Years' Experience 16 Joined Cardno 2000 Education BSCE / Civil Engineering / 1999 Professional Registrations Professional Engineer FL No. 62449 FDOT Maintenance of Traffic Summary of Experience Mr. Yam has experience in project management for Florida Department of Transportation (FDOT) and local government roadway design projects. Most of his career has been spent serving as project engineer or project manager for roadway projects ranging from small rural to large interstate systems. He is extremely knowledgeable in the preparation of roadway plans, signing and pavement marking plans and maintenance of traffic plans. Mr. Yam is very experienced with FDOT and Florida Greenbook standards and requirements. Project Experience John Ringling Causeway Bridge (SR 780) Design/Build Project, Sarasota, FL. Project Engineer involved with the reconstruction of a four-lane facility with a bascule bridge to a four-lane facility with a fixed bridge on SR 789 from Bird Key Drive to Sunset Drive. This Design-Build project involved a new alignment and profile for SR 789 and connecting side access roads. The project also included close coordination with the contractor for traffic control plans. 44th Avenue East from 19th Street Court East to US 301, Manatee County, FL. Engineer of Record for final plans and specifications for improvements to approximately one mile of roadway. Design consists of a four-lane divided urban roadway with a 22-foot raised median with curb and gutter, two 12-foot travel lanes in each direction, bicycle lanes in each direction, 5-foot sidewalks along both sides of the roadway, and a 120-foot-wide right-of-way. The project includes improvements to adjacent connecting roadways for overall traffic circulation. These improvements include two roundabouts along 38th Avenue East. Other improvements include roadway lighting, signing and pavem ent marking, and new water distribution main. 45th Street East Roadway Improvements, Manatee County, FL. Engineer of Record for reconstructing 45th Street from an existing two-lane facility to a four-lane divided roadway from SR 70 (53rd Avenue) to 44th Avenue East. This capacity improvement project is critical to the area and will serve as the main connection between two high traffic arterial roadways. Safety improvements along the corridor included the addition of sidewalks, bicycle lanes and lighting along the entire corridor and new signals with pedestrian features at the 45th Street intersections with SR 70 and 44th Avenue East. This project also included the widening of an existing bridge to accommodate the additional travel lanes, and two new pedestrian bridges constructed to provide pedestrian sidewalk connection. Lumsden Road – Phase I, Hillsborough County Public Works, Hillsborough County, FL. Project Engineer directly involved in roadway design, drainage design, maintenance of traffic and permitting. This county project consisted of widening of an existing four-lane rural road to a six lane suburban section. SR 580 from Air Cargo Road to Lee Place, Hillsborough County, FL. Engineer of Record for design and preparation of construction plans for 3.1 miles of six-lane suburban roadway. Services include pavement design, bike lane design, access management, sidewalk design, drainage updates, utility coordination, structural design for steel pole box spans to replace existing poles, signing and pa vement marking, signal and lighting upgrades, survey, and public involvement. SR 688 (Ulmerton Road) from 49th Street to the East Roosevelt Boulevard Interchange, Pinellas County, FL. Project Engineer for milling and resurfacing of this six-lane to eight-lane facility in the densely populated area between Clearwater and St. Petersburg, south of the St. Petersburg-Clearwater International Airport. Services included roadway construction plans, typical sections, stormwater permitting, drainage modifications, ADA compliance, signing and pavement markings, signalization, construction estimates and final quantities. SR 699 (Gulf Boulevard) from Tom Stuart Causeway to Colony Circle, Pinellas County, FL. Project Engineer for milling and resurfacing of 1.5 miles of existing four-lane urban section of roadway, minor drainage improvements, upgrade to ADA compliance, signalization and signing and pavement markings. CR 578 (County Line Road), Hernando / Pasco County, FL. Project Engineer for the reconstruction of 2.5 miles of an existing two-lane rural section of roadway to a four- lane urban and suburban facility. Services include roadway plans, horizontal and vertical geometry, typical section alternatives, drainage and pond locations, signing and pavement markings, signalization, traffic control plans, utility coordination, subsurface utility excavation and public involvement. SR 50 from US 19 to West of CR 587 (Mariner Boulevard), Hernando County, FL. Project Engineer for widening 3.8 miles of SR 50 to the outside by adding an additional lane in each direction to provide a six-lane divided rural section and milling and resurfacing of the existing four lanes. Proposed pedestrian and bicyclist features include constructing a five-foot sidewalk on the north side and a 12-foot-wide shared use path on the south side. This project also includes the milling and resurfacing of a portion of US 19 (SR 55). The project also includes drainage design, lighting plans and signing and pavement marking plans. Himes Avenue and Hillsborough Avenue Intersection, Hillsborough County, FL. Project Engineer assisting in the post design services for this intersection improvement project. Services included assistance in the review of shop drawings, attended field reviews with the Department staff and contractor, and made plan revisions. SR 93 south of SR 82 to south of Luckett Road, Lee County, FL. Deputy Project Manager for interstate widening of a 1.5-mile section of I-75 in Lee County. The project limits were from south of SR 82 (ML King Boulevard) to South of Luckett Road. This project constructed the Stage I roadway improvements which widened the Interstate from four lanes to six lanes by widening one lane in each direction toward the median. The widening did not encroach into the 44-foot-wide multi-modal corridor. The pond designs and permitting were accomplished for the Stage II roadway improvements, which consisted of 8-lane and 10-lane widening. The project included bridge widening of the twin bridges crossing over SR 82. SR 436 (Semoran Boulevard) from SR 552 to the Seminole County Line, Orange County, FL. Deputy Project Manager for improvements to six miles of roadway. This project included pavement design, access management, signal loop replacements, evaluation of ADA compliance, upgrade of pedestrian heads to countdown signals, traffic monitoring sites, and signing and pavement marking. SR 70, Okeechobee County, FL. Engineer of Record for capacity improvements to widen the highway from two lanes to four lanes. The project is approximately 4.4 miles in length. The project will include a four-lane, divided high-speed rural roadway with a 64-foot median to be proposed within a 236-foot-wide right-of-way. The project requires significant right-of-way acquisition as the existing right-of-way width along the majority of the project is 66 feet. Daniel Shockey, EI Current Position Project Engineer Years' Experience 4 Joined Cardno March 2015 Education BS/Civil Engineering/US Coast Guard Academy/2011 Professional Registrations EIT / CT / 0010415/2011 Summary of Experience Mr. Shockey supports project managers on assigned subsurface utility engineering (SUE) and utility coordination projects throughout West Florida. He organizes, processes, and ensures quality of field data collected and completes project deliverables. Mr. Shockey also organizes project information and provides engineering support to Cardno’s SUE field crews. Prior to joining Cardno, Mr. Shockey was a project civil engineer for the U.S. Coast Guard. He was a member of a multi-disciplinary design team responsible for non- recurring maintenance of 285 buildings on 352 acres. He designed several maintenance and construction projects; acted as a technical representative, construction inspector and safety inspector. Mr. Shockey also was executive over $5,000,000 of construction projects. Project Experience SR 574 (Dr. Martin Luther King Jr. Blvd.), from East of Kingsway Road to East of McIntosh Road), Hillsborough County, FL. Engineering Intern responsible for design for reconstruction of 2.5 miles of an existing two-lane rural section of roadway to a four- lane urban and suburban facility. Services include roadway plans which include sidewalk on the north side of the road, horizontal and vertical geometry, typical section alternatives, drainage and stormwater management facilities, signing and pavement markings, signalization, lighting, traffic control plans, utility coordination, and public involvement. US 19 from CR 578 to Toucan Trail, Hernando County, FL. Engineering Intern assisting with design for milling and resurfacing and widening 3.7 miles of US 19. Services provided included drainage, signing and pavement marking, signalization, and lighting design as well as right-of-way mapping and SUE. The project included five signalized intersections along with five non-signalized intersections. ADA deficiencies were addressed along the corridor and a study was conducted to determine multi- modal needs. SR 61 (Wakulla Springs Road) at CR 2204 (Oak Ridge Road) Roundabout Design, Leon County, FL. Engineering Intern assisting with design for this new roundabout that includes critical elements such as speed control at entry, appropriate lane numbers and arrangements, aligning the path of vehicles, accommodating the design vehicle, accommodating pedestrians and bicyclists, and providing adequate sight distance and visibility. The roundabout has been design includes splitter islands to control speeds of approaching traffic and paved aprons to accommodate large truck traffic movement. The roundabout design will minimize impacts to adjacent properties while maximizing safety and functionality. Lighting, signing, and traffic calming devices will enhance the safety for all users at this intersection. Landscaping will also be part of the design feature. SR 10A (US 90) Mobile Highway at CR 99 Beulah Road Intersection, Escambia County, FL. Engineering Intern assisting with design for milling and resurfacing and widening around the intersection of SR 10A and CR 99. Design elements include accommodating design vehicles, utility conflicts for new signal mast arms, turn lane lengths and widths, drainage accommodations, and environmental / societal impacts. Signals, signage, and striping will enhance safety at the intersection. CR 578 from East Road to Mariner Boulevard, Spring Hill, FL. Project Coordinator. Cardno provided designating (CI/ASCE 38-02 Quality Level B) and locating (CI/ASCE 38-02 Quality Level A) SUE and supporting survey services to map the horizontal and vertical position of underground utilities for Bell South, Verizon, and TECO/People’s Gas along corridors. US 301 from CR 54 to Kossik Road, Zephyrhills, FL. Project Coordinator. Cardno provided designating (CI/ASCE 38-02 Quality Level B) and locating (CI/ASCE 38-02 Quality Level A) SUE and supporting survey services to map the horizontal and vertical position of underground utilities to support the engineer of record’s efforts associated with the final design and completion of final c onstruction documents for the FDOT. UCAP Cass/Tyler Two-Way Conversion, Tampa, FL. Project Coordinator. Cardno provided designating (CI/ASCE 38-02 Quality Level B) and locating (CI/ASCE 38-02 Quality Level A) SUE and supporting survey services to map the horizontal and vertical position of underground utilities to support the engineer of record’s efforts associated with the final design and completion of final construction documents for signalization installations and drainage improvements. Ten-Inch Gas Main & Utility Locate at US 19 & 119th Avenue, St. Petersburg, FL. Project Coordinator. Cardno provided designating (CI/ASCE 38-02 Quality Level B) and locating (CI/ASCE 38-02 Quality Level A) SUE and supporting survey services to map the horizontal and vertical position of the existing 10” gas main and other underground utilities within the project limits. SUE and Utility Coordination Master Contract, Florida Department of Transportation, District One. Project Coordinator. Since 2000, Cardno has provided professional utility coordination and SUE on a task work order basis for FDOT District 1. Services provided on hundreds of projects over the years include: designating (CI/ASCE 38-02 Quality Level B), locating (CI/ASCE 38-02 Quality Level A) SUE, professional utility coordination on premise support and training workshops for DOT staff and consultants. www.cardno.com Mark Modjeski, PE Current Position Manager, Transportation Planning and Traffic Operations / Project Manager Profession Professional Engineer Years' Experience 28 Joined Cardno 1989 Education BS / Civil Engineering, 1987 AA / Fine Arts, 1985 Professional Registrations Professional Engineer FL No. 54838 IMSA Traffic Signal Technician II, No. BB21381 IMSA Traffic Signal Electrician II, No. BE21381 Affiliations International Municipal Signal Association Summary of Experience As Manager of Cardno’s Transportation Planning and Traffic Operations Group, Mr. Modjeski oversees Cardno’s transportation engineering, traffic signalization, and traffic operation design efforts. He has extensive experience in the areas of transportation engineering, traffic signalization, structural design of signal supports, construction planning and traffic signal design including the structural design of mast arms and strain poles. He has designed traffic monitoring sites for Florida Department of Transportation (FDOT) District Seven as part of roadway design projects. In addition to his design expertise, Mr. Modjeski has practical traffic equipment installation experience, having served for two years as on-site project manager for a local traffic signal, roadway lighting and electrical contractor. He holds IMSA Level II certifications in both traffic signalization and as a traffic signal electrician. He has completely designed or provided upgrade designs for over 400 signalized intersections within Florida. Project Experience 44th Avenue East from 19th Street Court to 30th Street, Manatee County, FL. Project Manager and QC Reviewer for design of new roadway lighting for the extension of 44th Avenue and the roadway improvements on 30th Street and 38th Avenue. Performed a lighting analysis to determine pole spacing. 44th Avenue East from US 41 to 15th Street, Manatee County, FL. Project Manager and QC Reviewer for design of new roadway lighting. Performed a lighting analysis. Brandon Parkway, Hillsborough County, FL. Project Manager and QC Reviewer for design of a Lighting Plan set and Lighting Documentation along the 6.8-mile roadway segments of Brandon Parkway and Lakewood Drive. Also assisted on the intersection design and interconnect run for Brandon Parkway at Town Center Boulevard, Brandon Parkway at Lakewood Drive, Brandon Parkway at Pauls Drive (Functional Design), Brandon Parkway at Lumsden Road, Lakewood Drive at Brandon Main, Lakewood Drive at Oakfield Drive, and Lakewood Drive at SR 60. FDOT District Seven, Hillsborough County, FL. Traffic Engineer for design of traffic signals and minor traffic operations improvements under a “push-button” on-call services contract; Project Manager for a two-year project with the FDOT that consisted of estimating construction costs for all FDOT projects involving traffic signalization and highway lighting. Transportation Safety Analyses, Seminole, FL. Project Manager for various traffic and safety analyses for the City of Seminole. Tasks have included signing and pavement marking assessments, traffic impact study reviews, speed studies, intersection operational analyses, access management studies, and evaluation of traffic regulations. US 19 from CR 578 to South of Toucan Trail, Hernando County, FL. Project Manager and QC Reviewer for design for new lighting from CR 578 to Spring Hill Drive as well as adjustments to the existing lighting from Spring Hill Drive to south of Toucan Trail. Replaced existing lighting due to roadway widening and regrading. Performed a Lighting Analysis Report from CR 578 to Spring Hill Drive. Also responsible for design of signing and pavement marking plans. Immokalee Road 6 Lane Widening, Collier County, FL. Project Manager and QC Reviewer for developing Lighting Plans and Lighting Documentation along the 3.5 -mile roadway segment of Immokalee Road from US 41 to the I-75 interchange. Responsible for using ALADAN, a GE lighting analysis program, along the 3.5-mile roadway segment, and developing lighting designs and pole spacing, based on cross sections of the proposed roadway. Determined voltage drops for each circuit and placement for load centers. Created a Lighting Plan Set based on this information. Lighting documentation was also provided with each submittal which contains the lighting analysis, voltage drop calculations, breakdown of the roadway project showing the different lighting designs, and explanations of project specific demands. The lighting design followed FDOT Design Standards and Specifications, except where Collier County Specification prevails. Also assisted in designing signals with video detection at seven intersections along Immokalee Road from US 41 to Strand Boulevard. Also designed interconnect plans that run along Immokalee Road from US 41 to the I-75 interchange. I-75 from SR 52 Interchange to Pasco/Hernando County Line, FL. Project Manager and QC Reviewer for signing and pavement marking plans for this section of I-75 including the interchange ramps. The existing signs were inventoried as part of this project. All signs were replaced using the Manual of Uniform Traffic Control Devices (MUTCD) as a guideline. The resurfacing portion of this project is in the construction phase now. The second part of this project is the widening of I-75 which also involves signing and pavement marking plans. SR 50 from US 19 to Mariner Boulevard, Hernando County, FL. Project Manager and QC Reviewer for design for new roadway lighting due to widening of this segment of roadway. Traffic Signal Design. The structural design and detailing of the signal supports was performed for most of these signal designs:  SR 574/Dover Road - Designer, Hillsborough County, FL  SR 674/21st Street – Designer, Hillsborough County, FL  Gandy Boulevard/Westshore Boulevard – Designer, Tampa, FL  Brandon Feeder Road Signal Design – Designer, Hillsborough County, FL  Kingsway Road/Windhorst Road - Project Manager/Designer, Hillsborough County, FL  Polk Parkway Interchange Signalization - Project Manager/ Designer, Polk County, FL  Hidden River Corporate Park - Project Manager/ Designer, Hillsborough County, FL  Roosevelt Boulevard (SR 686) and 16th Street-16th Court, Signalization with emergency vehicle pre-emption – Designer, St. Petersburg, FL  US 441 / Roger Williams Avenue – Designer, Apopka, FL  US 1 / Michigan Avenue – Designer, Cocoa, FL  School Speed Limit Beacon Design:  5th Avenue North – Designer, St. Petersburg, FL  SR 574 – Designer, Tampa, FL  Numerous signals throughout District Seven as part of a continuing services (on-call) contract - Designer Traffic Operations Traffic Signal, Signing and Pavement Marking Design  SR 574 / Dover Road – Designer, Hillsborough County, FL  SR 674 / 21st Street – Designer, Hillsborough County, FL  Gandy Boulevard / Westshore Boulevard - Designer, Tampa, FL  Brandon Feeder Road Signal Design - Designer, Hillsborough County, FL  Kingsway Road / Windhorst Road-Project Manager/Designer, Hillsborough County, FL  Polk Parkway Interchange Signalization - Project Manager/Designer, Polk County, FL www.cardno.com David J. Allen, PE Current Position Senior Transportation / Traffic Engineer Profession Professional Engineer Years' Experience 18 Joined Cardno 1997 Education ME / Transportation Engineering, 1996 BS / Civil Engineering, 1993 Professional Registrations Professional Engineer FL No.58540 Affiliations Institute of Transportation Engineers Summary of Experience Mr. Allen joined Cardno after receiving his BSCE and MSCE, specializing in Transportation Engineering, from the University of Florida. Mr. Allen is proficient in Roadway Lighting Analysis and Design. His lighting analysis includes determining the pole spacing based on luminaire type, mounting height, bracket arm length and pole setback. He does voltage drop calculations to determine wire sizes and load center placement. The lighting analysis follows the FDOT Plans Preparation Manual Lighting Criteria for State projects and AASHTO Roadway Lighting Design for municipalities. Mr. Allen‘s work also includes the designing the fiber optic communications trunk line, splice diagrams for the fiber optic drop cables, updating controllers and cabinets, installation of DMS, CCTV and vehicle detection. Two types of vehicle detection were used on different projects: microwave and wireless magnetic detection. He also coordinates with the power company for power service for lighting load centers, new DMS devices and CCTV devices. Mr. Allen’s other practices include developing Signing and Pavement Marking Plans, signalization design and signal retiming and coordination. He has computer program experience with the following: > MicroStation > AutoCAD > Visual - Lighting Design & Analysis Program Project Experience Bee Ridge Road from Mauna Loa Boulevard to Iona Road, Sarasota County, FL. Traffic