Loading...
Agenda 01/10/2017 Item #16A 5 16A5 01/10/2017 EXECUTIVE SUMMARY Recommendation to approve the ranking of professional engineering consultants, to enter into negotiations with the top ranked firm of American Consulting Professionals, LLC, pursuant to Solicitation No. 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project Number 66066 (Bridge Number 030160) 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 replacement of the CR- 846/Immokalee Rd Bridge over Gator Canal,bridge number 030160. CONSIDERATIONS: On September 8, 2016, the Collier County Growth Management Department, through its Transportation Engineering Division, issued RFP No. 16-7010 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 seven hundred fifty (1,750) notices of the RFP were sent out and seventy-two (72) were downloaded. Eight (8) proposals were received on October 11,2016. On November 8, 2016, a selection committee ranked the eight (8) 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 American Consulting Professionals,LLC 1 TY Lin International 2 HNTB Corporation 3 CH2M Hill Engineers, Inc. 4 Cardno, Inc. 5* Stanley Consultants, Inc. 5* Atkins North America, Inc. 7 Dannick Engineering Consultants, Inc. 8 * See Attachment 1 Staff is requesting that the Board of County Commissioners (Board) authorize it to begin contract negotiations with the top ranked firm, American Consulting Professionals, LLC, and in the event that an agreement cannot be reached with that firm, to continue negotiating with the remaining firms in the order ranked 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 have an impact on operational and maintenance costs; however, the completed project can be expected to have the following operational and maintenance impacts: minimal to no maintenance costs are expected to be incurred within the first 5 to 7 years of service for the new bridge and roadway features, and will be absorbed into the regular maintenance schedule thereafter; and the new stormwater features will require minimal maintenance that will be absorbed into the regular maintenance schedule resulting in minimal cost impact. Packet Pg. 346 16.A.5 01/10/2017 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 of professional engineering consulting firms for RFP No. 16-7010 and direct staff to begin negotiating an agreement with the top-ranked firm, American Consulting Professionals, LLC, 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. 16-7010 Final Ranking(1 page) (PDF) 2. 16-7010 Solicitation(36 pages) (DOCX) 3. [Linked] 16-7010 Exhibit A(102 pages)(DOCX) 4. 16-7010 Addenda 1-6 (6 pages) (PDF) 5. [Linked] 16-7010 American Consulting Professionals,LLC Proposal (104 pages)(PDF) Packet Pg.347 16.A.5 01/10/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.5 Item Summary: Recommendation to approve the ranking of professional engineering consultants, to enter into negotiations with the top ranked firm of American Consulting Professionals, LLC, pursuant to Solicitation No. 16-7010 Design and Related Services for CR-846/ Iimnokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project Number 66066 (Bridge Number 030160) 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. 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 8:49 AM Transportation Engineering Gary Putaansuu Additional Reviewer Completed 11/22/2016 9:28 AM Growth Management Department Diane Lynch Level 1 Division Reviewer Completed 11/22/2016 11:05 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 11/22/2016 11:06 AM Road Maintenance Jonathan Vortherms Additional Reviewer Completed 11/22/2016 3:34 PM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 11/28/2016 9:03 AM Procurement Services Brenda Brilhart Additional Reviewer Completed 12/01/2016 12:35 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 4:01 PM Procurement Services Allison Kearns Additional Reviewer Completed 12/14/2016 9:47 AM Growth Management Department Jeanne Marcella Level 2 Division Administrator Completed 12/16/2016 1:57 PM County Attorneys Office Scott Teach Level 2 Attorney Review Completed 12/20/2016 12:00 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 12/20/2016 1:20 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorneys Office Review Completed 12/21/2016 10:16 AM Packet Pg. 348 16.A.5 01/10/2017 Office of Management and Budget Susan Usher Additional Reviewer Completed 12/21/2016 4:05 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 12/28/2016 11:27 AM Board of County Commissioners MaryJo Brock Meeting Pending 01/10/2017 9:00 AM Packet Pg. 349 al a6ppe Jeue3 Joleo suogei}o6aN }ue4Insuo3 O1.OL-96 : 86£Z) (abed 1.) 6uiluej 1eu!A O1-OL-96 :;uauayaeW}y o •tj u)M Q a) Lo n- a) V c6 a, o 0 0 0 0 0 0 o Q a) o 0 0 0 0 0 0 0 � C o000000C) O 0 0 0 0 0 0 0 0 + E C N M d LCi LC N U C a) O ceco •o c a) U �. co -0 C TE d L -oo c tam o ) CO d r4f as a) -o L N N- CO N- N- N- N- OO ES 5 O dCD CO CD CD CO ca CD CO CID CO CO a)• Q CD CO (SD CD CD a) ca 0) co co co CO co cc 1:3 ) > N CO CO d d .+ O 0 J e. C) N CO CO N- CO .4+ O +� U N a Z_ .+ a) C C p Q E co E N c6 N E0) 0) E 'o U Z O C U Y co µ-„r. a)• 76 G) E ,- r _._ 4) C 'a E Co _,-- Cl) � -..,. . LL .- L- O C CCI 0 _ C —a '. is o a) C • CO� O as a) C - _ .-1 a. C7 2 To .- M d CO N Lf) N- OO >• 1:5 Co O O r p ix 'C. n _ Q a) Co w co O E 1- N in M CD ti 00 CD Ta o Q) 03 ` O O N -a E 2 7- N c E >, E a) _� O o U) Q W ° E - CC a) E C U U c 0 L- 0 fn -co O o c N (n C Cl) d U Co a) a) -0O C v _c .«r n . E fn > a) -E' = O C CO 0) -0 L LL 6 O C O C CO C E a 0 C U O O - _ CO Ti _ a) U a) U v) E o co E }, to a) C .0 CO C(Doc O O a) �. Q .Z" `C N o Q. .� C � � � C � C co .*' I a O C (n O C O ZA � .\„J ti C OQ io .0 n U a) Q W U o C V r✓ �, CO Co ocr) I— N C "-' O .— 0 0 LU E L a = co Q C (� (� = Z Y a) R ''` ii c- O N w U C m OC > cn •0 Q C T. Q Q Q C a5 . f— c\l - C f— 0 o` tat- a) .°�) a) a; 0 E >- Z I ca ca cop o f' CC 0 CA N < H 2 U 0 U) Q o H Q- 16.A.5.b REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. a Collier County Administrative Services Department Procurement Services Divison � a) U t6 01 COLLIER COUNTYCO BOARD OF COUNTY COMMISSIONERS 111 f4 CCNA Solicitation y 16-7010 Design and Related Services for CR-846/ ra Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 N O U Evelyn Colon, Procurement Strategist (239) 252-2667 (Telephone) oo rn (239) 252-2810 (Fax) evelyncolon@colliergov.net(Email) CDc) C6 sZ M This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this o 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. 0 0 k.Zei m • inn I_n.: '2.0'^2,24 •.:,,r.... ,.c_J. ^ry _..r.✓:. r U CCNA(Revision 06132016 Packet Pg. 351 16.A.5.b Table of Contents .o ca a) LEGAL NOTICE 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS 9 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 14ct EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP 18 ATTACHMENT 1: CONSULTANT'S NON-RESPONSE STATEMENT 27 m` ATTACHMENT 2: CONSULTANT CHECK LIST 28 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT 29 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT 30 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 cc oo a) N (-0 to CO M_ O t6 U cn O ti RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13,Bridge Number 030160 2 Packet Pg. 352 16.A.5.b Co ier County cI Administrative Services Department 2 Procurement Services Division 0- .0 t4 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 at the Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. °; ra a) ce CCNA Solicitation a, 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge -a Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 m` Services to be provided may include, but not be limited to the following: Design and Related Services. ® 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.collieraov.net/bid. Collier County does not discriminate based on age, race, color, sex, religion, national origin, "C"-' disability or marital status. to BOARD OF COUNTY COMMISSIONERS c.) COLLIER COUNTY, FLORIDA, 0 I CO CO BY: /S/ Allison Kearns Interim Director, Procurement Services Division a) This Public Notice was posted on the Collier County Procurement Services Division website: a) www.colliergov.net/purchasing and in the Lobby of Procurement Services Division Building "G", Collier County Government Center on September 8, 2016. 0 Ti" - w 0 O O CO • C CD RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 3 Packet Pg. 353 16.A.5.b Exhibit I: Scope of Work, Specifications and Response Format N O As requested by the Transportation Engineering Division (hereinafter, the "Division or a Department"), the Collier County Board of County Commissioners Procurement Services 2 Division (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with cc the intent of obtaining proposals from interested and qualified Consultants in accordance with o the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. E U The results of this solicitation may be used by other County departments once awarded a according to the Board of County Commissioners Procurement Ordinance. Detailed Scope of Work: See Exhibit A co Term of Contract ca The contract shall commence at the issuance of the Notice to Proceed and run until the o completion of construction or until all post design work is completed. Surcharges will not be accepted in conjunction with this contract, and such charges should c be incorporated into the pricing structure. O Projected Solicitation Timetable a' z The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. o Event Date T Issue Solicitation Notice September 8, 2016 ti Last Date for Receipt of Written Questions September 21, 2016 Addendum Issued Resulting from Written Questions September 23, 2016 Solicitation Deadline Date and Time October 7, 2016 @ 3:00PM N Anticipated Evaluation of Submittals October 2016 Anticipated Completion of Contract Negotiations November 2016 j Anticipated Board of County Commissioner's Contract Approval Date November 2016 0. CD Response Format 0 The Consultant understands and agrees to abide by all of the RFP specifications, a provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Consultant further agrees that if the contract is awarded the work will be performed in cn 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 the guidelines set forth in this RFP. a> E RFP CCNA Template_06132016 U 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13,Bridge Number 030160 4 Packet Pg. 354 16.A.5.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. 2 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 cc the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft o Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. a) The items listed below are to be submitted with each proposal and submitted in the order a shown. Each section should be clearly labeled, with pages numbered and separated by CD tabs. Failure by a Consultant to include all listed items may result in the rejection of its proposal. a m 1. Tab I, Cover Letter/ Management Summary CISU In this tab: • Provide a cover letter, signed by an authorized officer of the firm, indicating the 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. a) 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, environmental studies, inspections or other similar activities, prior to submission of proposal, proposers select one: shall or may visit the site(s) to become familiar with local conditions that may in any manner affect performance of the Work. This site visit ci shall be documented in writing by the proposer; this documentation shall be submitted Tc- with the proposal. The proposal select one: may or will 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 project °; manager. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties 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 an excuse for any failure or omission on the part of the awarded proposer, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 0 2. Tab II, Work Plan (30 Points, 10 page maximum) cn 0 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. i= RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13,Bridge Number 030160 5 Packet Pg. 355 16.A.5.b • Provide details of risks that may be associated with the project and how the firm 1.1 may overcome those risks. m 0 3. Tab III, Experience and Capacity of Firm (35 Points, 5 page maximum, does not include list of projects) 2 In this tab, include: • Provide information that documents Consultant's (and Sub-Consultant's if a applicable) qualifications to produce the required deliverables, including abilities, capacity, skill, and financial strength, and number of years of experience in R providing the required services. a • Provide details of unique benefits that the firm offers on this project. ce • Provide current list of projects in the format identified below: rn 7 Engineer's Final Number of Project Start Date End Date Construction Construction Change Description Cost Estimate Cost Orders 1. Tab IV, Specialized Expertise of Team Members (30 Points, 5 page maximum, does not include resumes) 0 In this tab, include: m • Description of the proposed contract team and the role to be played by each a) member of the proposed team. • Describe the various team members' successful experience in working with one another on previous projects. • Attach resumes of all proposed project team members who will be involved in the management of the total package of services, as well as the delivery of specific 0 services. 0 • 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. 00 rn 2. 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 will only use the methodology calculations for the first five (5) references (only) submitted by the Consultant in their proposal. 0 Prior to the Selection Committee reviewing proposals, the following methodology will be 3 applied to each Consultant's information provided in this area: c° • 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). w E RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13,Bridge Number 030160 6 Packet Pg. 356 16.A.5.b • The greatest number of points allowed in this criterion will be awarded to the d Consultant who has the highest score. • The next highest Consultant's number of points will be divided by the highest 2 Consultant's points which will then be multiplied by criteria points to determine the _0 Consultant's points awarded. Each subsequent Consultant's point score will be 2 calculated in the same manner. CL • Points awarded will be extended to the whole number per Microsoft Excel. `o 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 a) Consultant ABC 445 5 Consultant DEF 435 4.89 00 Consultant GHI 425 4.78 2 cc Consultant JKL 385 4.33 Consultant MNO 385 4.33 `o Consultant PQR 250 2.81 7,5 Note:Sample chart reflects a 20 point reference criterion. 0 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 o 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 R of the proposal and prior to final ranking by the final Selection Committee. 0 3. Tab VI, Acceptance of Conditions U Indicate any exceptions to the general terms and conditions of the RFP, and to NJ- insurance 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 co documents will be considered after the award, or if applicable, during negotiations. N 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 (1) the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. 0 0 4. Tab VII, Required Form Submittals • Attachment 2: Consultant Checklist • Attachment 3: Conflict of Interest Affidavit °n • Attachment 4: Consultant Declaration Form' o • Attachment 5: Immigration Affidavit and company's E-Verify profile page and memorandum of understanding • Attachment 6: Consultant Substitute W9 • Attachment 7: Insurance Requirements RFP CCNA Template_06132016 v 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13,Bridge Number 030160 7 Packet Pg. 357 16.A.5.b • Attachment 8: Reference Questionnaire (Do not use Collier County Employees) a) Q L CI_ cc a) .F+ as f4 a) m ca L 0 rt) u O tv O C1 d w 0 0 ti cD co rn N m O7 co M_ O ca .v O Or ti RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13,Bridge Number 030160 8 Packet Pg. 358 16.A.5.b Exhibit II: General RFP Instructions a, 0 1. Questions a CC Direct questions related to this RFP to the Collier County Procurement Services Division ce Online Bidding System website: www.colliergov.net/bid. Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Procurement Services Division Online Bidding System website. For general questions, please call the referenced Procurement Strategist a noted on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP with all prospective Consultants having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an 0 w addendum. ca 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 d as "mandatory", prospective Consultants must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. CD 4. Ambiguity, Conflict, or Other Errors in the RFP o; rn 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 co clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Procurement Services Division. ra 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. •_ m RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13,Bridge Number 030160 9 Packet Pg. 359 16.A.5_b 6. Delivery of Proposals a.0 All proposals are to be delivered before 3:00PM, Naples local time, on or before October 7, 2016 to: 2 C.) Collier County Government cc Procurement Services Division 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist The County does not bear the responsibility for proposals delivered to the Procurement Services Division past the stated date and/or time indicated, or to an incorrect address by a) Consultant's personnel or by the Consultant's outside carrier. However, the Procurement -c Director, or designee, reserves the right to accept proposals received after the posted close m` time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. o Ct Consultants must submit one (1) paper copy clearly labeled "Master," and five (5) flash drives or compact disks (CD's) with one copy of the proposal on each in Word, Excel z or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals 0 No proposal can be withdrawn after it is filed unless the Consultant makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to ti accommodate evaluation and selection process. CD ca 8. Method of Source Selection N The County is using the Competitive Sealed Proposals methodology of source selection for j this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Procurement Ordinance. CDIf the County receives proposals from less than three (3) firms, the Procurement Director o shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. RFP CCNA Template_06132016 ca 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13,Bridge Number 030160 10 Packet Pg. 360 16.A.5.b 9. Evaluation of Proposals c. a) Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, If a Consultants' Competitive Negotiation Act. as The County's procedure for selecting is as follows: 1. The County Manager or designee shall appoint a selection committee to review all proposals submitted. 2. The Request for Proposal is issued. a) 3. Subsequent to the receipt closing date for the proposals, the Procurement o professional will review the proposals received and verify each proposal to determine if it minimally responds to the requirements of the published RFP. 4. Selection committee meetings will be open to the public and the Procurement a professional will publicly post prior notice of such meeting(s) in the lobby of the m` Procurement Services Division Building and on the County's Procurement Services 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 organization meeting, the selection committee members will receive instructions, the o submitted proposals, and establish the next selection committee meeting date and time. After the first meeting, the Procurement professional will publically announce o 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 ci merely a tool to assist the selection committee member in their review of the o proposals. ti 7. At the scheduled selection meeting, the members will present their independent findings / conclusions / comments based on their reading and interpretation of the co materials presented to each other, and may ask questions of one another. At the °; 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 a(13� committee members will individually rank order each proposer. Collier County selection committee members may consider all the material submitted by the M 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 1 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 o 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. E RFP CCNA Template_06132016 cc- 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Q Project Number 66066.13,Bridge Number 030160 11 Packet Pg. 361 1 6.A.5.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 2 consider any and all information obtained through this method in formulating their individual ranking and subsequent selection committee overall ranking and final ranking. 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 negotiations. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract, pending the final approval by the Board of a) County Commissioners. -0 The County reserves the right to withdraw this RFP at any time and for any reason, and c to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Receipt of a proposal by the County or a submission of a proposal to the County offers o no rights upon the Consultant nor obligates the County in any manner. 0 Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances may not be considered. 10. References 0 U The County reserves the right to contact any and all references submitted as a result of this o solicitation. o 11. Proposal Selection Committee and Evaluation Factors rn 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. a7 a Tab II, Business Plan 30 Points M Tab III, Experience and Capacity of the Firm 35 Points o Tab IV, Specialized Expertise of Team Members 30 Points Tab V, References 5 Points TOTAL 100 Points o cn 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 t • 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 RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13,Bridge Number 030160 12 Packet Pg. 362 16.A.5.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. a 0 12. Acceptance or Rejection of Proposals cc The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and Collier County. Any proposal which is incomplete, conditional, obscure or which contains irregularities of a any kind, may be cause for rejection. In the event of default of the successful Consultant, or their refusal to enter into the Collier County contract, the County reserves the right to accept a the proposal of any other Consultant or to re-advertise using the same or revised -a documentation, at its sole discretion. m` U 0 ca 0 N 0 c4 .f5 d z rt N O U 0 0 co co M N N ti 0_ CD M_ 0 w ca 0 O N 0 0 r C) RFP CCNA Template_06132016 R 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13,Bridge Number 030160 13 Packet Pg. 363 16.A.5.b Exhibit Ill: Collier County Purchase Order Terms and Conditions a) 1. Offer secure the lowest transportation rates This offer is subject to cancellation by the and to comply with all carrier ..a 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 ix issuance. COUNTY at the time and place of delivery; provided that risk of loss prior o w 2. Acceptance and Confirmation to actual receipt of the goods by the m This Purchase Order (including all COUNTY nonetheless remain with m documents attached to or referenced VENDOR. o therein) constitutes the entire agreement b) No charges will be paid by the COUNTY a between the parties, unless otherwise for packing, crating or cartage unless IY specifically noted by the COUNTY on the otherwise specifically stated in this m face of this Purchase Order. Each delivery Purchase Order. Unless otherwise To of goods and/or services received by the provided in Purchase Order, no invoices m COUNTY from VENDOR shall be deemed to shall be issued nor payments made (73 be upon the terms and conditions contained prior to delivery. Unless freight and m in this Purchase Order. other charges are itemized, any 0 discount will be taken on the full amount o No additional terms may be added and of invoice. `a Purchase Order may not be changed except c) All shipments of goods scheduled on the N by written instrument executed by the same day via the same route must be o COUNTY. VENDOR is deemed to be on consolidated. Each shipping container 'm notice that the COUNTY objects to any must be consecutively numbered and o additional or different terms and conditions marked to show this Purchase Order cu contained in any acknowledgment, invoice number. The container and Purchase z or other communication from VENDOR, Order numbers must be indicated on bill c ra 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 w services, or any similar act by VENDOR. included on each package of less than o container load (LCL) shipments and/or v 3. Inspection with each car load of equipment. The o All goods and/or services delivered COUNTY reserves the right to refuse or r, hereunder shall be received subject to the return any shipment or equipment at Co COUNTY'S inspection and approval and VENDOR'S expense that is not marked payment therefore shall not constitute with Purchase Order numbers. co acceptance. All payments are subject to VENDOR agrees to declare to the N adjustment for shortage or rejection. All carrier the value of any shipment made defective or nonconforming goods will be under this Purchase Order and the full a returned pursuant to VENDOR'S instruction invoice value of such shipment. a at VENDOR'S expense. d) All invoices must contain the Purchase co Order number and any other specific co To the extent that a purchase order requires information as identified on the o a series of performances by VENDOR, the Purchase Order. Discounts of prompt ti COUNTY prospectively reserves the right to payment will be computed from the date 7 cancel the entire remainder of the Purchase of receipt of goods or from date of o Order if goods and/or services provided receipt of invoices, whichever is later. us early in the term of the Purchase Order are Payment will be made upon receipt of a o non-conforming or otherwise rejected by the proper invoice and in compliance with o COUNTY. Chapter 218, Fla. Stats., otherwise co 4. Shipping and Invoices known as the "Local Government a) All goods are FOB destination and must Prompt Payment Act," and, pursuant to c be suitably packed and prepared to E RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Q Project Number 66066.13,Bridge Number 030160 14 Packet Pg. 364 16.A.5.b the Board of County Commissioners } Purchasing Policy. 8. Statutory Conformity a Goods and services provided pursuant to 0 5. Time Is Of the Essence this Purchase Order, and their production a Time for delivery of goods or performance of and transportation shall conform to all co services under this Purchase Order is of the applicable laws, including but not limited to m essence. Failure of VENDOR to meet the Occupational Health and Safety Act, the cc delivery schedules or deliver within a Federal Transportation Act and the Fair o reasonable time, as interpreted by the Labor Standards Act, as well as any law or c COUNTY in its sole judgment, shall entitle regulation noted on the face of the Purchase E the COUNTY to seek all remedies available Order. a) o to it at law or in equity. VENDOR agrees to a reimburse the COUNTY for any expenses 9. Advertising incurred in enforcing its rights. VENDOR No VENDOR providing goods and services a) further agrees that undiscovered delivery of to the COUNTY shall advertise the fact that am nonconforming goods and/or services is not it has contracted with the COUNTY for m 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 c specifications. identifying marks or property without the v prior written consent of the COUNTY'S o 6. Changes Purchasing Department. orr The COUNTY may at any time and by 0 written notice make changes to drawings 10. Indemnification c o and specifications, shipping instructions, VENDOR shall indemnify and hold harmless quantities and delivery schedules within the the COUNTY from any and all claims, general scope of this Purchase Order. including claims of negligence, costs and °a) Should any such change increase or expenses, including but not limited to z decrease the cost of, or the time required for attorneys' fees, arising from, caused by or c performance of the Purchase Order, an related to the injury or death of any person S. equitable adjustment in the price and/or (including but not limited to employees and 0 delivery schedule will be negotiated by the agents of VENDOR in the performance of m COUNTY and VENDOR. Notwithstanding their duties or otherwise), or damage to c� the foregoing, VENDOR has an affirmative property (including property of the COUNTY O obligation to give notice if the changes will or other persons), which arise out of or are o Nr decrease costs. Any claims for adjustment incident to the goods and/or services to be co by VENDOR must be made within thirty (30) provided hereunder. days from the date the change is ordered or a within such additional period of time as may 11. Warranty of Non-Infringement N be agreed upon by the parties. VENDOR represents and warrants that all `J goods sold or services performed under this 7. Warranties Purchase Order are: a) in compliance with as 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; M Order will conform to the specifications, and c) do not constitute unfair competition. c drawings, samples or other descriptions ° furnished or specified by the COUNTY, and VENDOR shall indemnify and hold harmless f4 will be of satisfactory material and quality the COUNTY from and against any and all c.) production, free from defects and sufficient claims, including claims of negligence, costs `° for the purpose intended. Goods shall be and expense, including but not limited to c delivered free from any security interest or attorneys' fees, which arise from any claim, o ti other lien, encumbrance or claim of any third suit or proceeding alleging that the co party. These warranties shall survive COUNTY'S use of the goods and/or inspection, acceptance, passage of title and services provided under this Purchase Order a payment by the COUNTY. are inconsistent with VENDOR'S E RFP CCNA Template_06132016 U R 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Q Project Number 66066.13,Bridge Number 030160 15 Packet Pg. 365 16.A.5.b representations and warranties in section 11 14. Force Majeure .:, (a). Neither the COUNTY nor VENDOR shall be d responsible for any delay or failure in o If any claim which arises from VENDOR'S performance resulting from any cause e- breach of section 11 (a) has occurred, or is beyond their control, including, but without m 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 L the right to continue using the goods or knowledge of any actual or potential force o services, or replace or modify the goods or majeure or other conditions which will delay d services so that they become non-infringing, or threatens to delay timely performance of E (without any material degradation in this Purchase Order, VENDOR shall a) performance, quality, functionality or immediately give notice thereof, including all a additional cost to the COUNTY). relevant information with respects to what cr steps VENDOR is taking to complete m 12. Insurance Requirements delivery of the goods and/or services to the .a The VENDOR, at its sole expense, shall COUNTY. m provide commercial insurance of such type and with such terms and limits as may be 15. Assignment c cu reasonably associated with the Purchase VENDOR may not assign this Purchase U 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 C of the VENDOR. All insurance policies shall COUNTY. Any assignment made without N be executed through insurers authorized or such consent shall be deemed void. c eligible to write policies in the State of w Florida. 16. Taxes Goods and services procured subject to this 13. Compliance with Laws Purchase Order are exempt from Florida Z In fulfilling the terms of this Purchase Order, sales and use tax on real property, transient C' VENDOR agrees that it will comply with all rental property rented, tangible personal ;° federal, state, and local laws, rules, codes, purchased or rented, or services purchased N and ordinances that are applicable to the (Florida Statutes, Chapter 212), and from o conduct of its business. By way of non- federal excise tax. 0 exhaustive example, this shall include the o American with Disabilities Act and all 17. Annual Appropriations o prohibitions against discrimination on the The COUNTY'S performance and obligation C0 basis of race, religion, sex creed, national to pay under this Purchase Order shall be origin, handicap, marital status, or veterans' contingent upon an annual appropriation of co status. Further, VENDOR acknowledges funds. i i and without exception or stipulation shall be fully responsible for complying with the 18. Termination m provisions of the Immigration Reform and This Purchase Order may be terminated at a Control Act of 1986 as located at 8 U.S.C. any time by the COUNTY upon 30 days o. co 1324, et seq. and regulations relating prior written notice to the VENDOR. This M 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 :a laws referenced herein shall constitute a VENDOR of the terms and conditions of this .Y 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 uo� unilaterally terminate said agreement breach and VENDOR has failed to cure c immediately. Any breach of this provision within 10 days of receipt of such notice. `c;:. may be regarded by the COUNTY as a co material and substantial breach of the 19. General contract arising from this Purchase Order. a) This Purchase Order shall be governed a by the laws of the State of Florida. The E RFP CCNA Template_06132016 c) et 16-7010 Design and Related Services for CR-846/lmmokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Q Project Number 66066.13,Bridge Number 030160 16 Packet Pg. 366 16.A.5.