Engineer and Engineer of Record for design of a Lighting and Communications Plan set and Lighting Documentation along the 2.5-mile roadway segment of Bee Ridge Road. Developed a Lighting Analysis Report using the Visual lighting software for LED luminaires. Performed voltage drop calculations to determine the lighting circuits and lighting conductor sizes. The lighting layout included necessary lighting for the proposed roundabouts. The communication conduit and pull boxes were for future use. Howell Drive / Ribault River Bridge # 724147, Duvall County, FL. Senior Traffic Engineer and Engineer of Record for design of the roadway lighting along the 0.3-mile roadway segment of Howell Drive. Coordination was done with prime consultant structures engineer for the segment where lighting will be mounted on the proposed bridge. Developed a Lighting Analysis Report using the Visual lighting software for LED luminaires. The plans are considered Utility plans based on an agreement between JEA and FDOT District 2. Plans were prepared following an accompanied TSP specifying JEA material and work done by JEA. Arthur Anderson Parkway and Fruitville Road Signal Design, Sarasota, FL. Traffic Engineer for design of a new signalized intersection and an interconnect plan. 44th Avenue East from 19th Street Court to 30th Street, Manatee County, FL. Engineer of Record for design of new roadway lighting for the extension of 44th Avenue and the roadway improvements on 30th Street and 38th Avenue. Performed a lighting analysis to determine pole spacing. Immokalee Road 6 Lane Widening, Collier County, FL. Engineer of Record for developing Lighting Plans and Lighting Documentation along the 3.5 -mile roadway segment of Immokalee Road from US 41 to the I-75 interchange. Responsible for using ALADAN, a GE lighting analysis program, along the 3.5-mile roadway segment, and developing lighting designs and pole spacing, based on cross sections of the proposed roadway. Determined voltage drops for each circuit and placement for load centers. Created a Lighting Plan Set based on this information. Lighting documentation was also provided with each submittal which contains the lighting analysis, voltage drop calculations, breakdown of the roadway project showing the different lighting designs, and explanations of project specific demands. Lighting design followed FDOT Design Standards and Specifications, except where Collier County Specification prevails. Caxambas Bridge, Collier County, FL. Senior Traffic Engineer in charge of designing navigational lightings and connection to power for the City of Marco Island. I-75 Interchange Lighting at CR 318, SR 326 and CR 484, Marion County, FL. Senior Traffic Engineer and Engineer of Record for design of interchange lighting for the I-75 and CR 318 interchange. Lighting included High Mast lighting and conventional light along 0.75-mile of CR 318. Developed a Lighting Analysis Report using the AGI 32 for LED luminaires for both the High Mast and Conventional light poles. Performed voltage drop calculations to determine the lighting circuits and lighting conductor sizes. The layout included necessary underdeck lighting. SR 84 Roadway Lighting Collier County, FL. Engineer of Record for developing Lighting Plans and Documentation along the 3.3-mile roadway segment of SR 84 (Davis Boulevard) from Florida Club Circle to Falling Waters Boulevard. Responsible for using VISUAL, a GE lighting analysis program, along the 3.3-mile roadway segment, and developing lighting designs and pole spacing, based on cross sections of the proposed roadway. Determined voltage drops for each circuit and placement for the load center. Developed a Lighting Justification Report and created a Lighting Plan Set based on this information. Lighting documentation was also provided with each submittal containing the lighting analysis, voltage drop calculations, breakdown of the roadway project showing the different lighting designs, and explanations of project specific demands. Brandon Parkway, Hillsborough County, FL. Traffic Engineer for design of a Lighting Plan set and Documentation along the 6.8-mile roadway segments of Brandon Parkway and Lakewood Drive. Also assisted on the intersection design and interconnect run for Brandon Parkway at Town Center Boulevard, Brandon Parkway at Lakewood Drive, Brandon Parkway at Pauls Drive (Functional Design), Brandon Parkway at Lumsden Road, Lakewood Drive at Brandon Main, Lakewood Drive at Oakfield Drive, and Lakewood Drive at SR 60. US 19 from CR 578 to South of Toucan Trail, Hernando County, FL. Engineer of Record for design for new lighting from CR 578 to Spring Hill Drive as well as adjustments to the existing lighting from Spring Hill Drive to south of Toucan Trail. Replaced existing lighting due to roadway widening and regrading. Performed a Lighting Analysis Report from CR 578 to Spring Hill Drive. Also responsible for design of signing and pavement marking plans. SR 50 from US 19 to Mariner Boulevard, Hernando County, FL. Senior Project Engineer and Engineer of Record for Lighting and Signalization Plans for SR 50 from US 19 to west of Mariner Boulevard. The Signalization plans included signal design for five intersections and approximately 3.8 miles of fiber optic cable interconnect that runs from US 19 to Mariner Boulevard. Splicing diagrams were also developed for this project in coordination with Hernando County. www.cardno.com Wayne Ponder Current Position Senior Transportation Planner Profession Transportation Planner Years' Experience 32 Joined Cardno 1987 Education BS, / Social and Behavioral Sciences, 1976 Summary of Experience Mr. Ponder manages Cardno’s data collection activities. He is an expert in the operation and maintenance of turning movement count boards and road tube counters. Mr. Ponder performs QC for subconsultant data collection deliverables. He is responsible for approving all count data prior to analysis. Also responsible to convey QC measures to subconsultants to ensure team-wide compliance with Cardno’s standard quality practices. Mr. Ponder routinely builds Synchro coordinated timing models. He has knowledge in software including HCS, SOAP, Synchro, TS/PP Draft, and MicroStation. Project Experience Tampa Road Operational and Safety Study, Pinellas County, FL. Transportation Planner for this study intended to identify operational measures aimed at reducing severe crashes and provide a safer driving environment through an arterial roadway section dubbed by the media as “Dead Man’s Curve.” Based on data collection, analysis, and qualitative review by Cardno’s transportation professionals, the County introduced channelization at several median openings along with a more robust signing and marking strategy. Cardno also moderated public meetings as part fo the study. Palm Harbor Safety and Access Project, Palm Harbor, FL. Project Manager to evaluate if the Palm Harbor Safety and Access project was one of the 20 activities determined by Federal Highway Administration (FHWA) to be a Categorical Exclusion. Project activities included preparation of the federal-aid checklist for Type 1 and Programmatic CE projects. Prepared Class of Action Determination for submittal to FDOT. The Safety and Access project was intended to correct the alignment of the intersection to improve sight distance and provide for motorist and pedestrian safety. North/South Roadway Corridor Plan, Collier County, FL. Transportation Planner responsible for preparation of a corridor plan evaluating an additional north/south roadway. The project examined existing and future transportation demands including traffic volumes, travel characteristics, historical trends, facility operation (level of service), conditions of existing facilities and plans for improvements, mobility problems and special considerations, and prevailing land use patterns. Traffic and Parking Studies, Statewide FL. Transportation Planner for collecting data and developing reports for Tampa General Hospital, Tampa's Union Station, Tampa Downtown Retail Center, Busch Gardens in Tampa, Sarasota Memorial Hospital, Sacred Heart Hospital (Pensacola), Phoebe Putney Memorial Hospital (Albany, Georgia), St. Anthony's Hospital (St. Petersburg), Sarasota High School , and Booker High School (Sarasota). Also conducted parking and access studies for numerous parcels as part of litigation proceedings from right-of-way acquisitions. District-wide Road Safety Audit (RSA) Studies, FDOT District Seven, FL. Senior Transportation Planner for RSAs throughout the District. All RSAs include team training, pre-field visit to review crash reports and general corridor conditions, and field review to photograph and document existing safety issues. To date, RSAs include: > US 92 (SR 600) from Michigan Street to Polk County Line, Hillsborough County. > US 92 / Baker Street (SR 600) from Reynolds St to Mobley St, Hillsborough County. > SR 60 from east of Turkey Creek to Clarence Gordon Jr. Rd, Hillsborough County. > Alternate US 19 (SR 595) from North of Monroe St to Curlew Rd, Pinellas County. > Alternate US 19 (SR 595) from North of Whisper Lake to Harry St, Pinellas County. > SR 693 (66th Street) from Tyrone Boulevard to Park Boulevard, Pinellas County. > US 19 (SR 55) North of 22nd Street to South End of Bridge #061, Pinellas County. > US 301 (SR 35) from Pasco County Line to Sumter County Line, Hernando County. > US 41 from North of SR 200 to Citrus / Marion County Line, Citrus County. > US 41 from SR 44 to SR 200, Citrus County. District-wide Road Safety Audit (RSA) Studies, FDOT District One, FL. Senior Transportation Planner for Road Safety Audits throughout District One. RSAs include review crash reports, field review to photograph and note documentation of existing safety issues and report preparation. These RSAs are data driven and issues are related to reduction of crashes and overall segment a nd spot crash rates. RSAs include: > SR 70 from Lockwood Ridge Road to Tara Boulevard, Manatee County. > US 41/SR 45 from Winkler Avenue to Johnson Street, Lee County. > US 27 from Industrial Canal to Berner Road, Hendry County. > SR 600/US 92 from Churchill Avenue to Sloan Avenue, Polk County. Signing and Pavement Marking Plans, FL. Signing and pavement marking plans for RRR projects within various Districts. Roadways included: > SR 580 (Hillsborough Avenue) in Hillsborough County. > US 19 (SR 55) in Hernando County. > SR 70 in Okeechobee County. > SR 93 (I-75) in Pasco County. Annual Inventory Update Plan, Collier County, FL. Transportation Planner for inventory and analysis of over 150 signalized intersections in Collier County. Process required peak period turning movement counts, along with 72-hour vehicle classification counts within the study impact area. Extensive data was gathered at each intersection and placed in an interactive database. MLK Street / 8th Street One-Way Pairs Studies, St. Petersburg, FL. Transportation Planner for planning analyses for feasibility of converting the one-way pair to two two- way roadways including on-street parking, medians and bike lanes. Base data included traffic counts, field reviews and measurements, and accident analysis. Study included redesign of traffic signals and updated phasing and timing plans. South Beach Planning Analysis, Clearwater, FL. Transportation Planner responsible for evaluating studies as they related to the South Beach area just south of the roundabout and to develop pedestrian and vehicular improvements for the area. North/South Roadway Corridor Plan, Collier County, FL. Transportation Planner responsible for preparation of a corridor plan evaluating an additional north/south roadway. The project examined existing and future transportation demands including traffic volumes, travel characteristics, historical trends, facility operation (level of service), conditions of existing facilities and plans for improvements, mobility problems and special considerations, and prevailing land use patterns. Bryan Dairy Road, Pinellas County, FL. Senior Transportation Planner for this retiming study. Assisted with preparation of four coordinated signal timing plans comprising three control sections including a total of nine signalized intersections in mid-Pinellas County. Bryan Dairy Road is a six-lane east/west arterial in central Pinellas County connecting the Gulf beaches with I-275. Managed data collection including seven-day approach counts and turning movement counts. Also prepared condition diagrams, approach count graphs, turning movement count summary tables, and initial Synchro model development. The Synchro models included AM Peak, AM Off-Peak, PM Off-Peak and PM Peak timing plans. Developed report graphics, draft and initial reports, and conducted QA/QC of report submittals. Ardaman & Associates, Inc. Geotechnical, Environmental and Materials Consultants 1 GARY A. DREW, P.E. BRANCH MANAGER/VICE PRESIDENT ARDAMAN & ASSOCIATES, INC., FT. MYERS EDUCATION: Master of Science, Civil Engineering, University of Nebraska, 1984 B.S. Civil Engineering, University of Nebraska, 1979 REGISTRATION: Professional Engineer, Florida No. 35504, 1985 Special Inspector of Threshold Buildings, Florida No. 833 EXPERIENCE: Mr. Drew is Vice President and Branch Manager of the Fort Myers/Naples office of Ardaman & Associates, Inc. His responsibilities include determining and performing scope of services for quality control/quality assurance, geotechnical and geohydrological projects, and geoenvironmental projects; supervision of engineering, laboratory, field, drilling and office staff. Mr. Drew serves as project manager for FDOT, city, county and school boards continuing services agreements for geotechnical, materials testing and environmental services. Mr. Drew is a licensed professional civil engineer with over 35 years experience (31 years in Fort Myers/Naples) in materials testing, geotechnical and geoenvironmental work. Mr. Drew’s project experience includes foundation design recommendations and materials testing evaluation for industrial, commercial and residential low to high-rise structures, transportation facilities (bridges, roadway soil surveys, pavement evaluation and design), airports, water and wastewater treatment facilities, park and recreation facilities, hospitals and mining activities. SWFIA Access to I-75, Lee County, FL Mr. Drew was Project Engineer responsible for conducting the Roadway Soil Survey and Geotechnical Structures Reports for The Lee County Port Authority to aid in construction of a new access road between the Southwest Florida International Airport (SWFIA) terminal and I-75. The project included approx. 3 miles of new northbound and southbound collector–distributor (C-D) roads between the Alico Road and Daniels Parkway interchanges and extending the existing airport access road westward to connect to the C-D roads. Five bridges were required as part of the project and include Terminal Access Road bridges over I-75 and Treeline Avenue and Northbound and Southbound C-D Road bridges over the South Conveyance Channel, as well as a new off-Ramp bridge over the South Conveyance Channel. Midpoint Bridge over Caloosahatchee River; Fort Myers, Florida Mr. Drew was the geotechnical and construction materials testing consultant and part of the CEI team led by Kisinger Campo and Associates. He was responsible for establishing production pile lengths and pile driving termination criteria for 18-inch and 24-inch square prestressed piles through evaluation of the dynamic load testing program (WEAP, PDA and CAPWAP analysis). He also performed value engineering of bridge approach embankments, which resulted in allowing the permanent wall panels to be constructed with MSE walls instead of temporary panels as originally specified. Edison Bridges and Approaches; Fort Myers, Florida Mr. Drew was the Geotechnical Project Manager and part of the design team led by HDR Engineering, Inc. These are twin span bridges over the Caloosahatchee River with high approach embankments. The geotechnical investigation consisted of Standard Penetration Test (SPT) borings and Cone Penetrometer Test (CPT) soundings from barge- mounted drilling rigs to evaluate 18-inch and 30-inch square prestressed piles for the end bents, seawalls and piers. GARY A. DREW, P.E. (Continued) Ardaman & Associates, Inc. Geotechnical, Environmental and Materials Consultants 2 S.R. 951, U.S. 41 to Marco Bridge; Collier County, Florida Mr. Drew was the geotechnical consultant for Westwind Contracting and responsible for installing and monitoring the geotechnical instrumentation for the geotextile reinforced embankment over soft ground (muck). Instrumentation includes settlement platforms, vertical and horizontal inclinometers, piezometers, and geotextile strain gages. Mr. Drew was also the project manager for the roadway soil survey and geotechnical investigation for the bridges. As part of this program, an intense study of the shear strength and compressibility characteristics of the mangrove muck deposits was completed, which allowed design of the roadway embankment using geotextile for reinforcement and surcharge for settlement acceleration. Colonial Boulevard Extension; Fort Myers, Florida Mr. Drew was the Geotechnical Project Manager and part of the design team led by Post Buckley Schuh & Jernigan. The project involved extending Colonial Boulevard eastward through Six-Mile Cypress slough to its terminus at S.R. 82. Special considerations for this project were accessing the slough area to develop the subsurface soil investigation needed for pile foundation design. This was completed by combination of land clearing and all- terrain drilling rigs. I-75/Alligator Alley Bridges; Collier County, Florida Mr. Drew was the Geotechnical Project Manager and part of the design team led by LoBuono, Armstrong and Associates. This project included all the bridges and wildlife crossings for I -75 in Collier County, Florida. Special considerations were hard shallow limestone and shallow muck deposits, which required a variety of investigative techniques for foundation analysis. Roadway Soil Survey for Logan Boulevard, (Vanderbilt Beach Road to Immokalee Road), Naples, Collier County, Florida. Mr. Drew was the geotechnical consultant for this typical roadway soil survey project performed for Hole Montes, a local civil engineering firm. In Collier County alone, Ardaman has been involved in the design and construction of notable projects such as C.R. 951 from U.S. 41 to Davis Boulevard, Immokalee Road from U.S. 41 to I-75, Immokalee Road from C.R. 951 to NE 43rd Street and the six-laning of Oil Well Road from Immokalee Road to Camp Keais Road (Ave Maria Off-Site Improvements), which included new bridges over the Golden Gate Main Canal, Faka Union Canal and Camp Keais Strand.. C.R. 901 Vanderbilt Drive Bridge over Little Horse Pass, Naples, Collier County, Florida. Mr. Drew was the Geotechnical Project Manager responsible for the Geotechnical Structures Report for C.R. 901 Vanderbilt Drive Bridge 034182 over Little Horse Pass in Naples, Collier County, Florida. This bridge replacement project had very limited drill rig access from the north side that required set-up of MOT operations to shut down a through-lane of traffic. Burnt Store Widening, Cape Coral, Lee County, Florida Lee County Department of Transportation is widening Burnt Store Road from Pine Island Road to North of Van Buren Parkway in Cape Coral, Lee County, Florida. The plan included constructing new northbound lane east of existing Burnt Store Road. For design Ardaman performed the Roadway Soil Survey and Geotechnical Structures Reports for the northbound bridges over Horseshoe, Hermosa, Shadroe, Arroz and Gator Slough Canals. Subsurface conditions required that test borings be advanced to depths as deep as 165 feet for pile capacity analysis. The Fort Myers office of Ardaman provided all the geotechnical services under the management of Mr. Drew. Ardaman & Associates, Inc. Geotechnical, Environmental and Materials Consultants CONTACT INFORMATION Matthew R. Elmore, E.I. – melmore@ardaman.com - 9970 Bavaria Road, Fort Myers, Florida 33913 Phone (239) 768-6600 FAX (239) 768-0409 Florida: Bartow, Fort Myers, Miami, Orlando, Port St. Lucie, Sarasota, Tallahassee, Tampa, West Palm Beach Louisiana: Alexandria, Baton Rouge, Monroe, New Orleans, Shreveport Role Geotechnical Project Engineer Education B.S., Civil Engineering Trine University, 2012 Registrations Registered Engineer in Training No. ET31300079 ACI-1 APNGA Portable Nuclear Gauge Safety Certification OSHA 10-Hour Professional Affiliations American Society of Civil Engineers (ASCE): 2012 to Present Order of the Engineer: 2012 to Present Chi Epsilon: 2012 to Present Sigma Phi Epsilon: 2011 to Present Building Contractors Association (BCA): 2012 to 2015 Matthew R. Elmore, E.I., Project Engineer Ardaman & Associates, Inc./Ft. Myers/Naples Mr. Elmore is a Geotechnical Project Engineer of the Fort Myers/Naples office of Ardaman & Associates, Inc. His responsibilities include management of geotechnical engineering investigations and providing technical provisions through proposal and report presentation and in-field observations for design and construction. Mr. Elmore is an engineering intern (E.I) civil engineer with 3 years’ experience (1 year in Fort Myers/Naples) in geotechnical work. Mr. Elmore’s project experience includes project management and technical direction of geotechnical investigations, which includes foundation design recommendations for industrial, commercial and residential (single and multi-story) structures, transportation facilities (bridges, roadway soil surveys, pavement evaluation and design), airports, water and wastewater treatment facilities, park and recreation facilities and hospitals; seismic analysis; soil and site improvement methods and techniques: city pavement specifications and standards: airport pavement and subgrade analysis (rigid and flexible); forensic investigations. His experience also includes performing and managing subsurface investigations and analysis of construction materials. He is knowledgeable of concrete, soil inspection and classification, soil laboratory testing, structural reinforcing steel inspection, pile analysis and inspection, rammed aggregate pier recommendation and inspection, vibro-compaction/replacement recommendation and inspection, driven pile recommendation and inspection, drilled shaft recommendation and inspection, nuclear density testing, footing inspections and proofrolling observation. Selected Project Experience:  Fort Myers Fire Station No. 1 – City of FM. Geo and Vibro  Isles of Collier Preserve Phases 3 thru 7 Geo and Pavement  Galloway Canal Box Culvert – City of FM. Public Works  Florida Southwestern State College Arena – FSW Geo and Vibro  SR 82 Hendry County Line to Gator Slough – FDOT  Everest WRF Monitor Equipment Relocation – Tetra Tech  Stormwater Retention Pine Island – Conservation Foundation of the Gulf Coast  SCRWTP TSP-Wellfield Pipeline Valve Replacement – Collier Co. Gov.  US 27 Pond Widening and SR 78 Lane Widening, Glades & Lee Co. – FDOT  Sodium Hypochlorite Storage Building, Olga WTP – Tetra Tech  City of Marco Island RWPF Replacement Headworks – Geo and Vibro/Vibration  US 41 RRFB’s and Mast Arm Signal Poles Winkler to SR 82, FM – FDOT  Lee County Mosquito Control Taxiway Extension www.cardno.com Tom Pridgen, PE Current Position Senior Utility Coordinator Years' Experience 45 Joined Cardno October 2010 Education MS / Urban and Regional Planning / 1988 / Florida State University BS / Civil Engineering / 1970 / North Carolina State University Professional Registrations PE / FL / #18495 Certifications Maintenance of Traffic Affiliations Florida Utilities Coordinating Committee Summary of Experience Mr. Pridgen is principally responsible for assessing both the ownership of utilities falling within limits of projects varying in size and scope and the potential impacts on these facilities. Once these are identified, Mr. Pridgen negotiates a resolution of conflicts between the project designer and the utility agency / owner and coordinates the final disposition of all utility related issues. Of utmost importance, Mr. Pridgen always strives to research potential utility impacts early in the client’s projec t development so the designer and the utility agency owner have the maximum flexibility in the resolution process. Widely known for his “win-win” and “can do” approach, Mr. Pridgen welcomes the opportunity to assist with even the most challenging assignments. He will work closely with Cardno’s Utility Coordination Manager to ensure coordination services are completed to District Five standards and preferences. Prior to joining Cardno, for over eight years, Mr. Pridgen was the Assistant Design Engineer for Florida’s Turnpike Enterprise. During his service with Florida’s Turnpike Enterprise, he faced many significant and pioneering challenges as Florida’s Turnpike Enterprise undertook some of the most ambitious initiatives in its 50 plus year history. Some of the most important projects included mainline widening in Broward, Palm Beach, Osceola and Orange counties, two new facility expansions involving the Western Beltway and Suncoast Parkway II, the conversion to all electronic tolling of the Homestead Extension of Florida’s Turnpike (HEFT), and a system -wide safety enhancement program to provide median barrier and canal protection for the entire FTE system. To assist in the undertaking of these aggressive and ambitious assignments, Mr. Pridgen supervised a multi-disciplined team of professionals consisting of four FDOT employees and several general engineering contract consultants. A significant portion of their responsibilities included the administration of utility related issues involving litigation support, authorization of reimbursements, construction claim resolution, technical proposal and design plan reviews, as well as, value engineering, errors and omissions assessment and continual refinement of the design process. Working together, they achieved unparalleled successes. Additionally, Mr. Pridgen’s experience includes over 25 years of service in Florida Department of Transportation, Districts I and V as a professional engineer in varied positions involving the planning and design of transportation projects. The collective depth and breadth of Mr. Pridgen’s experience demonstrates a unique capability to provide timely, cost effective and constructible solutions for any utility assignment. Project Experience Florida Department of Transportation, District I, SR 93 (I-75) at University Parkway, Manatee and Sarasota Counties, FL Senior Utility Coordinator. Mr. Pridgen provided utility coordination services to assist the consultant design team in negotiating the successful resolution of utility clearances for a new diverging diamond interstate interchange. With a “fast track” schedule and as one of the District One’s most ambitious undertakings, this nearly $70 million dollar project was very challenging in its complexity. The design plan set had over 800 pages and involved seven major utility agency owners with impacts spanning two counties. This federal oversight project’s utility reimbursable work alone totaled over $ 5.5 million dollars. Completing the utility coordination more than two months ahead of schedule helped District One stay on track to meet its commitment to let this highly publicized project in May 2015. Florida Department of Transportation, District I, SR 35 (US 17) from South of West 9th Street to North of West 3rd Street, Hardee County, FL. Senior Utility Coordinator. Mr. Pridgen provided utility coordination services to help negotiate the successful resolution of utility reimbursement issues with the City of Zolfo Springs. Working with the city’s engineering consultant, a savings of over $200,000 in potential reimbursable relocation costs for the Florida Department of Transportation was found. This ongoing project is tracking well for an anticipated successful completion of the utility coordination process well before the scheduled deadline. Florida Department of Transportation, District I, SR 35 (US 17) from McEwen Road to Pine Cone Park North, Hardee County, FL. Senior Utility Coordinator.Mr. Pridgen provided utility coordination services to negotiate the successful resolution of utility clearance and potential drainage design conflicts. Cardno provided subsurface utility engineering services to map the horizontal and vertical positions of the underground utilities at critical points. The utility coordination process involved six utility agency owners, two with utility work schedules. Utility coordination was successfully completed ahead of schedule, advancing the project letting by two months. Florida Department of Transportation, District I, SR 739 (Metro Parkway) from Winkler Avenue to Hanson Street, Ft. Myers, FL. Senior Utility Coordinator. Mr. Pridgen provided utility coordination services for 1.4 miles of new alignment roadway. The utility negotiations and associated utility adjustments for this project were extremely complex involving 10 utility agency owners with five utility work schedules, four utility work by highway contractor agreements and a utility CEI agreement. Adding to the complexity of the process was the need to handle both reim bursable and non- reimbursable utility agency owner interests while keeping all work program utility phase amounts current. Moreover, following the award of the SR 739 Project, the contractor proposed a cost savings initiative proposal (CSIP). During the review and approval of the CSIP, Mr. Pridgen ensured the utility agency owners were kept informed of the project’s proposed changes including an alternate MOT plan. While this project would have stretched the capabilities of even the most accomplished and co mmitted utility coordinators, Mr. Pridgen provided a seamless, well managed effort reflecting his high standards of professionalism and total commitment to providing the Florida Department of Transportation with unparalleled service. Florida Department of Transportation, District I, SR 70 at Lockwood Ridge Road, Bradenton, FL. Senior Utility Coordinator. Mr. Pridgen provided utility coordination services for this intersection improvement project with substantial drainage involvement and utility involvement. To assist in the coordination process, Cardno provided subsurface utility engineering services which mapped the horizontal and vertical positions of the underground utilities at critical points. Using the subsurface utility engineering data and his significant design experience, Mr. Pridgen suggested drainage design options which resulted in the avoidance of major utility adjustments and provided the Florida Department of Transportation with a more cost effective drainage system. Overall, the project had nine utility agency owners, five of which were found not to be in conflict with the proposed construction, four utility agency owners prepared utility work schedules and two utility agency owners executed utility work agreements. Even with the drainage design re-work, Mr. Pridgen was able to provide the project’s utility certification ahead of the scheduled deadline. www.cardno.com Walter Childs, EI Current Position Utility Coordination Manager Years' Experience 47 Joined Cardno August 2011 Education AA / Engineering Technology / 1978 / Polk Community College Professional Registrations EIT / FL / #8613187 / 1987 Affiliations Florida Utilities Coordinating Committee: 2014 Malcom Yancey Award Recipient Summary of Experience Mr. Childs joined Cardno after spending 42 years with the Florida Department of Transportation (FDOT). He started his career with FDOT’s construction department in 1969. In 1972, Mr. Childs joined FDOT’s utilities department as a project manager. Mr. Childs was named District Utilities Administrator (DUA) for district one in 1987. As the DUA, Mr. Childs was responsible for managing the utility coordination process on all projects in the production schedule for design, design-build and construction. During his career, he had the opportunity to work in all areas of design, construction, design-build, and the right of way acquisition process where his office subordinated the easement rights of utilities occupying private property that was being acquired by FDOT. In 1977, Mr. Childs pioneered the concept of using utility work by highway contractor agreements (UWHCA) to prevent delays during construction and was instrumental in drafting the first UWHCA which is still being used successfully in Florida today. This agreement enables, at the request of the utility owner, the roadway contractor to construct the utility facilities in conjunction with the roadway elements. The utility plans are incorporated into the roadway plans and the contractor bids on this work simultaneously. He led several utility task teams dealing with issues relating to utility delay claims during construction and the UWHCA process. His utility delay claim task team was recognized locally and Mr. Childs presented for district one, the Florida Utilities Coordinator Committee (FUCC) and to FDOT’s central office in Tallahassee. Nationally his work on this task team was recognized by the Transportation Research Board for the innovative ideas on improving the utility coordination process. The team’s recommendations were adopted in district one and continues to save the district millions of dollars each year in preventing utility delay claims. Mr. Childs also made a formal presentation at a Transportation Research Board Conference in Dallas, Texas and was invited to submit a paper and make a presentation at the Transportation Research Board’s annual conference in Washington D.C. In order to improve the utility negotiation / coordination process in district one, Mr. Childs produced a comprehensive utility coordination manual providing a systematic approach for the coordination process and is available to consultants and design-build firms to assist in their efforts to better coordinate with utility owners during the design process. He also established minimum qualifications for utility coordination staff when the engineer of record is responsible for the utility coordination efforts. These standards have now been accepted throughout the state. He has served on numerous FUCC committees to develop the utility coordination manual, utility accommodation manual, the re-write of the utility subordination agreements, and the re-write of the numerous utility relocation agreements and forms. Throughout his career, Mr. Childs has developed trainings and presented on a wide variety of topics on a local, state and national level; including quarterly training sessions for the FDOT’s staff and consultant utility coordinators; presenting at district one’s annual utility coordination conferences for over 30 years, and speaking at numerous American Right of Way Association Conferences both in Florida and nationally. Mr. Childs has lent his expertise to other state DOTs as well. He contributed by video conference to the Minnesota DOT’s utility coordination program, while their project managers were being trained on the new process. Project Experience Florida Department of Transportation, District V, I-4 Ultimate Improvement Project, Orange and Seminole Counties, FL. Utility Coordination Manager. The I-4 Ultimate Improvement Project includes the reconstruction of 21 miles of I-4 from west of Kirkman Road in Orange County, Florida to east of State Road 434 in Seminole County, Florida. In May 2014, Florida Department of Transportation – District V selected I-4 Mobility Partners to design, build, finance, operate and maintain this project. As a member of the public-private-partnership (P3) team, Cardno is providing surveying and mapping, utility coordination and subsurface utility engineering services. This estimated 2.3 billion dollar project adds four tolled express lanes to I-4 while maintaining the existing free general use lanes, providing a choice to motorists. The express lanes will be operated with variable tolls which will be adjusted to improve traffic flow throughout the corridor. Additional characteristics include: 13 widened bridges, 74 replaced bridges and 53 new bridges, 15 reconstructed major interchanges, a distinctive pedestrian bridge as well as a variety of aesthetic elements to enhance the Central Florida landscape. While I-4 Ultimate is a shining example of innovation, it still maintains and preserves the rich history of Central Florida, carefully focused on minimizing impact to sites within the project limits listed on the National Register of Historic Places. This is the largest transportation infrastructure project in Florida’s history. Upon completion, I-4 will be a signature corridor connecting communities, supporting economic growth and enhancing livability throughout the area, all while spotlighting what truly makes Central Florida unique. Florida Department of Transportation, District VII, SR 46 from Mellonville Road to SR 415, Seminole County, FL. Utility Coordination Manager. Cardno supported the design efforts for this project by providing surveying, subsurface utility engineering and utility coordination services. Florida Department of Transportation, District VII, SR 60/Adamo Drive from West of Falkenburg Road to West of Lake Kathy Entrance, Hillsborough County, FL. Utility Coordination Manager. Cardno supported the design for the milling and resurfacing of SR 60/Adamo Drive by providing subsurface utility engineering and utility coordination services. Florida Department of Transportation, District V, SR 500 from 34th Street to SR 50, Orange County, FL. Utility Coordination Manager. Cardno provided utility coordination services for this project involving the ridged and flexible pavement rehabilitation with mast arm signals at six intersections. Florida Department of Transportation, District V, SR 438/Silver Star Road, Orange County, FL. Utility Coordination Manager. To support the design for the widening, additional of a turn lane and drainage structures, Cardno provided utility coordination services. Florida Department of Transportation, District V, SR 5054 (Sarno Road) from Dean Road to Old Chaney Highway, Brevard County, FL. Utility Coordination Manager. Cardno provided utility coordination, subsurface utility engineering and associated survey services to support the engineer of record’s design efforts. This project’s scope entailed the widening of the roadway for the addition of a left turn lane and resurfacing. www.cardno.com Ray Mercer, Jr. Current Position Senior Utility Coordinator Years' Experience 38 Joined Cardno, Inc. May 2004 Professional Affiliations Florida Utilities Coordinating Committee Summary of Experience Mr. Mercer has extensive experience in the utility, surveying, construction and maintenance inspection fields. Mr. Mercer spent 12 years working directly for Florida Department of Transportation, District I as an on-premise utility project manager, managing and coordinating utility projects. During his on-premise tenure, he would be working on as many as 18 active utility coordination assignments. He is experienced in negotiating legal documents with utility agencies, developing production schedules, conducting utility design meetings, as well as conducting field-engineering meetings with public and private utility agencies. He has worked on numerous major and minor roadway and bridge projects. His experience also includes two years of processing and inspecting utility permits in district seven. Mr. Mercer is proficient in the use of various computer programs and technology, using them to enhance presentations at design conferences, as well as saving time and money in completing negotiations with utility authority/owners. Mr. Mercer is a certified Florida Bridge Inspector, No. 00169, and has a current intermediate maintenance of traffic certifications. Project Experience Florida Department of Transportation, District VII, SR 574/Martin Luther King Boulevard from East of Kingsway Road to East of McIntosh Road, Multiple Counties, FL. Senior Utility Coordinator. Cardno provided a variety of services as engineer of record, including utility coordination for this Florida Department of Transportation roadway widening and reconstruction project. Florida Department of Transportation, District VII, CR 578 from East Road to Mariner Blvd., Pasco and Hernando Counties, FL Senior Utility Coordinator. Cardno provided a variety of services as engineer of record, including utility coordination for this Florida Department of Transportation roadway widening and reconstruction project. Florida Department of Transportation, District VII, SR 41 (US 301) from SR 39S of CR 54, Pasco County, FL Senior Utility Coordinator. Cardno provided utility coordination, surveying and mapping and subsurface utility engineering services. Florida Department of Transportation, District VII, SR 60/Adamo Drive from W. of Falkenburg Road to W of Lake Kathy Entrance, Hillsborough County, FL Senior Utility Coordinator. Cardno supported the design for the milling and resurfacing of SR 60/Adamo Drive by providing subsurface utility engineering and utility coordination services. Florida Department of Transportation, District I, US 41 Add Lanes and Reconstruct from Enterprise Blvd. to Sarasota County Line, Charlotte County, FL. On-Premise Utility Project Manager. Mr. Mercer provided oversight of utility coordination to negotiate the successful resolution of utility and design conflicts. Negotiations included processing of JPA plans and agreements (utility work by highway contractor) for Charlotte County Utilities, extensive coordination with the county’s consultant, additional one-on-one meetings with individual utility agencies to address specific conflicts and successful resolution of conflicts with proposed highway lighting and Florida Power & Light Transmission facilities). Florida Department of Transportation, District I, SR 17, Scenic Highway Roundabout at Hunt Bros. Rd., Polk County, FL On-Premise Utility Project Manager. Mr. Mercer provided utility coordination services to negotiate the successful resolution of utility and design conflicts. Negotiations included: pre-design conference, extensive coordination with UAOs to resolve conflicts, and working with the engineer of record to address specific needs for Verizon facilities on the project. Florida Department of Transportation, District I, US 301 Add Lanes and Reconstruct from Co. Rd. 675 to Moccasin Wallow Rd., Manatee County, FL. On- Premise Utility Project Manager. Mr. Mercer provided oversight of utility coordination to negotiate the successful resolution of utility and design conflicts. Negotiations included processing of JPA plans and utility work by highway contractor agreements (UWHCA) for Manatee County Utilities, coordination with the county’s consultant, attending pre- design meeting, and additional one-on-one meetings with individual utility agencies to address specific conflicts. Manatee County’s UWHCA was successfully executed and funds for their work were deposited ahead of schedule. Florida Department of Transportation, District I, U.S. 17/98 Highway Mill & Resurface, Drainage, Signalization, Signing & Marking from Bartow Rd. to Van Fleet Drive, Polk County, FL