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 a conditions of this Purchase Order shall associated with this Purchase Order in o be the Twentieth Judicial Circuit in and accordance with Florida Statute Chapter a. for Collier County, Florida 112.061, Per Diem and Travel b) Failure of the COUNTY to act Expenses for Public Officers, employees d immediately in response to a breach of and authorized persons. cc this Purchase Order by VENDOR shall e) In the event of any conflict between or 0 not constitute a waiver of breach. among the terms of any Contract Waiver of the COUNTY by any default Documents related to this Purchase E 1= by VENDOR hereunder shall not be Order, the terms of the Contract m deemed a waiver of any subsequent Documents shall take precedence over default by VENDOR. the terms of the Purchase Order. To thect 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 m overnight courier service, or by personal the Terms and/or Conditions that are 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. sender. A party may change its address 0 for notice by written notice complying with the requirements of this section. Y 0 a) Z R N 0 0 O T O OD Q) N N a) c) ca0 co M_ O 0 O V) O `.c O C a) RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13,Bridge Number 030160 17 Packet Pg. 367 16.A.5.b Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance and Bonding Requirements Y The Consultant shall at its own expense, carry and maintain insurance coverage from responsible a4 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. a cc The County and the Consultant waive against each other and the County's separate Consultants, `o 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 E proceeds of such insurance. The Consultant and County shall, where appropriate, require similar iriti 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. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. m` Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Consultant to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Consultant under this solicitation and shall contain a severability of interests provisions. o :;r1: Collier County Board of County Commissioners shall be named as the Certificate Holder. The o Certificates of Insurance must state the Contract Number, or Project Number, or specific Project z description, or must read: For any and all work performed on behalf of Collier County.The "Certificate Holder" should read as follows: rts Collier County o Board of County Commissioners U Naples, Florida o ti The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and o; endorsements or their equivalents. If Consultant has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Consultant must identify on the Certificate of �- Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Consultant's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until o the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. o The Consultant and/or its insurance carrier shall provide 30 days written notice to the County of policy o cancellation or non-renewal on the part of the insurance carrier or the Consultant. The Consultant shall o 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 E RFP CCNA Template_06132016 1155 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number 66066.13,Bridge Number 030160 18 Packet Pg. 368 16.A.5.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 .0 for such costs within thirty (30) days after demand, the County has the right to offset these costs from i 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 2 responsible for the coverage(s) purchased or the insurance company or companies used. The decision m of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any o of its rights under the Contract Documents. E If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Consultant shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the IY Consultant to provide the County with such renewal certificate(s) shall be considered justification for the , County to terminate any and all contracts. c 2. Offer Extended to Other Governmental Entities Ct U 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 tz successful Consultant. 0 3. Additional Items and/or Services 0 Additional items and / or services may be added to the resultant contract, or purchase order, in z compliance with the Procurement Ordinance. 4. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Consultant's facilities/project site ci during and after each work assignment the Consultant is performing. 0 ti co 5. Vendor Performance Evaluation The County has implemented a Vendor Performance Evaluation System for all contracts awarded in N excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. cc 6. Additional Terms and Conditions of Contract °- co Collier County has developed standard contracts/agreements, approved by the Board of County o Commissioners (BCC). The selected Consultant shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The resultant contract(s) may include purchase or work orders issued under one, or any combination of o price methodologies by the County's project manager: ti Lump Sum (Fixed Price): a firm fixed total price offering for a project; the risks are transferred from the County to the contractor; and, as a business practice there are no hourly or material invoices E RFP CCNA Template_06132016 a 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number Q 66066.13.Bridge Number 030160 19 Packet Pg. 369 presented, rather, the contractor must perform to the satisfaction of the County's project managl. 16.A.5.b 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 T. mark up). This methodology generallyused in projects in which it is notpossible to accurately ° is P j a estimate the size of the project, or when it is expected that the project requirements would most likely 0 change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or ce subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. Unit Price: the County agrees to pay a firm total fixed price (inclusive of all costs, including labor, materials, equipment, overhead, etc.) for a repetitive product or service delivered (i.e. installation a price per ton, delivery price per package or carton, etc.). The invoice must identify the unit price and the number of units received (no contractor inventory or cost verification required). a, The County reserves the right to include in any contract document such terms and conditions, as it m deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or 3 service agreements or other documents provided by the Consultant. The County's project manager, shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 7. Public Records Compliance a) 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 o APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE o CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO o THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: co M N Communication and Customer Relations Division `J 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. ea 2. Upon request from the public agency's custodian of public records, provide the public agency .� with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise o 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 RFP CCNA Template_06132016 c 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number 66066.13, Bridge Number 030160 20 Packet Pg. 370 contract term and following completion of the contract if the Contractor does not transfer th,. 16.A.5.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 cc records, in a format that is compatible with the information technology systems of the public `o agency. E 8. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, rr Florida Statutes. Vendor's invoices must include: • Purchase Order Number -0 • Description and quantities of the goods or services provided per instructions on the County's 0° purchase order or contract. ea U Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department o ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 0 Naples FL 34112 Or emailed to: bccapclerkcollierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as o part of this agreement. U 0 Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules N for VISA Merchants and MasterCard Merchant Rules. N The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional o Cash Discount." r.+ U Upon execution of the Contract and completion of each month's work, payment requests may be :n° 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 'LEL.; payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices . w c E RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number Q 66066.13, Bridge Number 030160 21 Packet Pg. 371 16.A.5.b submitted after the close of the fiscal year will not be accepted (or processed for payment) u...6 A 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 a essence with respect to the timely submission of invoices under this agreement. 0 In instances where the successful contractor may owe debts (including, but not limited to taxes or other ce fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these o 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 E contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the & Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance & with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." a Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for m work not performed or for unsatisfactory performance of Contractual requirements. U 9. Environmental Health and Safety All Consultants and Sub Consultants performing service for Collier County are required and shall comply g with all Occupational Safety and Health Administration (OSHA), State and County Safety and c Occupational Health Standards and any other applicable rules and regulations. Consultants and Sub 2 Consultants shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall a, penetrations must be protected in order to meet Fire Codes. z 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 c provision is non-negotiable by any department and/or Consultant. 0 0 All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination o and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 10. Licenses °' The Consultant is required to possess the correct Business Tax Receipt, professional license, and any M 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. .2 Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is .72 properly licensed to perform the activities or work included in the contract documents. Failure on cn° the part of any Consultant to submit the required documentation may be grounds to deem Consultant non-responsive. A Consultant, with an office within Collier County is also required to have o an occupational license. d RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number Q 66066.13,Bridge Number 030160 22 Packet Pg. 372 All State Certified contractors who may need to pull Collier County permits or call in inspections 16.A.5.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 f Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions o regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252-2477. a` 11. Survivability d cc Bids (ITBs/RFPs): The Consultant/Contractor/Vendor agrees that any Work Order/Purchase Order that o extends beyond the expiration date of Solicitation 16-7010 Design and Related Services for CR-846/ E. lmmokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number E 66066.13, Bridge Number 030160 resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order/Purchase a Order. cc a) 12. Principals/Collusion ML By submission of this Proposal the undersigned, as Consultant, does declare that the only person or c persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that o this Proposal is made without connection with any person, company or parties making a Proposal, and 'rts that it is in all respects fair and in good faith without collusion or fraud. 0 13. Relation of Countycis 0 It is the intent of the parties hereto that the Consultant shall be legally considered an independent Consultant, and that neither the Consultant nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Consultant, their employees or agents, resulting in N either bodily or personal injury or property damage to any individual, firm, or corporation. U 14. Termination 0 ti Should the Consultant be found to have failed to perform services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this „„- Agreement ;Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of °; non-performance. In the event that the award of this solicitation is made by the Procurement Services `-‘-' Director, the award and any resultant purchase orders may be terminated at any time by the County upon thirty (30) days written notice to the awarded vendor(s) pursuant to the Board's Procurement ' Ordinance. Q- 15. Lobbying a F All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be 5 lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. t Firms and their agents are not to contact members of the County Commission for such purposes as c meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final c Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. E RFP CCNA Template_06132016 v 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number 66066.13, Bridge Number 030160 23 Packet Pg. 373 16.A.5.b 16. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a E certificate of authority (www.sunbiz.orq/search.html) prior to execution of a contract. A copy of the .ac 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 fc 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. 0 17. Single Proposal E 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 a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- 22 consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this m requirement will be deemed non-responsive and rejected from further consideration. 2 U 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 81 Proposal as either a prime or sub- consultant. cn 0 18. Protest Procedures 0 Any prospective vendor/ proposer who desires to protest any aspect(s) or provision(s) of the solicitation z (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 o current Procurement Ordinance and policies. c 0 The Board of County Commissioners will make award of contract in public session. Award U 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 r. recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. N Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be j given instructions as to the form and content requirements of the formal protest. A copy of the "Protest ti Policy" is available at the office of the Procurement Director. c_ 19. Public Entity Crime A person or affiliate who has been placed on the convicted Consultant list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for o 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 business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Consultant list. E RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number Q 66066.13, Bridge Number 030160 24 Packet Pg. 374 16.A.5.b 20. Security and Background Checks The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks 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 a 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 cc employee and make them available to the County for at least four (4) years. `o 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 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- m` FMOPS(c�colliergov.net)whenever an employee assigned to Collier County separates from their 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 o be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs.. o a 21. Conflict of Interest Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and o does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify 0 and or preclude conflict of interest situations during contract selection and execution. ti 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 `V Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the cip 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 o termination of any contract held by the individual and/or firm for cause. U 23. Immigration Law Affidavit Certification o 0 Statutes and executive orders require employers to abide by the immigration laws of the United States o and to employ only individuals who are eligible to work in the United States. W C, E RFP CCNA Template_06132016 R 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number Q 66066.13, Bridge Number 030160 25 Packet Pg. 375 16.A 5.b` The Employment Eligibility Verification System (E-Verify) operated by the Department of6.A Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. 0 n. 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 cc • Consultants / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of a 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 2 fully executed E-Verify Memorandum of Understanding for the company. Consultants are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall a 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 72,_ executed affidavit the bidder's / Consultant's proposal may be deemed non-responsive. Additionally, Consultants shall require all subcontracted Consultants to use the E-Verify system for all 3 purchases not covered under the "Exceptions to the program" clause above. o For additional information regarding the Employment Eligibility Verification System (E-Verify) program y visit the following website: http://www.dhs.gov/E-Verify. It shall be the Consultant's responsibility to 0 familiarize themselves with all rules and regulations governing this program. Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as 5 located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with ;a the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws N referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and o the County shall have the discretion to unilaterally terminate said agreement immediately. U ti CO CO Cr) N N c4 tD cc ti a+ C RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number 66066.13,Bridge Number 030160 26 Packet Pg. 376 16.A.5.b Coder County Administrative Services Department Procurement Services Division Attachment 1: Consultant's Non-Response Statement a The sole intent of the Collier County Procurement Services Division is to issue solicitations that are clear, CIS 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 8 cover page, or mail to Collier County Government, Procurement Services Division, 3327 Tamiami Trail E, Naples, FL 34112. E We are not responding to CCNA Solicitation 16-7010 Design and Related Services for CR-846/ Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 for the following reason(s): a, ❑ Services requested not available through our company. ❑ Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) n Project is too small. o rt (� Insufficient time allowed for preparation of response. o ❑ Incorrect address used. Please correct mailing address: rn 0 U 0 0 Other reason(s): co co N Name of Firm: CC 0 Address: M City, State, Zip: w Telephone: 0 co Email: 0 ti Representative Signature: Representative Name: Date RFP CCNA Template_06132016 R 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number Q 66066.13.Bridge Number 030160 27 Packet Pg. 377 16.A.5.b Cater County Administrative Services Department Procurement Services Division U Attachment 2: Consultant Check List 0 IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. 2 Consultant should check off each of the following items as the necessary action is completed: c ❑ The Proposal has been signed. a� ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the m project. d ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: 71) Collier County Government Procurement Services Division c` 3327 Tamiami Trail E o Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist CCNA Solicitation: 16-7010 Design and Related Services for CR-846/ Immokalee Rd over o Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. z y C ❑ 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.) E If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If v submitting bid electronically, bidder will need to download all related documents on www.colliergov.net/bid. The o 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: ,n tr) Address: Q CD City, State, Zip: 0 Telephone: 0 Email: o Representative Signature: Representative Name: Date m RFP CCNA Template_06132016 ti 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number Q 66066.13,Bridge Number 030160 28 Packet Pg. 378 16.A.5.b Coffier County Administrative Services Department Procurement Services Division Attachment 3: Conflict of Interest Affidavit 0 The Consultant certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with: 16-7010 Design and Related Services for CR-846/ Immokalee Rd over Gator . Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the °; competition in favor of my firm. 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 d question the contractor's ability to render impartial advice to the government. -0 Unequal access to information —The firm has not had access to nonpublic information as part of its m` 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. 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 c.9 tn for the above mentioned project; and, 0 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 o means. a) a) Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). 0 By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to o the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned o 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. co Firm: Signature and Date: Print Name: Title of Signatory: a CD State of County of ° SUBSCRIBED AND SWORN to before me this day of , 20 by , who is personally known to me to be the for the Firm, OR who produced the following identification 0 ti CD Notary Public Commission Expiration RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number Q 66066.13, Bridge Number 030160 29 Packet Pg. 379 16.A.5.b Cot ler Go-Party Administrative Services Department Procurement Services Division Attachment 4: Consultant Declaration Statement 0 a BOARD OF COUNTY COMMISSIONERS ca Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: 16-7010 Design and Related Services for CR-846/ lmmokalee Rd over Gator Canal d Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 l4 Dear Commissioners: E ct 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. :a The Consultant agrees, if this proposal is accepted, to execute a Collier County document for the purpose of c establishing a formal contractual relationship between the firm and Collier County, for the performance of all 3 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 y proposal, be awarded, or perform as a sub-consultant for any future design or any other oversight o services associated with work that is a result of this awarded contract. y 0 IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of 200 in the County of , in the State of .� cc Firm's Legal Name: Address: U 0 City, State, Zip Code: r; cr, Florida Certificate of co Authority Document Number `V Federal Tax rn Identification Number CCR # or CAGE a Code M Telephone: ca FAX: : 0 U) Signature by: (Typed and written) 0 ti Title: E RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number Q 66066.13,Bridge Number 030160 30 Packet Pg. 380 16.A.5.b Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: C- a) Title: n Address: co t a) City, State, ZIP 0 Telephone: E FAX: ca 0. Email: m Office servicing Collier °) 'a County to place orders (required if different from above) Trs Contact name: as U Title: 0 R Address: (� N City, State, ZIP47. .° as Telephone: a) Email: C- c 0 U 0 0 ti 0 0 rn M N Cl) a) c6 0 0 O cC U O N O 1.7 O (L) r a) E RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number 66066.13,Bridge Number 030160 31 Packet Pg. 381 16.A.5.b Gomer County Administrative Services Department Procurement Services Division Attachment 5: Immigration Affidavit Certification m CCNA Solicitation: 16-7010 Design and Related Services for CR-846/ Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 a. This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Consultants / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of .,r the submission of the Consultant's/bidder's proposal. Acceptable evidence consists of a copy of the properly a) completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the as E-Verify program may deem the Consultant/ Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized a, 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"). Ct Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A(e) re of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A(e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Consultant attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration 2 Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding .2 with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated ea by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Consultant's/ Bidder's proposal. Company Name ;a Print Name Title 0 0 Signature Date ti State of tO 0 County of M N The foregoing instrument was signed and acknowledged before me this day of , 20_, by ca who has produced as identification. Q- (Print or Type Name) (Type of Identification and Number) Notary Public Signature O 0 Printed Name of Notary Public 0 Notary Commission Number/Expiration o 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. E m RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number Q 66066.13,Bridge Number 030160 32 Packet Pg. 382 � 16.A.5.b Cater County Aarrenistrative Sevices Dep3rtment -.a�uremen:5<r::;,E;C!;nson Attachment 6: Consultant Substitute W—9 ;� Request for Taxpayer Identification Number and Certification m 'o 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. E 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name a) (if different from taxpayer name) Address City m �a State Zip U Telephone FAX Email ca 0 Order Information Remit/Payment Information w a Address Address ca City State Zip City State Zip a� a) FAX FAX c Email Email N 2. Company Status (check only one) c Individual/Sole Proprietor Corporation _Partnership ti Tax Exempt (Federal income tax-exempt entity Limited Liability Company CO under Internal Revenue Service guidelines IRC •• 501 (c)3) Enter the tax classification (D =Disregarded Entity, C=Corporation, P=Partnership) N 3. Taxpayer Identification Number(for tax reporting purposes only) a) eL ca 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 .5 my knowledge. cn Signature Date Title Phone Number 0 C E RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 33 Packet Pg. 383 I6.A.5.b Co—Mer County Administrative Services Department Procurement Services Division U a) 0 Attachment 7: Insurance and Bonding Requirements n`. Insurance/Bond Type Required Limits a, 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1.000,000 single limit per occurrence a) U 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury d ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations m and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the j 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 ❑Watercraft $ Per Occurrence o noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be T maintained where applicable to the completion of the work. o $ Per Occurrence c4 ❑ Maritime Coverage (Jones Act)shall be maintained where applicable to co the completion of the work. N $ Per Occurrence N ❑ 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. M $ Per Occurrence c 0 ❑ Pollution $ Per Occurrence U ® Professional Liability $1,000,000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate o • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence E RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number Q 66066.13,Bridge Number 030160 34 Packet Pg. 384 16.A.5.b ❑ Valuable Papers Insurance $ Per Occurrence ❑ Employee Dishonesty/ Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. E 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 a 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. a> 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 ca 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 -o general policy holders rating and Class V or higher rating as to financial size m 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 0 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 d 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 5, must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work o performed on behalf of Collier County. 0 11. ® Thirty(30) Days Cancellation Notice required. ti (D RLC 8/19/2016 co rn 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. a 0 Name of Firm Date 0 Consultant Signature 0 Print Name Insurance Agency Agent Name Telephone Number d RFP CCNA Template_06132016 a 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number Q 66066.13,Bridge Number 030160 35 Packet Pg. 385 16.A.5.b Coiner County Administrative Services Department Procurement Services Division Attachment 8: Reference Questionnaire (Do not use Collier County Employees) 0 Solicitation: 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge a.. Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 Reference Questionnaire for: a, (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) E Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) CC a> Email: FAX: Telephone: -a 'C Collier County is implementing a process that collects reference information on firms and their key personnel to be used in c the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a v 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 0 have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." c (Please note, references from Collier County staff will not be accepted.) m Project Description: Completion Date: project Budget: Project Number of Days: cc Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). U 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. to 4 Quality of consultative advice provided on the project. co w CV 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; cc invoices; manuals or going forward documentation, etc.) a co 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. U 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. cn 10 Overall comfort level with hiring the company in the future (customer satisfaction). Nr TOTAL SCORE OF ALL ITEMS I `� y Please FAX this completed survey to: By RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project,Project Number 66066.13,Bridge Number 030160 36 Packet Pg. 386 16.A.5.d Co ler C.dowity Email: evelyncolon@colliergov.net a)o Administrative Services Division Telephone: (239) 252-2667 a` Procurement Servtces FAX: (239) 252-2810 cos a) Addendum 1 0 Date: September 13, 2016 From: Evelyn Colon, Procurement Strategist C3 To: Interested Bidders Subject: Addendum # 1 c Solicitation # and Title 16-7010 Design and Related Services for CR-846/ Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number o 66066.13, Bridge Number 030160 (735 c d-i • For the latest Bridge Inspection Reports, Final Deck and Condition Assessment and ai Recommendation Reports, please fill out the Exempt Document Form provided with this z addendum and email the form along with a Photo ID to: evelyncolon(a�colliergov.net n N O U 0 0 ti If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. M C: Anthony Stolts, Senior Project Manager U) C, nz Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 0 (Signature) Date 0 m (Name of Firm) 0 0 r` a) U R Packet Pg. 387 16.A.5.d Colter County Email: evelyncolon@colliergov.net o Administrative Services Division Telephone: (239) 252-2667 0_ Procurement Sery=.ces FAX: (239) 252-2810 Addendum 2 Date: September 13, 2016 a) From: Evelyn Colon, Procurement Strategist cc a To: Interested Bidders Ta Subject: Addendum # 2 Solicitation # and Title 16-7010 Design and Related Services for CR-846/ U Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 c� to • For the FDOT latest Bridge Inspection Report `- -- - =- A - A. 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 a(�colliergov.net m N 0 U r 0 ti If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. co M N C: Anthony Stolts, Senior Project Manager N ca a Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date c z3 (Name of Firm) o 0 ti a) E U ra Packet Pg. 388 16.A.5.d Co ier County Email: evelyncolon@colliergov.net o Administrative Services Division Telephone: (239) 252-2667 a` Procurement Services FAX: (239) 252-2810 eaL Addendum 3 m Date: September 22, 2016 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 3 - Solicitation #and Title 16-7010 Design and Related Services for CR-846/ Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project v Number 66066.13, Bridge Number 030160 0` ns N C O The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: o a) • Contract Template attached U) 0 U 0 T1- If If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. co M N C: Anthony Stolts, Senior Project Manager N as t4 Q. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 0 0 (Signature) Date a) (Name of Firm) o O 0 •c m ✓ c Packet Pg. 389 16.A.5.d Co ler County Email: evelyncolon@colliergov.net d o Administrative Services Division Telephone: (239) 252-2667 n`. Prarement Servs FAX: (239) 252-2810 r Addendum 4 Date: September 23, 2016 a From: Evelyn Colon, Procurement Strategist To: Interested Bidders m Subject: Addendum #4- Solicitation #and Title 16-7010 Design and Related Services for CR-846/ Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project U Number 66066.13, Bridge Number 0301608 • In order to obtain copies all files (including As Built Plans) related to 16-7010 Design ° w and Related Services for CR-846/ Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160, please fill a, out the Exempt Document Form provided with this Addendum 4 and email the form along with a Photo ID to: evelyncolon(th,collierciov.net N 0 U 0 to 0 The following clarifications are issued as an addendum identifying the following change (s) for the referenced solicitation: o N N d If you require additional information please post a question on the Online Bidding site or contact a 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. 0 (Signature) Date cc w (Name of Firm) f6 Packet Pg. 390 16.A.5.d 7. ..o CT C.01414ty Email: evelyncolon@colliergov.net Administrative Services D vision Telephone: (239) 252-2667 n. Procurement Services FAX: (239) 252-2810 a) cc Addendum 5 w 5 a� Date: October 5, 2016 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #5 - Solicitation #and Title 16-7010 Design and Related Services for CR-846/ Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project o Number 66066.13, Bridge Number 030160 0 The following deadline extension is issued as an addendum identifying the following change for the referenced solicitation: o 0 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 0 Division, 3327 Tamiami Trail E, Naples, FL 34112 0 co o) If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. a, fa 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 co (Name of Firm) m E 0 R Packet Pg. 391 16.A.5.d Cater County Email: evelyncolon@colliergov.net o Administrative Services Division Telephone: (239) 252-2667 a Procurement Services FAX: (239) 252-2810 Ce Addendum 6 c E Date: October 7, 2016 0 a. From: Evelyn Colon, Procurement Strategist as To: Interested Bidders Subject: Addendum #6 - Solicitation #and Title 16-7010 Design and Related Services for CR-846/ lmmokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project U Number 66066.13, Bridge Number 030160 The following deadline extension is issued as an addendum for the referenced solicitation: 0 ca Legal Notice cr, a> 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 0 co CO rn If you require additional information please post a question on the Online Bidding site or contact me at the information noted above. a C: Anthony Stolts, Senior Project Manager a Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. cc m (Signature) Date 0 0 r-. (Name of Firm) m E a4 Packet Pg. 392 AUGUST 2016 EXHIBIT A SCOPE OF SERVICES FOR DESIGN AND RELATED SERVICES FOR CR-846 / IMMOKALEE ROAD OVER GATOR CANAL BRIDGE REPLACEMENT OR REHABILITATON PROJECT PROJECT NUMBER: 66066.13 INCLUDING BRIDGE NUMBER: 030160 RFP NUMBER 16-7010 A-2 1 PURPOSE ........................................................................................................................... 