On-Premise Utility Project Manager. Mr. Mercer provided utility coordination services to negotiate the successful resolution of utility and design conflicts. Negotiations included extensive coordination with Central Florida Gas and City of Bartow Water & Sewer to resolve conflicts with proposed drainage structures and with Bartow Electric to address overhead conflicts with new signalization strain poles as well. Florida Department of Transportation, District I, SR 31 Mill & Resurface, Add Turn lanes, Drainage, from Lee County Line to CR. 74,Charlotte County, FL On- Premise Utility Project Manager. Mr. Mercer provided utility coordination services to negotiate the successful resolution of utility and design conflicts along the 12 mile project. Negotiations included extensive coordination with TECO/People’s Gas and CenturyLink to avoid conflicts with proposed drainage. Florida Department of Transportation, District I, US 27 at SR 66/US 98.Highway Lighting, Highlands County, FL. On-Premise Utility Project Manager. Mr. Mercer provided utility coordination services to negotiate the successful resolution of utility and design conflicts. Negotiations included pre-design conference, extensive coordination with UAOs to resolve conflicts, and processing of Lighting Agreements for Highlands County Traffic Ops. Florida Department of Transportation, District I, SR 78 Highway Lighting from US 41(Bus) to Evalena Lane, Lee County. On-Premise Utility Project Manager. Mr. Mercer provided utility coordination services to negotiate the successful resolution of utility and design conflicts. Negotiations included extensive coordination with Lee County Utilities to resolve conflicts with water and sewer facilities, Lee County Electric Cooperative for clearance conflicts, and processing of Lighting Agreements for Lee County DOT. Florida Department of Transportation, District I, US 27 at SR 66/US 98, Highway Lighting, Highlands County, FL. On-Premise Utility Project Manager. Mr. Mercer provided utility coordination services to negotiate the successful resolution of utility and design conflicts. Negotiations included pre-design conference, extensive coordination with UAOs to resolve conflicts, and processing of Lighting Agreements for Highlands County Traffic Ops. www.cardno.com Jeffrey C. Cooner, PLS Current Position Branch Manager Years' Experience 37 Joined Cardno, Inc. January 1997 Education BLS / Land Surveying / 1981 / University of Florida Professional Registrations PLS / 1984 / FL / #4052 Professional Affiliations Florida Surveying and Mapping Society Florida Surveying and Mapping – Collier County American Congress of Surveying and Mapping Surveying and Mapping Advisory Committee, University of Florida Summary of Experience Mr. Cooner is renowned throughout the state of Florida for his expertise in sovereignty submerged lands surveys (mean high water and ordinary high water) and terrestrial LiDAR scanning (3D LASER scanning). He is also highly sought after for his expert witness testimony, specifically known for his current and historical aerial photography interpretation. Mr. Cooner is highly experienced in managing large land projects involving multiple disciplines and consultants. Mr. Cooner has provided boundary or special purpose surveys for over 65 sections of land requiring use of government retracement procedures. His boundary and topographic survey experience include many projects on environmentally sensitive lands for South Florida Water Management District (SFWMD), Southwest Florida Management District (SWFWMD) and Florida Department of Environmental Protection (FDEP) including: topographic surveys of Jack’s Branch/Jack’s Branch Slough, Flatwoods Recreational Area, Babcock Ranch and Bass Ranch. He was responsible for the survey of 90 water access parcels in Lee County on Gasparilla, Captiva, Pine Island, Estero and Hickory Islands. Mr. Cooner has managed the acquisition and evaluation of aerial ortho-photographs, digital aerial, color infra-red imagery, aerial topographic and LIDAR data throughout most counties in South Florida. From 1994 to the present, Mr. Cooner was contract manager and project manager for statewide FDEP land acquisition and land management work involving complex boundary surveys, upland/wetland delineation, title research, subcontracting surveys and professional quality assurance / quality control (QA/QC) reviews of consultant’s surveys for compliance with FDEP acquisition criterion and minimum technical standards. Projects include: color-infrared orthophotography quality control for 12 counties in Florida including Lee, Charlotte, Glades and Hendry Counties, Florida; FFWCC Addition and Inholding Babcock Cecil Webb WMA land acquisition survey of USDA/Smith parcel; professional surveying and mapping review services for 75 sections and 43,000 acres of Babcock Ranch in Lee and Charlotte counties. Mr. Cooner has analyzed historic aerial photography, hydrographic records, soils, vegetation, and elevation information to determine/review the approximate ordinary high water line for acquisition and other purposes on parts of Lake Cypress, Lake Kissimmee, Lake Rosalie, Lake Walk-In-The-Water, Lake Pierce, Lake Istokpoga, Lake Louisa, Lake Jessup, Mud Lake, Mullet Lake, Thornhill Lake, Kissimmee River, Reedy Creek, Dead River, Oklawaha River, Middle Chipola River, Tiger Creek, Walk -In-The-Water Creek, Catfish Creek, Apalachicola River, Withlacoochee River, St. Johns River, Lake Poinsett and Lake Hancock.Mr. Cooner has managed and coordinated the field surveying, photogrammetry and office mapping of design surveys for hundreds of miles of water, sanitary sewer and force main lines for Charlotte, Desoto, Lee and Sarasota counties, City of Cape Coral, City of Sanibel and Florida Cities Water Company’s potable water, wastewater and roadway expansion projects. He has managed and provided quality control for three other companies and provided design surveys for the Charlotte County Wastewater Expansion project. Mr. Cooner has managed the field surveys and right-of- way mapping of the Florida Department of Transported Edison Bridge Replacement Project in Lee County and Mid-Point Bridge Corridor Project in Fort Myers and Cape Coral across the Caloosahatchee River. Because of his involvement in the successful completion of many utility and roadway design surveys, Mr. Cooner understands the importance of thorough data collection and the identification of existing title issues to minimize conflicts and delays during construction. As a result of his teaming experience with multiple engineering firms, Mr. Cooner is a valuable asset to design activities. Mr. Cooner managed the River of Grass (SFWMD acquisition of US sugar lands in Glades, Hendry and Palm Beach Counties, Florida) review project. Cardno provided the survey and legal description review services of multiple products produced by three survey companies of the 180,000 acre acquisition area. In addition Cardno assisted SFWMD staff with the resolution of multiple title and survey issues, developed an interactive database of thousands of project related documents, and served as liaison between SFWMD and FDEP (state lands). In 2001, Governor Jeb Bush appointed Mr. Cooner to the Florida Board of Professional Surveyors and Mappers. From 2003 to 2006, Mr. Cooner, as Chairman of the Rules Committee, held workshops and hearings regarding the rewriting of Florida’s surveying minimum technical standards (MTS). The new MTS went into effect in 2006. He was reappointed to the board in 2007 by Governor Charlie Crist. Mr. Cooner served as Chair of the Board from January 2008 until his resignation in August 2010. Mr. Cooner is currently an emeritus member of the board. Mr. Cooner was the instructor for: > Acreage Boundary Surveys, Orlando, June 25, 1998 > Navigability and Ordinary High Water, June 1998 to 2001 Project Experience City of Ft. Myers, Continuing Contract for Surveying and Mappin g Services, Ft. Myers, FL. Contract Manager. Cardno was selected to provide professional surveying and mapping services, on an on-call basis for projects throughout the city of Fort Myers, FL. Services include but are not limited to: as-built survey; boundary survey, construction layout survey, control survey, hydrographic survey, mean high water line survey, quantity survey, record survey, right-of-way survey, specific or special purpose survey and topographic survey. South Florida Water Management District, Surveying and Mapping Continuous Services, Multiple Counties, FL. Contract Manager. Cardno was selected to provide professional surveying and mapping services, on an on-call basis for projects throughout the West Palm Beach area. Services included: as-built survey; boundary survey, construction layout survey, control survey, hydrographic survey, mean high water line survey, quantity survey, record survey, right of way survey, specific or special purpose survey and topographic survey. Charlotte County, Professional Services, Charlotte County, FL. Contract Manager. Cardno was selected to provide professional surveying and mapping services, on an on - call basis for projects throughout Charlotte County, FL. Services included: as -built survey; boundary survey, construction layout survey, control survey, hydrographic survey, mean high water line survey, quantity survey, record survey, right-of-way survey, specific or special purpose survey and topographic survey. www.cardno.com Scott R. Urquhart, PSM Current Position Project Manager Years' Experience 18 Joined Cardno November 2007 Education BS / Geomatics / 1999 / University of Florida AA / 1997 / Hillsborough Community College Professional Registrations PSM / 2004 / FL / #6524 Professional Affiliations Florida Surveying and Mapping Society American Congress of Surveying and Mapping Summary of Experience Mr. Urquhart is responsible for managing the successful completion of assigned survey and mapping projects throughout Southwest Florida. He has extensive experience in land surveying and mapping, including boundary, topographic, hydrographic, mean high water, route surveys, design and platting and as-built surveys. Mr. Urquhart was closely involved for five years in the supervision and management of a Southwest Florida Water Management District (SWFWMD) geodetic control project which was located over the extent of the SWFWMD’s territory. Project Experience SR 574 (Martin Luther Kind, Jr. Boulevard Railroad Crossings, Hillsborough County, FL. Cardno provided survey services in support of this roadway resurfacing project. Due to the restrictions imposed by the railroad and inability to work within their right of way, Cardno collected the topographic information with a Leica C -10 LASER scanner. The information was processed and incorporated into the data collected via conventional survey equipment and procedures. The resulting deliverable was a seamless topographic survey file with a digital terrain model for the entire corridor while avoiding entry into the railroad right of way. The project was originally delivered on the scheduled completion date, however FDOT requested the limits of the project be extended by 75 feet at each intersection. The highlight of this project is Cardno was able to complete the additional request very quickly and inexpensively because the LASER scanner captured the additional 75 feet during the original field effort. Page Field Airport Lee County, FL. Mr. Urquhart served as project manager for this boundary survey for Lee County Port Authority (LCPA). Tasks included: researching LCPA lands; completing a boundary survey for approximately 587 acres and writing an overall legal description for property. Matlacha Pipeline Crossing Route Survey, Lee County, FL. Mr. Urquhart served as project surveyor for this design survey and right-of-way mapping for Lee County. Tasks included recovery of right-of-way monumentation along S.R. 78; locating above ground improvements and underground utilities at both ends of the bridge abutment for design data. SR 80, Hendry County, FL. Mr. Urquhart served as project surveyor for this two-mile span of State Road 80. Tasks included: verifying and setting additional horizontal and vertical control for construction utilization; staking of station boards, drainage structures with offsets and benchmarks; layout of ponds, berms, swales areas of organic material removal and sidewalk; layout of pilings and related elements for bridge construction; layout of edge of pavement once for rough fill and once for final construction. A final as- built survey was also completed. Matanzas Pass Subaqueous Crossing, Lee County, FL. Cardno completed a design survey, final survey. Services included: recovering right of way monumentation along CR 865; as well as locate above ground improvements and underground utilities at San Carlos Island and Ft. Myers Beach bridge abutments. Goggins Road, Lee County, FL. Cardno’s services included 1.5 miles of right of way mapping and location of existing conditions; data collection survey, mapping of ownership lines, creation of final product. Cape Coral Sewer Phase I & II, Lee County, FL. Cardno’s services included: construction layout, establish horizontal and vertical control and data collection of existing improvements within rights of way for the design of sewer force main, managed raw data of field crew for final map design. TKW Sewer Project, Lee County, FL. Cardno’s services included: establishment of horizontal and vertical control and data collection of existing improvements within rights of way for the design of sewer force main. Dunbar High School, Lee County, FL. Cardno’s services included: construction layout of high school improvements which involved playing fields, parking, drainage and buildings. Cape Coral Public Library, Lee County, FL. Cardno’s services included: construction layout and staking for parking and new facilities. Naples Elementary School, Collier County, FL. Cardno’s services included: construction layout of school improvements including playing fields, parking, drainage, and buildings; calculations of sewage flow designs. Shadowlawn Elementary School, Collier County, FL. Cardno’s services included: as built survey of elementary school for engineering design work and construction layout of new buildings, utilities and drainage. Lake Kissimmee, Osceola County, FL. Cardno’s services included: condemnation survey for 500 acre site. Mr. Urquhart lead on-site field crew in establishing horizontal and vertical control, topographical survey of more than two miles of shoreline, organized and scheduled field activities on location, managed data and electronic relay of information to office for mapping. Metro Parkway Extension As-builts, Lee County, FL. Mr. Urquhart served as project surveyor when Cardno was to prove an as-built survey of a 3.5-mile roadway project, mid-construction. As the bonding company, Forcon required assistance with the transition from the original contractor to the contractor chosen to complete the corridor project. A LASER scan was completed for the entire project. Mr. Urquhart utilized Civil 3D to process the scanned data to create a 3D model providing volume quantities. The final produced as-built AutoCAD drawing contained quantity comparisons of the pre- construction surface compared to the existing as-built surface and the existing as-built surface compared to the final surface. NAVD88, SWFWMD, FL. Mr. Urquhart served as project surveyor. The purpose of the project is to recover over 800 hydrologic data collection sites and accurately calibrate their positions both horizontally and vertically. This information will then be used by the district in their efforts with lake levels, stream flows, ground water levels, topographic aerial mapping, environmental resource permitting and Federal Emergency Management Agency flood studies. This effort has resulted in over 800 miles of leveling between approximately 120 National Geodetic Survey vertical control monuments to an accuracy standard of 3rd order or better and the setting of 775 permanent benchmarks throughout the counties. www.cardno.com Joshua N. Haywood Current Position Field Crew Supervisor Years' Experience 19 Joined Cardno April 2000 Summary of Experience Mr. Haywood began his career as an U.S. Army Field Artillery Surveyor. He is responsible for supervising four field crews, field equipment manager and safety officer. He is proficient in all aspects of field operations for various survey categories. He has 10 years of experience operating a LASER scanner. Certifications Certified Survey Technician – Level I American Red Cross First Aid / CPR Project Experience Topographic Surveys (LASER Scan Projects): > Ft. Lauderdale/Hollywood International Airport, Broward County, FL – Broward County Aviation Department > I-4 (SR 408) Ultimate, Orlando, FL – FDOT > Railroad Crossing SR574, Tampa, FL – FDOT > C-139 Annex Topographic Survey, Hendry County, FL – SFWMD > Island Avenue Water Main Replacement, Lee County, FL – Greater Pine Island Water Association, Inc. > Hendrickson Dam Replacement, Charlotte County, FL Right- of- Way Surveys: > Faka Union Canal, Phases I & II, Collier County, FL – SFWMD > Alico Road Alignment Design Study, Lee County, FL – Lee County DOT Horizontal & Vertical Geodetic Control Surveys: > Marker-H Vertical, Caloosahatchee River, Fort Myers, FL – SFWMD > Caloosahatchee C-43 W. Basin Reservoir Ph. 1, Hendry County, FL - SFWMD Canal & Levee Cross Sections / Profiles: > Moore Haven Canal Dredging and Linear Park Design, Glades County, FL - SFWMD > L-281 North Feeder Canal, Hendry County, FL - SFWMD Boundary Surveys: > Montoya Ranch Boundary Survey, Okeechobee County, FL – SFWMD > Bass Ranch Boundary Survey, Okeechobee, FL - SFWMD Hydrographic Surveys: > Matanzas Pass Subaqueous Force Main, Lee County, FL – Lee County > Herbert Hoover Dike – Culvert TCC and Taylor Creek Lock, Okeechobee County, FL – USACE Construction Layout and As-Built Surveys: > Lee Tran Administration Facility, Lee County, FL – Gilbane Company > Metro Parkway Extension As-Built, Lee County, FL – FDOT www.cardno.com Jason (Cord) Chambless Current Position Survey Technician Years' Experience 22 Joined Cardno April 2015 Education BS / Geomatics / 2015 / University of Florida Professional Affiliations Florida Surveying and Mapping Society Summary of Experience Mr. Chambless’ experience includes pipeline and oil well surveying and mapping in Kansas, Oklahoma, and Texas. He has provided stakeout and as-built locations of pipelines and wellheads utilizing GPS and conventional location techniques. His experience in Southwest Florida, as party chief and field coordinator , comprises a variety of survey projects such as boundary, topographic, route, design, as-built, and jurisdictional surveys. Project Experience SR 739 (Winkler to Hanson), Lee County, FL. Cardno prepared as-built data of force main, water main, and reclaim water for final as-built survey Orchid Run, Collier County, FL. Cardno completed construction layout for sidewalk and parking lot Preparing as-built building data for final as built survey. US 17 (FDOT T1A07) , DeSoto County, FL. Cardno completed calculations for edge of pavement, back of curb, sidewalks, driveways and drainage for this 4.2 mile FDOT roadway improvement project. US 41, Port Charlotte, FL. Cardno provided calculations for edge of pavement, back of curb, sidewalks, driveways and drainage for this 3.6 mile roadway improvement. Crystal Dr. / Plantation Rd, Lee County, FL. Cardno prepared a final survey for right of way taking. Monitoring Wells Leveling, Vero Beach, FL. Cardno prepared a survey report for Vero Beach monitoring wells for the Florida Department of Environmental Protection. Golden Gate (CR876), Collier County, FL. Cardno provided a construction layout survey for roadway widening of corridor. Cardno completed calculations for edge of pavement, back of curb and drainage of this 2.1 mile roadway corridor. Significant Past Experience Everglades Waste Water Treatment Plant, Collier County, FL. Mr. Chambless served as field coordinator for this design survey project. His responsibilities included recovery of right-of-way and establishing mean high water to determine the project boundary, as well as, locating above ground improvements and underground utilities. Hammock Bay Country Club, Collier County, FL. Mr. Chambless served as field coordinator for this design survey project. Project tasks included locating of wetland jurisdictional lines, above ground improvement and obtaining drainage structure elevations and pipes sizes. The project also involved providing a topographic grid across existing tennis courts for expansion and drainage purposes for future expansion of the Hammock Bay Golf Course Clubhouse. City of Marco Island Sidewalk Replacement Program, Collier County, FL. Mr. Chambless served as field coordinator for this project that involved recovery of 10+ miles of right-of-way monumentation, locating above ground improvements and underground utilities along San Marco Boulevard, South Collier Boulevard, Winterberry Drive, Landmark Street, South Barfield Drive, and Inlet Drive for the City of Marco. City of Marco Island Waste Water Treatment Plant, Collier County, FL. Mr. Chambless served as field coordinator to establish GPS and benchmark control, locate above ground improvements and underground utilities for design purposes. His duties for the construction phase included: construction stakeout, as-builts and finals for sidewalks, drainage and buildings. Marco Island Country Club, Collier County, FL. Mr. Chambless served as field coordinator to control locate above ground improvements and topography in support of the expansion and drainage design. The Quarry Community, Collier County, FL. Mr. Chambless served as party chief for this topographic survey. Project tasks included the following: retracement of initial section corner and boundary locations for future construction; establishing boundaries for various phases within the project; layout of lakes, golf course, drainage, sewer, berms, swales, bridges, roadways and curbs for rough and final construction. The project also included establishing control for the clubhouse construction and multiple residential construction stakeouts, as-builts. Ava Maria University, Collier County, FL. Mr. Chambless served as party chief for this large boundary survey. The project involved the following: boundary location of 12 sections, establishing GPS control for the project, establishing boundaries for multiple developments within the community, layout for multiple lakes, golf courses , drainage, sewer, berms, swales, roadways and curbs for rough and final construction. Jurisdictional lines were also located for the entire project. Livingston Road, Collier County, FL. As party chief on this control survey Mr. Chambless established GPS and conventional control for construction of the roadway between Immokalee Road and the Collier County line. Project tasks included staking station boards, right-of-way, roadway, sidewalks, lighting, and drainage/sewer structures for both rough and final construction. City of Marco Island Benchmark Control Report, Collier County, FL . As senior party chief, Mr. Chambless’ responsibilities included: providing GPS location of all National Geodetic Survey Benchmarks within Marco Island and Good land. He then reported the condition of monuments and surrounding obstructions which would interfere with GPS positional accuracies, created location maps and directions to each monument benchmark and then produced a survey report for the City of Marco Island. Everglades Restoration, Collier County, FL. As party chief, Mr. Chambless established GPS control and baseline for 4.5 miles of canal construction. This project also involved cross-sections and clearing limits for construction of the canal. Sabal Bay Wetland Restoration, Collier County, FL. As senior party chief, Mr. Chambless established GPS control for construction of overflow canal for SFWMD to Rookery Bay. Project tasks included providing preliminary cross-sections of canal right- of-way, staking out clearing limits, centerline of canal and access roadways for construction. Quantity surveys to determine earth displacement volumes, cross - sections of the canal and as-builts of the overflow structures were also provided. SR 951 (Davis Boulevard to US41), Collier County, FL. As party chief, Mr. Chambless provided construction staking of this roadway expansion project that included: curbs, edge of pavement grading, drainage and sewer structures with offsets, lighting plan and adjacent water retention canals for rough and final construction. As- builts were also provided. MOLLIE A. GRISWOLD, C.B.I. 00366 Certified Bridge Inspector: Ms. Griswold has over 25 years of experience conducting underwater inspections in Florida in Districts 1, 2, 3, 4, 5, 6, and 7. The structures include Fixed, Movables, Culverts and Dams. Ms. Griswold also has experience in underwater inspection of Port Facilities, Power Plants, and Pipelines. Years of Experience: 25 TIN No.: G624-541-73-908-0 Bolt Underwater Services Related Experience 1997 - Current: Office Location: 7930 62nd Street North Pinellas Park, FL 33781 Districts One and Seven Underwater Bridge Inspection, 2000 – Current Infrastructure Corporation of America – Ken Akers – 941-341-9300 District Two State Underwater Bridge Inspection, 2000 – Current Burgess & Niple, Inc. – Mark Bernhardt – 614-459-2050 District Four Underwater Bridge Inspection, 2005 – Current Kisinger Campo & Associates – Patrick O’ Grady – 813-871-5331 District Five Underwater Bridge Inspection, 2003 - Current Kisinger Campo & Associates – Patrick O’ Grady – 813-871-5331 District Six Movable Underwater Bridge Inspection, 2010 - Current Transystems – Steven Shaup – 954-653-4700 District Six Segmental Underwater Bridge Inspection, 2005/2008/Current Infrastructure Corporation of America – Ken Akers – 941-341-9300 District Six I-95 Underwater Bridge Inspection, 2005 - Current Volkert, Inc. Daniel B. Teal – 813-875-1365 Certifications:  Certified Open Water Diver (1989/SSI)  OJT – Commercial and Inspection Diving (1990/Dive-Tech International)  Underwater Evaluation and Repair of Bridge Components (1994/NHI)  Stream Stability and Scour at Highway Bridges (1998/NHI No. 130047)  Underwater Substructure Technician Training (1999/NHI – State of Nebraska)  Safety Inspection of In- Service Bridges (1999/NHI No. 130055)  Certified Bridge Inspector Certification (2000/00366)  Bridge Inspection Refresher Course (2007, 2011, 2015/NHI No. 130053)  First Aid and CPR Training  TWIC Certified Dive-Tech International Related Experience 1990 - 1997: Districts 1, 2, 4, 6 and 7 Underwater Bridge Inspection David Volkert & Associates – Daniel B. Teal Kisinger Campo & Associates – Ken Reinhold DION C. QUALLS, C.B.I./DIVER 00470 Certified Bridge Inspector: Mr. Qualls has over 29 years of experience conducting inspections in the bridge inspection industry including Florida Districts 1, 2, 4, 5, 6 and 7 and with numerous structures with the VDOT. The structures include Fixed, Movables, Culverts and Dams both above and below water. Mr. Qualls also has experience in the construction of bridges, repairs/replacements, rehabilitations and pile jacket installation. Years of Experience: 29 TIN No. Q420-163-61-099-0 Bolt Underwater Services Related Experience 2015 - Current: Office Location: 7930 62nd Street North Pinellas Park, FL 33781 District One Underwater Bridge Inspection, 2009 – Current Infrastructure Corporation of America – Robert Little – 813-699-4992 District Seven Underwater Bridge Inspection, 2009 – Current Infrastructure Corporation of America – Robert Little – 813-699-4992 District One, Five, Six and Seven Underwater Bridge Inspection QA/QC Compliance of structures, 2009 – 2014 Infrastructure Corporation of America – Robert Little – 813-699-4992 District 6, Card Sound, Inspection assessment, structural repair, installation of cathodic protection jackets, 2007 - 2009 L&S Concrete – 813-684-4218 Sunshine Skyw ay Bridge, evaluation inspections and repairs, 2007 - 2009 L&S Concrete – 813-684-4218 Certifications:  Commercial Diver Certification (1982/Ocean Corporation)  Bridge Inspector State of Virginia (1992 & 1997 University of New Mexico/University of Maryland)  Safety Inspection of In-Service Bridges (1997/NHI No. 130055)  Florida Certified Bridge Inspector Certification (2009/00470)  Stream Stability and Scour at Highway Bridges (1998/NHI No. 130047)  Inspection and Maintenance of Ancillary Highway Structures (2011/NHI No. 130087)  Bridge Inspection Refresher (2015/NHI No. 130053)  Aspen 62 Bridge Inspection Truck Operator (2013)  Intermediate Work Zone Safety Control (2014)  First Aid and CPR Training  TWIC Certified Virginia Department of Transportation L&S Concrete Infrastructure Corporation of America KEITH S. HOOGLAND, C.B.I. 00341 Vice President and Certified Bridge Inspector: Mr. Hoogland has over 30 years of experience conducting underwater inspections in Florida in Districts 1, 2, 3, 4, 5, 6, and 7 and also in the Bahamas, Puerto Rico and Indiana. The structures include Fixed, Movables, Culverts and Dams. Mr. Hoogland also has experience in underwater repairs, construction and inspection of Port Facilities, Power Plants, Oil Terminals and Pipelines. Years of Experience: 30 TIN No. H245-517-61-006-0 Bolt Underwater Services Related Experience 1997 - Current: Office Location: 7930 62nd Street North Pinellas Park, FL 33781 Districts One and Seven Underwater Bridge Inspection, 2000 – Current Infrastructure Corporation of America – Ken Akers – 941-341-9300 District Two State Underwater Bridge Inspection, 2000 – Current Burgess & Niple, Inc. – Mark Bernhardt – 614-459-2050 District Four Underwater Bridge Inspection, 2005 – Current Kisinger Campo & Associates – Patrick O’ Grady – 813-871-5331 District Five Underwater Bridge Inspection, 2003 - Current Kisinger Campo & Associates – Patrick O’ Grady – 813-871-5331 District Six Movable Underwater Bridge Inspection, 2010 - Current Transystems – Steven Shaup – 954-653-4700 District Six Segmental Underwater Bridge Inspection, 2005/2008/Current Infrastructure Corporation of America – Ken Akers – 941-341-9300 Puerto Rico Underwater Bridge Inspection, 2012 - Current Behar - Ybarra & Associates, P.S.C. Enier Camacho Rodríguez– 787-783-0290 Certifications:  A.S. Degree in Underwater Technology (1981/Florida Institute of Technology)  Commercial Diver Training (1981/Florida Institute of Technology)  Electronics Technician Training (1983/University of Central Florida)  Safety Inspection of In- Service Bridges (1994/NHI No. 130055)  Certified Bridge Inspector Certification (1998/00341)  Stream Stability and Scour at Highway Bridges (1998/NHI No. 130047)  Bridge Inspection Refresher Course (1998, 2007, 2015/NHI No. 130053)  FDOT Bridge Management System Inspector Training (PONTIS) (1998)  Underwater Bridge Inspection (2009/NHI No. 130091)  Bridge Maintenance Training (2013/NHI No. 134029)  National Bridge Element Training (2014/FBPE No. 0009423)  First Aid and CPR Training  TWIC Certified Dive-Tech International Related Experience 1985 - 1997: Districts 1, 2, 4, 6 and 7 Underwater Bridge Inspection David Volkert & Associates – Daniel B. Teal Kisinger Campo & Associates – Ken Reinhold VICTORIA GRISWOLD HITCH, C.B.I. 00414 Certified Bridge Inspector: Mrs. Hitch has over 15 years of experience including commercial diving, marine construction and inspection of various facilities and marine structures. She has extensive experience in bridge inspection and reporting. Currently, she serves as a Team Leader on the underwater inspections in Florida, Districts 1, 2, 3, 4, 5, 6, and 7. The structures include Fixed, Movables, Culverts and Dams. Years of Experience: 15 TIN No. H32086770906 Bolt Underwater Services Related Experience June 2013 - Current: Office Location: 7930 62nd Street North Pinellas Park, FL 33781 Districts One and Seven Underwater Bridge Inspection, 2013 – Current Infrastructure Corporation of America – Robert Little – 813-699-4992 District Two Underwater Bridge Inspection, 2013 – Current Volkert, Inc. – Daniel B. Teal – 813-875-1365 District Four Underwater Bridge Inspection, 2013 – Current Kisinger Campo & Associates – Patrick O’ Grady – 813-871-5331 District Five Underwater Bridge Inspection, 2013 - Current Kisinger Campo & Associates – Patrick O’ Grady – 813-871-5331 District Six Movable Underwater Bridge Inspection, 2013 - Current Transystems – Steven Shaup – 954-653-4700 District Six Segmental Underwater Bridge Inspection, 2013 Infrastructure Corporation of America – Robert Little – 813-699-4992 Certifications:  Certified Bridge Inspector Certification (2005/00414)  Certified Open Water Diver (1984/SSI)  Safety Inspection of In- Service Bridges (2005/NHI No. 130055)  Underwater Bridge Inspection (2011/NHI No. 130091)  Bridge Inspection Refresher Course (2007/2014 NHI No. 130053)  First Aid and CPR Training  TWIC Certified Florence & Hutcheson an ICA Company Related experience 2009 through 2013: Districts 1 and 7 Bridge Inspection Robert Little – 813-699-4992 Volkert, Inc. related experience 2001 through 2009: Districts 1, 2, 5, 6 and I-75 Bridge Inspection Daniel B. Teal – 813-875-1365 DBE Certified Company Website: www.cella.cc Kris Cella Cella Molnar & Associates, Inc. Expertise Ms. Cella has over 30 years of experience and is uniquely qualified in developing and implementing successful, comprehensive large-scale public involvement programs during planning, design and construction phases for infrastructure projects. Ms. Cella creates comprehensive Public Involvement Community Awareness Programs to gain acceptance of new projects from affected individuals and special interest groups. Projects have ranged from new developments to facility expansion programs to large-scale transportation projects. Key projects she has been involved with are provided below. Education B.A. 1979, University of Arizona Geography (emphasis in regional land development) Key Projects CR 901/Vanderbilt Drive Bridge Replacement at the Cocohatchee River, Collier County, Florida – Public Information Officer for the Community Awareness Program for this bridge replacement project on Vanderbilt Drive, replacing the structurally deficient bridge with a new bridge which included new pedestrian facilities on both sides. Community awareness duties included a public information workshop and coordination with area residents, businesses, media and local government agencies affected by the full road closure to replace the bridge. Community Awareness Program conducted for the Florida Department of Transportation, District One. Jolley Bridge, Marco Island, Collier County, FL – Public Information Officer for the Florida Department of Transportation’s expansion of the Judge S.S. Jolley Bridge to Marco Island. The project constructs a new two - lane span approximately 20 feet to the west of the existing bri dge. Duties included managing inquiries from the public, public officials and the media and providing photographic documentation of pre-construction and noteworthy incidents and events during construction. Presentations are also provided as requested to local civic groups. District Wide Public Involvement Consultant Design Section, Florida Department of Transportation, District One – Project Manager for design projects in District One. Major duties consist of holding public information meetings and public hearings according to FDOT guidelines and state statutes. This includes creating and mailing newsletters, drafting notifications for elected officials and local agencies, generating project mailing lists and producing and publishing legal display and Florida Administrative Register advertisements. Other duties include creating project graphics and project PowerPoint presentations. The team is also responsible for identifying stakeholders and communicating with the public, local governments and media for these design projects. DBE Certified Company Website: www.cella.cc Kris Cella cont. US 41 & SR/CR 951 Project Development and Environment Study Reevaluation, Collier County, Florida – Task manager for the Public Involvement Program for Collier County’s reevaluation study to determine capacity improvements for the US 41 & SR/CR 951 intersection in Collier County. Responsibilities included coordinating all aspects of the Public Involvement Program including newsletters, workshops and a public hearing. Lake Manor Restoration Plan, Naples, Florida – Project included two public workshops to solicit public input for the restoration project for Lake Manor. Elements included plantings, hardscape, pathways and signage. Newsletters and press releases announce the public meetings. Coordination with the homeowners association also influenced project development. Gasparilla Island Bridge Authority, Design of the Center and Fixed Span Bridges, Charlotte County, FL – Public Information Task Manager responsible for the Public Involvement Program to address the public’s issues and concerns regarding the design for the replacement of the center and south bridges leading to Boca Grande, Florida. The project tools included newsletters, flyers, handouts, press releases, slide shows for two Public Information Workshops. US 41 Project Development and Environment Study, Collier County, Florida – Task manager for the Public Involvement Program for the Florida Department of Transportation’s study to widen US 41 from CR 951/Collier Boulevard to CR 92/San Marco Road in Collier County. Responsibilities included coordinating all aspects of the Public Involvement Program including newsletters, workshops and a public hearing. Golden Gate Parkway Overpass, Collier County, Florida – Public Information Specialist for Golden Gate Parkway Overpass construction project. The project necessitated an open and proactive public awareness campaign. Many techniques were used to inform the traveling public including project post cards, newsletters, point of contact cards, project website, variable message boards, flyers, local media and one-on-one contact. Vanderbilt Drive Corridor Study, Collier County, Florida – Principal-in-Charge responsible for the Public Involvement Program to address the public’s concerns regarding the Transportation Impact Area of Vanderbilt Drive from the Collier/Lee County line to 111th Avenue North. Project responsibilities included a Public Information Workshop, a Speakers Bureau for local organizations, web site coordination, and in -depth database management. DBE Certified Company Website: www.cella.cc Expertise Ms. Dorning has over 13 years of public involvement experience in the private and public sectors. Having worked in government as a public liaison, she has the ability to work with sensitive issues and complex projects. Her project management skills combined with her extensive experience in dealing with the public in person and via telephone communications make her uniquely qualified. Her diverse resume includes proficiency in Adobe Creative Suite design software, ArcGIS and various Internet applications. Key projects she has been involved with are provided below. Education B.A. with Honors, Spanish Studies, University of Cincinnati, Ohio, 1998 Certificate of Journalism (Scientific Writing Emphasis), University of Cincinnati, Ohio, 1998 Key Projects District Wide Public Involvement Consultant Design Section, Florida Department of Transportation, District One – Assistant Public Involvement Specialist for design projects in District One. Major duties consist of holding public information meetings and public hearings according to FDOT guidelines and state statutes. This includes creating and mailing newsletters, drafting notifications for elected officials and local agencies, generating project mailing lists and producing and publishing legal display and Florida Administrative Register advertisements. Other duties include creating project graphics and project PowerPoint presentations. The team is also responsible for identifying stakeho lders and communicating with the public, local governments and media for these design projects. Bonita Beach Road Widening from Old 41 to Lime Street, Bonita Springs, Florida - Public involvement specialist responsible for developing and implementing a public involvement program to address the public’s issues and concerns. The public involvement program included the development of a project database, one public information meetings, coordination with local government agencies, and disseminating project information to the public. Bonita Beach Road Widening and Resurfacing from I-75 to Mango Street, Bonita Springs, Florida - Public involvement specialist responsible for developing and implementing a public involvement program to address the public’s issues and concerns. The project included the widening of Bonita Beach Road from east of I -75 to west of Imperial Street, resurfacing the corridor from west of Imperial Street to Mango Drive and developing an access management program for the entire length of the project. The public involvement program included the development of a project database, two public information meeti ngs, coordination with local government agencies, and disseminating project information to the local media. Interstate 75 (I-75) Southwest Florida International Airport Connector, Lee County, Florida: Public Information Specialist for the design/build project to construct a direct connection from I-75 to the Southwest Florida International Airport for the Florida Department of Transportation, District One. The public information program included naming of the project for public reference as “I-75 Airport Direct Connect”, project newsletter, project contact cards, coordination with adjacent property owners, media releases, weekly roadwatch entries and responding to public comments and questions about the project. Duties also included coordination with Lee County Port Authority. State Road (SR) 80 Design from Indian Hills Drive to County Road 833, Hendry County, Florida: Public Information Specialist for the Community Awareness Plan for current design project to widen SR 80 from two lanes to four lanes. This project required strong coordination with adjacent projects to combine efforts for a public information meeting, preparing newsletters (including project graphics), and media advertisements. Duties also includes drafting public and elected official notification letters and compiling mailing lists for the project. Sandra Scheda, M.S. Principal Scientist As a scientist for more than 30 years, Ms. Scheda has extensive experience in managing and conducting environmental planning efforts, biological assessments and related studies. These efforts have typically involved wetland delineation and mitigation, surface and groundwater quality studies, and permitting. Her permitting experience includes projects requiring wetland impact permits, bridge permits, and sovereign submerged land easements. As a biologist, she specializes in freshwater ecology, and as a geologist, she has conducted the data collection efforts for environmental audits. She has also been involved in the development of numerous contamination assessment plans. As Principal-in-Charge for all the firms’ projects, Ms. Scheda monitors the quality of deliverables and