4 2 PROJECT DESCRIPTION .................................................................................................. 6 3 PROJECT COMMON AND PROJECT GENERAL TASKS ............................................. 21 4 ROADWAY ANALYSIS .................................................................................................... 29 5 ROADWAY PLANS .......................................................................................................... 33 6A DRAINAGE ANALYSIS .................................................................................................... 35 6B DRAINAGE PLANS .......................................................................................................... 39 7 UTILITIES ......................................................................................................................... 40 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES .............................. 45 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS ......... 50 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT ..................................................... 52 11 STRUCTURES - TEMPORARY BRIDGE ......................................................................... 54 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE ................................................... 55 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE ................................................. 57 14 STRUCTURES - STRUCTURAL STEEL BRIDGE ........................................................... 60 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE .................................................... 61 16 STRUCTURES - MOVABLE SPAN .................................................................................. 62 17 STRUCTURES - RETAINING WALLS ............................................................................. 63 18 STRUCTURES - MISCELLANEOUS ................................................................................ 65 19 SIGNING AND PAVEMENT MARKING ANALYSIS ........................................................ 67 20 SIGNING AND PAVEMENT MARKING PLANS .............................................................. 69 21 SIGNALIZATION ANALYSIS ........................................................................................... 70 22 SIGNALIZATION PLANS ................................................................................................. 71 23 LIGHTING ANALYSIS ...................................................................................................... 72 24 LIGHTING PLANS ............................................................................................................ 73 25 LANDSCAPE ARCHITECTURE ANALYSIS .................................................................... 74 26 LANDSCAPE ARCHITECTURE PLANS .......................................................................... 75 27 SURVEY ........................................................................................................................... 76 28 PHOTOGRAMMETRY ...................................................................................................... 81 29 MAPPING ......................................................................................................................... 82 30 TERRESTRIAL MOBILE LIDAR ...................................................................................... 85 31 ARCHITECTURE DEVELOPMENT .................................................................................. 86 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE ............ 87 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS ........................................... 88 A-3 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS ................................................. 89 35 GEOTECHNICAL.............................................................................................................. 90 36 PROJECT REQUIREMENTS ......................................................................................... 100 37 INVOICING LIMITS ......................................................................................................... 102 1 PURPOSE A-4 SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES BRIDGE/STRUCTURAL AND HIGWAY DESIGN Collier County Project Number: 66066.13 Description: Design and Related Services for Replacement or Rehabilitation of the CR-846 / Immokalee Road Bridge over Gator Canal in Collier County, Florida Bridge No(s).: 030160 NOTE: This RFP SCOPE OF SERVICES will be modified during contract negotiations to remove scope not applicable to the project/future contract. 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 and Group 3 - Highway Design - Roadway Major work groups include: Group 4.1 - Miscellaneous Structures and Minor Bridge Design and Group 3.1 - Minor Highway Design Minor work mix/groups may include but are not limited to: Group 7.1 - Signing, Pavement Marking and Channelization; Group 8.1 - Control Survey; Group 8.2 - Design, Right of Way, & Construction Survey; Group 8.4 - Right of way Mapping and Group 9 - Soil Exploration, Materials Testing and Foundations. The Firm 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 Group 3.1 – Minor Highway 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 RFP: 16-7010 1 PURPOSE A-5 Inspection (CEI) representatives for inspection and final acceptance of the project. The CONSULTANT shall follow a systems engineering process to ensure that all required project components are included in the development of the 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 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 standards applicable to such professional services. The CONSULTANT shall provide qualified technical and professional personnel to perform to COUNTY standards and procedures, the duties and responsibilities assigned under the terms of this agreement. The CONSULTANT shall utilize the best engineering judgment, practices, and principals possible during the prosecution of the work commissioned under this co ntract. 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: 16-7010 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 replace or rehabilitate an obsolete bridge on CR-846 in Collier County, Florida. Bridge number: 030160 CR-846 / Immokalee Road The existing bridge foundations are a combination of concrete and timber piles generally of unknown depth. The bridge is experiencing exponential timber pile decay. The bridge is Scour Critical. The primary objective of this project is to replace or rehabilitate the bridge identified herein as soon as possible while limiting ancillary work to only what is necessary and/or required to replace or rehabilitate the bridge and provide safe roadway approaches per applicable codes, guidelines, regulations, permitting agency requirements, etcetera. The roadway approaches to the bridge shall be resurfaced/reconstructed as necessary to satisfy the latest FDOT criteria. As a minimum, the design typical roadway section shall extend to the ends of the required guardrail systems. Appropriate tapers back to the existing roadway sections shall be provided beyond each guardrail system end. See section 2.1 for typical section information. Exact project limits will vary based on actual permitting requirements. 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 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/produce all permits, studies and reports necessary to design the project and deliver the final deliverables. RFP: 16-7010 2 PROJECT DESCRIPTION A-7 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: Value Engineering/Independent Peer Review services will be conducted by an independent consultant for this project. Please se e section 3.5 for details. 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: The replacement or rehabilitated bridge and roadway approaches shall be designed to facilitate two lanes of traffic with shoulders per the latest FDOT design criteria. The CONSULTANT shall coordinate with the COUNTY to determine future widening needs of the bridge and incorporate these needs into the design. The posted speed limit is: CR-846/Immokalee Road - 55mph The desired design speed is: CR-846/Immokalee Road - 60mph Pavement Design: The CONSULTANT shall provide all pavement designs required for the project. Pavement Type Selection Report(s): Please see Section 4.2 for details. Cross Slope: The CONSULTANT shall evaluate any necessary modifications to cross slopes of existing pavement to be retained as part of this project. Access Management Classification: To be coordinated with the County as RFP: 16-7010 2 PROJECT DESCRIPTION A-8 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 dura tion 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) 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 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 RFP: 16-7010 2 PROJECT DESCRIPTION A-9 integrity and accumulation of sediments as necessary. Treatments should be coordinated with the COUNTY’s Project Manager before being added to the Construction Contract Documents. 2.3 Utilities Coordination (Activity 7) The CONSULTANT is responsible 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 desig n 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 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, RFP: 16-7010 2 PROJECT DESCRIPTION A-10 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, obtain new bridge number from the FDOT (if replaced) and deliver construction documents for the replacement or rehabilitation of the existing bridge defined below. The length of a new structure is dependent on site constraints, the requirements defined herein and the requirements to be established by the permitting agencies. Bridge number: 030160 CR-846 / Immokalee Road Please see section 2.1 for typical section requirements. RFP: 16-7010 2 PROJECT DESCRIPTION A-11 Type of Bridge Structure Work:  Bridge Development Report  Temporary Bridge - If required.  Short Span Concrete - As applicable.  Medium Span Concrete - As applicable. Retaining Walls: The CONSULTANT shall provide all design services and deliver construction documents for any temporary and/or permanent retaining walls required for the project. 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) 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 Righ t of Way Surveys and defining all official County maintained right of ways necessary for the project. RFP: 16-7010 2 PROJECT DESCRIPTION A-12 2.11 Photogrammetry (Activity 28): Not applicable. 2.12 Mapping (Activity 29) 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 (Activity 35) The CONSULTANT shall be responsible for all necessary geotechnical 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 COUNT Y 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 final construction contract documents. Periodically, throughout the life of the contract, the project schedule a nd payout reports shall be reviewed as requested by the COUNTY and, with the approval of the COUNTY, adjusted as necessary to incorporate changes in RFP: 16-7010 2 PROJECT DESCRIPTION A-13 the Scope of Services and progress to date. The approved schedule and schedule status report, along with pr ogress 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 directed 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. BDR (Bridge Development Report) submittal shall be an independent submittal prior to the Phase I (30%) submittal. The BDR must evaluate rehabilitation and replacement options. The BDR options provided by the CONSULTANT shall identify all information necessary for the COUNTY to select and approve the desired alternative for rehabilitation or replacement of the bridge. This information includes, but is not limited to, remaining bridge service life, future maintenance costs, and construction costs for each option. Design and related services fees will be negotiated for both a rehabilitation and a replacement option prior to contract award. The CONSULTANT will only be compensated for the option approved by the COUNTY during the BDR process. 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 b y 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 RFP: 16-7010 2 PROJECT DESCRIPTION A-14 provided when requested by the COUNTY. 2.20 Provisions for Work All work shall be prepared with English units in accordance with the la test editions of standards and requirements utilized by the FDOT and the COUNTY which include, but are not limited to, publications such as:  General o Title 29, Part 1910, Standard 1910.1001, Code of Federal Regulations (29 C.F.R. 1910.1001) – Asbestos Standard for Industry, U.S. Occupational Safety and Health Administration (OSHA) o 29 C.F.R. 1926.1101 – Asbestos Standard for Construction, OSHA o 40 C.F.R. 61, Subpart M - National Emission Standard for Hazardous Air Pollutants (NESHAP), Environmental Protection Agency (EPA) o 40 C.F.R. 763, Subpart E – Asbestos-Containing Materials in Schools, EPA o 40 C.F.R. 763, Subpart G – Asbestos Worker Protection, EPA o Americans with Disabilities Act (ADA) Standards for Accessible Design o AASHTO – A Policy on Design Standards Interstate System o AASHTO – Roadside Design Guide o AASHTO – Roadway Lighting Design Guide o AASHTO – A Policy for Geometric Design of Highways and Streets o AASHTO – Highway Safety Manual o Rule Chapter 5J-17, Florida Administrative Code (F.A.C.), 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 RFP: 16-7010 2 PROJECT DESCRIPTION A-15 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 o Federal Highway Administration (FHWA) - Manual on Uniform Traffic Control Devices (MUTCD) o FHWA – National Cooperative Highway Research Program (NCHRP) Report 672, Roundabouts: An Informational Guide o FHWA Roadway Construction Noise Model (RCNM) and Guideline Handbook o Florida Fish and Wildlife Conservation Commission - Standard Manatee Construction Conditions 2005 o Florida Statutes (F.S.) o Florida’s Level of Service Standards and Guidelines Manual for Planning o Model Guide Specifications – Asbestos Abatement and Management in Buildings, National Institute for Building Sciences (NIBS) o Quality Assurance Guidelines o Safety Standards o Any special instructions from the COUNTY  Roadway o FDOT – Florida Intersection Design Guide o FDOT - Project Traffic Forecasting Handbook o FDOT - Quality/Level of Service Handbook o Florida’s Level of Service Standards and Highway Capacity Analysis for the SHS o Transportation Research Board (TRB) - Highway Capacity Manual  Permits o Chapter 373, F.S. – Water Resources o US Fish and Wildlife Service Endangered Species Programs 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 RFP: 16-7010 2 PROJECT DESCRIPTION A-16 o FDOT Open Channel Handbook o FDOT Optional Pipe Materials Handbook o FDOT Storm Drain Handbook o FDOT Stormwater Management Facility Handbook o FDOT Temporary Drainage Handbook o FDOT Drainage Connection Permit Handbook o FDOT Bridge Scour Manual  Survey and Mapping o All applicable Florida Statutes and Administrative Codes o Applicable Rules, Guidelines Codes and authorities of other Municipal, County, State and Federal Agencies. o FDOT Aerial Surveying Standards for Transportation Projects Topic 550-020-002 o FDOT Right of Way Mapping Handbook o FDOT Surveying Procedure Topic 550-030-101 o Florida COUNTY of Transportation Right of Way Procedures Manual o Florida COUNTY of Transportation Surveying Handbook o Right of Way Mapping Procedure 550-030-015  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” RFP: 16-7010 2 PROJECT DESCRIPTION A-17 o American National Standards Institute (ANSI) RP-8-00 Recommended Practice for Roadway Lighting o AASHTO AWS D1.1/ANSI Structural Welding Code – Steel o AASHTO D1.5/AWS D1.5 Bridge Welding Code o FHWA Traffic Detector Handbook o FDOT General Interest Roadway Data Procedure o FHWA Traffic Monitoring Guide o FDOT’s Traffic/Polling Equipment Procedures  Structures o AASHTO Load and Resistance Factor Design (LRFD) Bridge Design Specifications and Interims o AASHTO LRFD Movable Highway Bridge Design Specifications and Interims o AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals, and Interims. o AASHTO/-AWS-D1. 5M/D1.5: An American National Standard Bridge Welding Code o AASHTO Guide Specifications for Structural Design of Sound Barriers o AASHTO Manual for Condition Evaluation and Load and Resistance Factor Rating (LRFR) of Highway Bridges o FDOT Bridge Load Rating Manual o FDOT Structures Manual o FDOT Structures Design Bulletins (available on FDOT Structures web site only)  Geotechnical o FHWA Checklist and Guidelines for Review of Geotechnical Reports and Preliminary Specifications o Manual of Florida Sampling and Testing Methods o Soils and Foundation Handbook  Landscape Architecture o Florida COUNTY of Agriculture and Consumer Services Grades and Standards for Nursery Plants  Architectural o Building Codes o Florida Building Code:  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 RFP: 16-7010 2 PROJECT DESCRIPTION A-18 o Chapter 553, F.S. – Building Construction Standards o ANSI A117.1 2003 Accessible and Usable Building and Facilities o Titles II and III, Americans With Disabilities Act (ADA), Public Law 101 - 336; and the ADA Accessibility Guidelines (ADAAG)  Architectural – Fire Codes and Rules o National Fire Protection Association (NFPA) - Life Safety Code o NFPA 70 - National Electrical Code o NFPA 101 - Life Safety Code o NFPA 10 - Standard for Portable Fire Extinguishers o NFPA 11 - Standard for Low-Expansion Foam Systems o NFPA 11A - Standard for High- and Medium-Expansion Foam Systems o NFPA 12 - Standard for Carbon Dioxide Extinguishing Systems o NFPA 13 - Installation of Sprinkler Systems o NFPA 30 - Flammable and Combustible Liquids Code o NFPA 54 - National Gas Fuel Code o NFPA 58 - LP-Gas Code o Florida Fire Prevention Code as adopted by the State Fire Marshal – Consult with the Florida State Fire Marshal’s office for other frequently used codes.  Architectural – Extinguishing Systems o NFPA 10 - Fire Extinguishers o NFPA 13 - Sprinkler o NFPA 14 - Standpipe and Hose System o NFPA 17 - Dry Chemical o NFPA 20 - Centrifugal Fire Pump o NFPA 24 - Private Fire Service Mains o NFPA 200 - Standard on Clean Agent Fire Extinguishing Systems  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 RFP: 16-7010 2 PROJECT DESCRIPTION A-19 Commercial Cooking Equipment o NFPA 204M - Smoke and Heating Venting  Architectural – Miscellaneous Systems o NFPA 45 - Laboratories Using Chemicals o NFPA 80 - Fire Doors and Windows o NFPA 88A - Parking Structures o NFPA 105- Smoke and Draft-control Door Assemblies o NFPA 110 - Emergency and Standby Power Systems o NFPA 220 - Types of Building Construction o NFPA 241 - Safeguard Construction, Alteration, and Operations o Rule Chapter 69A-47, F.A.C., Uniform Fire Safety For Elevators o Rule Chapter 69A-51, F.A.C., Boiler Safety  Architectural – Energy Conservation o Rule Chapter 60D-4, F.A.C., Rules For Construction and Leasing of State Buildings To Insure Energy Conservation o Section 255.255, F.S., Life-Cycle Costs  Architectural – Elevators o Rule Chapter 61C-5, F.A.C., Florida Elevator Safety Code o ASME A-17.1, Safety Code for Elevators and Escalators o Architectural – Floodplain Management Criteria o Section 255.25, F.S., Approval Required Prior to Construction or Lease of Buildings o Rules of the Federal Emergency Management Agency (FEMA)  Architectural – Other o Rule Chapter 64E-6, F.A.C., Standards for On Site Sewage Disposal Systems (Septic Tanks) o Rule Chapter 62-600, F.A.C., Domestic Wastewater Facilities o Rule Chapter 62-761, F.A.C., Underground Storage Tank Systems o American Concrete Institute o American Institute of Architects - Architect’s Handbook of Professional Practice o American Society for Testing and Materials - ASTM Standards o Brick Institute of America o DMS - Standards for Design of State Facilities o Florida Concrete Products Association o FDOT – ADA/Accessibility Procedure o FDOT – Building Code Compliance Procedure o FDOT – Design Build Procurement and Administration o LEED (Leadership in Energy and Environmental Design) Green Building Rating System o National Concrete Masonry Association o National Electrical Code o Portland Cement Association - Concrete Masonry Handbook RFP: 16-7010 2 PROJECT DESCRIPTION A-20 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 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: 16-7010 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 Statute s. 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: 16-7010 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 f ederal 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/Q uality 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 CONSULTA NT’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 produ cts and services. Independent Peer Review/Value Engineering: Value Engineering/Independent Peer Review services will be conducted by an independent consultant for this project. Please see section 3.5 for details. RFP: 16-7010 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-23 Supervision: The CONSULTANT shall supervise all technical design activities. Coordination: The CONSULTANT shall coordinate with all disciplines of the project to produce a final set of construction documents. Project General Tasks Project General Tasks, described in Sections 3.1 through 3.7 belo w, 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 attend up to three (3) public meetings as directed by the COUNTY. Public need will heavily influence construction schedule, construction phasing and maintenance of traffic for the project defined herein. The CONSULTANT shall develop coordinated project solutions that will maintain necessary public access during construction. The first public meeting will be scheduled early in the design process, preferably prior to the first design submittal. The goal of the first public meeting will be to introduce the project to the public and receive feedback with a primary goal of determining public access needs for the project during construction. The second public meeting will be scheduled for approximately the Phase II (60%) design phase. The final public meeting will be scheduled at the construction kickoff stage. The CONSULTANT shall process the public information received, discuss the results and integrate the needs of the public into the project while being mindful of economic feasibility and the needs of the project defined herein. The CONSULTANT 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. RFP: 16-7010 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-24 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 to be sent to property owners. In addition, the CONSULTANT shall prepare a sketch of each proposed driveway modification for inclusion in the letter. The letters will be sent on COUNTY lette rhead. 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 ap propriate number of personnel to assist the COUNTY'S Project Manager. RFP: 16-7010 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-25 It is estimated for this project there will be three (3) public meetings. 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. 3.3 Specifications Package Preparation The CONSULTANT shall prepare and provide a specifications package in accordance with the FDOT’s Handbook for the Preparat ion 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 Provisions, 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 RFP: 16-7010 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-26 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 The Value Engineering / Independent Peer reviews will be conducted by multi-disciplined teams of personnel from an independent consultant under contract with the COUNTY. The primary intent of these reviews will be to improving the value of the project to the maximum extent possible. Improving value shall be defined as minimizing the overall cost of construction while maintaining quality and minimizing the impacts on the public. Each review shall ensure the design documents meet the FDOT PPM, FDOT Design Guidelines, FDOT and COUNTY Design Standards, FDOT CADD Manual, all applicable codes, etcetera and that each project can be constructed and paid for as designed. The CONSULTANT shall participate, as described herein, in full reviews at the: BDR, Phase I (30%), Phase II (60%), and Phase III (90%). The CONSULTANT shall also participate, as described herein, in a final review at the Phase IV (100%) submittal for the purpose of verifying that all previous review comments have been addressed adequately. The CONSULTANT shall develop the design and contract documents using sound value engineering practices to the fullest extent possible, in order to support appropriate design decisions in producing the contract documents for the most efficient and economical design. Each phase/percent submittal to the COUNTY will be forwarded to the assigned review team for evaluation and comment. Additional information may be requested by the review team after the submittal that may be necessary to complete their review. The Project Cost Estimate provided with each submittal shall include a tabulation of estimated construction costs for the proposed design. This list shall, at a minimum, contain a breakdown of costs for each major element of the design. After the review team’s comments are compiled, The CONSULTANT’s Project Manager and other key members of the design team shall meet with the reviewing consultant and the COUNTY to discuss and address any comments. The CONSULTANT will attend all review meetings. Review meetings up to RFP: 16-7010 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-27 and including the Phase II (60%) submittal will be in person at the COUNTY’s Transportation Engineering Facility. Review meetings after the Phase II (60%) submittal may be conducted in person at the COUNTY’s Transportation Engineering Facility, via phone or through email communications at the COUNTY’s discretion based on need and project progress. The CONSULTANT shall be prepared to discuss all criteria and weighted impacts used in arriving at decisions for the selection of specific design features. These criteria must include Safety, Operation, Maintenance and Public Acceptance. All meetings may be followed up with additional meetings, written communications and phone enquiries as necessary to finalize comments and coordinate efforts. 3.6 Prime Consultant Project Manager Meetings Includes only the Prime Consultant Project Manager's time for travel and attendance at Activity Technical Meetings and other meetings listed in the meeting summary for Task 3.6 on tab 3 Project General Task of the staff hour forms. Staff hours for other personnel attending Activity Technical Meetings are included in the meeting task for that specific Activity. 3.7 Plans Update The effort needed for Plans Update services will vary based on availability of funds for construction and duration of time spent "on the shelf". The CONSULTANT shall provide Plans Update services at the request of the COUNTY as an Optional Service. 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 m edia, as determined by the COUNTY. Please see Section 2.19 for details. 3.10 Risk Assessment Workshop RFP: 16-7010 3 PROJECT COMMON AND PROJECT GENERAL TASKS A-28 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: 16-7010 4 ROADWAY ANALYSIS A-29 4 ROADWAY ANALYSIS The CONSULTANT shall analyze and document Roadway Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 4.1 Typical Section Package The CONSULTANT shall provide the proposed Typical Sections to the COUNTY for review and concurrence as part of the BDR submittal. The CONSULTANT shall obtain approval of the Typical Sections prior to proceeding to the Phase I (30%) design. 4.2 Pavement Type Selection Report Pavement Type Selection Reports are required for every project one mile or greater in length where work includes a modification to the base mat erials. The Pavement Type Selection decision will again be reviewed by the COUNTY at the time the pavement is designed to warrant reconsideration. A letter to the Project Design File documenting the pavement type decision is required, even if no report is performed. 4.3 Pavement Design Package The CONSULTANT shall provide the pavement design package to the COUNTY for review and concurrence as part of the Phase I (30%) submittal. The CONSULTANT shall obtain approval of the pavement design prior to proceeding to the Phase II (60%) design. 4.4 Cross-Slope Correction The CONSULTANT shall coordinate with the COUNTY to obtain existing cross slope data if available, determine roadway limits where cross slope is potentially out of tolerance and determine a resolution. 4.5 Horizontal/Vertical Master Design Files The CONSULTANT shall design the geometrics using the design standards that are most appropriate with proper consideration given to the design traffic volumes, design speed, capacity and levels of service, functional classification, adjacent land use, design consistency and driver expectancy, aesthetics, pedestrian and bicycle concerns, ADA requirements, elder road user policy, access management, PD&E documents and scope of work. The CONSULTANT shall also develop utility conflict information to be provided to project Utility Coordinator in the format approved by the COUNTY, and shall review Utility Work Schedules. 4.6 Access Management RFP: 16-7010 4 ROADWAY ANALYSIS A-30 The CONSULTANT shall incorporate access management standards for each project in coordination with COUNTY staff. The CONSULTANT shall review adopted access management standards and the existing access conditions (interchange spacing, signalized intersection spacing, median opening spacing, and connection spacing). Median openings that will be closed, relocated, or substantially altered shall be shown on plan sheets and submitted with supporting documentation for review with the first plans submittal. 4.7 Roundabout Evaluation Not applicable. 4.8 Roundabout Final Design Analysis Not applicable. 4.9 Cross Section Design Files The CONSULTANT shall establish and develop cross section design files in accordance with the CADD manual. 4.10 Traffic Control Analysis The CONSULTANT shall design a safe and effective Traffic Control Plan to move vehicular and pedestrian traffic during all ph ases 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 th at will better coordinate the Preliminary and Final Traffic Control Plan efforts. The CONSULTANT shall consider the local impact of any lane closures or alternate routes. When the need to close a road is identified during this analysis, the CONSULTANT shall notify the COUNTY's Project Manager as soon as possible. Proposed road closings must be reviewed and approved by the COUNTY. Diligence shall be used to minimize negative impacts by appropriate specifications, recommendations or plans development. Loc al RFP: 16-7010 4 ROADWAY ANALYSIS A-31 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 4.17 Other Roadway Analyses 4.18 Field Reviews 4.19 Monitor Existing Structures RFP: 16-7010 4 ROADWAY ANALYSIS A-32 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 durin g 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: 16-7010 5 ROADWAY PLANS A-33 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: 16-7010 5 ROADWAY PLANS A-34 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 suc h 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: 16-7010 6 DRAINAGE ANALYSIS A-35 6a DRAINAGE ANALYSIS The CONSULTANT shall analyze and document Drainage Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. The CONSULTANT shall be responsible for designing a drainage and stormwater management system. All design work shall comply with the requirements of the appropriate regulatory agencies and the FDOT Drainage Manual. The CONSULTANT has the responsibility for determining the need, appropriate locations and sizes for all necessary water management fa cilities, 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. The work will include the engi neering analyses for any or all of the following: 6a.1 Drainage Map Hydrology Accurately delineate drainage basin boundaries to be used in defining the system hydrology. Basin delineation shall incorporate existing survey and/or LiDAR and shall be supplemented, as necessary, with other appropriate data sources (such as permitted site plans) and field observations. Basin delineations shall also include any existing collection systems in a logical manner to aid in the development of the hydraulic model. Prepare the Drainage Maps in accordance with the Plans Preparation Manual. 6a.2 Base Clearance Report Analyze, determine, and document high water elevations per basin which will be used to set roadway profile grade and roadway materials. Determine surface water elevations at cross drains, floodplains, outfalls and adjacent stormwater ponds. Determine groundwater elevations at intervals between the above-mentioned surface waters. Document findings in a Base Clearance Report. 6a.3 Pond Siting Analysis and Report Evaluate pond sites using a preliminary hydrologic analysis. Document the results and coordination for all of the project's pond site analyses. The Drainage Manual provides specific documentation requirements. 6a.4 Design of Cross Drains Analyze the hydraulic design and performance of cross drains. Check existing cross drains to determine if they are structurally sound and can be extended. Document the design as required. Determine and provide flood RFP: 16-7010 6 DRAINAGE ANALYSIS A-36 data as required. 6a.5 Design of Ditches Design roadway conveyance and outfall ditches. This task includes capacity calculations, longitudinal grade adjustments, flow changes, additional adjustments for ditch convergences, selection of suitable channel lining, design of side drain pipes, and documentation. (Design of linear stormwater management facilities in separate task.) 6a.6 Design of Stormwater Management Facility (Offsite or Infield Pond) Design stormwater management facilities to meet requirements for stormwater quality treatment and attenuation. Develop proposed pond layout (contributing drainage basin, shape, contours, slopes, volumes, tie -ins, etc.), perform routing, pollutant loading calculations, recovery calculations, design the outlet control structure and buoyancy calculations for pond line rs when necessary. 6a.7 Design of Stormwater Management Facility (Roadside Ditch as Linear Pond) Design stormwater management facilities to meet requirements for stormwater quality treatment and attenuation. Develop proposed pond layout (contributing drainage basin, shape, contours, slopes, volumes, tie-ins, etc.), perform routing, pollutant loading calculations, recovery calculations and design the outlet control structure. 6a.8 Design of Floodplain Compensation Determine floodplain encroachments, coordinate with regulatory agencies, and develop proposed compensation area layout (shape, contours, slopes, volumes, etc.). Document the design following the requirements of the regulatory agency. 6a.9 Design of Storm Drains Develop a “working drainage map”, determine runoff, inlet locations, and spread. Calculate hydraulic losses (friction, utility conflict and, if necessary, minor losses). Determine design tailwater and, if necessary, outlet scour protection. 6a.10 Optional Culvert Material Determine acceptable options for pipe materials using the Culvert Service Life Estimator. 6a.11 French Drain Systems RFP: 16-7010 6 DRAINAGE ANALYSIS A-37 Design French Drain Systems to provide stormwater treatment and attenuation. Identify location for percolation tests and review these, determine the size and length of French Drains, design the control structure/weir, and model the system of inlets, conveyances, French Drains, and other outfalls using a routing program. 6a.12 Drainage Wells Design the discharge into deep wells to comply with regulatory requirements. Identify the location of the well, design the control structure/weir, and model the system using a routing program. 6a.13 Drainage Design Documentation Report Compile drainage design documentation into report format. Include documentation for all the drainage design tasks and associated meetings and decisions, except for stand-alone reports, such as the Pond Siting Analysis Report and Bridge Hydraulics Report. 6a.14 Bridge Hydraulic Report Calculate hydrology, hydraulics, deck drainage, scour, and appropriate counter measures. Prepare report and the information for the Bridge Hydraulics Recommendation Sheet. 6a.15 Temporary Drainage Analysis Evaluate and address drainage to adequately drain the road and maintain existing offsite drainage during all construction phases. Provide documentation. 6a.16 Cost Estimate 6a.17 Technical Special Provisions 6a.18 Other Drainage Analysis 6a.19 Field Reviews 6a.20 Technical Meetings 6a.21 Environmental Look-Around Meetings 6a.22 Quality Assurance/Quality Control 6a.23 Independent Peer Review 6a.24 Supervision RFP: 16-7010 6 DRAINAGE ANALYSIS A-38 6a.25 Coordination RFP: 16-7010 6 DRAINAGE PLANS A-39 6b DRAINAGE PLANS The CONSULTANT shall prepare Drainage plan sheets, notes, and details. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 6b.1 Drainage Map (Including Interchanges) 6b.2 Bridge Hydraulics Recommendation Sheets 6b.3 Summary of Drainage Structures 6b.4 Optional Pipe/Culvert Material 6b.5 Drainage Structure Sheet(s) (Per Structure) 6b.6 Miscellaneous Drainage Detail Sheets 6b.7 Lateral Ditch Plan/Profile 6b.8 Lateral Ditch Cross Sections 6b.9 Retention/Detention Pond Detail Sheet(s) 6b.10 Retention Pond Cross Sections 6b.11 Erosion Control Plan Sheet(s) 6b.12 SWPPP Sheet(s) 6b.13 Quality Assurance/Quality Control 6b.14 Supervision RFP: 16-7010 7 UTILITIES A-40 7 UTILITIES The CONSULTANT shall identify utility facilities and secure agreements, utility work schedules, and plans from the Utility Agency Owners (UAO) ensuring all conflicts that exist between utility facilities and the COUNTY’s construction project are addressed. The CONSULTANT shall 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 Before any contact with the UAO(s), the CONSULTANT shall meet with the COUNTY to receive guidance, as may be required, to assure that all necessary coordination will be accomplished in accordance wi th COUNTY procedures. CONSULTANT shall bring a copy of the design project work schedule reflecting utility activities. 7.2 Identify Existing Utility Agency Owner(s) The CONSULTANT shall identify all utilities within and adjacent to the project limits that may be impacted by the project. 7.3 Make Utility Contacts First Contact: The CONSULTANT shall send letters and plans to each utility. Includes contact by phone for meeting coordination. Request type, size, location, easements, and cost for relocation if reimbursement is claimed. Request the voltage level for power lines in the project area. Send UAO requests for reimbursement to the COUNTY for a legal opinion. Include the meeting schedule (if applicable) and the design schedule. Include typical meeting agenda. If scheduling a meeting, give four (4) weeks advance notice. Second Contact: At a minimum of four (4) weeks prior to the meeting, the CONSULTANT shall transmit Phase II (60%) plans and the utility conflict information (when applicable and in the format preapproved by the COUNTY) to each UAO having facilities located within the project limits. Third Contact: Identify agreements and assemble packages. The CONSULTANT shall send agreements, letters, the utility conflict information (when applicable and in the format preapproved by the COUNTY) and plans to the UAO(s) including all component sets and, one (1) set to the COUNTY. Include the design schedule. RFP: 16-7010 7 UTILITIES A-41 Not all projects will have all contacts as described above. 7.4 Exception Processing The CONSULTANT shall be responsible for transmitting/coordinating the appropriate design reports including, but not limited to, the Resurfacing, Restoration and Rehabilitation (RRR) report, Preliminary Engineering Report, Project Scope and/or the Concept Report (if applicable) to each UAO to identify any condition that may require a Utility Exception. The CONSULTANT shall identify and communicate to the UAO any facilities in conflict with their location or project schedule. The CONSULTANT shall assist with the processing of design exceptions involving Utilities with the UAO and the COUNTY. Assist with processing per the UAM. 7.5 Preliminary Utility Meeting The CONSULTANT shall schedule (time and place), notify participants, and conduct a preliminary utility meeting with all UAO(s) having facilities located within the project limits for the purpose of presenting the project, review the current design schedule, evaluate the utility information collected, provide follow-up information on compensable property rights from the COUNTY (as applicable), discuss the utility work by highway contractor option with each utility (as applicable), and discuss any future design issues that may impact utilities. This is also an opportunity for the UAO(s) to present proposed facilities. The CONSULTANT shall keep accurate minutes and distribute a copy to all attendees. 7.6 Individual/Field Meetings The CONSULTANT shall meet with each UAO as necessary, separately or together, throughout the project design duration to provide guidance in the interpretation of plans, review changes to the plans and schedules, 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) The CONSULTANT shall review utility marked plans and data individually as they are received for content. Ensure information from the UAO (utility type, material and size) is sent to the designer for inclusion in the plans. Forward all requests for utility reimbursement and supporting documentation to the COUNTY. 7.8 Subordination of Easements Coordination The CONSULTANT, if requested by the COUNTY, shall transmit to and secure from the UAO the executed subordination agreements prepared by RFP: 16-7010 7 UTILITIES A-42 the appropriate COUNTY office. The CONSULTANT shall coordinate with the COUNTY the programming of the necessary work program funds to compensate the UAO. 7.9 Utility Design Meeting The CONSULTANT shall schedule (time and place), notify participants, and conduct a Utility meeting with all affected UAO(s). The CONSULTANT shall be prepared to discuss impacts to existing trees/landscaping and proposed landscaping, drainage, traffic signalization, maintenance of traffic (construction phasing), review the current design schedule and letting date, evaluate the utility information collected, provide follow-up information on compensable property rights from the COUNTY, discuss with each UAO the utility work by highway contractor option, discuss any future design issues that may impact utilities, etc., to the extent that they may have an effect on existing or proposed utility facilities with particular emphasis on drainage and maintenance of traffic with each UAO. The intent of this meeting shall be to assist the UAOs in identifying and resolving conflicts between utilities and proposed construction before completion of the plans, including utility adjustment details. Also to work with the UAOs to recommend potential resolution between known utility conflicts with proposed construction plans as may be deemed practical by the UAO. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees within 3 days. See Task 4.5 (Horizontal/Vertical Master Design File) and Task 4.9 (Cross Section Design Files) for utility conflict location identification and adjustments. 7.10 Review Utility Markups & Work Schedules and Processing of Schedules & Agreements The CONSULTANT shall review utility marked up plans and work schedules as they are received for content and coordinate review with the designer. Send color markups and schedules to the appropriate COUNTY office(s) such as survey, geotechnical, drainage, structures, lighting, roadway, signals, utilities, landscape architecture, municipalities, maintaining agency, and Traffic Operations for review and comment if required by the COUNTY. Coordinate with the COUNTY for execution. Distribute Executed Final Documents. Prepare Work Order for UAO(s). The CONSULTANT shall coordinate with the COUNTY the programming of necessary funds. 7.11 Utility Coordination/Follow -up The CONSULTANT shall provide utility coordination and follow up. This includes follow-up, interpreting plans, and assisting the UAOs with completion of their work schedules and agreements. Includes phone calls, face-to-face meetings, etc., to motivate and ensure the UAO(s) complete and return the required documents in accordance with the project schedule. Ensure the resolution of all known conflicts. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees. This RFP: 16-7010 7 UTILITIES A-43 task can be applied to all phases of the project. 7.12 Utility Constructability Review The CONSULTANT shall review utility schedules against construction contract time, and phasing for compatibility. Coordinate with and obtain written concurrence from the construction office. See Task 4.9 (Cross Section Design Files) for utility conflict identification and adjustments. 7.13 Additional Utility Services The CONSULTANT shall provide additional utility services. The CONSULTANT shall, via soft-dig, 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) The CONSULTANT shall transmit the contract plans as processed for letting to the UAO(s). Transmittals to UAO(s) may be by certified mail, return rec eipt requested. 7.16 Certification/Close-Out This includes hours for transmitting utility files to the COUNTY and preparation of the Utility Certification Letter. The CONSULTANT shall certify to the 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 be undertaken and completed as required for proper coordination with the physical construction schedule. OR An on-site inspection was made and no utility work will be involved. OR Plans were sent to the Utility Companies/Agencies and no utility work is required. RFP: 16-7010 7 UTILITIES A-44 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: 16-7010 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-45 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 Assessments: 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: 16-7010 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-46 acceptable. All jurisdictional boundaries are to be tied to the proje ct’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 jurisdictional 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 for 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: 16-7010 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-47 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 time 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: 16-7010 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-48  Written narrative listing potential sites with justifications for both recommended and non-recommended sites. 8.11 Mitigation Coordination and Meetings The CONSULTANT shall coordinate with COUNTY personnel prior to approaching any environmental permitting or 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 8.13.1 NEPA or SEIR Reevaluation 8.13.2 Archaeological and Historical Features 8.13.3 Wetland Impact Analysis 8.13.4 Essential Fish Habitat 8.13.5 Wildlife and Habitat Impact Analysis 8.13.6 Section 7 or Section 10 Consultation 8.14 Preparation of Environmental Clearances and Reevaluations 8.14.1 NEPA or SEIR Reevaluation 8.14.2 Archaeological and Historical Features 8.14.3 Wetland Impact Analysis 8.14.4 Essential Fish Habitat 8.14.5 Wildlife and Habitat Impact Analysis 8.14.6 Section 7 or Section 10 Consultation 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 M aterials RFP: 16-7010 8 ENVIRONMENTAL PERMITS, COMPLIANCE AND CLEARANCES A-49 (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: 16-7010 9 STRUCTURES – SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS A-50 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: 16-7010 9 STRUCTURES – SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS A-51 9.15 Coordination RFP: 16-7010 10 STRUCTURES – BRIDGE DEVELOPMENT REPORT A-52 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT The Consultant shall prepare a Bridge Development Report (BDR). The BDR shall be submitted independently prior to the Phase I (30%) submittal. The BDR must evaluate rehabilitation and replacement options. The BDR options provided by the CONSULTANT shall identify all information necessary for the COUNTY to select and approve the desired alternative for rehabilitation or replacement of the bridge. This information includes, but is not limited to, remaining bridge service life, future maintenance costs, and construction costs for each option. Fees will be negotiated for both rehabilitation and replacement options prior to contract award. The CONSULTANT will only be compensated for the option approved by the COUNTY during the BDR process. General Requirements 10.1 Bridge Geometry 10.2 Ship Impact Data Collection 10.3 Ship Impact Criteria Superstructure Alternatives 10.4 Short-Span Concrete 10.5 Medium-Span Concrete 10.6 Long Span Concrete 10.7 Structural Steel Foundation and Substructure Alternatives 10.8 Pier/Bent 10.9 Shallow Foundations / GRS Abutments 10.10 Deep Foundations Movable Span 10.12 Movable Span Geometrics and Clearances 10.13 Deck System Evaluation 10.14 Framing Plan Development 10.15 Main Girder Preliminary Design RFP: 16-7010 10 STRUCTURES – BRIDGE DEVELOPMENT REPORT A-53 10.16 Conceptual Span Balance/Counterweight 10.17 Support System Development 10.18 Drive Power Calculations 10.19 Drive System Development 10.20 Power and Control Development 10.21 Conceptual Pier Design 10.22 Foundation Analysis (FL PIER) 10.23 Tender Visibility Study Other BDR Issues 10.24 Aesthetics 10.25 TCP/Staged Construction Requirements 10.26 Constructability Requirements 10.27 Load Rating for Damaged/Widened Structures 10.28 Quantity and Cost Estimates 10.29 Quantity and Cost Estimates - Movable Span 10.30 Wall Type Justification Report Preparation 10.31 Exhibits 10.32 Exhibits - Movable Span 10.33 Report Preparation 10.34 Report Preparation - Movable Span 10.35 BDR Submittal Package Preliminary Plans When ONLY 30% plans are final deliverable, use Task Nos. as shown for applicable bridge types for project Activities 12 thru 16. Staffhours to be negotiated and scaled appropriately. RFP: 16-7010 11 STRUCTURES – TEMPORARY BRIDGE A-54 11 STRUCTURES - TEMPORARY BRIDGE The CONSULTANT shall prepare plans for Temporary Bridge(s) at the location(s) specified in Section 2.5. General Layout Design and Plans 11.1 Overall Bridge Final Geometry 11.2 General Plan and Elevation 11.3 Miscellaneous Details End Bent Design and Plans 11.4 End Bent Structural Design 11.5 End Bent Details Intermediate Bent Design and Plans 11.6 Intermediate Bent Structural Design 11.7 Intermediate Bent Details Miscellaneous Substructure Design and Plans 11.8 Foundation Layout RFP: 16-7010 12 STRUCTURES – SHORT SPAN CONCRETE BRIDGE A-55 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE The CONSULTANT shall prepare plans for Short Span Concrete Bridge(s) at the location(s) specified in Section 2.5. General Layout Design and Plans 12.1 Overall Bridge Final Geometry 12.2 Expansion/Contraction Analysis 12.3 General Plan and Elevation 12.4 Construction Staging 12.5 Approach Slab Plan and Details 12.6 Miscellaneous Details End Bent Design and Plans 12.7 End Bent Geometry 12.8 End Bent Structural Design 12.9 End Bent Plan and Elevation 12.10 End Bent Details Intermediate Bent Design and Plans 12.11 Bent Geometry 12.12 Bent Stability Analysis 12.13 Bent Structural Design 12.14 Bent Plan and Elevation 12.15 Bent Details Miscellaneous Substructure Design and Plans 12.16 Foundation Layout Superstructure Design and Plans 12.17 Finish Grade Elevation Calculation RFP: 16-7010 12 STRUCTURES – SHORT SPAN CONCRETE BRIDGE A-56 12.18 Finish Grade Elevations Cast-In-Place Slab Bridges 12.19 Bridge Deck Design 12.20 Superstructure Plan 12.21 Superstructure Sections and Details Prestressed Slab Unit Bridges 12.22 Prestressed Slab Unit Design 12.23 Prestressed Slab Unit Layout 12.24 Prestressed Slab Unit Details and Schedule 12.25 Deck Topping Reinforcing Layout 12.26 Superstructure Sections and Details Reinforcing Bar Lists 12.27 Preparation of Reinforcing Bar List Load Rating 12.28 Load Rating RFP: 16-7010 13 STRUCTURES – MEDIUM SPAN CONCRETE BRIDGE A-57 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE The CONSULTANT shall prepare plans for Medium Span Concrete Bridge(s) at the location(s) specified in Section 2.5. 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: 16-7010 13 STRUCTURES – MEDIUM SPAN CONCRETE BRIDGE A-58 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: 16-7010 13 STRUCTURES – MEDIUM SPAN CONCRETE BRIDGE A-59 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: 16-7010 14 STRUCTURES – STRUCTURAL STEEL BRIDGE A-60 14 STRUCTURES - STRUCTURAL STEEL BRIDGE Not applicable. RFP: 16-7010 15 STRUCTURES – SEGMENTAL CONCRETE BRIDGE A-61 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE Not applicable. RFP: 16-7010 16 STRUCTURES – MOVABLE SPAN A-62 16 STRUCTURES - MOVABLE SPAN Not applicable. RFP: 16-7010 17 STRUCTURES – RETAINING WALL A-63 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: 16-7010 17 STRUCTURES – RETAINING WALL A-64 17.18 Vertical Wall Geometry 17.19 General Notes, Tables and Miscellaneous Details 17.20 Wall Plan and Elevations 17.21 Details RFP: 16-7010 18 STRUCTURES – MISCELLANEOUS A-65 18 STRUCTURES - MISCELLANEOUS The CONSULTANT shall prepare plans for Miscellaneous Structure(s) as specified in Section 2.5. Concrete Box Culverts 18.1 Concrete Box Culverts 18.2 Concrete Box Culverts Extensions 18.3 Concrete Box Culvert Data Table Plan Sheets 18.4 Concrete Box Culvert Special Details Plan Sheets Strain Poles 18.5 Steel Strain Poles 18.6 Concrete Strain Poles 18.7 Strain Pole Data Table Plan Sheets 18.8 Strain Pole Special Details Plan Sheets Mast Arms 18.9 Mast Arms 18.10 Mast Arms Data Table Plan Sheets 18.11 Mast Arms Special Details Plan Sheets Overhead/Cantilever Sign Structure 18.12 Cantilever Sign Structures 18.13 Overhead Span Sign Structures 18.14 Special (Long Span) Overhead Sign Structures 18.15 Monotube Overhead Sign Structure 18.16 Bridge Mounted Signs (Attached to Superstructure) 18.17 Overhead/Cantilever Sign Structures Data Table Plan Sheets 18.18 Overhead/Cantilever Sign Structures Special Details Plan Sheets RFP: 16-7010 18 STRUCTURES – MISCELLANEOUS A-66 High Mast Lighting 18.19 Non-Standard High Mast Lighting Structures 18.20 High Mast Lighting Special Details Plan Sheets Noise Barrier Walls (Ground Mount) 18.21 Horizontal Wall Geometry 18.22 Vertical Wall Geometry 18.23 Summary of Quantities – Aesthetic Requirements 18.24 Control Drawings 18.25 Design of Noise Barrier Walls Covered by Standards 18.26 Design of Noise Barrier Walls not Covered by Standards 18.27 Aesthetic Details Special Structures 18.28 Fender System 18.29 Fender System Access 18.30 Special Structures 18.31 Other Structures RFP: 16-7010 19 SIGNING AND PAVEMENT MARKING ANALYSIS A-67 19 SIGNING AND PAVEMENT MARKING ANALYSIS The CONSULTANT shall analyze and document Signing and Pavement Markings Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 19.1 Traffic Data Analysis The CONSULTANT shall review the approved preliminary engineering report, typical section package, traffic technical memorandum and proposed geometric design alignment to identify proposed sign placements and roadway markings. Perform queue analysis. 19.2 No Passing Zone Study The CONSULTANT shall perform all effort required for field data collection, and investigation in accordance with the FDOT’s Manual on Uniform Traffic Studies. The CONSULTANT shall submit the signed and sealed report to the COUNTY for review and approval. 19.3 Reference and Master Design File The CONSULTANT shall prepare the Signing & Marking Design file to include all necessary design elements and all associated ref erence files. 19.4 Multi-Post Sign Support Calculations The CONSULTANT shall determine the appropriate column size from the FDOT’s Multi-Post Sign Program(s). 19.5 Sign Panel Design Analysis Establish sign layout, letter size and series for non -standard signs. 19.6 Sign Lighting/Electrical Calculations 19.7 Quantities 19.8 Cost Estimate 19.9 Technical Special Provisions 19.10 Other Signing and Pavement Marking Analysis 19.11 Field Reviews RFP: 16-7010 19 SIGNING AND PAVEMENT MARKING ANALYSIS A-68 19.12 Technical Meetings 19.13 Quality Assurance/Quality Control 19.14 Independent Peer Review 19.15 Supervision 19.16 Coordination RFP: 16-7010 20 SIGNING AND PAVEMENT MARKING PLANS A-69 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, sp ecifications 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: 16-7010 21 SIGNALIZATION ANALYSIS A-70 21 SIGNALIZATION ANALYSIS Not applicable. RFP: 16-7010 22 SIGNALIZATION PLANS A-71 22 SIGNALIZATION PLANS Not applicable. RFP: 16-7010 23 LIGHTING ANALYSIS A-72 23 LIGHTING ANALYSIS Not applicable. RFP: 16-7010 24 LIGHTING PLANS A-73 24 LIGHTING PLANS Not applicable. RFP: 16-7010 25 LANDSCAPE ARCHITECTURE ANALYSIS A-74 25 LANDSCAPE ARCHITECTURE ANALYSIS Not applicable. RFP: 16-7010 26 LANDSCAPE ARCHITECTURE PLANS A-75 26 LANDSCAPE ARCHITECTURE PLANS Not applicable. RFP: 16-7010 27 SURVEY A-76 27 SURVEY The CONSULTANT shall perform survey tasks in accordance with all applicable statutes, manuals, guidelines, standards, handbooks, procedures, and current design memoranda. The CONSULTANT shall submit all survey notes and computations to document the surveys. All field survey work shall be recorded in approved media and submitted to the COUNTY. Field books submitted to the COUNTY must be of an approved type. The field books shall be certified by the surveyor in responsible charge of work being performed before the final product is submitted. The survey notes shall include documentation of decisions reached from meetings, telephone conversations or site visits. All like work (such as bench lines, reference points, etc.) shall be recorded contiguously. The COUNTY may not accept field survey radial locations of section corners, platted subdivision lot and block corners, alignment control points, alignment control reference points and certified section corner references. The COUNTY may instead require that these points be surveyed by true line, traverse or parallel offset. 27.1 Horizontal Project Control (HPC) Establish or recover HPC, for the purpose of establishing horizontal control on the Florida State Plane Coordinate System or datum approved by the COUNTY; may include primary or secondary control points . Includes analysis and processing of all field collected data, and preparation of forms. 27.2 Vertical Project Control (VPC) Establish or recover VPC, for the purpose of establishing vertical control on datum approved by the COUNTY; may include primary or secondary vertical control points. Includes analysis and processing of all field collected data, and preparation of forms. 27.3 Alignment and/or Existing Right of Way (R/W) Lines Establish, recover or re-establish project alignment. Also includes analysis and processing of all field collected data, existing maps, and/or reports for identifying mainline, ramp, offset, or secondary alignments. Depict alignment and/or existing R/W lines (in required format) per COUNTY R/W Maps, platted or dedicated rights of way. 27.4 Aerial Targets Place, locate, and maintain required aerial targets and/or photo identifiable points. Includes analysis and processing of all field collected data, existing maps, and/or reports. Placement of the targets will be at the discretion o f the aerial firm. RFP: 16-7010 27 SURVEY A-77 27.5 Reference Points Reference Horizontal Project Network Control (HPNC) points, project alignment, vertical control points, section, ¼ section, center of section corners and General Land Office (G.L.O.) corners as required. 27.6 Topography/Digital Terrain Model (DTM) (3D) Locate all above ground features and improvements for the limits of the project by collecting the required data for the purpose of creating a DTM with sufficient density. Shoot all break lines, high and low points. Eff ort includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.7 Planimetric (2D) Locate all above ground features and improvements. Deliver in appropriate electronic format. Effort includes field edits, an alysis and processing of all field collected data, existing maps, and/or reports. 27.8 Roadway Cross Sections/Profiles Perform cross sections or profiles. May include analysis and processing of all field-collected data for comparison with DTM. 27.9 Side Street Surveys Refer to tasks of this document as applicable. 27.10 Underground Utilities Designation includes 2-dimensional collection of existing utilities and selected 3-dimensional verification as needed for designation. Location includes non-destructive excavation to determine size, type and location of existing utility, as necessary for final 3-dimensional verification. Survey includes collection of data on points as needed for designates and locates. Includes analysis and processing of all field collec ted data, and delivery of all appropriate electronic files. See also section 7.13. 27.11 Outfall Survey Locate all above ground features and improvements for the limits of the project by collecting the required data for the purpose of a DTM. Survey with sufficient density of shots. Shoot all break lines, high and low points. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.12 Drainage Survey RFP: 16-7010 27 SURVEY A-78 Locate underground data (XYZ, pipe size, type, condition and flow line) that relates to above ground data. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.13 Bridge Survey (Minor/Major) Locate required above ground features and improvements for the lim its of the bridge. Includes field edits, analysis and processing of all field collected data, existing maps, and/or reports. 27.14 Channel Survey Locate all topographic features and improvements for the limits of the project by collecting the required data. Includes field edits, analysis and processing of all field collected data, maps, and/or reports. 27.15 Pond Site Survey Refer to tasks of this document as applicable. 27.16 Mitigation Survey Refer to tasks of this document as applicable. 27.17 Jurisdiction Line Survey Perform field location (2-dimensional) of jurisdiction limits as defined by respective authorities, also includes field edits, analysis and processing of all field collected data, preparation of reports. 27.18 Geotechnical Support Perform 3-dimensional (X,Y,Z) field location, or stakeout, of boring sites established by geotechnical engineer. Includes field edits, analysis and processing of all field collected data and/or reports. 27.19 Sectional/Grant Survey Perform field location/placement of section corners, 1/4 section corners, and fractional corners where pertinent. Includes analysis and processing of all field-collected data and/or reports. 27.20 Subdivision Location Survey all existing recorded subdivision/condominium boundaries, tracts, units, phases, blocks, street R/W lines, common areas. Includes analysis and processing of all field collected data and/or reports. If unrecorded subdivision is on file in the public records of the subject county, tie existing monumentation of the beginning and end of unrecorded subdivision. RFP: 16-7010 27 SURVEY A-79 27.21 Maintained R/W Perform field location (2-dimensional) of maintained R/W limits as defined by respective authorities, if needed. Also includes field edits, analysis and processing of all field collected data, preparation of reports. 27.22 Boundary Survey Perform boundary survey as defined by COUNTY standards. Includes analysis and processing of all field-collected data, preparation of reports. 27.23 Water Boundary Survey Perform Mean High Water, Ordinary High W ater and Safe Upland Line surveys as required by COUNTY standards. 27.24 Right of Way Staking, Parcel / Right of Way Line Perform field staking and calculations of existing/proposed R/W lines for on - site review purposes. 27.25 Right of Way Monumentation Set R/W monumentation as depicted on final R/W maps for corridor and water retention areas. 27.26 Line Cutting Perform all efforts required to clear vegetation from the line of sight. 27.27 Work Zone Safety Provide work zone as required by COUNTY standards. 27.28 Miscellaneous Surveys Refer to tasks of this document, as applicable, to perform surveys not described herein. The percent for Supplemental will be determined at negotiations. This item can only be used if authorized in writing by the COUNTY. 27.29 Supplemental Surveys Supplemental survey days and hours are to be approved in advance by DS or DLS. Refer to tasks of this document, as applicable, to perform surveys not described herein. 27.30 Document Research Perform research of documentation to suppo rt field and office efforts RFP: 16-7010 27 SURVEY A-80 involving surveying and mapping. 27.31 Field Review Perform verification of the field conditions as related to the collected survey data. 27.32 Technical Meetings 27.33 Quality Assurance/Quality Control (QA/QC) Establish and implement a QA/QC plan. Also includes subconsultant review, response to comments and any resolution meetings if required, preparation of submittals for review, etc. 27.34 Supervision Perform all activities required to supervise and coordinate project. These activities must be performed by the project supervisor, a Florida P.S.M. or their delegate as approved by the COUNTY. 27.35 Coordination Coordinate survey activities with other disciplines. These activities must be performed by the project supervisor, a Florida P.S.M. or their delegate as approved by the COUNTY. RFP: 16-7010 28 PHOTOGRAMMETRY A-81 28 PHOTOGRAMMETRY Not applicable. RFP: 16-7010 29 MAPPING A-82 29 MAPPING The CONSULTANT will be responsible for the preparation of control survey maps, right of way maps, maintenance maps, sketches, other miscellaneous survey maps, and legal descriptions as required for this project in accordance with all applicable COUNTY Manuals, Procedures, Handbooks, District specific requirements, and Florida Statutes. All maps, surveys and legal descriptions will be prepared under the direction of a Florida Professional Surveyor and Mapper (PSM) to COUNTY size and format requirements utilizing COUNTY approved software, and will be designed to provide a high degree of uniformity and maximum readability. The CONSULTANT will submit maps, legal descriptions, quality assurance check prints, checklists, electronic media files and any other documents as required for this project to the COUNTY for review at stages of completion as negotiated. Master CADD File 29.1 Alignment 29.2 Section and 1/4 Section Lines 29.3 Subdivisions / Property Lines 29.4 Existing Right of Way 29.5 Topography 29.6 Parent Tract Properties and Existing Easements 29.7 Proposed Right of Way Requirements The ENGINEER OF RECORD (EOR) will provide the proposed requirements. The PSM is responsible for calculating the final geometry. Notification of Final Right of Way Requirements along with the purpose and duration of all easements will be specified in writing. 29.8 Limits of Construction The limits of construction DGN file as provided by the EOR will be imported or referenced to the master CADD file. Additional labeling will be added as required. The PSM is required to advise the EOR of any noted discrepancies between the limits of construction line and the existing/proposed right of way lines, and for making adjustments as needed when a resolution is determined. 29.9 Jurisdictional/Agency Lines These lines may include, but are not limited to, jurisdictional, wetland, water boundaries, and city/county limit lines. RFP: 16-7010 29 MAPPING A-83 Sheet Files 29.10 Control Survey Cover Sheet 29.11 Control Survey Key Sheet 29.12 Control Survey Detail Sheet 29.13 Right of Way Map Cover Sheet 29.14 Right of Way Map Key Sheet 29.15 Right of Way Map Detail Sheet 29.16 Maintenance Map Cover Sheet 29.17 Maintenance Map Key Sheet 29.18 Maintenance Map Detail Sheet 29.19 Reference Point Sheet This sheet(s) will be included with the Control Survey Map, Right of Way Map and Maintenance Map. 29.20 Project Network Control Sheet This sheet depicts the baseline, the benchmarks, the primary and secondary control points and their reference points including the type of material used for each point, their XYZ coordinates, scale factors and convergence angles. This sheet(s) may be included with the Control Survey Map, Right of Way Map and Maintenance Map. 29.21 Table of Ownerships Sheet 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 RFP: 16-7010 29 MAPPING A-84 29.28 Title Search Report 29.29 Legal Descriptions 29.30 Final Map/Plans Comparison The PSM will perform a comparison of the final right of wa y maps with the available construction plans to review the correctness of the type of parcel to be acquired and the stations/offsets to the required right of way. The PSM will coordinate with the EOR to resolve any conflicts or discrepancies and provide documentation of the review. 