the efficiency of field data collection protocols and methodologies. Ms. Scheda has extensive experience on transportation projects, focusing on environmental data collection and analysis, development and evaluation of project alternatives, compiling required environmental documents, and conducting public involvement programs. She also has extensive experience on construction in reviewing projects plans, designing of erosion control protection, implementation of water quality programs including baseline data collection, daily NPDES/erosion control inspections, protected species monitoring/watch programs, overseeing contamination on remediation, obtaining permit modifications, and regulatory agency liaison. Agencies she has worked with include; the Federal Highway Administration; Federal Transit Authority; Federal Railroad Administration; Maritime Administration; U.S. Army Corps of Engineers; and the U.S. Coast Guard. RELEVANT PROJECTS Bridges New River CSX Railroad Bascule Bridge Replacement Design and Permitting, Broward County, Florida. (FDOT D4) Ms. Scheda is assisting the design team with permitting by establishing wetland jurisdictional lines, completing an updated seagrass survey, and leading the compilation of permit applications. This project is ongoing. US 331 over Choctawhatchee Bay Design-Build, Walton County, Florida. (FDOT D3) Ms. Scheda led the permitting efforts for this ongoing project that involves the construction of a new 2-lane northbound bridge across the bay. Permitting and review agencies included FDEP, FFWCC, USACE, USCG, USFWS, and NMFS. St. George Island (SR 300) Bridge Replacement Design-Build, Franklin County, Florida. (FDOT D3) The St. George Island Bridge Replacement Project was a large design-build effort undertaken by the FDOT, and involved replacement of a 4-mile long bridge over Apalachicola Bay, connecting East Point with St. George Island. Apalachicola Bay is an Outstanding Florida Water, an Aquatic Preserve, a Surface Water Improvement and Management (SWIM) priority water body and the largest National Estuarine Research Reserve in the United States. Apalachicola Bay accounts for 90% of the oyster harvest in Florida, and is home to se veral endangered species. Scheda provided environmental expertise to the CEI consultant for construction of this facility, and Ms. Scheda has provided environmental oversight and review during both the design and construction phases. This included oversight of wetland and seagrass impacts, protected species issues, wetland mitigation construction, project activities that had the potential to affect the oyster fishery, and on-site design of the causeway restoration project for use by various species of nesting shorebirds. Extensive coordination was required with local regulatory agencies, local interested citizen groups, and within the project team. Ringling Bridge Design-Build, Sarasota, Florida. (FDOT D1) For this design-build project, Ms. Scheda worked as part of the design-build team and assisted with field demarcation of seagrasses, seagrass relocation, and the manatee and marine mammal watch program for Areas of Specialization  Wetland Community Ecology  Limnology  Water Quality  Wetland Jurisdictional Determination  Wetland Mitigation Design  Permitting  Habitat Mapping  Hydrogeology  Transportation Studies and Environmental Planning  NEPA Years of Experience  32 Education  M.S., Zoology  B.A., Geology  B.A., Biology University of South Florida Training and Certifications  FDOT PD&E Manual Process Training, 2014  FDOT Water Quality Impacts Evaluation  FDEP Wetland Delineation Certification  NAUI Open Water Certification Professional Affiliations  American Water Resources Association Sandra Scheda, M.S. Principal Scientist blasting associated with demolition of the main bascule piers. I-75 Over Peace River Design-Build, Charlotte County, Florida. (FDOT D1) Ms. Scheda conducted the data collection and analysis with regard to submerged aquatic vegetation (SAV), essential fish habitat (EFH) protected species, and water quality for this interstate bridge widening project. Protected species of concern included the bald eagle, manatee, gopher tortoise, and bats. Project work activities included environmental support to permitting (ERP, Section 404, Gopher Tortoise Incidental Take, and dredging of a new access channel for local residents. Agency coordination was extensive, and included federal, state and local entities. Ocean Avenue Bridge Replacement, Palm Beach County, Florida. (Palm Beach County) Ms. Scheda conducted the environmental impact studies, seagrass surveys and Essential Fish Habitat Assessment for this county project. She compiled all permit applications (USCG, USACE and State ERP), and led all necessary agency coordination to successfully complete the permi tting for this project. Jupiter Interchange Ramp Bridge Replacement, Palm Beach County, Florida. (Turnpike Enterprise) This project entailed the design and permitting of a new interchange configuration at this location. Ms. Scheda delineated wetlands/other surface wate rs and conducted data collection for listed species clearances. She participated in regulatory agency coordination and compiled permit applications (SFWMD and USACE). 49th Street Bridge & Approaches (now known as Bayside Bridge), Pinellas County, Florida. This county project involved the planning, design, permitting and construction of a new 2.5-mile bridge crossing Old Tampa Bay, and Ms. Scheda served as the Environmental Technical Director for all phases. She participated in the development and evaluation of alternatives, managed the environmental studies, and coordinated extensive planning and engineering efforts to minimize wetland impacts and control stormwater runoff within this portion of the bay, a designated State Aquatic Preserve and Outstanding Florida Water. She also directed an extensive permitting program involving the U.S. Coast Guard, the U.S. Army Corps of Engineers, the Florida Department of Environmental Regulation, the Florida Department of Natural Resources, and the Southwest Florida Water management District. Ms. Scheda coordinated the public involvement program throughout the project. At the initiation of construction, she conducted permit modifications for a temporary water-access construction staging area, including mooring locations for barges, tugs, various transport craft as well as a barge loading area. During construction, Ms. Scheda provided ecological expertise for minor wetland mitig ation area design modifications and assisted with construction inspection activities. SR 951 Reevaluation Study, Collier County, Florida. (FDOT D1) Ms. Scheda assisted with the data collection and analysis with regard to wetlands, protected species, and water quality for this section of SR 951 which included the bridge over Big Marco Pass. As part of the data collection effort, underwater submerged aquatic vegetation (SAV) communities were mapped. Potential wetland and protected species impacts associated with each project alternative were determined and she assisted with preparation of the W etland Evaluation Report and Endangered Species Biological Assessment in accordance with NEPA and FDOT PD&E guidelines. SR 80 Design from Dalton Lane to Indian Hills Drive, Hendry County, Florida. (FDOT D1) This project involves the widening of roadway from 2 to 4 lanes and new pond sites along an approximate 5-mile segment of SR 80 east of LaBelle. Ms. Scheda serves as the Quality Control Manager on this project. Species issues include the caracara, and a 4 -month USFWS-approved survey was conducted to identify active nests in the project area. Other issues include the Florida panther as the project is located within the Focus Area; a Panther Biological Assessment will be prepared for the project, to serve as a baseline for the USFWS Biological Opini on. A wood stork foraging assessment is also anticipated as wetland impacts are expected to exceed 5 acres. Ms. Scheda assisted in providing quality oversight for the Panther Biological Assessment. I-75 Lee County Widening, Lee County, Florida. (FDOT D1) Ms. Scheda was the Principal-in-Charge responsible for overseeing the team’s completion of wetland jurisdictional determinations, protected species, wetland impact and UMAM/WRAP assessments, agen cy coordination, mitigation, and permitting for 10 miles of interstate improvements. Project entailed updating various FHWA/NEPA documentation including the 2002 Endangered Species Biological Assessment and Pond Siting Report, and required additional coordination regarding potential impacts to several protected species such as the Florida panther, wood stork, eastern indigo snake, and the red-cockaded woodpecker. Dianne M. Rosensweig, M.P.H Senior Environmental Scientist As a scientist for more than 30 years, Ms. Rosensweig has extensive experience in managing and conducting biological assessments and related studies. These efforts have involved a wide variety of environmental projects in both the public and private sectors. She has conducted biological assessments related to modification of marine, estuarine, and freshwater wetland environments, assisted in the development of alternatives to minimize wetland impacts, and assisted with the preparation of numerous federal, state, and county environmental permits. Specifically, she has supervised projects requiring the field identification of biological communities, endangered species, flora and fauna, and their ecological interactions. Ms. Rosensweig is extremely proficient in the classification of wetlands and establishing wetland jurisdictional boundaries, as well as all phases of habitat restoration projects, including planning, design, permitting, construction, planting, and monitoring. As an environmental scientist with permitting experience, Ms. Rosensweig has served in a technical advisory capacity on numerous committees related to environmental permitting for residential and commercial developments, transportation projects and phosphate industry mining expansion plans. She has also participated on several technical advisory committees dedicated to the establishment of guidelines for river and coastline preservation throughout the Sarasota Bay area. She is currently serving on Sarasota County’s Coastal Advisory Committee that entails providing recommendations to the Board of County Commissioners on matters related to coastal issues. Her transportation experience includes over 20 PD&E studies for the Florida Department of Transportation. Many of the studies required environmental data collection and analysis, development and evaluation of project alternatives, compiling environmental documents and conducting public involvement programs. She has also participated in an FDOT study for an intracoastal waterway bridge replacement which required a detailed boat traffic survey. RELEVANT PROJECTS Pepper Ranch ROMA, Collier County, Florida. (Collier County) Ms. Rosensweig assisted with a feasibility study that evaluated the development of a Regional Offsite Mitigation Area on the 2,500-acre Pepper Ranch property for Conservation Collier. The intent of the study was to assess the property’s potential to provide mitigation credits for future Collier County infrastructure projects requiring wetland, panther habitat, and wood stork habitat impact mitigation. Potential mitigation opportunities included wetland creation, wetland restoration, wetland enhancement and preservation, and upland enhancement and preservation. Naples Bay Oyster Habitat Restoration Design and Permitting, Collier County, FL (City of Naples) Ms. Rosensweig recently provided environmental services to a large agricultural entity that was proposing to construct two reservoirs within their groves. Scheda scientists characterized and mapped the on-site natural communities. Additionally, literature and field reviews were conducted to determine the potential for and occurrence of Federal and State protected animals and plants on the site. Scheda provided an Environmental Assessment Report documenting the data collection effort and resultant findings. Lastly, Ms. Rosensweig attended a pre-application meeting at the SFWMD Okeechobee Service Office with the Client, project team members, and/or agency representatives to discuss the results of field surveys and permit modification request options. Fixed Term Professional Environmental Consulting Services, Collier County, Florida. (Collier County) Ms. Rosensweig, as project manager, provided Collier County with as-needed environmental consulting services (from 2004-2013). In addition to the large-scale monitoring effort described above for the North Naples Regional Park, Ms. Rosensweig also conducted the monitoring and maintenance tasks associated with Vanderbilt Beach Parking Garage mitigation area and the Rattlesnake-Hammock Road Wetland A mitigation site. Additional wildlife surveys Areas of Specialization  Wetland Ecology  Biological Assessments  Wetland Jurisdictional Determinations  Habitat Mapping  Permitting  Wetland Mitigation Design  Wildlife Surveys  Transportation Studies and Environmental Planning  Habitat Restoration Design and Permitting Years of Experience  30 Education  M.S., Public Health University of South Florida  B.S., Biology Roanoke College Professional Affiliations  Florida Association of Environmental Professionals  National Association of Environmental Professionals  American Society of Civil Engineers  Florida Planning and Zoning Association Dianne M. Rosensweig, M.P.H Senior Environmental Scientist for Cypress Fox Squirrels have also been conducted as per Collier County’s work order requests. Freshwater Flow Research Project, Collier County, Florida. (Rookery Bay National Estuary Research Reserve) For this project, Ms. Rosensweig was responsible for providing environmental support services to assist a coastal engineer with the development of: a local-scale hydrodynamic model for the Rookery Bay Estuary; establishment of target freshwater flow needed to sustain a healthy estuary; analysis of potential water management projects and water use scenarios; and communicate science to regional water stakeholders. As the project manager, Ms. Rosensweig conducted a literature review and data collection effort that included interviews with regional scientists to identify potential biological targets that could be used to assess the effects of freshwater flows on the estuary. The second phase of the project was to photo interpret a series of historical aerials and document changes in habitat such as sub- aquatic vegetation (SAV), oysters, and mangrove edge. The literature review and historical aerial analysis was then utilized to prepare a trend analysis to better understand changes that have occurred in the estuary and identify potential biological targets for further analysis and eventually a suggested Minimum Flow Level. All of the information was presented at workshops to the general public. The RBNERR authorized aerial photography flown in 2015 to provide additional baseline information of existing conditions. Sc heda scientists provided photo-interpretation and field verification for this project and prepared a technical memorandum summarizing the results. Pepper Ranch Mitigation Bank, Collier County, Florida. (Collier County) As project manager, Ms. Rosensweig assisted Conservation Collier with an application to create a Wetland Mitigation Bank on the Pepper Ranch in Collier County. This large scale project includes preparing a Prospectus that documents all of the existing conditions as well as the proposed improvements. Scheda scientists coordinated with Collier County, the USACE and SFWMD. They prepared and submitted the ERP application which included final design plans for proposed habitat restoration projects on the ranch. Ms. Rosensweig used the data that Scheda gleaned from the original Pepper Ranch Feasibility Study to assess the property’s potential to provide mitigation credits for future Collier County infrastructure projects. Sarasota Bay Estuary Program (SBEP) Wetland Coordinator, SBEP Watershed, Florida. (SBEP) Scheda has been the ‘Wetlands Coordinator’ for the Sarasota Bay Estuary Program (SBEP) since 1997, through three consecutively won contracts. Ms. Rosensweig is the project manager for this ongoing contract with the SBEP. In this role, she assists with the identification of habitat restoration sites and provides design, permitting, and construction management services for the SBEP watershed. Ms. Rosensweig participated in the preparation of two comprehensive Five-Year Restoration Plans and is currently preparing the third Plan, each of which include recommendations and prioritization for a series of restoration projects throughout the area. All of the proposed projects address SBEP’s Comprehensive Conservation and Management Plan’s (CCMP) goals. To date, 34 coastal restoration sites have been evaluated and conceptual designs have been developed and submitted to the client; 23 sites have been constructed. These projects range in size and complexity from less than one acre to regionally-significant tracts such as the 697-acre Robinson Preserve in Manatee County. For each project, Scheda coordinated the restoration design, orchestrated the project’s permitting, and provided daily/as-needed construction oversight to ensure success. Many projects required coordination of public meetings. Ms. Rosensweig assisted with the design and permitting of five living shoreline projects for the SBEP: Bird Colony Keys, GWIZ, Herb Dolan Park, Bayfront Park, and Honi Hanta Girl Scout Camp (4 marine/estuarine, one freshwater riverine). The Honi Hanta shoreline restoration along the Braden River involved outreach to volunteer girl scouts who helped plant native vegetation with oversight from Scheda ecologists. Hudson Bayou Water Quality Improvement Project, Sarasota County, Florida. (Sarasota County) Ms. Rosensweig was on the design team for this Sarasota County sponsored project in conjunction with the City of Sarasota. As project manager, Ms. Ros ensweig oversaw all activities related to the project. Scheda provided the ecological components associated with improving the water quality in Hudson Bayou by reducing pollutant loading prior to discharging into Sarasota Bay. Specifically, the intent of this project was to design and construct Low Impact Development (LID) elements that will reduce Total Suspended Solids (TSS), Total Phosphorus (TP), and Total Nitrogen (TN) loadings to Hudson Bayou. Scheda assisted with habitat restoration designs, bioswale planting pallets, and providing environmental support services associated with the ERP permit for this project. Robert Mrykalo, M.S. Environmental Scientist * Projects completed with previous employers Mr. Mrykalo is an environmental scientist with experience in wildlife habitat evaluation, wildlife ecology, floral and faunal surveys, radio telemetry, environmental permitting, and Geographic Information Systems. Mr. Mrykalo has conducted wildlife surveys, documented wetland jurisdictional boundaries, and determined wildlife and wetland mitigation requirements for a wide variety of projects. In addition, Mr. Mrykalo has obtained wildlife and wetland permits for numerous development projects. RELEVANT PROJECTS State Road 29 Wildlife Crossings, Collier County, Florida. (FDOT D1) This project involves monitoring two wildlife crossings, before and after construction, created for Florida panther on SR 29. Mr. Mrykalo utilizing infrared digital cameras to document wildlife utilizing habitat before construction and the wildlife crossings after construction. Wildlife species captured in photos include Florida panther, bobcat, black bear, white-tailed deer, raccoon, opossum, armadillo, and coyote. Mr. Mrykalo prepared yearly reports documenting wildlife usage for each wildlife crossing. SR 82 PD&E Study from CR 884 to SR 29, Lee, Hendry & Collier Counties, Florida. (FDOT D1) This project involved an impact analysis and study of design alternatives for the widening of 18 miles of SR 82 from two lanes to six lanes. Environmental concerns include wetlands and protected species such as the Florida panther, gopher tortoise, indigo snake, wading birds, bald eagle, wood stork, and crested caracara. Mr. Mrykalo conducted field surveys to categorize wetlands and surface waters documented within the project limits. Mr. Mrykalo used GIS to create figures for project documents. SR 29 PD&E Study from SR 82 to CR 80-A, Collier and Hendry Counties, Florida. (FDOT D1) This project involves documenting potential impacts to listed species and their habitat due to the proposed improvements to SR 29. Mr. Mrykalo conducted general and species specific surveys for state and federally listed species including the crested caracara and gopher tortoise. Mr. Mrykalo prepared an Endangered Species Biological Assessment documenting the research, analysis, determinations and recommendations regarding the proposed roadway widening of SR 29. C-43 West Storage Reservoir CERP Project, Hendry County, Florida. (SFWMD) As one of the Acceler8 Comprehensive Everglades Restoration Projects, the C-43 project aims to improve water quality with the construction of an 11,000-acre reservoir that will collect water from Lake Okeechobee (via the Caloosahatchee River) for planned releases back into the river and downstream estuarine system. Mr. Mrykalo conducted species-specific surveys for the crested caracara, eastern indigo snake, gopher tortoise, and Florida panther prey species. Extensive pre- construction surveys were required for the eastern indigo snake, where Mr. Mrykalo canvassed the project area, driving