29.31 Field Reviews 29.32 Technical Meetings 29.33 Quality Assurance/Quality Control 29.34 Supervision 29.35 Coordination 29.36 Supplemental Mapping RFP: 16-7010 30 TERRESTRIAL MOBILE LiDAR A-85 30 TERRESTRIAL MOBILE LiDAR Not applicable. RFP: 16-7010 31 ARCHITECTURE DEVELOPMENT A-86 31 ARCHITECTURE DEVELOPMENT Not applicable. RFP: 16-7010 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE A-87 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE Not applicable. RFP: 16-7010 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS A-88 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS Not applicable. RFP: 16-7010 34 INTELLIGENT TRANSPORTATION SYSTEM PLANS A-89 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS Not applicable. RFP: 16-7010 35 GEOTECHNICAL A-90 35 GEOTECHNICAL The CONSULTANT shall be responsible for a complete geotechnical investigation for the 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. The investigation plan shall include, but not be limited to, the proposed boring locations and depths, and all existing geotechnical information from available sources to generally describe the surface and subsurface conditions of the project site. Additional meetings may be required to plan any additional field efforts, review plans, resolve plans/report comments, resolve responses to comments, and/or any other meetings necessary to facilitate the project. The CONSULTANT shall notify the COUNTY in adequate time to schedule a representative to attend all related meetings and field activities. 35.1 Document Collection and Review CONSULTANT will review printed literature including topographic maps, county agricultural maps, aerial photography (including historic photos), ground water resources, geology bulletins, potentiometric maps, pile driving records, historic construction records and other geotechnical related resources. Prior to field reconnaissance, CONSULTANT shall review U.S.G.S., S.C.S. and potentiometric maps, and identify areas with problematic soil and groundwater conditions. Roadway The CONSULTANT shall be responsible for coordination of all geotechnical related field work activities. The CONSULTANT shall retain all samples until acceptance of Phase IV (100%) plans. Rock cores shall be retained as directed in writing by the COUNTY. Obtain pavement cores as required by project needs. If required, a preliminary roadway exploration shall be performed before the Phase I (30%) plans submittal. The preliminary roadway exploration will be performed and results provided to the Engineer of Record to assist i n setting roadway grades and locating potential problem areas. The preliminary roadway exploration shall be performed as directed in writing by the COUNTY. CONSULTANT shall perform specialized field -testing as required by project needs. RFP: 16-7010 35 GEOTECHNICAL A-91 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 Develop a detailed boring location p lan. If the drilling program expects to encounter artesian conditions, the CONSULTANT shall submit a methodology(s) for plugging the borehole to the COUNTY for approval prior to commencing with the boring program. 35.3 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. 35.4 Muck Probing Probe standing water and surficial muck in a detailed pattern sufficient for determining removal limits to be shown in the Plans. 35.5 Coordinate and Develop MOT Plans for Field Investigation Coordinate and develop Maintenance of Traffic (MOT) plan. All work zone traffic control will be performed in accordance with the COUNTY’s Roadway and Traffic Design Standards Index 600 series and the COUNTY’S Maintenance of Traffic 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 Monitor groundwater, using piezometers. 35.9 LBR / Resilient Modulus Sampling Collect appropriate samples for Limerock Bearing Ratio (LBR) testin g. 35.10 Coordination of Field Work Coordinate all field work required to provide geotechnical data for the project. RFP: 16-7010 35 GEOTECHNICAL A-92 35.11 Soil and Rock Classification - Roadway Refine soil profiles recorded in the field, based on results of laboratory testing. 35.12 Design LBR Determine design LBR values from the 90% and mean methods when LBR testing is required. 35.13 Laboratory Data Tabulate laboratory test results for inclusion in the geotechnical report, the report of tests sheet (Roadway Soil Survey Sheet), and for any necessary calculations and analyses. 35.14 Seasonal High Water Table Review the encountered ground water levels and estimate seasonal high ground water levels. Estimate seasonal low ground water levels, if requested. 35.15 Parameters for Water Retention Areas Calculate parameters for water retention areas, exfiltration trenches, and/or swales. 35.16 Delineate Limits of Unsuitable Material Delineate limits of unsuitable material(s) in both horizontal and vertical directions. Assist the Engineer of Record with detailing these limits on the cross-sections. If requested, prepare a plan view of the limits of unsuitable material. 35.17 Electronic Files for Cross-Sections Create electronic files of boring data for cross-sections. 35.18 Embankment Settlement and Stability Estimate the total magnitude and time rate of embankment settlements. Calculate the factor of safety against slope stability failure. 35.19 Monitor Existing Structures 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 RFP: 16-7010 35 GEOTECHNICAL A-93 geotechnical report addressing project specific needs and coordinate those locations with the EOR. See PPM Volume I Chapter 34 and Chapter 9 of the Soils and Foundations Handbook. 35.20 Stormwater Volume Recovery and/or Background Seepage Analysis Perform stormwater volume recovery analysis as directed by the COUNTY. 35.21 Geotechnical Recommendations Provide geotechnical recommendations regarding the proposed roadway construction project including the following: description of the site/alignment, design recommendations and discussion of any special considerations (i.e. removal of unsuitable material, consolidation of weak soils, estimated settlement time/amount, groundwater control, high groundwater conditions relative to pavement base, etc.) Evaluate and recommend types of geosynthetics and properties for various applications, as required. 35.22 Pavement Condition Survey and Pavement Evaluation Report If a pavement evaluation is performed, submit the report in a ccordance with Section 3.2 of the Materials Manual: Flexible Pavement Coring and Evaluation. Enter all core information into the Pavement Coring and Reporting (PCR) system. 35.23 Preliminary Roadway Report If a preliminary roadway investigation is performed, submit a preliminary roadway report before the Phase I (30%) plans submittal. The purpose of the preliminary roadway report will be to assist in setting road grades and locating potential problems.  Copies of U.S.G.S. and S.C.S. maps with project limits shown.  A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e. soils grouped into layers of similar materials) and construction recommendations relative to Standard Indices 500 and 505.  The results of all tasks discussed in all previous sections regarding data interpretation and analysis.  An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment settlement and stability calculations, design LBR calculation/graphs, and other pertinent calculations.  The CONSULTANT will respond in writing to any changes and/or comments from the COUNTY and submit any responses and revised reports. 35.24 Final Report The Final Roadway Report shall include the following: RFP: 16-7010 35 GEOTECHNICAL A-94  Copies of U.S.G.S. and S.C.S. maps with project limits shown.  A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e. soils grouped into layers of similar materials) and construction recommendations relative to Standard Indices 500 and 505.  The results of all tasks discussed in all previous sections regarding data interpretation and analysis.  An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment settlement and stability calculations, design LBR calculation/graphs, and other pertinent calculations.  The CONSULTANT will respond in writing to any changes and/or comments from the COUNTY and submit any responses and revised reports. 35.25 Auger Boring Drafting 35.26 SPT Boring Drafting Structures The CONSULTANT shall be responsible for coordination of all geotechnical related fieldwork 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. 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. The staff hour tasks for high embankment fills and structural foundations for bridges, box culverts, walls, high-mast lighting, overhead signs, mast arm signals, strain poles, buildings, and other structures include the following: 35.27 Develop Detailed Boring Location Plan Develop a detailed boring location plan. If the drilling program expects to encounter artesian conditions, the CONSULTANT shall submit a methodology(s) for plugging the borehole to the COUNTY for appro val prior to commencing with the boring program. 35.28 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. 35.29 Coordinate and Develop MOT Plans for Field Investigation Coordinate and develop MOT plan. All work zone traffic control will be RFP: 16-7010 35 GEOTECHNICAL A-95 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 Collect corrosion samples for determination of environmental classifications. 35.33 Coordination of Field Work Coordinate all field work required to provide geotechnical data for the project. 35.34 Soil and Rock Classification - Structures Soil profiles recorded in the field should be refined based on the results of laboratory testing. 35.35 Tabulation of Laboratory Data Laboratory test results should be tabulated for inclusion in the geotechnical report and for the necessary calculations and analyses. 35.36 Estimate Design Groundwater Level for Structures Review encountered groundwater levels, estimate seasonal high groundwater levels, and evaluate groundwater levels for structure design. 35.37 Selection of Foundation Alternatives (BDR) Evaluation and selection of foundation alternative, including the following:  GRS-IBS  Spread footings  Prestressed concrete piling - various sizes  Steel H- piles  Steel pipe piles  Drilled shafts  Foundation analyses shall be performed using approved FDOT RFP: 16-7010 35 GEOTECHNICAL A-96 methods. Assist in selection of the most economical, feasible foundation alternative. 35.38 Detailed Analysis of Selected Foundation Alternate(s) Detailed analysis and basis for the selected foundation alternative. Foundation analyses shall be performed using approved FDOT methods and shall include:  GRS-IBS (including the parameters identified in the Instructions for Developmental Design Standard D6025 to be provided by the Geotechnical Engineer)  Spread footings (including soil bearing capacity, minimum footing width, and minimum embedment depth).  For pile and drilled shaft foundations, provide graphs of ultimate axial soil resistance versus tip elevations. Calculate scour resistance and/or downdrag (negative skin friction), if applicable.  CONSULTANT shall assist the Engineer of Record in preparing the Pile Data Table (including test pile lengths, scour resistance, downdrag, minimum tip elevation, etc.)  Provide the design soil profile(s), which include the soil model/type of each layer and all soil-engineering properties required for the Engineer of Record to run the FBPier computer program. Review lateral analysis of selected foundation for geotechnical compatibility.  Estimated maximum driving resistance anticipated for pile foundations.  Provide settlement analysis. 35.39 Bridge Construction and Testing Recommendations Provide construction and testing recommendations including potential constructability problems. 35.40 Lateral Load Analysis (Optional) 35.41 Walls Provide the design soil profile(s), which include the soil model/type of each layer and all soil engineering properties required by the Engineer of Record for conventional wall analyses and recommendations. Review wall design for geotechnical compatibility and constructability. Evaluate the external stability of conventional retaining walls and retained earth wall systems. For retained earth wall systems, calculate and provide minimum soil reinforcement lengths versus wall heights, and soil parameters assumed in analysis. Estimate differential and total (long term and short term) settlements. Provide wall construction recommendations. RFP: 16-7010 35 GEOTECHNICAL A-97 35.42 Sheet Pile Wall Analysis (Optional) 35.43 Design Soil Parameters for Signs, Signals, High Mast Lights, and Strain Poles and Geotechnical Recommendations  Provide the design soil profile(s) that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation design. Review design for geotechnical compatibility and constructability. 35.44 Box Culvert Analysis  Provide the design soil profile(s) that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation design. Review design for geotechnical compatibility and constructability.  Provide lateral earth pressure coefficients.  Provide box culvert construction and design recommendations.  Estimate differential and total (long term and short term) settlements.  Evaluate wingwall stability. 35.45 Preliminary Report - BDR The preliminary structures report shall contain the following discussions as appropriate for the assigned project:  Copies of U.S.G.S. and S.C.S. maps with project limits shown.  Summary of structure background data, S.C.S., U.S.G.S., geologic and potentiometric data.  The results of all tasks discussed in all previous sections regarding data interpretation and analysis).  Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary.  Any special provisions required for construction that are not addressed in the FDOT’s Standard specification.  An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if available), and any other pertinent information. 35.46 Final Report - Bridge and Associated Walls The final structures report shall include the following:  Copies of U.S.G.S. and S.C.S. maps with project limits shown.  Summary of structure background data, S.C.S., U.S.G.S., geologic and potentiometric data.  The results of all tasks discussed in all previous sections regarding d ata RFP: 16-7010 35 GEOTECHNICAL A-98 interpretation and analysis.  Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary.  Any special provisions required for construction that are not addressed in the FDOT’s Standard specification.  An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if available), and any other pertinent information. 35.47 Final Reports - Signs, Signals, Box Culvert, Walls, and High Mast Lights The final reports shall include the following:  Copies of U.S.G.S. and S.C.S. maps with project limits shown.  Summary of structure background data, S.C.S., U.S.G.S., geologic and potentiometric data.  The results of all tasks discussed in all previous sections regarding data interpretation and analysis).  Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary.  Any special provisions required for construction that are not addressed in the FDOT’s Standard specification.  An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list, pile driving records (if available), and any other pertinent information. Final reports will incorporate comments from the COUNTY and contain any additional field or laboratory test results, recommended foundation alternatives along with design parameters and special provisions for the contract plans. These reports will be submitted to the COUNTY for review prior to project completion. After review by the COUNTY, the reports will be submitted to the COUNTY in final form and will include the following:  All original plan sheets  One set of all plan and specification documents, in electronic format, according to FDOT/COUNTY requirements  Record prints  Any special provisions  All reference and support documentation used in preparation of contract plans package Additional final reports (up to four), aside from stated above, may be needed and requested for the COUNTY’s Project Manager and other disciplines. The final reports, special provisions, as well as record prints, will be digitally RFP: 16-7010 35 GEOTECHNICAL A-99 signed and sealed by a Professional Engineer licensed in the State of Florida. See Section 2.19 for details. Draft the detailed boring/sounding standard sheet, including environmental classification, results of laboratory testing, and specialized construction requirements, for inclusion in final plans. 35.48 SPT Boring Drafting Prepare a complete set of drawings to include all SPT borings, auger borings and other pertinent soils information in the plans. Include these drawings in the Final Geotechnical Report. Draft borings, location map, S.C.S. map and U.S.D.A. map. Soil symbols must be consistent with those presented in the latest Florida Department of Transportation Soils and Foundations Handbook. 35.49 Other Geotechnical 35.50 Technical Special Provisions 35.51 Field Reviews Identify and note surface soil and rock conditions, surface water conditions and locations, and preliminary utility conflicts. Observe and note nearby structures and foundation types. 35.52 Technical Meetings 35.53 Quality Assurance/Quality Control 35.54 Supervision 35.55 Coordination RFP: 16-7010 36 PROJECT REQUIREMENTS A-100 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 CONSULTANT and any party pertaining specifically to this contract shall be provided to the COUNTY for their records within one (1) week of the receipt or mailing of said correspondence. 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: 16-7010 36 PROJECT REQUIREMENTS A-101 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: 16-7010 37 INVOICING LIMITS A-102 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 wor k for any event until those events have actually occurred and the results are acceptable to the COUNTY. 1 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Tab I .................................................................................Cover Letter/Management Summary Tab II ............................................................................................................................Work Plan Tab III .....................................................................................Experience and Capacity of Firm Tab IV .........................................................................Specialized Expertise of Team Members Tab V ..........................................................................................................................References Tab VI ................................................................................................Acceptance of Conditions Tab VII ...............................................................................................Required Form Submittals Table of Contents TAB I: COVER LETTER/MANAGEMENT SUMMARY American Consulting Engineers of Florida, LLC 2818 Cypress Ridge Boulevard, Suite 200 Wesley Chapel, Florida 33544 Phone: (813) 435-2600 | Fax: (813) 435-2601 Website: www.acp-americas.com October 10, 2016 Evelyn Colon Procurement Strategist Collier County Government Procurement Services Division 3327 Tamiami Trail E Naples, Florida 34112 Re: 16-7010 Design and Related Services for CR-846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project Project Number 66066.13, Bridge Number 030160 Dear Ms. Colon and Members of the Evaluation Committee: American Consulting Engineers of Florida, LLC d/b/a American Consulting Professionals, LLC (American), is pleased to submit our proposal for the replacement design and related services for the Gator Canal Bridge (Bridge #030160) in Collier County. We under- stand that this bridge has exceeded its life expectancy and needs to be replaced in the near term. American is uniquely qualifi ed to offer these services based on our extensive experience with Collier County. We are currently providing inspection and repair/rehabilitation services under the County’s Timber Bridge Monitoring project, which is near the Gator Canal Bridge. In preparing for this proposal, American conducted a fi eld review to observe and inspect the characteristics of the existing bridge. Photo- graphs documenting our visits are included in Tab II (Work Plan). American’s philosophy/approach for this project is described in detail in Tab II (Work Plan) of our proposal. On page 1 of Tab II (Work Plan) we have provided a typical section for the proposed bridge and the American design team will ensure that our designs meet FDOT’s Plans Preparation Manual and/or Florida Greenbook requirements, based on the County’s goals for the project. Our proposed Project Manager and Principal, Scott Korpi, PE, SE, has 27 years of experience and has worked with the County on over 30 bridges, including the Golden Gate Boulevard, SW 13th Street, and Bluebill Avenue Bridges. He is currently providing project oversight for the County’s Timber Bridge Monitoring near this bridge. His work with the County provides him with a strong insight into your proce- dures, which in turn will allow him to ensure this project is delivered successfully. As a Managing Principal of the fi rm, he will also ensure that all necessary resources required to meet the project’s needs are made available. Richard Hunter, PE, will lead our structural design. Mr. Hunter has 24 years of experience providing replacement designs throughout Florida. He is currently providing technical reviews and QA/QC services for the County’s Timber Bridge Monitoring project and leading the rehabilitation design of the Bluebill Avenue Bridge. Through this experience, he is ideally suited to lead the bridge replacement design for this project. We appreciate the opportunity to be considered for this important project and look forward to continuing our work with the County. Should you have any questions, Mr. Korpi’s contact information is included at the top of this letter. Sincerely, American Consulting Professionals, LLC Scott Korpi, PE, SE Project Manager/Principal Contact: Scott Korpi, PE, SE Tel: 813.435.2642 Cell: 813.340.6857 E-mail: SKorpi@acp-fl .com Ammerican Consultltlltininiig Pro Scott Korpi PE SE TAB II: WORK PLAN 1 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Project Understanding This project involves providing replacement design for the Gator Canal bridge (No. 030160) with timber substructure located at CR 846/ Immokalee Road in Collier County that is suffering from timber pile decay and is scour critical. American understands that the bridge is to be replaced or rehabilitated and roadway approaches will be resurfaced or reconstructed. The project will include structural, roadway, and drainage design; environmental/permitting; signing and pavement markings, extensive maintenance of traffi c, surveying, and geotechni- cal services. American’s experience has involved preparing design and construction-related services for bridge replacements for various municipalities and/or counties throughout Florida, including Michael Kosiniski timber bridge replacement project in Charlotte County and the monitoring of 12 bridges with timber substructures for Collier County within the last 24 months. Project Approach Structures The CR 846 (Immokalee Road) over Gator Canal Bridge (#030160) was originally constructed in 1955 and widened in 1977. This bridge uses a cast-in-place (CIP) fl at slab superstructure in a seven-span confi guration for this bridge with a total length of approximately 120 feet. The substructure consists of concrete bent caps supported by interior timber piles with pile jackets and exterior concrete piles on the widened section. The existing bridge typical section provides two 12-foot lanes with 10-foot shoulders on the outside providing a clear width of 44 feet between the curbs with an out-to-out bridge width of 46 feet 3 inches. A deck slab thickness of only 9¾ inches is used to support these 15-foot spans, while the diameter of the interior timber piles range from 11 to 14 inches with 14- to 15-inch pile jackets and the concrete piles are 12 inches. This bridge has undergone several inspections. After the last routine inspection on April 22, 2015, the bridge was given a suffi ciency rating of 90.7 and a health index of 93.59. However, problems with the timber piles on several bridges within Collier County, including this one, prompted additional inspections of the foundations. Over the last few years American conducted two fi eld visits to this bridge to inspect the timber piles. It is apparent from these inspections that the timber piles are decaying at an exponential rate, which is clearly the primary need for this project. The proposed bridge typical section is similar to the existing typical section with a 10-foot shoulder and a 12-foot lane in both directions, which is compliant with FDOT’s Plans Preparation Manual. In addition, the new 36-inch single-slope traffi c railing will be used on the outside of the bridges as shown in the proposed typical section below. This railing has recently been released for use on FDOT projects starting on June 30, 2016, and is required to be used on all FDOT projects after July 1, 2018; therefore, by using this railing the County is ensuring these bridges will comply with the latest standards. There are several superstructure alternatives that can be used for the proposed bridge. One option is to replace the existing CIP concrete slab bridges with another CIP slab. The proposed CIP slab would use a longer span length of 30 feet allowing the number of intermediate bents to be reduced from seven for the existing 15-foot Tab II Work Plan 2 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 spans to three intermediate bents. The depth of this superstructure alternative will be slightly deeper than the existing 9¾-inch thick slab so little adjustment in the roadway profi le will be needed while still maintaining the vertical clearance. Another similar superstructure option is precast, prestressed concrete slab units (PSUs) with a CIP topping similar to what is detailed in the FDOT Developmental Design Standards. PSUs can easily reach a span length of 40 feet which would further reduce the number of intermediate bents required to only two. Another advantage of PSUs is that they are generally thinner than CIP slabs for similar span lengths. This minimizes the change in superstructure depth between the longer spans on the proposed bridge and the existing CIP slab bridge, which in turn reduces and/or eliminates the need to change the roadway profi le. PSUs also shorten the construction duration because they are prefabricated off-site and can be installed more quickly than constructing CIP slabs. Inverted-T beams as detailed in FDOT’s Developmental Design Standards 20310 and 20320 should be considered. This superstructure alter- native is slightly deeper than either the CIP or PSU slab bridge superstructures so it will result in a more signifi cant impact on the roadway profi le. Inverted-T beams can accommodate slightly longer spans than PSUs so it may be possible to reduce the number of intermediate bents slightly for this superstructure alternative. The fi nal superstructure alternative that should be considered is the prestressed, concrete I-beam such as the Florida-I 45 beam (FIB 45). These types of structures can easily clear span the 120-foot bridge length for this crossing. The obvious benefi t is that all intermediate bents are eliminated, which reduces possible future maintenance as well as improves the hydraulic fl ow of Gator Canal. The major drawback is the FIB 45 beam superstructure is about 55 inches deep when the CIP deck and haunch is included, which is a signifi cant increase from the 9¾-inch thickness of the existing slab so the vertical roadway profi le will need to increase by about 46 inches, which requires more roadway approach work and temporary sheet piling. The substructure for this proposed bridge will be concrete caps supported on either 18- or 24-inch precast, prestressed concrete piles. Another substructure alternative that is becoming more popular is the Geosynthetic Reinforced Soil-Integrated (GRS) Bridge System. The GRS substructure does not use piles, but is composed of precast segmental blocks that are supported with geogrid soil reinforcement similar to mechanically stabilized earth (MSE) walls so they are easier and quicker to construct and typically less expensive. This type of substructure works well for end bents so they are particularly benefi cial for single span bridges. However, they are more susceptible to scour, making riprap protection more vital than usual. Roadway/Maintenance of Traffi c (MOT) We have visited and inspected this bridge and have verifi ed the as-built plans allow- ing us to become familiar with the geometrics of the existing bridge. This knowledge is important for the development of a practical and economical MOT plan that will function properly and provide a safe zone for all traveling stakeholders. Two feasible construction phasing alternatives are presented on the following pages. These two, and all others, will be fully vetted in the bridge development report (BDR). Phasing of the existing bridge removal and the proposed bridge con- struction is expected to be the most feasible MOT plan based on our awareness of the existing site and bridge conditions along with the average daily traffi c (ADT) of 5,777 for this bridge. The large number of vehicles that use this bridge every day makes it important to provide at least 24 feet of clear width at all times, which can accommodate the two 12-foot or 11-foot lanes with 1-foot shoulders. This results in an 8-foot shift in the centerline of the bridges and the approach roadways, as shown on page 4, which will require a reverse curve to tie back into the existing roadway alignment. Other lane and shoulder width alternatives will be considered based on the traffi c profi le and needs. The permanent shift in the centerline is directly affected by the lane and shoulder confi guration. This shift could be reduced or eliminated while still maintaining two lanes of traffi c by reducing the temporary lanes from the ideal 12-foot width. By using a 10-foot width for these temporary lanes, as shown on page 5, completely eliminates both the shift in the centerline. Tab II Work Plan 3 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 If the County chooses to eliminate the centerline shift and the accompanying reverse curves in the roadway approaches, which are required to maintain a 12-foot lane width without building excess bridge width, alternating one-way traffi c with temporary signals will be required during construction. The MOT option will look similar to the one on page 4 except that there would be one 12-foot lane with 4-foot shoulders instead of the two 12-foot lanes. This single lane option requires temporary traffi c signals to regulate traffi c during construction. Temporary lighting will also be needed for safety to ensure visibility for motorists after dark. It is possible to maintain two lanes of traffi c at all times while still not reducing the standard 12-foot width or permanently shifting the centerline of the bridge, but this will require an 8-foot overbuild of the proposed bridge to handle traffi c in Phase II (the total clear width of the pro- posed bridge will be 52 feet or about 20% greater than the 44-foot clear width needed). In the graphic shown on page 5, Phase I Removal is shown on the left/north side while Phase II Removal occurs on the right/south side. The construction order was set to accommodate the condition of the individual piles. In particular, pile fi ve at intermediate bent three is in worse shape than the other piles with a split pile jacket and signifi cant cracking in the concrete. Based on this, the north half of the bridge will be removed fi rst in order to minimize the reliance on this pile as soon as possible. Other MOT options include detouring traffi c to other nearby roads or using temporary bridges, such as ACROW bridges. Detouring to nearby roads allows for quicker construction than phasing and is cheaper than using temporary bridges. However, it is inconvenient to the public, especially considering bridge construction is expected to take several months. Use of ACROW bridges to divert traffi c allows for a full two lanes to be open at all times during construction and does not impact local traffi c patterns in the same way that detouring will. However, tem- porary structures increase the construction footprint, which results in increased environmental impacts and possibly need to purchase either temporary construction easements or additional right-of-way. Temporary bridge construction is also more costly in comparison to the other MOT options and will be diffi cult on CR 846 (Immokalee Road) due to the swampy areas near the bridge approaches. All of these MOT options will be further considered in the bridge development report (BDR) and the recommended option will be coordinated with Collier County to ensure the optimum solution is selected. Drainage/Hydraulics The project is located within the South Florida Water Management District (SFWMD) jurisdiction and within WBID 32591 Camp Keais Strand Basin—a verifi ed impaired water body. The project area is not designated as being an Outstanding Florida Water (OFW). The Federal Emergency Management Agency (FEMA) Flood Insur- ance Rate Map (FIRM) identifi es the project area within Flood Zone D (fl ood eleva- tion undetermined). There is an existing environmental resource permit (ERP) for bridge scour protec- tion (Permit No. 11-03630-P). It is anticipated that this project will require a new general permit for minor bridge alteration, placement, replacement, removal, main- tenance, and operation with SFWMD. This project may also require a dredge and fi ll permit with the U.S. Army Corps of Engineers (USACE) if the 0.5 acre threshold is exceeded. Discussion with Pakorn Sutitarnnontr at SFWMD (Ft. Myers Offi ce) indicates the project will meet the general permit criteria since this will be a bridge replacement that satisfi es the 0.5 acre threshold criteria. Permitting with the U.S. Coast Guard is not anticipated. A bridge hydraulics analysis will be performed, per FDOT methodology, to evaluate the hydraulic performance of the proposed design and a bridge hydraulics report (BHR) will be provided for documentation. Scour (local pier scour, contraction scour, and channel degradation) is of particular concern. Scour evaluation will be performed to establish depth estimates and appropriate counter measures designed for the proposed improvements. Proper erosion control measures will be provided in the plans and permit conditions will require turbidity monitoring to ensure construction activities do not exceed water quality standards. Tab II Work Plan 4 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Tab II Work Plan 5 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Tab II Work Plan 6 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Utilities There are four utilities owners that fall within the project limits: Century Link, Florida Power and Light, Lee County Electric Cooperative, and Comcast. Century Link owns a fi ber optic line along the north side of the bridge. The fi ber line is inside a steel conduit attached to the side of the bridge that will require relocation. Florida Power and Light owns overhead transmission lines along the north side of the bridge. Construc- tion equipment required for the bridge replacement may encroach into the OSHA clearance requirements for the transmission lines during construction activities. We will coordinate with Florida Power and Light early during the design to determine the clearance requirements and possible solutions. Lee County Electric Cooperative owns overhead distribution facilities along the south side of the bridge. Comcast owns buried fi ber optic lines along the south side of the bridge and overhead communication lines on Lee County Electric Cooperatives power poles. We will coordinate with the utility owners to identify and resolve confl icts early during the design. Signing and Pavement Markings All necessary bridge signage object markers will be updated accordingly. All pavement markings across the bridges and within the bridge replacement limits of construction will be designed to meet the current FDOT and MUTCD standards. Environmental The Gator Canal Bridge is located within SFWMD-owned land—the Corkscrew Regional Ecosystem Watershed. The bridge is surrounded by palustrine wetlands, which are associated with tributaries to Lake Trafford that is part of the Corkscrew Swamp. Unavoidable wetland impacts may occur as a result of this project. Poten- tial mitigation options include the Panther Island (Expansion), Big Cypress, and Corkscrew Regional mitigation banks. The bridge is not located within an OFW. However, the bridge is located within the core foraging area of several wood stork nesting colonies. The project is located within the U.S. Fish and Wildlife Service (USFWS) consultation area for the Florida panther, Florida bonneted bat, crested caracara, Florida scrub jay, and snail kite. There have been numerous panther sightings around the bridge, one as close as approximately 75 feet in 2003. Even though natural roosts for the bonneted bat are rare in Florida, roosts have been identifi ed within Big Cypress National Preserve to the south. Habitat for the crested caracara exists within the project area. There are numerous open fi elds with cab- bage palms, which is the preferred nesting tree for this species. It is unlikely that scrub jays inhabit this area due to lack of suitable habitat. Large freshwater marshes and open land to support the snail kite are all present within the project area. The project is also within Florida black bear primary range. There have been numerous black bear sightings around the project area. The closest sighting was 0.2 miles from the bridge in 2009. While there are no bald eagle nests within 660 feet of the bridge, there are nearby nests in similar habitat; therefore, surveys may be needed for bald eagle nests. Since this is a bridge replacement project within a similar footprint and no additional capacity improvements are proposed, minimal to no impacts are anticipated to wildlife. Coordination and/or consultation will be conducted with USFWS, National Marine Fisheries (NMFS), USACE, SFWMD, and FWC. Surveying To ensure surveying and mapping work is completed in a timely fashion, American has joined forces with Agnoli Barber & Brundage, Inc. (ABB). ABB is located in southwest Florida and has worked on several projects within this area including CR 951 (Collier Boulevard), CR 864 (Rattlesnake-Hammock Road), and CR 268 (County Barn Road). For the Gator Canal project we will begin by establishing a project survey team. This team will consist of a surveyor, survey technician, and fi eld crew and will initially hold a meeting to discuss the project’s goals and fi eld procedures. Field work will be checked and analyzed by the survey technician and results will be drafted for the surveyor’s review. After review by the surveyor, the results will be reviewed with our team’s survey crew chief. The fi nal results will then be delivered to the appropriate parties. Throughout this process, the surveyor will be in contact with Scott Korpi, PE, SE, and Richard Hunter, PE, to discuss the project and its progress. At the beginning of the project, our team will establish the horizontal and vertical control points. Our team will begin with establishing the horizontal control, which will be a traverse around and/or through the project area. This traverse will be completed manually. After the fi eld notes have been reduced and the traverse verifi ed for accuracy, we will establish our vertical control on the prescribed Datum. This will be accomplished with a conventional survey levelling bench run. We will begin the bench run at a published Benchmark, such as an National Geodetic Survey (NGS) and/or SFWMD published benchmarks. This will be through the project’s traverse points and other benchmarks will be set throughout the project. Tab II Work Plan 7 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Lastly, we will assign state plane coordinates to the traverse points. These coordinates will be established with survey grade GPS/Glonass receivers, with multiple occupations and observations on the Traverse points. This will facilitate the rotation and translation of the survey control points to the state plane coordinate system. Benchmark elevations will not be set with the GPS/Glonass receivers, unless requested. GPS is a valuable technology, but its limits preclude it from being an appropriate Benchmark source for this project. As stated above, knowing when to use a technology and when not to, is as valuable as the technology itself. With the horizontal and vertical control set for the project, the fi eld work can begin. We will start with the location of the road’s right(s)-of-way, in the area. This information will facilitate the future creation of the right-of-way survey, control survey map, and the right-of-way map. These tasks can proceed in the offi ce, without interfering with the offi ce and fi eld work of the design/topographic survey. The design/topographic survey for each bridge site will be at the engineers’ direction. Our surveyors will begin with the as-built of the bridge, its approaches, and departures. Since these bridges are scheduled to be replaced, the level of detail for the bridges will be based on engineering needs to optimally replace the bridges. This task will include cross-sections of the canal in the area of the bridge, soundings, and topography in the general area. This data will be delivered to the engineers in AutoCad format for their review. Geotechnical Tierra, Inc., will complete geotechnical design services to support the design and construction/rehabilitation of the CR 846/Immokalee Road Bridge over Gator Canal in Collier County. Tierra has completed geotechnical design and construction services on numerous projects through- out Collier County including SR 29 from SR 82 to the Hendry County Line and sections of I-75 in the Naples/Golden Gate area. Based on information provided by Collier County, the intent of this project is to replace an obsolete bridge on CR 846/Immokalee Road (Bridge #030160). The existing bridge foundations are a combination of concrete and timber piles generally of unknown depth. Our geotechnical study will begin with a review of all available subsurface test data. Sources include the USDA County Soil Survey, USGS Maps, and other information that is provided by the FDOT and Collier County. After the review of the existing geotechnical data as outlined in the FDOT’s Soils and Foundations Handbook and the project scope of services, a recommended testing and fi eld exploration program will be developed. Subsurface conditions in Collier County often include the presence of a shallow, hard limestone layer colloquially referred to as “caprock.” A review of the USDA Soil Survey at this bridge location notes the presence of Riviera, Limestone Substratum soils (Map Unit 43). This soil type typically has a caprock layer starting at a depth of 4.5 feet below the natural ground surface. Preforming through this caprock layer, if present, will likely be necessary to ensure the minimum required penetration of deep foundations is achieved while protecting the pile from damage. Detailed Time Line for Completion of the Project American recognizes that the substructure supporting this existing bridge is deteriorating and is prepared to accelerate the design phase so that construction can begin on the proposed bridge as soon as possible. American’s partnership with a local surveyor in ABB and our famil- iarity with the project location and condition ensure that we will hit the ground running upon notice to proceed with the design. American’s structural staff consists of 12 structural engineers and designers that are well-versed in the design of the proposed bridge types. We have the manpower and availability to produce accurate work at an accelerated schedule. American plans to be in close communication with the County to streamline the process and will modify our design schedule as needed. Tab II Work Plan 8 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 ID TaskName Duration Start Finish1NTP0daysSun1/1/17Sun1/1/172GatorCanalBridgeRepalcementDesign160daysMon1/2/17Fri8/11/173TopographicSurvey15daysMon1/2/17Fri1/20/174GeotechExploration15daysMon1/2/17Fri1/20/175BridgeDevelopmentReport(BDR)25daysMon1/16/17Fri2/17/176BridgeHydraulicsReport(BHR)25daysMon1/16/17Fri2/17/177SubmitBDRandBHR0daysFri2/17/17Fri2/17/178CountyReviewandApproveBDRandBHR15daysMon2/20/17Fri3/10/17960%RoadandBridgePlanswithMOT30daysMon3/13/17Fri4/21/1710Submit60%Plans0daysFri4/21/17Fri4/21/1711CountyReviewandApprove60%Plans15daysMon4/24/17Fri5/12/171290%RoadandBridgePlanswithMOT25daysMon5/15/17Fri6/16/1713Submit90%Plans0daysFri6/16/17Fri6/16/1714CountyReviewandApprove90%Plans15daysMon6/19/17Fri7/7/1715FinalRoadandBridgePlans15daysMon7/10/17Fri7/28/1716SubmitFinalPlans0daysFri7/28/17Fri7/28/1717CountyReviewandApproveFinalPlans10daysMon7/31/17Fri8/11/1718Permitting70daysMon5/1/17Fri8/4/1719PrepareERPPermitApplication10daysMon5/1/17Fri5/12/1720SubmitERPPermitApplication0daysFri5/12/17Fri5/12/1721ReceivePermits60daysMon5/15/17Fri8/4/171/12/174/216/167/285/12DecJanFebMarAprMayJunJulAug1stQuarter2ndQuarter3rdQuarterTaskSplitMilestoneSummaryProjectSummaryExternalTasksExternalMilestoneInactiveTaskInactiveMilestoneInactiveSummaryManualTaskDurationͲonlyManualSummaryRollupManualSummaryStartͲonlyFinishͲonlyDeadlineProgressPage1Project:SchedulegatorDate:Fri10/7/16Durations shown are in workdays exclusive of weekends and holidays.Tab II Work Plan TAB III: EXPERIENCE AND CAPACITY OF FIRM 9 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Tab III Experience and Capacity of Firm Established in 1987, American specializes in planning, design, and construction engineering and inspection services for transportation facili- ties. Our offi ces are strategically located in Florida to meet our clients’ needs. Our professionals strive to fi nd innovative solutions for complex transportation projects, by placing an emphasis on value and superior service. We have established relationships and a keen understanding of the needs and requirements of federal, state, and local governments with public agencies representing 98% of our workload. American is 100% owned by members actively working for the company. Having an employee-owned fi rm gives owners the unique opportunity to act as professionals who manage our projects. This structure assists us in maintaining our focus on client services, offers stability among projects, and gives us the ability to react to our clients’ needs. Since American’s inception, we have dedicated resources to build partnerships within the communities we live and work. We believe com- munity involvement is not only a civic duty, but that we are accountable to our communities and the environment. Our concept of serving our communities is not limited to transportation and infrastructure needs – we believe in being actively involved in the social and cultural fabric of the area. Our employees actively participate in numerous community organizations and help to raise awareness for social causes through donations, fundraising, and volunteering. Subconsultants To complement our team we have teamed with the following subconsultant partners. Agnoli, Barber & Brundage, Inc. Surveying and Mapping Agnoli, Barber & Brundage, Inc. (ABB) was incorporated in April 1983 to meet the engineering, planning, and surveying needs of Lee and Collier Counties. The fi rm’s corporate offi ce is located in Naples and is staffed by licensed professional engineers, planners, surveyors, and mappers, who are supported by professional personnel that combine to make ABB more than 50 strong. They maintain clients in both the private- and public-sector. ABB offers responsive and comprehensive civil engineering, surveying, and land planning services for commercial and residential sites of any size. The fi rm has an exemplary reputation for providing these services to clients in an attentive, effi cient manner. ABB’s Surveying and Mapping Department provides the highest quality professional services available in southwest Florida. The fi rm main- tains state-of-the-art equipment, highly experienced surveying personnel, and a detailed quality control program that allows ABB to provide consistently accurate results. Their surveying staff includes fi ve fi eld crews supervised by several professional surveyors and mappers and supported in the offi ce by survey technicians. Tierra, Inc. Geotechnical Tierra, Inc., is a full service consulting geotechnical, environmental, and construction materials testing engineering fi rm. The fi rm was estab- lished in 1992 as a geotechnical and materials engineering fi rm with the intent of building upon the many years of combined experience of their founding principals. They are committed to providing quality, responsive service establishing a reputation for sound approaches and professional competence in a wide range of technically demanding areas. Tierra’s geotechnical services includes: • Retaining wall design • Laboratory testing and analysis • Site grading recommendations • Sinkhole studies • Soil reinforcement • Expert witness testimony • Pavement and slab evaluations and design • Deep and shallow foundation analysis and design • Subsurface exploration Additionally, Tierra operates its own laboratory facilities in order to better meet the needs of its clients. Their laboratories are certifi ed by CMEC, qualifi ed by FDOT, and have the latest laboratory testing equipment. Tierra’s capabilities with respect to soils, concrete, and asphalt have been approved by the FDOT. Tierra’s QA/QC testing and inspection services include: • Soils • Concrete • Asphalt • Threshold inspection • Deep foundations • Pre-stressed concrete production 10 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Abilities American provides comprehensive bridge engineering services including the design of new bridges as well as replacement, rehabilitation, and repair. The expertise of our staff encompasses the planning or design of new or replacement bridges including post-tensioned segmental concrete bridges, cable stayed bridges, suspension bridges, simple PPC I beam bridges, major continuous steel plate girder bridges, rolled steel beam bridges, PPC box beam bridges, cast-in-place concrete fl at slab bridges, and timber bridges. We also have construction capabili- ties including the supervision of numerous bridge reconstruction projects and have prepared repair plans for numerous structures. Our structural capabilities include: • Superstructures (pre-stressed, post-tensioned steel box and I-girders, steel and concrete arches) • Substructures (cantilever and integral abutments, hammerhead and multi-column piers) • Foundations (spread footings, piles, and drilled shafts) • Retaining wall structures and noise walls • Box culverts and pedestrian underpasses • Overpass structures • Seismic analysis and design • Overhead sign and signal support structures • Load rating of existing bridges • On-call and emergency structural support • Accelerated bridge construction techniques • Bridge inspection and evaluation • Load rating analysis • Bridge scour evaluations and analysis Capacity American’s team members are available to provide the con- sultant services requested beginning immediately after the contract execution. American has been successful at deliv- ering superior quality work within specifi c time limitations, thus, ensuring the success of our client’s projects. We real- ize that on time delivery is a key element in meeting our client commitments. Assuming no change in our staff size over the life of the contract and we could average 5,000 staff hours per month working on assignments, this chart clearly shows American has the capacity to undertake this assign- ment estimated to require less than 250 hours per month. In fact, we have the capacity and available resources to oper- ate multiple teams concurrently. Scott Korpi, PE, SE, Project Manager and Managing Prin- cipal, will commit the personnel, resources, and time neces- sary to properly execute this contract in an effi cient cost- effective manner to the satisfaction of the County. Financial Strength American maintains a Dunn and Bradstreet reference of 11-260-4355. Our fi nancial institution is SunTrust, where we have maintained our banking and line of credit accounts since 2010. We currently have a line of credit of over $1.5 million. Our balance sheet is strong for a 100-person fi rm, with no long-term and little short-term debt. Over 90% of our clients are governmental agencies, which helps keep our account receivable exposure to our expense distribution very low. American’s net revenues have increased steadily over the last several years, and in turn we have grown our staffi ng base to handle this increase. Tab III Experience and Capacity of Firm 11 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Project Description Start Date End Date Engineer’s Construction Cost Estimate Final Construction Cost Number of Change Orders Collier County: Timber Bridge Monitoring Project, Collier County, Florida. American is inspecting timber piles for 12 bridges in Collier County. This involved fi eld work (measuring the pile diam- eters and inspecting the piles for damage), analysis (investigating the structural adequacy of the piles), and report preparation. 6/3/14 6/3/15 $195,386 (fees) N/A 2 ($0 CO due to additional staff) Collier County: Golden Gate Replacement Design-Build, Col- lier County, Florida. Golden Gate Boulevard is a rural two-lane roadway that crosses over Golden Gate Canal and Miller Canal. The bridges were designed in accordance with AASHTO LRFD using HL-93 loading and load rated using AASHTO LRFR. The typical section for both bridges included a 4-foot 8-inch section on the north side of the bridge, which supports a 36-inch raw water main. The raised sidewalk on the north side of the bridge is 6 feet 8 inches wide and the sidewalk on the south side of the bridge is 6 feet wide. The clear width between the sidewalk accommodates two 4-foot bicycle lanes and two 11-foot travel lanes. The total width of the superstructure is 51 feet 8 inches. The bridge over Golden Gate Main Canal was a three-span structure (50 feet 10 inches/50 feet 6 inches/50 feet 10 inches) with a total bridge width of 152 feet 2 inches. The superstructure consisted of 36-inch Florida I-Beams and the substructure consisted of 18-inch precast prestressed con- crete piles. The bridge over Miller Canal was a three-span structure (33 feet 8 inches each) with a total bridge length of 101 feet. The superstructure consisted of an 18-inch cast-in-place fl at slab and the substructure of an 18-inch PPC piles. 2/6/12 11/11/13 $4.049 million $4.049 million 0 Collier County: Bluebill Avenue over Naples Park Canal Bridge Rehabilitation, Collier County, Florida. American is pro- viding inspection and repair/rehabilitation design services for Col- lier County. The bridge is suffering from severe concrete spalls and cracks in the piles as well as other components such as the deck, bridge railing, and bents. In addition, the slope protection was show- ing signs of cracking and settlement as well as erosion. The rail- ing anchor hardware and the steel bearing plates and anchor bolts were also corroding. However, the bridge is functionally and struc- turally suffi cient, but needs repairs to extend its useful life. Ameri- can is preparing a detailed bridge repair report that investigated the problems and determined the causes and needed repairs. A cost estimate was prepare to allow the County to prioritize the repair work. Plans were then prepared and a general permit with South Florida Water Management District was acquired for these repairs which included the installation of pile jackets, the epoxy injection of cracks, the repair of concrete spalls, pressure grouting of the slope protection, the reconstruction of the concrete curb and gutter at the bridge ends to prevent future maintenance issues. American will continue to assist the County during construction with post design services to ensure that the repairs are completed correctly. 7/29/16 Ongoing $74,104 (fees) $74,104 (fees)0 Tab III Experience and Capacity of Firm 12 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Project Description Start Date End Date Engineer’s Construction Cost Estimate Final Construction Cost Number of Change Orders Charlotte County: Harborview Road Bridge Replacement, Charlotte County, Florida. This project involved the replacement of the Harborview Road over Desoto Canal Bridge in Charlotte County. The project included structural design of a new bridge as well as an on-site temporary diversion structure, permitting, right- of-way surveys, drainage design and bridge hydraulic investigation, construction plans, and technical specifi cations necessary for the replacement of the structure and associated reconstruction of the bridge approaches. American also provided construction engineer- ing and inspection (CEI) services during construction. Throughout the design and construction phases, American closely coordinated with local stakeholders including Charlotte County Public Schools and Harbour Heights United Methodist Church. 10/26/11 3/1/13 $540,122 (fees) $540,122 (fees)0 Collier County: County Barn Road, Collier County, Florida. American developed construction plans for the 2-mile widening of County Barn Road from a two-lane roadway to a four-lane divided urban arterial. Close coordination was required with the County to incorporate extensive regional drainage improvements in the roadway design. A 4-foot by 6-foot box culvert was designed down the center of the roadway to carry regional fl ows. A special drain- age design was developed to accommodate the box culvert within the roadway. Drainage ponds were incorporated into the design. The project included the design of three-county utility lines (water, reclaimed water, and sanitary force main), signalization, light- ing and noise walls as well permitting with SFWMD and USACE. American coordinated the extensive relocation of all private utili- ties within the corridor. Multiple public involvement meetings were held to solicit public comment and address access management concerns. 6/15/04 8/1/08 $1.15 million (fees) $1.15 million (fees)0 City of Naples: Latern Lake/Galleon Drive Bridge, Naples, Florida. Under a miscellaneous contract with the City of Naples, American provided the planning, design, and CEI services for Gal- leon Drive Bridge, which involved a 50-foot-long, two-lane, 28-foot- wide three-span continuous fl at slab bridge supported on 14-inch PPC concrete piles. The existing timber bridge was deemed struc- turally inadequate through ongoing inspections and needed to be replaced with a new structure. American prepared initial and fi nal roadway and bridge replacement plans after preparing a report to demonstrate several alternatives that could be applied to the pro- posed bridge replacement. As a result of several public workshops with the community, the design included a special decorative bridge railing for aesthetic purposes. The project also included MOT plans, roadway approach work, and CEI services. 3/07 5/08 $375,000 (fees) $375,000 (fees)0 Tab III Experience and Capacity of Firm TAB IV: SPECIALIZED EXPERTISE OF TEAM MEMBERS 13 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 American has assembled an exceptional project team that will provide the County with excellent service for these bridge replacements. Our team consists of experienced professionals who are profi cient in the technical aspects of their work areas and have worked together on similar projects. Our team members will effectively and effi ciently combine their individual efforts into a single work product. American has recent experience on Collier County projects, including the Collier County Timber Bridge Monitoring project, Bluebill Avenue over Naples Park Canal Bridge Rehabilitation project, and the Golden Gate Replacement Design-Build project. This experience has provided our professionals a strong understanding of the County’s processes and procedures. Our team knows the County’s wants and needs and how to deliver them on time and within budget. We will not have a learning curve and can begin working immediately on this project. Summary profi les of our key project team members are provided below. A project team organization chart is provided on the following page. Resumes for all project team members and letters of intent for each subconsultant partner appears at the end of this section. Key Team Members Scott Korpi, PE, SE Project Manager; Principal Mr. Korpi has 27 years of experience in Project Management, Bridge Design, and Structural Engineering. His experience includes over 100 bridges ranging from design and rehabilitation of minor structures to the design of complex bridges. He has managed more than 20 projects in southwest Florida with tasks including short span bridge design with challenging MOT requirements, environmental mitigation and permitting, public involvement, surveying, geotechnical, hydraulics, utili- ties, and construction engineering inspection. In the last 20 years, Mr. Korpi has been the lead engineer on the design of more than 20 similar bridges for municipal governments in southwest Florida, including the rehabilitation, replacement or widening of more than 20 bridges in Collier County including bridges on Bluebill Avenue, Golden Gate Boulevard, SW 13th Street, Oil Well Road, County Line Road, and others. He is currently providing oversight for the County’s Timber Bridge Monitoring on the 11 bridges for this project. Mr. Korpi has proven experience in Collier County and southwest Florida having led dozens of design teams for the replacement/ rehabilitation of similar bridges. As project manager and project principal he will ensure the project is meeting all schedule and budget require- ments as well as ensuring the necessary resources are available for project success. Erik Leschak, PE Deputy Project Manager; Roadway/MOT Mr. Leschak has 18 years of experience in roadway-related projects. His experience includes managing roadway projects; coordinating design aspects, such as signing and pavement marking and utilities; providing quality assurance/quality control; and overseeing American’s roadway department. He is also trained in advanced MOT. Mr. Leschak’s project expe- rience involves interstates, roadway widening, reconstruction, and milling and resurfacing of county and city roadways, design-build, MOT design, and safety improvements. He has served as Deputy Project Manager for FDOT District One’s I-75 from SR 951 to North of Golden Gate Parkway in Collier County. He also has provided roadway design services for various municipalities, including Pasco County’s 20th Street Extension from Zephyrhills East Bypass (Chancey Road) to North of Tucker Road and CR 41/Fort King Highway and Daugherty Road Intersection projects and the City of Safety Harbor’s Second Avenue North and Third Avenue North Improvements project. This experience will allow him to ensure our initial roadway and MOT designs are accurate, saving the County money and time. Richard Hunter, PE Lead Structural Engineer Mr. Hunter has 24 years of experience all in Florida with Collier County and FDOT. For the last 12 years, Mr. Hunter has led the structural design on more than 35 bridge projects. He is conducting technical reviews and QA/QC for Collier County’s Timber Bridge Monitoring project and is providing repair design oversight for the inspection, evaluation, analysis, and report preparations for 12 bridges including all of the bridges under this contract. Mr. Hunter is also the Project Man- ager and Lead Structural Engineer for the Bluebill Avenue over Naples Park Canal project which involves inspection of several bridge components including piles, slope protection, deck and rail concrete, steel hardware and expansion joints. Several repair options were evaluated and detailed in a report which allowed the County to authorize the plan preparation for the repair of this structure. His municipal bridge design experience includes providing structural engineering for replacement bridges including Michael Tab IV Specialized Expertise of Team Members 14 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016  Scott Korpi, PE, SE Project Manager/Principal  James Huebsch, PE - Structures  Ryan Forrestel, PE - Roadway QA/QC  American Consulting Professionals, LLC  Agnoli Barber & Brundage, Inc.  