transects by ATV to look for the species. SR 82 Design from Shawnee Road to Alabama Road, Lee County, Florida. (FDOT D1) This project involves the widening of the roadway from 2 to 4 lanes, with the design of stormwater management facilities. Mr. Mrykalo serves as the Scheda Project Manager and oversees wetland JD’s, protected species surveys, and permitting support. Species issues on this project include the Florida panther, wood stork, and caracara. Section 7 Consultation with the USFWS is anticipated during the course of the ERP process. Mr. Mrykalo delineated wetlands and surface waters within the project area, set seasonal high water limits, and conducted crested caracara nest tree surveys. SR 82 Design from Lee Boulevard to Shawnee Road, Lee County, Florida. (FDOT D1) This project involves the widening of the roadway from 2 to 4 lanes, with the design of stormwater management facilities. Mr. Mrykalo serves as the Scheda Project Manager and oversees wetland JD’s, protected species surveys, and permitting support. Species issues on this project include the Areas of Specialization  Wildlife Surveys  Wetland Ecology  Floral and Faunal Field Survey  Environmental Monitoring and Maintenance  Radio Telemetry  Environmental Permitting  Wetland Jurisdictional Determinations  Ecological Assessments  GIS  Transportation, PD&E, Design, & Construction Projects. Years of Experience  12 Education  M.S., Environmental Science and Policy University of South Florida  B.A., Biology University of Hartford Training and Certifications  Associate Wildlife Biologist  Authorized Gopher Tortoise Agent  FDEP Wetland Delineation Certification  FDEP Qualified Stormwater Management Inspector Professional Affiliations  The Wildlife Society Robert Mrykalo, M.S. Environmental Scientist * Projects completed with previous employers Florida panther, wood stork, and caracara. Section 7 Consultation with the USFWS is anticipated during the course of the ERP process. Mr. Mrykalo delineated wetlands and surface waters within the project area, set seasonal high water limits, and conducted crested caracara nest tree surveys. Brighton Seminole Indian Reservation Panther Prey Survey, Glades County, Florida. (Brighton Seminole Indian Reservation) This project involves documenting panther prey populations on the Brighton Seminole Indian Reservation. Mr. Mrykalo conducted a population census of white-tailed deer utilizing track pad analysis, spotlight surveys, infrared camera surveys, and aerial counts. C-43 West Storage Reservoir (CERP Project), Hendry County, Florida. (SFWMD) This SFWMD project involves evaluating potential environmental impacts due to the proposed construction of an 11,000 acre reservoir that will collect water from Lake Okeechobee. Environmental concerns include habitat utilization by the Florida panther, West Indian manatee, crested caracara, snail kite, wood stork, eastern indigo snake, and gopher tortoise. Mr. Mrykalo conducted species-specific surveys as per FWC and USFWS guidelines including: panther prey-items, crested caracara, eastern indigo snakes, and gopher tortoise. US 1 South Wildlife Crossing Study, Miami-Dade and Monroe Counties, Florida. (FDOT D6) Mr. Mrykalo determined areas to install infrared cameras to monitor American crocodile use of wildlife crossing. Mr. Mrykalo installed infrared cameras in wildlife crossings created for Florida panthers. Mr. Mrykalo has conducted wildlife mortality surveys on US 1. SR 82 Design from the Lee County Line to the Collier County Line, Hendry County, Florida. (FDOT D1) This project involves the widening of the roadway from 2 to 4 lanes, with the design of linear stormwater management facilities within the existing FDOT-owned right-of-way. Mr. Mrykalo conducted listed species surveys including caracara nest tree surveys. Mr. Mrykalo delineated wetlands and surface waters, and also set the limits of seasonal high waters, within the project limits. Marco Island Bridge SAV Survey. Collier County, Florida. (FDOT D1) This project involved quantitatively surveying and mapping existing Submerged Aquatic Vegetation (SAV) and coral communities within an area of approximately 26 acres. This area includes all of the proposed work/impact areas, including the fishing piers, bridge piers, and equipment staging areas (barge moorings) located within the right-of-way limits for the Judge S.S. Jolley Bridge, which connects Marco Island to the mainland. Mr. Mrykalo assisted in sea grass surveys. Picayune Strand Restoration Project Port of the Islands – Manatee Mitigation Feature, Collier County, Florida. (SWFWMD) The goal of this project is to turn a portion of the upland spoil berm, created by the dredging of the Faka Union Canal, into warm water refugia for the federally endangered West Indian manatee. As an environmental scientist on this project, Mr. Mrykalo was tasked with conducting a gopher tortoise survey of the approximately 80 acre project area, obtaining an FWC permit to capture and relocate gopher tortoises from the upland spoil berm, and capture/relocate gopher tortoises to an FWC permitted recipient site. In addition, he was also responsible for osprey nest observation during backhoe excavations of the Gopher Tortoise burrows due to the relatively close proximity of the osprey nest to potentially occupied gopher tortoise burrows. Mr. Mrykalo also captured and removed two invasive/exotic Burmese Pythons during the backhoe excavation of gopher tortoise burrows. Ulele Springs Manatee Monitoring, Hillsborough County, Florida. (City of Tampa) Upon completion of the Ulele Springs restoration project Mr. Mrykalo began conducting ongoing manatee surveys of the spring run and also the adjacent Hillsborough River. The surveys include photographing all manatees, if possible, utilizing the spring run and Hillsborough River to identify of individual animals, recording unique markings such as prop scars and body condition and recording data on Florida Fish and Wildlife Conservation Commission manatee field sketch data sheets, recording behavioral observations, and documenting other relevant data during manatee surveys including date, time, temperature, wind speed, visibility, surface water conditions, and tide. State Road 84 Red-Cockaded Woodpecker (RCW) Surveys. Collier County, Florida. (FDOT D1) Mr. Mrykalo conducted RCW nest cavity and foraging habitat surveys in appropriate areas along 3.5 miles of roadway and potential pond sites in Collier County. RCW nesting areas and foraging areas were identified and reported to the USFWS. A 14-day continuous nest cavity survey was conducted at four nest cavities that had the potential to be active. Brandon R. Gray Senior Environmental Scientist * Projects completed with previous employers As a senior scientist with over 12 years of experience, Mr. Gray has managed and provided wetland and wildlife experience on a number of private and commercial developments and roadway projects throughout the state of Florida. He has also been responsible for the design, monitoring methodology, and implementation of numerous mitigation and restoration projects throughout Florida. Mr. Gray has participated in a wide variety of environmental projects, such as Developments of Regional Impact (DRI), Environmental Resource Permit applications (ERP), United States Army Corps of Engineers (USACE) dredge and fill applications, UMAM evaluations, rezoning applications, wetland violation resolutions, biological assessments, wetland delineations, wetland mitigation monitoring and coordination, threatened and endangered species surveys and permitting, seagrass and benthic habitat assessments, water quality sampling, as well as number of other environmental consulting services. RELEVANT PROJECTS US 41 Mile Marker 63 Rest Area - Ochopee Mitigation Monitoring, Collier County, Florida. (FDOT D1) Portions of this mitigation area were constructed in the mid-1990’s as mitigation for wetland impacts associated with the construction of a rest area at mile marker 63 and the remainder was constructed in 2013 for impacts from the expansion of this rest area and additional access to Big Cypress National Park. Mr. Gray served as the project manager and conducted the mitigation monitoring and reporting at the Ochopee Pits I, II, & III, the Turner River site, Patton’s Pit, and Capilletti’s Pit off of the Taimiami Trail US41. US 41 from Greenway Road to Six L’s Farm Road Design and Permitting, Collier County, Florida. (FDOT D1) As the project manager of this project, Mr. Gray was responsible for establishing the wetland and surface water determinations, seasonal high water determinations, UMAM forms, mitigation alternatives, permit preparation and pond sitting assessments. The project also involved Wood Stork foraging habitat assessments and Panther Habitat Unit assessments. Mitigation was provided using a local mitigation bank. Picayune Strand Restoration Project Port of the Islands – Manatee Mitigation Feature, Collier County, Florida. (SFWMD) The goal of this project is to turn a portion of the upland spoil berm, created by the dredging of the Faka Union Canal, into warm water refugia for the federally endangered West Indian manatee. As an environmental scientist on this project, Mr. Gray assisted with the capture and relocation of gopher tortoises from the upland spoil berm to an FWC permitted recipient site. SR 29 from Spencer Lane to Cowboy Way (SR80A) Design and Permitting, Hendry County, Florida. (FDOT D1) As the project manager of this project, Mr. Gray was responsible for establishing the wetland and surface water determinations, seasonal high water determinations, UMAM forms, mitigation alternatives, permit preparation and pond sitting assessments. The project also involved Wood Stork foraging habitat assessments and Panther Habitat Unit assessments. Mitigation was provided using a local mitigation bank. Lake Okeechobee Protection Plan – Water Storage Projects on District Lands, Lake Okeechobee Watershed. (SFWMD) Mr. Gray assisted in assessing the potential for interim water storage on 18 SFWMD and State Trustees for the Internal Improvement Trust Fund (TIITF) owned lands, totaling over 23,000 acres. He was responsible for identifying and characterizing wetlands, canals, ditches, existing structures, and evaluating existing hydraulic conditions for water storage potential. The extent and quality of wetlands and surface waters within these sites was evaluated to determine the potential for the rehydration of natural systems using minor earthmoving and the construction of actual water impoundment structures. Mr. Gray assisted in providing information for the conceptual designs and alternatives that were produced for each of the 18 sites. Areas of Specialization  Wetland Mitigation Design  Mitigation Monitoring  Wetland Jurisdictional Determinations  Wetland Permitting  Benthic Resource Surveys  Water Quality Sampling  Wildlife Surveys  Wetland Ecology  Biological Assessments  Habitat Mapping  Flora and Fauna Identification  Threatened and Endangered Species Survey & Permitting Years of Experience  12 Education  B.S., Environmental Science and Policy University of South Florida Training and Certifications  Florida Stormwater Management Inspector  FDEP Wetland Delineation Certification, 2005  P.A.D.I Open Water Diver Certification, 2000 Professional Affiliations  Society of Wetland Scientists Brandon R. Gray Senior Environmental Scientist * Projects completed with previous employers Tampa Port Authority - Port Redwing Master Plan Hillsborough County, Florida. (Tampa Port Authority) Mr. Gray was responsible for calculating the required amount of mitigation for wetland impacts associated with the Port Redwing Master Plan, and obtaining the required environmental permits (i.e. ACOE, FDEP, and EPCHC) associated with relocating several onsite mitigation areas to a more appropriate offsite location within the Cockroach Bay ELAMP parcel. Also, Mr. Gray assisted in designing a portion of the 70.81-acre off-site mitigation area and collaborated with the project engineers, agency personnel, and Tampa Port Authority’s project manager. The off-site mitigation area was designed to fully off-set all of the wetland impacts associated with the Port Redwing Master Plan and will provide additional mitigation credits for future wetland impacts associated with Tampa Authority projects. Furthermore, he was responsible for collecting and consolidating water quality data (i.e. total nitrogen, total phosphorous, and chlorophyll-a) for the dewatering of the restoration areas to ensure that water quality conditions in the adjacent Cockroach Bay Aquatic Preserve were not degraded. Currently, Mr. Gray is overseeing the mitigation area monitoring program to ensure that it meets it permitted success criteria. Lemon Bay Habitat Improvements A.K.A. Wildflower Preserve, Charlotte County, Florida (SWFWMD and Lemon Bay Conservancy) Mr. Gray served as the deputy project manager on this project which involved the enhancement, restoration, and creation of coastal ecosystems habitats, and water quality improvements for Charlotte Harbor. The property was a former golf course that turned fallow and was purchased by the Lemon Bay Conservancy to be converted into the Wildflower Preserve. The project involved wetland delineations, water level recorders, listed species surveys, and conceptual through 100 percent design plans. The project habitat improvements consisted of a total of 42.5 acres of uplands were cleared of nuisance species and replanting with native species, 26 acres of wetland creation/restoration, and 11 acres of wetland enhancement through the removal of nuisance species and replanting with native species. Ulele Springs Monitoring, Hillsborough County, Florida. (City of Tampa) Mr. Gray was the project manager for this unique project, where Scheda was tasked with implementing a detailed monitoring plan the newly restored Ulele Spring and the City of Tampa’s Waterworks, located on the Hillsborough River. The monitoring plan consisted of monthly boat and West Indian manatee surveys, as well as hourly water quality sampling at three sampling stations (i.e. river, mid-pool, and upper spring pool) using a Hydrolab MS5 water quality sonde. The water sampling parameters included temperature, salinity, and dissolved oxygen. The boat surveys collects data on the type, speed, and size of boats travelling through the survey area to inform a potential change in the speed limit s and/or addition of a manatee zone. The manatee surveys document any manatee usage, as well as age classification and general behaviors of each individual manatee. The results of the study are summarized in quarterly reports and reviewed by FWC and the City of Tampa. Bishop and Mullet Creek Tidal Tributary Study, Pinellas County, Florida. (Pinellas County) Mr. Gray served as the deputy project manager on this project, as part of a multi-disciplinary team consisting of private, public, and academia contributors to challenge the FDEP impairment classification and EPA’s recommendation for a TMDL for the estuarine portions of both creeks. Additionally, Mr. Gray served as the lead field scientist and report author for the Bishop and Mullet Creeks Tidal Tributary Study. The objectives of the project were to attempt to determine the dominant pathways contributing to nutrient assimilation in the tidal portions of Bishop and Mullet creek and assess how physical alterations, including variation in hydrologic forcing functions, affect the assimilation of nutrients both in the water column and by the benthos. Mr. Gray assisted in developing a sampling design along with Janicki Environmental and GPI, and collected field data that address the principal study elements of hydrology (flow measurements), water quality (various parameters), sediment chemistry, benthic microalgae, benthic macroinvertebrates, fishes, and vegetation. Within each of these study elements, sampling designs and sampling protocols were established to maximize information gained toward developing metrics that can be successfully used as part of a tidal creeks management strategy in southwest Florida. The study consisted of both routine monthly monitoring events for water quality and fish community composition as well as a suite of special studies designed to address specific questions regarding the process and function of these creeks. City of St. Petersburg – Pier 5 and Vinoy Basin Water Sampling, Pinellas County, Florida. (City of St. Petersburg) This project involved multi-day and multi-parameter daily sampling and 24-hour sampling for a 27-acre basin located in downtown St. Petersburg, Pinellas County, Florida. Scheda was tasked with collecting dissolved oxygen (DO), pH, salinity, depth, and temperature measurements using YSI Environmental Monitoring water quality meters at two sampling stations. Scheda also collected water quality samples for metals (total arsenic, cadmium, chromium VI, copper, lead, and zinc), total polycyclic aromatic hydrocarbons, oil and grease, and fecal and total coliforms, with one field duplicate sample collected at each sample station. With respect to DO, diel samples were collected every 4 hours for a 24-hour period at 1-foot below the surface, mid-depth, and 1-foot above the bottom for both sampling stations. Fecal and total coliform samples were collected daily for 10 days and delivered to the testing laboratory within six hours of collecting the sample. Finally, a monitoring report with all of the appropriate data presented in a tabular format was presented to the Client and the Florida Department of Environmental Protection. Vector Corrosion Services, Inc. 1936 Bruce B. Downs Blvd., #315 Wesley Chapel, FL 33544 Telephone: (813) 830-7566 Fax: (813) 830-7565 www.vector-corrosion.com Matthew A. Miltenberger, P.E. Vice President (269) 251-1347 Mobile mattm@vcservices.com EDUCATION Master of Science in Civil Engineering (Structures), University of Maryland, 1992 Bachelor of Science in Civil Engineering, University of Maryland, 1990 Bachelor of Business Administration (Construction Management), Univ. of Miami, FL, 1984 CERTIFICATIONS, REGISTRATIONS & PROFESSIONAL ASSOCIATIONS Professional Engineer: Florida, Illinois, Maryland, Massechusetts, Michigan, Minnesota, Missouri, Ohio,Oregon,Virginia, NACE Cathodic Protection Specialist, No. 9470 since 2009 EMPLOYMENT HISTORY (2014-Present) Vice President, Vector Corrosion Services, Inc., Wesley Chapel, FL (2012-2014) Vice President of Corrosion Services, Vector Corrosion Technologies, Inc., Kalamazoo, MI (2006-2012) Vice President of Engineering, Tourney Consulting Group, LLC., Kalamazoo, MI (2004-2006) Business Development Manager, Vector Corrosion Technologies, Inc., Cleveland, OH (1993-2004) Senior Research Engineer, Master Builders, Inc., Cleveland, OH) (1992-1993) Materials Specialist Trainee, Federal Highway Administration, Denver, CO (1990-1992) Research Assistant, University of Maryland Department of Civil Engineering (1990-1991) Forensic Engineer,Vannoy and Associates, College Park, MD (1989-1990) Designer/Drafter, ANCO Engineers, College Park, MD (1987-1989) Superintendent, Renaissance Renovations, Cumberland, MD (1986-1987) Project Engineer, McCarthy Construction, Miami, FL (1982-1985) Junior Engineer, Lawrence F. Brill, Inc. Consulting Engineers, Miami, FL PROFESSIONAL CREDENTIALS Past chairman of ASTM subcommittee C 9.42 on Fiber-Reinforced Concrete Active Technical Committee Member of the American Concrete Institute Committees 365 (Service Life), 222 Corrosion of Metals in Concrete Received ACI Wason Medal in 2000 for Most Meritorious Paper Member NACE International PROFESSIONAL EXPERTISE • Cathodic protection design for service life extension for new and existing infrastructure projects such as parking structures, bridges, marinas, wharfs, piers, and seawalls. • Specific expertise related to concrete condition assessments, repair and restoration, durability of concrete, mass concrete thermal modeling, corrosion of reinforcing steel, construction materials testing, anchorage to concrete, instrumentation, and troubleshooting construction • Design of commercial remodeling/renovation/restoration projects PROJECT EXPERIENCE (Sampling) Recent Cathodic Protection Projects • (2016) Port of Miami – Galvanic CP Design Cruise Terminal Bulkhead, Miami, FL • (2016) MacDill AFB – Existing ICCP System Evaluation, Tampa, FL • (2015) Florida DOT – Cathodic Protection Specialist – multiple projects • (2015) Seastar Line Bulkhead – Existing ICCP system evaluation and Galvanic CP Design for existing steel sheet pile bulkhead, San Juan, PR • (2014) JaxPort Fuel Pier 111 Galvanic Pile Jacket Commissioning, Jacksonville, FL • (2013) Port of Miami Berth 1 Galvanic Pile Jacket Commissioning, Miami, FL • (2011) Palms of Perdido Condominiums, Perdido Key, FL – cathodic prevention design and installation for new construction. Durability Consulting Projects • (2016) US Army Corps of Engineers – FLETC Pier Condition Assessment, Charelston, SC • (2016) University of Chicago Medical Center Garage – Corrosion Condition Assesment, Chicago, IL • (2016) Hoosier Energy – Merom Generating Plant Cooling Tower concrete condition assessment, Sullivan, IN • (2015) Drexel at Oakley Condominium - Pedestrian bridges condition assessment, Cincinatti, OH • (2014) Yankee Gas – LNG tank bonded post tensioning investigation, Waterbury, CT • (2013) 10th Avenue Bridge, Minneapolis, MN – Historic Arch Bridge corrosion investigation • (2013) Pulaski Skyway substructure evaluation, Newark, NJ PUBLICATIONS (Sampling) CADD Integrated Rebar Bending, Fifth Annual Computing in Civil Engineering Conference, May 1991. Polymer Modified