Tierra, Inc. * Task Manager Project Team Members  Erik Leschak, PE Deputy Project Manager  Richard Hunter, PE*  Allen Peterfreund, PE  Alexander Murray, EI Structures  Erik Leschak, PE* Adam Perez, PE Roadway/MOT  Michael Ryan, PE*  Andrew Goldsmith Drainage/Hydraulics  Christopher Salicco*  Anna Petracca Environmental/Permitting  Larry Moore, PE Geotechnical  Akram Hussein, PE, PTOE*  David Brown Signing & Pavement Marking  Danielle Intriago Utility Coordination  Charles Humphries Constructability  Joel McGee, PSM*  George Hackney, PSM Survey & Mapping Tab IV Specialized Expertise of Team Members 15 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Kosinski, Tom Adams Bascule Bridge, and Tender House Rehabilitation, and Cape Haze Bridge over Amberjack Cover Waterway. His experi- ence working with Collier County has provided him with an understanding of the County’s preferences; as such he will be able to start working immediately upon notice to proceed without a learning curve. Additionally, designing various types of bridges throughout Florida will ensure that the replacement designs for these bridges will meet all local, state, and federal regulations as well as schedule and budgetary require- ments. Mr. Hunter will oversee the structural design for Gator Canal Bridge and has worked with Mr. Korpi on various structural projects for the last 12 years. Adam Perez, PE Roadway/MOT Mr. Perez has 21 years of roadway design experience. His experience includes design projects for local streets to principal arterials, reconstruction, 3R improvements, intersection improvements, safety improvements, median modifi cations, and new rural and urban facilities. His roadway design experience includes Pasco County’s Hudson Avenue at US 19 and the City of North Port’s Price Boulevard from Sumter Boulevard to Toledo Blade Boulevard. Additionally, he is a roadway engi- neer for FDOT District One’s I-75 from SR 951 to North of Golden Gate Parkway in Collier County. Mr. Perez has worked with Mr. Korpi and Mr. Hunter on various projects. Michael Ryan, PE Drainage/Hydraulics Mr. Ryan has 13 years of experience in engineering, design, plans preparation, supervising, evaluation, construction management and permitting relating to stormwater hydrology, hydraulics, groundwater usage, transportation, and site development. His experience includes designing and modeling roadway stormwater systems in compliance with FDOT and municipality design criteria. Mr. Ryan has designed stormwater management facilities, culverts, and fl oodplain com- pensation sites. He has also completed pond siting analysis and coordinated with various water management districts and environmental regulatory agencies to obtain necessary permits. Mr. Ryan has provided drainage design services for Collier County’s County Barn Road Capacity Improvements from Rattlesnake Hammock Road (CR 864) to Davis Boulevard (SR 84) and is currently providing drainage design for FDOT District One’s I-75 from SR 951 to North of Golden Gate Parkway. As lead drainage engineer, he will be responsible for overseeing the drainage design. His knowledge of Collier County’s preferences and the general area will allow him to ensure the designs are completed correctly. Christopher Salicco Environmental/Permitting Mr. Salicco has 11 years of environmental experience. He has permitted numerous transportation and other projects throughout Florida with the U.S. Army Corps of Engineers, SFWMD, Big Cypress Basin, Florida Department of Environ- mental Protection, and local government agencies. Additionally his experience includes wildlife surveys, Uniform Mitiga- tion Assessment Method (UMAM) and Wetland Rapid Assessment Procedure (WRAP) assessments, interpretations of state rules and statues, contamination screenings, and computer programs including ArcMap GIS. Mr. Salicco has pro- vided environmental and permitting services for FDOT District One’s I-75 from SR 951 to North of Golden Gate Parkway and River of Grass Greenway PD&E, US 41 (SR 90) from CR 92 (San Marco Road) to SR 29 (CR 29) in Collier County. He will oversee all environmental and permitting work associated with this contract. Akram Hussein, PE, PTOE Signing and Pavement Marking Mr. Hussein leads American’s transportation operations, planning, and traffi c engineering design projects. He has 27 years of experience providing singing and pavement markings throughout Florida, including in Collier County. He provided sign- ing and pavement markings as well as signal design for Collier County’s County Barn Road (CR 268) Capacity Improve- ments from Rattlesnake Hammock Road (CR 864) to David Boulevard (SR 84) and Goodlette-Frank Road Capacity Improvements from Golden Gate Parkway to Pompeii Lane projects. He was the engineer-of-record for the signing and pavement markings of FDOT District One’s I-75 from SR 951 to North of Golden Gate Parkway in Collier County. Mr. Hus- sein will oversee all signing and pavement marking designs associated with this contract and ensure they meet current FDOT and MUTCD standards. Additionally, he is familiar the County’s processes and understands the County’s preferences. Tab IV Specialized Expertise of Team Members 16 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Team Experience American employs approximately 100 professionals, with most senior staff having long term tenures with the fi rm. As such, our proposed team members have worked together on dozens of projects for various clients. The table below highlights our key team members, their years or experience, years with their respective fi rms, and mutual projects they have worked on. American has teamed with Tierra and ABB, on numerous projects. Work Experience Name Firm Years of Exp Years with Firm Projects Scott Korpi, PE American 27 20 Collier County: Timber Bridge Monitoring Project Collier County: Bluebill Avenue over Naples Park Canal Bridge Rehabilitation Collier County: Golden Gate Boulevard over Golden Gate and Miller Canals Collier County: SW 13th Street over Golden Gate Main Canal City of Naples: Park Shore Drive and Harbour Drive Erik Leschak, PE American 18 18 Collier County: County Barn Road Charlotte County: Harborview Road Bridge Replacement FDOT District One: I-75 (SR 93) at SR 72 (Clark Road) FDOT District Seven: I-75 (SR 93) from SR 50 to Hernando/ Sumter County Line Richard Hunter, PE American 24 12 Collier County: Timber Bridge Monitoring Project Collier County: County Barn Road Collier County: Golden Gate Boulevard over Golden Gate and Miller Canals Collier County: Bluebill Avenue over Naples Park Canal Bridge Rehabilitation FDOT District One: I-75 (SR 93) at SR 72 (Clark Road) FDOT District Seven: I-75 (SR 93) from SR 50 to Hernando/ Sumter County Line Adam Perez, PE American 21 3 FDOT District One: I-75 (SR 93) at SR 72 (Clark Road) FDOT District Seven: I-75 (SR 93) from SR 50 to Hernando/ Sumter County Line Allen Peterfreund, PE American 15 14 Collier County: County Barn Road Collier County: Golden Gate Boulevard over Golden Gate and Miller Canals Charlotte County: Harborview Road Bridge Replacement City of Naples: Park Shore Drive and Harbour Drive Michael Ryan, PE American 13 8 Collier County: County Barn Road Charlotte County: Harborview Road Bridge Replacement FDOT District One: I-75 (SR 93) at SR 72 (Clark Road) FDOT District Seven: I-75 (SR 93) from SR 50 to Hernando/ Sumter County Line Christopher Salicco American 11 9 Collier County: Golden Gate Boulevard over Golden Gate and Miller Canals Charlotte County: Harborview Road Bridge Replacement Akram Hussein, PE, PTOE American 27 11 Collier County: County Barn Road FDOT District One: I-75 (SR 93) at SR 72 (Clark Road) FDOT District Seven: I-75 (SR 93) from SR 50 to Hernando/ Sumter County Line Tab IV Specialized Expertise of Team Members 17 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Work Experience Name Firm Years of Exp Years with Firm Projects Larry Moore, PE Tierra 28 10 FDOT District One: I-75 Widening from North of SR 951 to South Golden Gate Parkway FDOT District One: I-75 (SR 93) at SR 72 (Clark Road) FDOT District Seven: I-75 (SR 93) from SR 50 to Hernando/ Sumter County Line Joel McGee, PSM American 27 15 Collier County: County Barn Road Collier County: Golden Gate Boulevard over Golden Gate and Miller Canals Charlotte County: Harborview Road Bridge Replacement George Hackney, PSM ABB 30 30 Collier County: County Barn Road City of Naples: Park Shore Drive and Harbour Drive Tab IV Specialized Expertise of Team Members Scott Korpi, PE, SE Project Manager/Principal 1 Summary mr. Korpi has 27 years of project manage- ment and structural design, repairs, and inspection experience. He has completed extensive research on stability, especially during construction of bridges and other structures. Mr. Korpi has led projects involv- ing planning or design of over 100 new or replacement bridges including post-tensioned segmental concrete bridges, cable stayed bridges, suspension bridges, simple pre- cast/prestressed concrete (PPC) I beam bridges, major continu- ous steel plate girder bridges, rolled steel beam bridges, PPC box beam bridges, cast-in-place concrete flat slab bridges, and timber bridges. He also has considerable construction experience includ- ing the supervision of numerous bridge reconstruction projects and has prepared repair plans for numerous structures. Education • M.S., Civil Engineering, University of Minnesota, 1989 • B.S., Civil Engineering, University of North Dakota, 1987 • Ph.D. Studies, Structures, University of Illinois, 1991-1993 ProFESSionaL rEGiStrationS • Florida PE #0050357, 1996 • Georgia PE #24965, 1998 • Illinois SE #081-005219, 1993 • Virginia PE #0402046381, 2009 • Michigan PE #6201051094, 2005 • Ontario PE #100211050-01 Temp, 2017 ProjEct ExPEriEncE collier county: timber Bridge monitoring, collier county, Florida. Principal and Project Manager. This project involved inspecting timber piles for 12 bridges in Collier County. This involved field work (measuring the pile diameters and inspecting the piles for damage), analysis (investigating the structural ade- quacy of the piles), and report preparation. collier county: Golden Gate Boulevard over Golden Gate and miller canals Bridge replacement design-Build, collier county, Florida. Project Manager and Engineer-of-Record. The replacement of Golden Gate Boulevard Bridges over the Golden Gate Main and the Miller Canals are three span structures and required allowances for a 36-inch raw water main, bicycle lanes, and sidewalks. The bridge over Golden Gate Main Canal was a three span structure (50 feet 10 inches / 50 feet 6 inches / 50 feet 10 inches) with a total bridge length of 152 feet 2 inches. All three spans consist of an 8.5-inch thick deck supported by five 36-inch Florida I-beams spaced at 11 feet. The total out-to-out superstruc- ture width was 51 feet 8 inches. The bridge is founded on pile bents utilizing five 18-inch PPC piles spaced at 11 feet. The bridge over Miller Canal was a three span structure (33 feet 8 inches / 33 feet 8 inches / 33 feet 8 inches) with a total bridge length of 101 feet. All three spans consist of an 18-inch thick cast-in-place flat slab and a total out-to-out superstructure width of 51 feet 8 inches. The bridge is founded on pile bents utilizing five 18-inch PPC piles spaced at 11 feet. collier county: Golden Gate Structures 6 and 7 replacement for South Florida Water management district (SFWmd), collier county, Florida. Principal-in-Charge. American per- formed hydraulic modeling and developed plans for a temporary diversion of flows around the Golden Gate Canal Structures 6 and 7 during the replacement structure’s construction. collier county: 13th Street SW Bridge design-Build Services, collier county, Florida. Project Manager and Lead Designer. This design-build project included the design, preparation of plans and specifications, construction management, community involve- ment, permitting, and construction of a new bridge over the Golden Gate Main Canal. The project also involved the reconstruction of approximately 800 feet of approach roadway. The project included a three-span bridge using PPC deck beams, cast-in-place com- posite concrete bridge deck, and sidewalks and bicycle lanes on each side of the bridge. The total bridge length if approximately 135 feet with approximately 300 feet of retaining walls. collier county district School Board: tropicana Bridge design-Build criteria Package, collier county, Florida. Project Manager. This project consisted of developing a design-build cri- teria package for a bridge crossing Golden Gate Canal connecting Tropicana Boulevard to Golden Gate High School with a 70-foot- wide three-lane vehicular bridge for local traffic to and from the school site. The work was constructed to allow for continued use of the existing facility. The estimated total project cost is $3 million. city of naples: Galleon drive over Lantern Lake, naples, Florida. Project Manager and Lead Structural Engineer. Responsible for planning, design, and CEI for a two-lane, three- span continuous flat slab bridge supported on 14-inch PPC piles. As a result of several public workshops with the community, the design included a special decorative bridge railing for aesthetic purposes. The project also included maintenance of traffic plans and approach roadway work required to replace the existing tim- ber bridge. city of naples: Park Shore and Harbor drive Bridge rehabilitation, Widening and construction Engineering and inspection (cEi), naples, Florida. Lead Structural Engineer. Responsible for load rating and preparation of widening and repair plans for two PPC core-slab bridges. Bridges were widened to include sidewalk and bicycle paths on each side. Repairs included the placement of structural jackets on deteriorated piles and repair of failed sea wall panels. Scott Korpi, PE, SE Project Manager/Principal 2 charlotte county: michael Kosinski and anne merry Bridge repairs, Knight island, Florida. Project Manager and Lead Engineer. This project involved inspections above and below water, evaluations, load ratings, and preparation of emergency repair plans for two timber bridges after failure due to an over- weight truck. Repair of Kosinski Bridge consisted of replacing the deteriorated and failed timber stringers, timber decking, and shoring up intermediate bents and end bents. Anne Merry timber bridge was replaced with PPC deck beam bridge supported on precast concrete pile caps. Plans were completed on an emer- gency basis to minimize duration of road closure. charlotte county: michael Kosinski Bridge replacement, charlotte county, Florida. Project Manager and Lead Engineer. Replacement of a seven-span timber bridge. The replacement bridge is a three-span (55 feet each) structure using PPC beams supported on pile bents. The project included significant public involvement relating to bridge type selected, environmental issues with permitting, and construction engineering inspection. charlotte county: tom adams Bascule Bridge rehabilitation, charlotte county, Florida. Project Manager and Lead Engineer. Rehabilitation of a 19-span 997-foot-long bridge. The bridge includes a center bascule span with an opening of 103 feet. A comprehensive water inspection of the entire structure (above and below) was performed, including the mechanical and electri- cal systems, steel girder bascule spans, pile bents, tender house, and approach roadways as well as load ratings of the existing bridge. The rehabilitation program included completely replacing the electrical system, upgrading the mechanical system, widening the superstructure, replacing the steel grid decking, placing pile jackets on the intermediate bents with cathodic protection, and demolishing and constructing a new tenderhouse. charlotte county: Harborview road at desoto canal Bridge replacement, charlotte county, Florida. Principal-in-Charge. Design of the replacement structure over Desoto Canal. This proj- ect involves the replacement of the Harborview Road over Desoto Canal bridge in Charlotte County, Florida. In addition to structural design, the project also includes permitting, right-of-way surveys, drainage design and bridge hydraulic investigations, construction plans, and technical specifications necessary for replacing and reconstructing the bridge and associated approaches. charlotte county: cape Haze drive Bridge over amberjack Waterway, charlotte county, Florida. Project Manager and Lead Engineer. This is a 20-foot 6-inch precast concrete arch replace- ment bridge design. Vertical clearance was increased by 1 foot resulting in 400 feet of approach roadway reconstruction. Water and sewer lines were relocated and directional drilled under the waterway. After design was complete, the project was selected for American Recovery and Reinvestment Act of 2009 (ARRA) funds and converted to an FDOT District One project. city of north Port: Pedestrian/Equestrian/Bicyclist Bridge at myakkahatchee creek Environmental Park, north Port, Florida. Principal-in-Charge. American is currently designing a bridge over the Myakkahatchee Creek to allow access for pedes- trians, bicyclists, and equestrians to the Myakkahatchee Creek Environmental Park from the south. A prestressed slab with a cast-in-place topping was used for this span that is approxi- mately 60 feet long. Special design and geometric criteria were to be considered due to the use of this trail by horse; because of this, the design uses FHWA’s Equestrian Design Guidebook for Trails, Trailheads and Campgrounds. The foundations utilize Geosynthetic Reinforced Soil (GRS) abutments to support the precast slab superstructure. The use of this innovative construc- tion method helps to significantly reduce bridge construction cost and duration and ease the substructure construction since amount of heavy equipment is reduced when compared to pile bents. city of Port St. Lucie: crosstown Parkway Extension Segment 1, Port St. Lucie, Florida. Lead Structural Engineer. This bridge spans over extremely sensitive environmental lands in an ease- ment through a national park. American designed this high pro- file and controversial 4,034-foot bridge over the North Fork of the St. Lucie River, National Park, and Aquatic Preserve. The bridge design consists of 39 spans of 54-inch Florida-I beam. Due to rela- tively poor soil conditions, the span length was limited. The project also required permitting for an environmentally sensitive preserve. American’s permitting efforts allowed construction using top down methods and temporary trestle. Prior to letting for design-build pro- curement, American prepared a full design and 60 percent plans for the structure, architectural, and aesthetic features—all permits along with mitigation design for the construction alternative with the most severe impacts. This mitigation plan paved the way for permitting approval with the U.S. Coast Guard, U.S. Army Corps of Engineers, Environmental Protection Agency, South Florida Water Management District, and numerous other contributing authorities including the U.S. Fish and Wildlife Services and Florida Fish and Wildlife Conservation Commission. Additionally, three branches of the North Fork of the St. Lucie River were crossed requiring approximately 30 feet of vertical clearance and 75.5 feet of hori- zontal clearance. Ultimately, the project we converted to a design- build project where Mr. Korpi worked as Owners’ Representative to ensure proper bridge design and construction. David Brown Signing and Pavement Markings 1 SUMMARY Mr. Brown has 28 years of experience involving civil engineering design and prep- aration of roadway and structural construc- tion plans. He has been involved in many different roles of design phases such as signing and pavement marking and light- ing. Mr. Brown’s project experience includes initial corridor studies and alignment, developments of regional impact (DRI), and traffi c impact studies before planning is com- menced to the fi nal design documentation plans. EDUCATION • GeoPak 98/2000 Road I Training, 2000 • FDOT Basic GeoPak for Roadway Designers • Intergraph MicroStation Training, 1989 • FICE/FDOT Basic Lighting SOFTWARE PROFICIENCY • MicroStation v3.0 thru v8.5 • GeoPAK • GuidSign • HCS • Transit-7f • SOAP • Lightwave 3D • Swish Flash • FrontPage • PhotoDraw • CorelDraw • MicroStation UCMs • MicroStation Macros • Batch Programming PROJECT EXPERIENCE Collier County: Burning Tree Box Culvert, Collier County, Florida. Designer. Mr. Brown provided design support for this project that connected a previously American-designed and installed box culvert system to an adjoining older triple-culvert drainage system at close proximity to a roadway 90-degree bend. Besides the structural and hydraulic challenges this posed, this was located at the entrance of a County Club where aesthetics were extremely important. Collier County: County Barn Road Capacity Improvements from Rattlesnake Hammock Road (CR 864) to Davis Boulevard (SR 84), Collier County, Florida. Senior Transportation Designer. Mr. Brown provided lighting layout design, performed voltage drop and load center calculations, and assisted with roadway plans production for this project. American developed construction plans for the widening of County Barn Road from a two-lane roadway to a four-lane divided urban arterial. Close coordination was required with the County to incorporate extensive regional drain- age improvements in the roadway design. The project included the design of three county utility lines, signalization, and lighting as well as permitting with South Florida Water Management District and U.S. Army Corps of Engineers. Collier County: Goodlette-Frank Road Capacity Improvements from Golden Gate Parkway to Pompeii Lane, Collier County, Florida. Senior Transportation Designer. Mr. Brown provided sig- nal, lighting, and pavement marking layout design and assisted with roadway plans production for this 2.8-mile urban roadway improvement project. The existing four-lane roadway was widened to six lanes. Full design services were provided, including road- way and drainage design, permitting, design of six signals, sign- ing and marking, and lighting throughout the corridor. The existing pedestrian facilities within the corridor were expanded to provide a recreational trail. This project also included major utility coordina- tion of potable water mains, raw water mains, force mains, gas mains, power lines, and cable television. A right-turn bypass lane was constructed to improve traffi c fl ows through the highly con- gested Golden Gate Parkway/ Goodlette-Frank Road intersection. The drainage design included construction of 2.75-mile drainage pipe to intercept pavement runoff prior to entering a major drainage ditch. The intercepted pavement runoff was treated and attenuated. The design signifi cantly reduced localized fl ooding. Roadway, light- ing, structural, and signalization plans were prepared. Charlotte County: Tom Adams Bridge Rehabilitation, Charlotte County, Florida. Senior Transportation Designer. American pro- vided rehabilitation design of the 19-span 997-foot-long bridge. The bridge included a center bascule span with an opening of 103 feet. A comprehensive water inspection of the entire structure (above and below) was performed, including the mechanical and electrical systems, steel girder bascule spans, pile bents, tender house, and approach roadways as well as a load ratings of the existing bridge. The rehabilitation program undertaken over two phases approximately 8 years apart when funding became avail- able included completely replacing the electrical system, upgrad- ing the mechanical system, widening the superstructure, replacing steel, erecting cathodic grid decking, placing pile jackets on the intermediate cathodic protection pile jackets, extensive concrete deck spall repairs, seawall repairs, and demolishing and con- structing a new tenderhouse. City of North Port: Chamberlain Boulevard at Price Boulevard Signal Warrant Analysis, North Port, Florida. Designer. Mr. Brown was responsible for a traffi c signal warrant analysis at this intersection. A thorough fi eld review was performed to conduct a condition diagram of each intersection, collect topographical features and roadway characteristics, collect and review recent (three- to fi ve-year) accident data, and analyze the intersection. Each analysis was summarized into a technical report consisting of calculations and a fi nal recommendation for the intersection. The study/analysis were conducted based on the current edition of the Manual on Uniform Traffi c Control Devices and the FDOT’s Traffi c Engineering Guidelines for Signal Warrant and Intersection Studies. David Brown Signing and Pavement Markings 2 City of North Port: Hillsborough at Toledo Blade Traffi c Signal Warrant Analysis, North Port, Florida. Designer. Mr. Brown was responsible for a traffi c signal warrant analysis at this intersection. A thorough fi eld review was performed to conduct a condition dia- gram of each intersection, collect topographical features and road- way characteristics, collect and review recent (three- to fi ve-year) accident data, and analyze the intersection. Each analysis was summarized into a technical report consisting of calculations and a fi nal recommendation for the intersection. The study/analysis was conducted based on the current edition of the Manual on Uniform Traffi c Control Devices and the FDOT’s Traffi c Engineering Guidelines for Signal Warrant and Intersection Studies. Pasco County: Hudson Avenue at US 19, Pasco County, Florida. Senior Designer. Mr. Brown provided signalization and signing and pavement markings layout and plans production for this project. This project involved the design and permitting for Hudson Avenue widening from west of US 19 to Fivay Road. It involved widening an existing two-lane urban roadway, adding turn lanes at US 19. A left-turn and combined through right-turn lane on eastbound Hudson and a dual left-turn lanes and a com- bined through right-turn lane westbound on Hudson Avenue were also added. This project also added a raised median for access management, providing sidewalks, and involved redesign of the signals at both US 19 and Fivay Road. Mast arms were added to replace the existing span wire at US 19, to meet the wind require- ments due to the proximity to the coast. The design was con- strained by right-of-way at a cemetery on the north side of Hudson Avenue, east of US 19. Additional right-of-way will be acquired for this project for the widening, and for adding a stormwater pond. Pasco County: Ridge Road at Congress Street and at Regency Park Boulevard, Pasco County, Florida. Senior Designer. Mr. Brown provided signalization and signing and pavement mark- ings layout and plans production on this project. Mr. Brown also handled all utility coordination for this project. City of Port St. Lucie: Crosstown Parkway Extension Manth to US 1, Port St. Lucie, Florida. Senior Designer. Mr. Brown was responsible for the design of two signalized intersections within the project corridor. The intersection of Crosstown Parkway and US 1 consisted of a 267-foot mono-tube signal support. Mr. Brown provided all signalization plans production for this project. This project is the fi nal segment of a new $150 million, 10-mile park- way that was planned, designed, and constructed by the City of Port St. Lucie. This fi nal eastern 1.5-mile segment between Manth Lane and US 1 includes an elevated 4,000-foot long bridge that crosses the Savannas Preserve State Park, North Fork St. Lucie River Aquatic Preserve, and sovereign submerged lands. The fi rst part of the project required an early assessment of environmen- tal impacts and potential mitigation options to obtain a conceptual permit from the South Florida Water Management District and informal approval from the U.S. Army Corps of Engineers. This work was conducted concurrently with the City’s preparation of an Environmental Impact Statement and Section 4(f) evaluation for the new river crossing. The second part of the project includes preliminary and 60 percent design, and the development of the design-build criteria package, which includes a new six-lane roadway and bridge. American is responsible for the overall project management including any revi- sions to the corridor master plan. Services also include hydrologic studies and drainage design, landscape and irrigations plans, architectural plans, utility coordination and the necessary adjust- ment plans, signalization, and structures design for the 4,000-foot long bridge. Environmental tasks during design include wetland delineation, wildlife surveys, Section 7 consultation, extensive coordination with state and federal agencies, design traffi c noise update, and permitting. American is also serving as the technical support team for the City’s technical review committee during the design-build selection process. FDOT District One: I-75 from SR 951 to North of Golden Gate Parkway, Collier County, Florida. Senior Designer. Mr. Brown is providing all signing and pavement marking layout, design and plans production for this project, which included the design of roadway and bridge/structural improvements on I-75 (SR 93) from SR 951 to north of Golden Gate Parkway in Collier County. The typical section includes widening and resurfacing existing mainline I-75 to three travel lanes in each direction, widening to the median, 12-foot shoulders (10-foot paved) inside and outside. Highway lighting is being updated at the SR 951 and Golden Gate Parkway interchanges. All water management facilities are being provided in the median. Noise walls are also being provided. FDOT District One: I-75 at SR 72 (Clark Road) Interchange, Sarasota County, Florida. Senior Designer. Mr. Brown is provid- ing lighting, signals, and signing and pavement marking for this project. The purpose of this project is to reconstruct the existing I-75 at Clark Road interchange facility to the ultimate confi guration as defi ned in the project development and environment (PD&E) study. The interchange will be reconstructed as a diverging dia- mond interchange (DDI). I-75 will be constructed to accommodate the ultimate typical section of a ten-lane facility with two express lanes and three general use lanes in each direction. North of Clark Road, an auxiliary lane will be added in both directions along I-75. The interchange improvements will allow the existing I-75 at SR 72 (Clark Road) bridges to remain. The drainage improvements will be open ditches, ponds, and fl oodplain compensation. Permits are expected from the U.S. Army Corps of Engineers, Southwest Florida Water Management District, and Florida Department of Environmental Protection. Ryan Forrestel, PE QA/QC - Roadway 1 SUMMARY Mr. Forrestel has 39 years of diversifi ed experience in highway design, site design, and traffi c engineering. His transportation experience includes highway design proj- ects ranging from local streets to freeways, the design of new rural and urban facilities, reconstruction, 3R improvements, and cor- ridor studies. Mr. Forrestel’s limited access facility project experi- ence includes serving as Project Manager for the design of com- plete interchange reconstruction, including two diverging diamond interchanges (DDI) in FDOT District One, interstate resurfacing and widening, and six design-build projects in Districts One, Five, and Seven. Mr. Forrestel’s site civil project experience includes offi ce parks and facilities, commercial development, and landfi lls. His traffi c engineering experience includes preparation of traffi c studies, signal plans, and signing and marking plans. Mr. Forrestel has extensive project management experience ranging from small projects to multimillion-dollar projects. Mr. Forrestel was the 2014 recipient of the FDOT/FICE Ben Watts Partnership Award. EDUCATION • M.S., Civil Engineering, Purdue University, 1978 • B.S., Civil Engineering, Purdue University, 1976 PROFESSIONAL REGISTRATIONS • Florida PE #38912, 1987 • New York PE #080803, 2005 • Michigan PE #6201052367, 2005 PROJECT EXPERIENCE Collier County: County Barn Road Capacity Improvements, from Rattlesnake Hammock Road (CR 864) to Davis Boulevard (SR 84), Collier County, Florida. Project Manager. American developed construction plans for the widening of County Barn Road from a two-lane roadway to a four-lane divided urban arterial. Close coordination was required with the County to incor- porate extensive regional drainage improvements in the roadway design. The project included the design of three county utility lines, signalization, and lighting as well as permitting with South Florida Water Management District and U.S. Army Corps of Engineers. Collier County: Goodlette-Frank Road Capacity Improvements, from Golden Gate Parkway to Pompeii Lane, Collier County, Florida. Project Manager. This project involved 2.8-mile urban roadway improvements. The existing four-lane roadway was wid- ened to six-lanes. Full design services were provided, including roadway and drainage design, permitting, design of six signals, signing and marking, and lighting throughout the corridor. The existing pedestrian facilities within the corridor were expanded to provide a recreational trail. This project also included major utility coordination of potable water mains, raw water mains, force mains, gas mains, power lines, and cable television. A right-turn bypass lane was constructed to improve traffi c fl ows through the highly con- gested Golden Gate Parkway/Goodlette-Frank Road intersection. The drainage design included construction of 2.75-mile drainage pipe to intercept pavement runoff prior to entering a major drainage ditch. The intercepted pavement runoff was treated and attenuated. The design signifi cantly reduced localized fl ooding. Roadway, light- ing, structural, and signalization plans were prepared. Collier County: 13th Street SW Bridge Design-Build, Collier County, Florida. Roadway Engineer. This was a design-build project including the design, preparation of plans and specifi ca- tions, construction management, community involvement, permit- ting and construction of a new bridge over the Golden Gate Main Canal. Project also includes the reconstruction of approximately 800 feet of approach roadway. Project included a three-span bridge utilizing precast/prestressed concrete deck beams, cast- in-place composite concrete bridge deck, sidewalks and bicycle lanes on each side of the bridge, total bridge length of approxi- mately 135 feet, and approximately 300 feet of retaining walls. Charlotte County: Michael Kosinski Bridge Replacement, Charlotte County, Florida. Roadway Engineer-of-Record. The replacement bridge is a three-span (55 feet: 55 feet: 55 feet) struc- ture using precast prestressed concrete beams supported on pile bents. Project includes signifi cant public involvement relating to bridge type selected, environmental issues with permitting, and construction engineering inspection. City of Naples: Park Shore Drive and Harbour Drive Bridge Rehabilitation, Collier County, Florida. Project Manager. American was responsible for the load rating and preparation of widening and repair plans of two precast, prestressed concrete core-slab bridges. Bridges were widened to include the addition of a sidewalk and bicycle path on each side. Repairs included the placement of structural jackets on deteriorated piles and repair of failed sea wall panels. A water and sanitary sewer force main was relocated on each bridge. The designs included aesthetic improvements such as decorative bridge rails, decorative lighting, and landscaping. Extensive permit coordination was required with U.S. Coast Guard. Roadway, bridge, lighting, and landscaping plans were prepared. City of Naples: Miscellaneous Transportation Engineering Services, Collier County, Florida. Project Manager and Principal-in-Charge. American was selected to provide profes- sional services on as as-needed basis to the City of Naples, Florida. Services which were in the contract included professional engineering services for reports, planning and design, eval- uations and appraisals, preliminary construction, on-site Ryan Forrestel, PE QA/QC - Roadway 2 construction observation, supplementary services and continuing general consulting services in connection with the City’s water and wastewater, stormwater, and roadway systems. Projects that have been conducted under this contract are: • Galleon Drive Bridge Replacement. American planned, de- signed and conducted construction engineering inspection for a two-lane, three span continuous fl at slab bridge supported on 14-foot PPC Concrete piles. As a result of several public workshops with the community, the design included a special decorative bridge railing for aesthetic purposes. Project includ- ed maintenance of traffi c plans and approach roadway work required to replace the existing timber bridge. • Burning Tree Drive Improvements. American provided full design and permitting services for the reconstruction of Burn- ing Tree Drive in Naples. The existing roadway was widened from two-lane to four-lane. American also prepared construc- tion plans for 1,200-foot extension of an 8-inch water main. • Goodlette-Frank Road Utility Improvements. American de- signed 1.5 miles of 16-inch raw water line and reclaimed wa- ter line along Goodlette-Frank Road. This design project was completed in conjunction with county roadway improvements to Goodlette-Frank Road. City of Naples: Gordon River Greenway Connector, from Goodlette-Frank Road to North Road, Collier County, Florida. Project Manager. The engineers and environmentalist at American conducted a PD&E study that investigated the consequences of continuing the existing recreation path, located along North Road, across the Gordon River to the proposed Pulling Park site. Extensive coordination was required with local stakeholders and permitting agencies. The project was run through the ETDM process. Charlotte County: Edgewater Corridor Study, Phase III, Charlotte County, Florida. Project Manager. For this project American prepared a conceptual design for the Edgewater Corridor in order to establish future right-of-way needs for a new four-mile arterial corridor. American worked with Charlotte County staff to establish the typical section, evaluate access management, and terminate street connections to the new corridor and identify the right-of-way needs along the corridor. Our scope included prepa- ration of right-of-way plans. FDOT District One: I-75 at SR 72 (Clark Road) Interchange, Sarasota County, Florida. Project Manager. The purpose of this project is to reconstruct the existing I-75 at Clark Road inter- change facility to the ultimate confi guration as defi ned in the PD&E study. The interchange will be reconstructed as a DDI. I-75 will be constructed to accommodate the ultimate typical section of a ten-lane facility with two express lanes and three general use lanes in each direction. North of Clark Road, an auxiliary lane will be added in both directions along I-75. The interchange improve- ments will allow the existing I-75 at SR 72 (Clark Road) bridges to remain. The drainage improvements will be open ditches, ponds, and fl oodplain compensation. Permits are expected from the U.S. Army Corps of Engineers, Southwest Florida Water Management District, and Florida Department of Environmental Protection. FDOT District Seven: I-75 from the Pasco/Hernando County Line to South of SR 50 Design-Build, Hernando County, Florida. Project Manager. This 5.4-mile project widens the exist- ing four-lane divided rural interstate to a six-lane rural interstate with 12-foot shoulders (10-foot paved) and milling and resurfac- ing of the existing pavement to provide cross slope correction. American is the lead project engineer providing engineering and