Masonry Mortars, National Science Foundation Report 1993. A Proposed Flexural Bond Strength Test Method, Sixth North American Masonry Conference, June 1993. Relationship Between Cube and Cylinder Compressive Strength of Mortar, Sixth North American Masonry Conference, June 1993. Concrete Masonry Modulus of Elasticity: A Constitutive Approach, Sixth North American Masonry Conference, June 1993. Determining Chloride Diffusion Coefficients for Concrete Using Accelerated Test Methods, 3rd CANMET International Conference on Concrete in Marine Environments Supplementary Papers, Aug. 1996. A Critical look at Chloride Diffusion Coefficients, and the Implications on Service Life Predictions of Reinforced Concrete Structures, Corrosion: Conference on Understanding Corrosion Mechanisms in Concrete, July 1997. Predicting the Service Life of Concrete Structures: An Environmental Methodology, ACI Structures Journal, No. 2 Vol. 2, March–April 1998. (Received the 2000 ACI Wason Medal for Most Meritorious Paper) Vector Corrosion Services, Inc. 1936 Bruce B. Downs Blvd. Suite 315 Wesley Chapel, FL 33544 Telephone: (813) 501-0050 Fax: (813) 830-7565 Brian Pailes, Ph.D., P.E. Senior Project Manager (813) 777-6946 Mobile brianp@VCServices.com EDUCATION Doctorate of Philosophy in Civil Engineering (Structures), Rutgers University, 2014 Master of Science in Civil Engineering (Structures), University of Virginia, 2009 Bachelor of Science in Civil Engineering, Northeastern University, 2007 CERTIFICATIONS, REGISTRATIONS & PROFESSIONAL ASSOCIATIONS Professional Engineer – Florida 81340 Graduate Certificate in Geophysics at Rutgers University OSHA 510 - 30 Hour Safety Certification, completed February 4, 2016 MSHA Part 48 – 24 Hour Minor Training NACE Cathodic Protection Technician (CP-2) (#562163) American Concrete Institute – Member Precast Concrete Institute – Member American Society of Civil Engineers – Member Chi Epsilon – Member EMPLOYMENT HISTORY (2016 – Present) Senior Project Manager – Vector Corrosion Services, Inc., Wesley Chapel, FL (2014 – 2016) Project Manager – Vector Corrosion Services, Inc., Wesley Chapel, FL (2010 – 2014) Graduate Research Assistant – Rutgers University, Piscataway, NJ (2010 – 2014) Consulting Engineer – Transportation Infrastructure Systems, Piscataway, NJ (2009 – 2010) Research Faculty – Virginia Polytechnic Institute and State University, Blacksburg, VA (2008 – 2009) Graduate Researcher – Virginia Transportation Research Council, Charlottesville, VA (2007 – 2008) Graduate Teaching Assistant – University of Virginia, Charlottesville, VA (2005 – 2006) Co-op Student Employee – Simpson Gumpertz and Heger, Waltham, MA (2004 – 2004) Co-op Student Employee – Parsons Brinckerhoff, Boston, MA PROFESSIONAL EXPERTISE • Investigation and inspection of reinforced concrete to identify corrosion of embedded metals. • Non-destructive testing (NDT) of reinforced concrete to identify deterioration and damage. o Ground penetrating radar o Corrosion potential measurements o Electrical resistivity o Impact Echo Vector Corrosion Services, Inc. 1936 Bruce B. Downs Blvd. Suite 315 Wesley Chapel, FL 33544 Telephone: (813) 501-0050 Fax: (813) 830-7565 o Chain drag/hammer sounding • Material sampling and testing of reinforced concrete o Chloride concentration o Carbonation depth o Strength and modulus evaluation PROJECT EXPERINCE Condition Investigation (Sampling) • (2016) Titian America, Medley, FL – Corrosion assessment of silo ring beam columns. • (2015) Route 105 Fort Eustis Blvd., Newport News, VA – Corrosion assessment of bridge substructure for reuse in rehabilitation. • (2015) Hume Lake Dam, Sequoia National Forest, CA – Impact echo and infrared thermography assessment to dam to identify dealmianations, cracking, and other deterioration. • (2015) US 101 over Siletz River, Lincoln City, OR – Evaluation of post-tension system for defects and corrosion. • (2015) OR 229 over Siletz River, Siletz, OR – Evaluation of post-tension system for defects and corrosion. • (2015) Maydell Drive, Tampa, FL – Evaluation of substructure bents for corrosion deterioration. • (2015) Sunshine Skyway Bridge, St. Petersburg, FL – Use of magnetic flux to identify breakages in transverse deck tendons. • (2014) St. Petersburg Municipal Pier, St. Petersburg, FL – Condition assessment of pier structure to identify feasibility of 75 year life extension. • (2009 – 2014) Long Term Bridge Performance Program – Conducted non- destructive and materials evaluation of bridges throughout the United States. Cathodic Protection (Sampling) • (2016) Welsh Causeway, Madeira Beach, FL – Verification and commissioning of galvanic jacket installation to reinforced concrete piles. • (2016) MacDill Air Force Base, Tampa, FL – Evaluation and maintenance of impressed current cathodic protection system for three water tanks. • (2015) TECO Transmission Lines, Tampa, FL – Verification and commissioning of galvanic jacket installation to reinforced concrete piles. • (2015) Titan America, Miami, FL – Design of galvanic cathodic protection system to protect ring beam columns from corrosion deterioration. PUBLICATIONS (Sampling) Pailes, B.M. and Gucunski, N., “ Understanding Multi-Modal Non-Destructive Testing Data Through the Evaluation of Twelve Deteriorating Reinforced Concrete Bridge Decks,” Journal of Nondestructive Testing, November 2015. Pailes, B.M., Brown, M.B., and Sharp, S.R., “Evaluation of Protective Jackets used on Reinforced Concrete Piles: A Case Study of Hampton Roads Bridge and Tunnel,” Journal of Performance of Constructed Facilities, ASCE, Volume 26, Issue 1, January 2012, pp 118 - 123. Ardaman & Associates, Inc. Geotechnical, Environmental and Materials Consultants 9970 Bavaria Road, Fort Myers, Florida 33913 Phone (239) 768-6600 FAX (239) 768-0409 Florida: Bartow, Fort Myers, Miami, Orlando, Port St. Lucie, Sarasota, Tallahassee, Tampa, West Palm Beach Louisiana: Alexandria, Baton Rouge, Monroe, New Orleans, Shreveport September 22, 2016 Ms. Evelyn Colon, Procurement Strategist Collier County Government Procurement Services Division 3327 Tamiami Trail E. Naples, FL 34112 RE: Letter of Intent for Collier County CCNA Solicitation 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 Dear Ms. Colon: This letter confirms that Ardaman & Associates, Inc. (Ardaman) is committed to working with Cardno on Collier County 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 as the geotechnical engineering and materials testing subconsultant. We look forward to the opportunity to work with Cardno and Collier County on this project. If additional information is needed please contact me at 239/768-6600 or by e-mailing gdrew@ardaman.com. Very truly yours, ARDAMAN & ASSOCIATES, INC. Florida Certificate of Authorization No. 00005950 Gary A. Drew, P.E. Vice President/Branch Manager License No. 35504 GAD/egs October 5, 2016 Cardno, Inc. 380 Park Place Boulevard, Suite 300 Clearwater, FL 33759 Attention: Ms. Ananda Kelley, PE Project Manager Re: Letter of Intent to Provide Services Collier County, CCNA Solicitation 16-6700 Stan Gober Memorial Bridge Repair / Rehabilitation Project Project Number 66066.2, Bridge Number 030184 Dear Ms. Kelley: Bolt Underwater Services, Inc. is pleased to be part of Cardno, Inc.’s team to provide Underwater Inspection Services for the above referenced proposal. We understand the scope of services required by our firm and we are experienced in providing these services. If you require additional information, please contact me directly. Sincerely, Mollie A. Griswold, C.B.I. President September 22, 2016 Mr. Jeff Rosiek, CPSM Senior Marketing Coordinator Cardno, Inc. Re: Letter of Intent to Perform Services Collier County Board of County Commissioners CCNA Solicitation 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 Dear Jeff: Cella Molnar & Associates, Inc. is pleased to be included as part of the Cardno, Inc. team for the Collier County Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project. We are confirming that Cella Molnar & Associates commits our full support and resources to your project team, and we look forward to working with you. We understand that the scope of services to be performed by our firm include, but are not limited to public involvement, and we are experienced in performing these services. If you have any questions or require additional information, please feel free to contact me. Thank you. Sincerely, Cella Molnar & Associates, Inc. Kris Cella CEO SUNRISE • SARASOTA • TAMPA • DELRAY BEACH • MIAMI DESTIN • ORLANDO September 23, 2016 Ananda Kelley, PE Cardno, Inc. 380 Park Place Blvd. Suite 300 Clearwater, FL 33759 Re: Letter of Intent Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184, Collier County, Florida Scheda Proposal No. 003690.30.P Dear Ms. Kelley: Scheda Ecological Associates, Inc. is pleased to be a part of the Cardno team for the above-referenced project. Please let this communication serve as our letter of intent to provide environmental support to you for this Collier County assignment. Feel free to contact me if you need any additional information. We look forward to continue working with you and your professional staff! Sincerely, SCHEDA ECOLOGICAL ASSOCIATES, INC. Sandra Scheda Klaus, MS President/Principal Scientist 1936 Bruce B. Downs Blvd., Suite 315 Wesley Chapel, FL 33544 Phone (813) 501 – 0050 Fax (813) 830 – 7565 September 23, 2016 Ms. Ananda Kelley, P.E. Cardno, Inc. 380 Park Place Bld. Suite 300 Clearwater, FL, 33759 Vector Corrosion Services, Inc. 1936 Bruce B. Downs, Suite 315 Wesley Chapel, FL 33544 Phone: (813) 501 – 0050 Fax: (813) 830 – 7565 Email: info@VCServices.com Website: www.VCServices.com Re: Letter of Intent to Provide Services Collier County, CCNA Solicitation 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 Dear Ms. Kelley: Vector Corrosion Services is pleased to be part of Cardno, Inc.’s team to provide corrosion, nondestructive testing, and concrete durability services for the above referenced proposal. We understand the scope of services required by our firm and we are experienced in providing these services. If you require additional information, please contact me directly. Sincerely, Brian Pailes, Ph.D., P.E., NACE CP-2 Senior Project Manager Vector Corrosion Services brianp@VCServices.com Office (813) 501 – 0050 Mobile (813) 777 – 6946 Tab V References 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 37 Attachment 8: Reference Questionnaire (Do Not Use Collier County Employees) Solicitation: 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 Reference Questionnaire for: Cardno, Inc. (Name of Company Requesting Reference Information) Frank Haunstetter, PE (Name of Individuals Requesting Reference Information) Name: Gary W. Spraggins (Evaluator completing reference questionnaire) Company: Sarasota County, FL (Evaluator’s Company completing reference) Email: gspraggi@scgov.net FAX: 941.861.0992 Telephone: 941.650.3306 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/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Eight Siesta Key Bridges – Undermining Remediation and Bridge Repair Completion Date: September 2013 Project Budget: __$92,000 (design)_____________ Project Number of Days: 240 days (8 mos) – project was on hold for an extended period Item Criteria 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; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: Frank Haunstetter, PE (727.539.1294) By September 23, 2016 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 37 Attachment 8: Reference Questionnaire (Do Not Use Collier County Employees) Solicitation: 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 Reference Questionnaire for: Cardno, Inc. (Name of Company Requesting Reference Information) Frank Haunstetter, PE (Name of Individuals Requesting Reference Information) Name: William Nichols, PE (Evaluator completing reference questionnaire) Company: City of Sarasota, FL (Evaluator’s Company completing reference) Email: william.nichols@sarasotagov.com FAX: N/A Telephone: 941.329.6138 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/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Four Bridge Repairs Completion Date: April 2016 Project Budget: __$98,470 (design)_____________ Project Number of Days: 240 (8 mos) – project on hold for an extended period 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; invoices; manuals or going forward documentation, etc.) 8 7 Ability to verbally communicate and document information clearly and succinctly. 8 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 8 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: Frank Haunstetter, PE (727.539.1294) By September 23, 2016 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 37 Attachment 8: Reference Questionnaire (Do Not Use Collier County Employees) Solicitation: 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 Reference Questionnaire for: Cardno, Inc. (Name of Company Requesting Reference Information) Frank Haunstetter, PE (Name of Individuals Requesting Reference Information) Name: Gary W. Spraggins (Evaluator completing reference questionnaire) Company: Sarasota County, FL (Evaluator’s Company completing reference) Email: gspraggi@scgov.net FAX: 941.861.0992 Telephone: 941.650.3306 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/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Bridge Asset Management Program (BAMP) Completion Date: July 2015 Project Budget: __$100,000 _____________ Project Number of Days: 365 (1 yr) Item Criteria 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; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: Frank Haunstetter, PE (727.539.1294) By September 23, 2016 Tab VI Acceptance of Conditions Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Tab VI Acceptance of Conditions Cardno takes no exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in this RFP. Tab VII Required Form Submittals Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Tab VII Required Forms and Licenses / Certifications Cardno, Inc. Licenses Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Ardaman & Associates, Inc. Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Cella Molnar & Associates, Inc. Scheda Ecological Associates, Inc. Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Vector Corrosion Services, Inc. Bolt Underwater Services, Inc. Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Cardno Team Licenses Stan Gober Memorial Bridge Repair/Rehabilitation Project Project Number 66066.2, Bridge Number 030184 COLLIER COUNTY | OCTOBER 2016 | www.cardno.com Addendum 1 Date: September 9, 2016 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation # and Title 16-6700 Design and Related Services for the Stan Gober Memorial Bridge Repair Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 For the latest Bridge Inspection Reports, Final Deck and Condition Assessment and Recommendation Reports, please fill out the Exempt Document Form provided with this addendum and email the form along with a Photo ID to: evelyncolon@colliergov.net If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Anthony Stolts, Senior Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: evelyncolon@colliergov.net Telephone: (239) 252-2667 FAX: (239) 252-2810 September 9, 2016 Cardno, Inc. Addendum 2 Date: October 5, 2016 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 2 Solicitation # and Title 16-6700 Design and Related Services for the Stan Gober Memorial Bridge Repair Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 The following deadline extension is issued as an addendum identifying the following change for the referenced solicitation: Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide Design and Related Services will be received until 3:00PM, Naples local time, on October 7, 2016 October 10, 2016 at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Anthony Stolts, Senior Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenc ed solicitation. (Signature) October 5, 2016 Date Cardno, Inc. (Name of Firm) Email: evelyncolon@colliergov.net Telephone: (239) 252-2667 FAX: (239) 252-2810 Addendum 3 Date: October 7, 2016 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 3 Solicitation # and Title 16-6700 Design and Related Services for the Stan Gober Memorial Bridge Repair Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 The following deadline extension is issued as an addendum for the referenced solicitation: Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide Design and Related Services will be received until 3:00PM, Naples local time, on October 10, 2016 October 11, 2016 at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. C: Anthony Stolts, Senior Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) October 7, 2016 Date Cardno, Inc. (Name of Firm) Email: evelyncolon@colliergov.net Telephone: (239) 252-2667 FAX: (239) 252-2810 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 28 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 Procurement Services Division 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist CCNA Solicitation: 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 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.) 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: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: ________________________________________ Date ___________ 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 30 Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 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. Further, the consultant agrees that if awarded a contract for these services, the consultant will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-consultant for any future design or any other oversight services associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of ____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number CCR # or CAGE Code __________________________________________________________________________ Telephone: FAX: Signature by: (Typed and written) Title: 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 31 Additional Contact Information 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: Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a photo mismatch or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464- 4218 (customer service) or 1-888-897-7781 (worker hotline). 14. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA as applicable by not discriminating unlawfully against any individual in hiring, firing, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the immigration-related unfair employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 15. The Employer agrees that it will use the information it receives from E-Verify only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords), to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)). Any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, the Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to begin verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. c. Federal contractors that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), state or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU or to authorize verification of any existing employee by any Employer that is not a Federal contractor based on this Article. 3. The Employer understands that if it is a Federal contractor, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security numbers and employment eligibility, to enforce the INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. ARTICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A. REFERRAL TO SSA 1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the Employer. E. The Employer understands that its participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 33 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 Address ___________________________________ Remit / Payment Information Address ____________________________________________ City __________ State ________ Zip ___________ City _____________ State _________ Zip______________ FAX ______________________________________ Email _____________________________________ FAX ______________________________________________ Email _____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company 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 ). 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 ________________________ RFP_CCNA_Template_RevisedJune2009 . Attachment 7: Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1.Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2.Employer’s Liability $1,000,000 single limit per occurrence 3.Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury 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. 4.Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 5. Other insurance as noted: Watercraft $ __________ Per Occurrence 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 Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Employee Dishonesty / Crime $__________ Per Occurrence Insurance excludes intentionally wrongful acts and contains limitations and exclusions 16-6700 Design and Related Services for Stan Gober Memorial Bridge Repair/Rehabilitation Project, Project Number 66066.2, Bridge Number 030184 RFP CCNA Template_06132016 35 Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 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 Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the 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. RLC 8/1/2016 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 _________________ All coverages are subject to the policy limits, exclusions, terms, and conditions.