design services related to roadway, structures, drainage, geotech- nical, traffi c control, utilities, subsurface utility engineering, intel- ligent transportation systems and signing and pavement marking. Additional services include public involvement, hazardous materi- als, right-of-way, utility coordination, and environmental permitting. Pasco County: General Professional Engineering and Consulting Services, Pasco County, Florida. Project Manager. American served as the Miscellaneous Traffi c Engineering Consultant for Pasco County. The contract consists of ongoing and random traffi c engineer task assignments. Other assignments included: • 20th Street Extension from Zephyrhills East Bypass (Chancey Road) to North of Tucker Road. The scope in- volved extending 20th Street approximately 0.5 miles to com- plete a new north-south corridor within the City of Zephyrhills. • CR 41/Fort King Highway and Daughtery Road Intersec- tion. Project involved reconstruction and widening of a skewed intersection in Zephyrhills. • Lake Patience Road. Preparation of a corridor study for a new arterial road. • Shady Hills SR 52 to North County Line. Preparation of a corridor study to for the addition of paved shoulders, turn lanes, and correct substandard horizontal curves. • Shady Hills at Peace Boulevard. Preparation of design plans for intersection improvements including addition of turn lanes and signalization. • Main Street. Preparation of a corridor study followed by design plans to widen Main Street in New Port Richey and improve drainage in the corridor. Andrew Goldsmith Drainage/Hydraulics 1 SUMMARY Mr. Goldsmith has four years of experi- ence. His experience with drainage cal- culations using ICPR and ASAD includes designing conveyance systems and storm- water management reports and design doc- umentation for highway and interstate proj- ects. His experience also includes preparing preliminary cost estimates, processing FEMA applications, and preparing location hydraulics memorandum as well as pond siz- ing and pond siting reports. Mr. Goldsmith’s software experience includes using ArcGIS system to create images and maps. Mr. Goldsmith has provided permit research documentation with the Southwest Florida Water Management District and South Florida Water Management District. EDUCATION • B.S., Civil Engineering, University of Central Florida, 2011 SOFTWARE PROFICIENCY • ArcGIS • AutoCAD • StormCAD • ASAD • CSLE • ICPR • Microstation • Geopak PROJECT EXPERIENCE Pasco County: Hudson Avenue at US 19, Pasco County, Florida. Drainage Designer. Mr. Goldsmith provided permit research docu- mentation with Southwest Florida Water Management District. This project involved the design and permitting for Hudson Avenue widening from west of US 19 to Fivay Road. It involved widen- ing an existing two-lane urban roadway, adding turn lanes at US 19. A left-turn and combined through right-turn lane eastbound on Hudson, and dual left-turn lanes and a combined through right- turn lane westbound on Hudson Avenue were also added. This project also added a raised median for access management, pro- viding sidewalks, and involved redesign of the signals at both US 19 and Fivay Road. Mast arms were added to replace the existing span wire at US 19, to meet the wind requirements due to the proximity to the coast. The design was constrained by right-of-way at a cemetery on the north side of Hudson Avenue, east of US 19. Additional right-of-way will be acquired for this project for the widening, and for adding a stormwater pond. City of North Port: Price Boulevard from Sumter Boulevard to Toledo Blade Boulevard, North Port, Florida. Drainage Designer. This project involves fi nal design services to widen Price Boulevard from Sumter Boulevard to Toledo Blade Boulevard, approximately 2.7 miles, from two to four lanes (11 feet with 5-foot bicycle lanes) with a 19.5-foot median. The project will incorporate pedestrian, bicycle, and transit features in a complete street design including 8-foot-wide sidewalks on both sides of the roadway. Landscaping, irrigation, and hardscaping will be included. The theme and features of the typical section constructed along Price Boulevard west of Sumter Boulevard will be extended through the project limits. The existing City of North Port utilities (potable water, sanitary sewer, and re-use transmission mains) will be upgraded. Four canal crossings are included within the project limits and new weir structures will be designed. Additional work will include sur- veying, utility coordination, drainage and permitting, stormwater analysis, traffi c modeling and design, and public involvement. City of Port St. Lucie: Crosstown Parkway Extension Manth to US 1, Port St. Lucie, Florida. Drainage Designer. This proj- ect is the fi nal segment of a new $150 million, 10-mile parkway that was planned, designed, and constructed by the City of Port St Lucie. This fi nal eastern 1.5-mile segment between Manth Lane and US 1 includes an elevated 4,000-foot long bridge that crosses the Savannas Preserve State Park, North Fork St. Lucie River Aquatic Preserve, and sovereign submerged lands. The fi rst part of the project required an early assessment of environmen- tal impacts and potential mitigation options to obtain a conceptual permit from the South Florida Water Management District and informal approval from the U.S. Army Corps of Engineers. This work was conducted concurrently with the City’s preparation of an environmental impact statement and Section 4(f) evaluation for the new river crossing. The second part of the project included preliminary and 60 percent design, and the development of the design-build criteria package, which included a new six-lane roadway and bridge. American was responsible for the overall project management including any revi- sions to the corridor master plan. Services also included hydro- logic studies and drainage design, landscape and irrigation plans, architectural plans, utility coordination and the necessary adjust- ment plans, signalization, and structures design for the 4,000-foot long bridge. Environmental tasks during design included wetland delineation, wildlife surveys, Section 7 consultation, extensive coordination with state and federal agencies, design traffi c noise update, and permitting. American is serving as the technical support team for the City’s technical review committee during the design-build process. FDOT District One: I-75 from SR 951 to North of Golden Gate Parkway, Collier County, Florida. Drainage Designer. The proj- ect includes milling and resurfacing the existing roadway and the addition of two new 12-foot lanes in the median from north of SR 951 to north of Golden Gate Parkway. This section includes 12-foot inside and outside shoulders, 10-foot paved (full depth median). This widening will tie into the existing six-lane section that was recently constructed north of Golden Gate Parkway. Andrew Goldsmith Drainage/Hydraulics 2 FDOT District Four: Port St. Lucie Boulevard from Paar Drive to Darwin Boulevard, St. Lucie County, Florida. Drainage Designer. This project involves fi nal design services to reconstruct Port St. Lucie Boulevard from Paar Drive to Darwin Boulevard from two lanes to four lanes, approximately 1.9 miles. The proj- ect will satisfy projected traffi c demands, enhance corridor safety, and improve evacuation capacities. Major work includes roadway reconstruction, drainage improvements, and permitting. Additional tasks include survey and mapping, traffi c/signalization, lighting, geotechnical, public involvement, utility coordination, environmen- tal, and landscape design. The existing typical section includes one 12-foot undivided travel lane in each direction, and an open drainage system within 100 feet of right-of-way. The proposed typical section includes reconstructing the roadway to include two 11-foot travel lanes, Type F curb and gutter inside and out, 4-foot bicycle lane, 8-foot sidewalks adjacent to the curb and gutter on each side, along with an 18-foot wide raised median. The prelimi- nary engineering design will include coordination with the City of Port St. Lucie, FHWA, St. Lucie County, St. Lucie County MPO, and residential areas and businesses. FDOT District Seven: SR 54 East of CR 577 (Curley Road) to East of CR 579 (Morris Bridge Road), Pasco, County, Florida. Drainage Designer. This project involves the widening of SR 54 between Curley Road and Morris Bridge Road. The project includes the evaluation of 12 cross drains including one triple bridge box culvert replacement for the SR 54 crossing of the New River. The New River crossing evaluation includes HEC-RAS evaluation for backwater effects and scour potential. The other 11 cross drains are being evaluated using less intensive modeling with HY8. American will also lead all permitting efforts for this proj- ect. Three typical sections will be used during design: a six-lane urban, a four-lane suburban expandable to a six-lane urban, and a four-lane urban section. The proposed rights-of-way range from 142 to 166 feet. Additional improvements include a sidewalk, joint- use path along the entire corridor, bicycle lanes, traffi c signals and utility improvements. Extensive coordination with numerous major developments along the corridor will be required. FDOT District Seven: SR 50 PD&E Study from Brooksville Bypass/SR 50A/E Jefferson Street to I-75, Hernando County, Florida. Drainage Designer. Mr. Goldsmith created location hydraulics memorandum, pond sizing report, and pond siting report. This project involves preparing a PD&E study to evaluate a multi-lane roadway improvement along SR 50 from the Brooksville Bypass/SR 50A/East Jefferson Street to I-75 in Hernando County, a distance of approximately 8.2 miles. The scope of work includes evaluating the widening of SR 50 from four to six lanes, as well as evaluating intersection improvements at East Jefferson Street/ Cortez Boulevard, Griffi n Road, Mondon Hill Road/Spring Lake Highway, and Lockhart Road. The project will evaluate engineering and environmental effects from the proposed improvements. A public involvement program is being conducted and includes coor- dination with the public; Hernando County; local, state, and federal agencies; and other community interest groups and stakeholders. A series of newsletters are being developed to provide facts about the project to the public and other interested parties. A public hear- ing will also be held for this project to obtain public comments. This project will be processed as a Type 2 categorical exclusion with approval from FHWA. FDOT District Seven: US 41 PD&E Study from Kracker Avenue to South of SR 676 (Causeway Boulevard), Hillsborough County, Florida. Drainage Designer. Mr. Goldsmith created a location hydraulics memorandum, and pond sizing report. He cre- ated calculations based on existing and proposed information to create necessary pond sizes. Mr. Goldsmith created a conceptual pond siting report to determine location for one pond per basin lim- its for cost estimate purposes. American is assisting FDOT in con- ducting a PD&E study for 7 miles of US 41 (SR 45) from Kracker Avenue to South of Causeway Boulevard (SR 676) in Hillsborough County. The purpose of this study is to identify intersection, road- way, and stormwater management improvements needed to meet future traffi c demand and evaluate environmental effects of the improvement alternatives. It is expected that the existing four-lane highway will be expanded to six lanes with addition of bicycle lanes and sidewalks. In addition, bridge widening/replacement alterna- tives will be evaluated on US 41 at Bullfrog Creek and at the Alafi a River and include a shared use path. The South Coast Greenway is planned to run parallel to US 41 in several places. This proj- ect was screened through the FDOT’s Effi cient Transportation Decision Making (ETDM) process. The study is being processed as a State Environmental Impact Report (SEIR). United States Coast Guard involvement is expected at the two river crossings. A public hearing was conducted on January 26, 2016. FDOT District Seven: I-75 from the Pasco/Hernando County Line to South of SR 50 Design-Build, Hernando County, Florida. Drainage Designer. This 5.4-mile project widens the existing four-lane divided rural interstate to a six-lane rural inter- state with 12-foot shoulders (10-foot paved) and milling and resur- facing of the existing pavement to provide cross slope correction. American is prime project engineer providing engineering and design services related to roadway, structures, drainage, geotech- nical, traffi c control, utilities, subsurface utility engineering, intel- ligent transportation systems and signing and pavement marking. Additional services include public involvement, hazardous materi- als, right-of-way, utility coordination, and environmental permitting. James Huebsch, PE QA/QC - Structures 1 SUMMARY Mr. Huebsch has 41 years of experience in the transportation fi eld. This experience has included offi ce management and trans- portation group management, along with project management, design, and construc- tion engineering of transportation projects. His strengths lie in the areas of staffi ng and fi nancial management, and in the project management of complex and unique projects. He has a proven track record of developing and growing an experienced and talented group of transportation managers, engineers, designers and CADD technicians, while maintaining profi tability. EDUCATION • M.E., Civil Engineering (Structures), Clarkson College of Tech- nology, 1976 • B.S., Civil Engineering (Structures), Clarkson College of Tech- nology, 1974 PROFESSIONAL REGISTRATIONS • Florida PE #27538, 1979 • Georgia PE #12255, 1980 • North Carolina PE #16460, 1990 PROJECT EXPERIENCE FDOT Central Offi ce: Florida Scenic Highway Program (FSHP). Project Director. Mr. Huebsch was responsible for the management and professional planning in the program develop- ment and implementation of the FSHP. FDOT District One: I-75/Golden Gate Parkway, Naples, Florida. Project Director and Quality Control Reviewer. This project involved the design of a new interchange on I-75 at Golden Gate Parkway. Project included the widening of Golden Gate Parkway, three new ramp bridges over the Golden Gate Canal, frontage roads, lighting, signalization, signing and pavement markings, and landscaping. FDOT District Six: Seven Mile Bridge, Monroe County, Florida. Senior Bridge Engineer. Mr. Huebsch assisted in the design of the substructure for the span by span alternate of the precast seg- mental post-tensioned concrete box girder bridge over Seven Mile Channel. FDOT District Seven: Dale Mabry/Watrous Intersection Improvement Project, Hillsborough County, Florida. Project Director. Improvements to the Dale Mabry/Watrous intersection. FDOT District Seven: Design-Build Pushbutton Traffi c Operations Project. Project Director. This contract included design-build pushbutton traffi c and pedestrian operations improve- ment projects throughout the District. FDOT District Seven: I-75 Widening, Pasco County, Florida. Project Director. Design of the six-lane widening of I-75 from CR 54 to SR 52. FDOT District Seven: US 19 Widening, Citrus County, Florida. Project Director. Design of the widening of US 19 from Green Acres Street to Jump Court. FDOT District Seven: SR 580 Resurfacing, Pinellas County, Florida. Project Director. Resurfacing design of SR 580. FDOT District Two: Branan Field/Chaffee Road, Clay and Duval Counties, Florida. Project Manager. Project included the design of seven miles of four lane divided limited access roadway and interchanges. The project included roadway design, drain- age design and permitting, signing and pavement markings, and bridge design. FDOT District Two: SR 10, Jacksonville, Florida. Project Director. Milling and resurfacing of seven miles of two-lane urban arterial. The project also included numerous safety and drainage modifi cations, three new mast arm signals and four box culvert extensions. FDOT District Three: I-10 PD&E Study, Leon and Gadsden Counties, Florida. Project Director. PD&E Study along I-10 from US 90 in Gadsden County to US 90 in Leon County, a total distance of 16.8 miles. The proposed improvements evaluated included capacity improvements and interchange modifi cations to accommodate projected traffi c increases. FDOT District Three: SR 20 and SR 368, Bay County, Florida. Project Director. Resurfacing, restoration and rehabilitation of SR 20 and two segments of SR 368. These projects involved standard 3R design including milling, resurfacing, safety improvements and minor drainage improvements. FDOT District Three: SR 10 and SR 375, Leon and Wakulla Counties, Florida. Project Manager. Design of resurfacing of 3.8 miles of SR 10 from Dempsey Mayo Road to I-10 in Leon County and the SR 375 Bridge Replacement Project in Wakulla County. FDOT District Four: Districtwide Miscellaneous Design. Project Director. Contract involved miscellaneous task work order assignments. FDOT District Four: SR 714, Martin County, Florida. Project Director. Milling and resurfacing of SR 714 from west of I-95 to west of Florida’s Turnpike. FDOT District Four: I-95/Palm Beach International Airport Interchange, Palm Beach County, Florida. Senior Bridge Engineer. Mr. Huebsch was responsible for the preliminary design and preparation of the bridge development report for seven bridges for the I-95/Palm Beach International Airport direct connect interchange. Alternatives considered included simple span James Huebsch, PE QA/QC - Structures 2 prestressed AASHTO girders, continuous multi-span curved steel plate girders, and continuous multi-span curved steel box girders. FDOT District Five: I-95 Widening from I-4 to US 92, Volusia County, Florida. Project Director and Senior Bridge Engineer. Design-build project for the six-laning of I-95 from I-4 to US 92, including the widening of three I-95 simple span AASHTO girder bridges. FDOT District Five: I-4 Widening from SR 44 to I-95, Volusia County, Florida. Project Manager. The six-laning of 12.5 miles of I-4 from SR 44 to I-95, including roadway design, bridge design, maintenance of traffi c, signing and pavement marking, drainage design, and permitting. FDOT District Five: SR 520, Brevard County, Florida. Project Director. Improvements to 2.8 miles of SR 520 from the Banana River West Relief Bridge to the Banana River East Relief Bridge. The scope included milling and resurfacing, addition of paved shoulders, turn lane improvements, clear zone improvements, signing, marking, and signalization. FDOT District Five: SR 520, Brevard County, Florida. Project Director. Improvements to 3.1 miles of SR 520 from I-95 to the Cocoa city limits using 3R criteria. The scope included milling and resurfacing, adding paved shoulders, improving turn lanes, extending culverts, improving clear zones, signing, marking, and signalization. FDOT District Five: SR 528, Brevard County, Florida. Project Director. Improvements to 7.5 miles of SR 528 from US 1/SR 5 to CR 401 using 3R criteria. The scope included milling and resur- facing, adding paved shoulders, replacing bridge rails, replacing guardrails, extending culverts, improving clear zones, signing, marking, and signal relooping. FDOT District Five: SR A1A, Brevard County, Florida. Project Director. Improvements to 3.3 miles of SR A1A from Oak Street to US 192. The scope included milling and resurfacing, addition of sidewalks, drainage improvements, and signing and marking. FDOT District Five: Districtwide Miscellaneous Design. Project Director. Contract included fi ve projects in Brevard and Orange Counties. These projects involved standard 3R design including milling and resurfacing, signalization, mast arm foundation design, drainage improvements, and minor permitting. FDOT District Five: SR 436, Orange County, Florida. Project Director and Quality Control Reviewer. The fi nal design of SR 436 from SR 528 to Curry Ford Road. The project involved the widen- ing of SR 436 from a four-lane divided roadway to a six-lane urban section with a 30-foot raised median, bicycle lanes, and pedes- trian facilities. Other improvements included signing and mark- ings, signalization, lighting, and structural design. FDOT District Five: SR 436 PD&E Study, Orange County, Florida. Project Director. The development of preliminary design concepts to satisfy short-term and long-term travel demands along eight miles of SR 436 from SR 528 to SR 50. FDOT District Five: I-95/Malabar Road Interchange, Brevard County, Florida. Project Manager and Senior Bridge Engineer. The design of a replacement interchange on I-95 at Malabar Road. The project included widening Malabar Road, replacing the I-95 twin simple span AASHTO girder bridges over Malabar Road, drainage design and permitting, signing and pavement markings, sequence of construction, maintenance of traffi c, lighting, and signalization. FDOT District Five: SR 500, Marion County, Florida. Project Director. The widening of SR 500 to four lanes, the design of ten storm-water ponds, and an innovative draw down system within roadside swales. Other elements included signing and pavement markings, traffi c control plans and driveway profi les. FDOT District Six: Palmetto Expressway/NW 103rd Street Interchange, Dade County, Florida. Project Manager and Senior Bridge Engineer. The design of the widening of the Palmetto Expressway and the reconstruction of the interchange at NW 103rd Street. The project included roadway design, drainage design and permitting, signing and pavement markings, signaliza- tion and the design of three simple span AASHTO girder bridges, one two-span continuous plate girder bridge and one multi-span continuous curved steel box girder fl yover bridge. City of Tallahassee: Continuing Design Services Contract, Florida. Project Manager. Contract included the Family Aquatic Center site design, Welaunee Boulevard Corridor Study, Lafayette Street Enhancement Study, Tennessee/Monroe Street Intersection Improvement Project and Orange Avenue Extension Corridor Study. Gadsden County: General Engineering Consultant, Florida. Project Offi cer. Contract included miscellaneous resurfacing projects. Lane Construction Corporation: Maintenance of Traffi c Plans, Polk County, Florida. Project Manager. The development of maintenance of traffi c plans to coordinate the construction activi- ties of two contractors on adjacent sections of I-4 in Polk County. International Speedway Corporation: US 92 Pedestrian Overpass, Volusia County, Florida. Project Manager. Mr. Huebsch was responsible for the development of the design cri- teria package and the evaluation of the design-build proposals for the US 92 Pedestrian Overpass in Daytona Beach. Charles Humphries Constructability 1 SUMMARY Mr. Humphries has 38 years of experience in the construction industry. He has been responsible for major design-build transpor- tation projects throughout Florida and has a long track record of completing projects ahead of schedule, while exceeding goals for safety, quality, and budget. EDUCATION • A.S., Civil Engineering-Land Surveying, Louisiana Tech Uni- versity, 1976 PROFESSIONAL REGISTRATIONS • General Contractors Licence, Louisiana, Mississippi, South Carolina PROFESSIONAL AFFILIATIONS • Associated General Contractors, Associated Builders & Con- tractors, Past Board of Directors • Underground Contractors Association, Florida • Florida Transportation Builders Association • Pile Driving Association of Florida • Design-Build Institute of America, Florida • TEAM-FL • Floridians for Better Transportation Planning and Zoning Com- mission, City of Minneola • Lake-Sumter County’s Metropolitan Planning Commission Board CONTINUING EDUCATION • OSHA Compliance Management Course and Instructor, 10 hour and 30 hour • Associated General Contractors Safety Supervisor and Man- agement Program • First Aid and CPR (36 years), trained yearly • Hands-On Training in Management, Leadership, Safety, QC&A, EEO, Risk Management, Human Resources, Project Management, Business Development • HCSS Estimating • NCCER Master Trainer Certifi ed, Instructor • FMI Leadership Institute • FMI Coaching and Mentoring for Great Leaders • OSHA/NUCA Excavation Competent Person • Maintenance of Traffi c Supervisor Trained FDOT and ATTSA • NCCO-Certifi ed, National Certifi cation for Crane Operators, Technical Part Only • E-Rail Safe, RR Workers Training, and TWIC Cards PRIOR PROJECT EXPERIENCE I-375 Emergency Bridge Repairs, Sarasota, Florida. Vice President. Replace fi ve spans damaged by fi re in 19 days. 80 feet high. OOCEA: SR 414 Watermain Rehabilitation, Orlando, Florida. Vice President. 54-inch ductile-iron pipe watermain and 72-inch casing, 30-inch ductile-iron pipe. FDOT: Bridge over Indian River, Cocoa, Florida. Vice President. Demolition and completion of 3,000 LF of high rise bridge (100- feet) over the Indian River. Universal Studios, Orlando, Florida. Vice President. 1,800-acre site development. Walt Disney Animal Kingdom, Orlando, Florida. Vice President. Infrastructure, site development, foundations, Expedition Everest roller coaster. FDOT: Hurricane Disaster Rehabilitation, East Coast Central Florida. Vice President. 50-mile stretch. Bid, executed, and com- pleted 13 projects over a 55-week period. MDOT: Bascule Bridge Double Leaf, Gulfport, Mississippi. Vice President, Assistant Area Manager. LDOTD: Monroe, Louisiana. Vice President, Assistant Area Manager. Demo and replace 100-year old bridge downtown over the Ouachita River. Port of Lake Charles: Lake Charles, Louisiana. Vice President, Assistant Area Manager. New ship wharf for loading coal (1,200 LF) and rehab existing conveyor system. Port of Chalmette: Chalmette, Louisiana. Vice President, Assistant Area Manager. Demo and rebuild ship container ware- house and wharf, 2,000 LF. Canadian National Railroad: Manchac, Louisiana. Vice President, Assistant Area Manager. Repair and rebuild railroad bridge over Lake Pontchartrain. U.S. Army Corps of Engineers: New Orleans, Louisiana. Vice President, Assistant Area Manager. Canal #3 concrete line and rebuild existing drainage canal through City of New Orleans. U.S. Army Corps of Engineers: Claiborne Avenue Flood Control Project, New Orleans, Louisiana. Vice President, Assistant Area Manager. Construct Double Box Culvert (12-foot x 12-foot) cast-in-place through the City of New Orleans garden district. LDOTD: Alexandria, Louisiana. Vice President, Assistant Area Manager. I-49 Interchange with Pineville Expressway. 13 different bridges, ramps, and approaches. Richard Hunter, PE Structures Lead 1 Summary mr. Hunter has 24 years of structural expe- rience. He has designed numerous bridges and miscellaneous structures. In addition, his responsibilities have included the pro- duction and coordination of calculations and plans, the development of scopes and staff- hour estimates, and the review of consultant plans, shop drawings, and reports. He has been responsible for leading structural design on more than 65 bridges. Education • M.S., Structural Engineering, University of South Florida, 1995 • B.S., Aerospace Engineering, University of Florida, 1990 ProFESSionaL rEGiStrationS • Florida PE #50601, 1996 • Michigan PE #6201054027, 2007 • Georgia PE #031814, 2007 • Virginia PE #0402047403, 2010 ProjEct ExPEriEncE collier county: timber Bridge monitoring, collier county, Florida. Structural Engineer. This project involved inspecting tim- ber piles for 12 bridges in Collier County. This involved field work (measuring the pile diameters and inspecting the piles for dam- age), analysis (investigating the structural adequacy of the piles), and report preparation. collier county: county Barn road capacity improvements, from rattlesnake Hammock road (cr 864) to davis Boulevard (Sr 84), collier county, Florida. Structural Engineer. American developed construction plans for the widening of County Barn Road from a two-lane roadway to a four-lane divided urban arte- rial. Close coordination was required with the County to incorpo- rate extensive regional drainage improvements in the roadway design. The project included the design of three county utility lines, signalization, and lighting as well as permitting with South Florida Water Management District and U.S. Army Corps of Engineers. collier county: Golden Gate Boulevard over Golden Gate and miller canals Bridge replacement design-Build, collier county, Florida. Structural Engineer. The replacement of Golden Gate Boulevard Bridges over the Golden Gate Main and the Miller Canals are three span structures and required allowances for a 36-inch raw water main, bicycle lanes, and sidewalks. The bridge over Golden Gate Main Canal was a three span structure (50 feet 10 inches / 50 feet 6 inches / 50 feet 10 inches) with a total bridge length of 152 feet 2 inches. All three spans consist of an 8.5-inch thick deck supported by five 36-inch Florida I-beams spaced at 11 feet. The total out-to-out superstructure width was 51 feet 8 inches. The bridge is founded on pile bents utilizing five 18-inch PPC piles spaced at 11 feet. The bridge over Miller Canal was a three span structure (33 feet 8 inches / 33 feet 8 inches / 33 feet 8 inches) with a total bridge length of 101 feet. All three spans con- sist of an 18-inch thick cast-in-place flat slab and a total out-to-out superstructure width of 51 feet 8 inches. The bridge is founded on pile bents utilizing five 18-inch PPC piles spaced at 11 feet. charlotte county: tom adams Bascule Bridge rehabilitation, charlotte county, Florida. Lead Structural Engineer. This project involved the rehabilitation of this double leaf bascule structure with a bascule span length of 103 feet. Repairs included the replace- ment of the steel grating, span locks, stringers and rehabilitation of the mechanical and electrical system. The scope included a complete inspection and evaluation of the existing 1,000-foot-long structure. charlotte county: Load rating of GPc Bridge culverts, charlotte county, Florida. Lead Structural Engineer. Mr. Hunter was responsible for the preparation of load ratings using the AASHTO LRFR code of eight Greater Port Charlotte Waterway Bridge Culvert Structures as well as four bridges over the Charlotte County waterways. In addition to load ratings, American coordi- nated the initial inspection and bridge number request with FDOT. charlotte county: Load rating – three charlotte county Bridges, charlotte county, Florida. Project Manager. American prepared the post construction load rating for three bridges within Charlotte County using the latest LRFR criteria. The first bridge was Aqui Esta Bridge over the Venice Canal which used pre- stressed, precast slab units with a CIP joints and raised sidewalks in a 25 feet:35 feet:25 feet span arrangement. A continuous 18.5- inch CIP flat slab superstructure is used on the second bridge to carry the Burnt Store Road traffic over this four 35-foot spans bridge. The third bridge was a three barrel 8-foot by 5-foot bridge culvert that was used to support Piper Road. All three of these load ratings relied on the original design plans, shop drawings and field inspections to accurately load rate these structures. charlotte county: tom adams Bridge rehabilitation, charlotte county, Florida. Senior Transportation Engineer. American completed the inspection, evaluation, design, and CEI services for the Phase 1 repairs about five years ago. We are cur- rently finalizing the design for Phase 2 and have submitted 100% plans. Phase 1 repairs included cathodic protection pile jacketing, concrete deck repairs, replacing the steel grid decking, repairs to structural steel beams, bridge painting, and mechanical and elec- trical work. Phase 2 includes structural steel repairs and painting of the movable span, a new tender house, upgrades of the electri- cal and mechanical equipment, approach slab replacement, and rehabilitation of the bridge sidewalks to comply with ADA requirements. New traffic barriers and pedestrian railing will Richard Hunter, PE Structures Lead 2 also be placed along the entire length of the structure. Prior to performing the rehabilitation work, American staff verified the load rating of this bridge. charlotte county: Emergency repairs, charlotte county, Florida. Inspector. For this project American provided emergency services for Charlotte County to assist the Public Works Division in emergency design and construction of repairs to infrastructure after Hurricane Charley. charlotte county: ingraham Boulevard Bridge over Presidents Waterway, charlotte county, Florida. Senior Structural Engineer. This project involved the emergency inspection and evaluation of the Ingraham Boulevard Bridge over Presidents Waterway that was struck by a vessel resulting in the complete fracture of one precast, prestressed concrete pile. The structure has five 24-foot spans, consisting of precast, prestressed, concrete box beams supported on pile bents with 2 feet 6-inch square pile caps. The pile bents consist of seven 14-inch precast, prestressed concrete piles with the outside pile battered. Several alternatives for the rehabilitation of the bridge were developed and presented to the County with a recommended solution. Rehabilitation plans were then prepared that included the driving of steel H piles on either side of the fractured concrete pile with a rolled steel beam placed across the two piles under the existing concrete cap. The cap was then jacked upward from this frame to relieve the dead load on the first undamaged concrete pile that was imposed when the pile was fractured. American also provided oversight of the contractor to ensure construction was in compliance with the plans. city of north Port: Pedestrian/Equestrian/Bicyclist Bridge at myakkahatchee creek Environmental Park, north Port, Florida. Lead Structural Engineer. American designed a bridge over the Myakkahatchee Creek to allow access for pedestri- ans, bicyclists and equestrians to the Myakkahatchee Creek Environmental Park from the south. A prestressed slab with a cast- in-place topping was used for this span that is approximately 60 feet long. Special design and geometric criteria were considered due to the use of this trail by horse; because of this, the design uses FHWA’s Equestrian Design Guidebook for Trails, Trailheads and Campgrounds. The foundations use Geosynthetic Reinforced Soil (GRS) abutments to support the precast slab superstructure. The use of this innovative construction method helped to signifi- cantly reduce bridge construction cost and duration and ease the substructure construction since amount of heavy equipment is reduced when compared to pile bents. city of Port St. Lucie: Pedestrian Bridges along SE Veteran’s memorial Parkway, Saint Lucie county, Florida. Structural Engineer-of-Record. Two timber pedestrian bridges were replaced to improve pedestrian safety and reduce maintenance costs. Steel truss superstructures with pile end bents were used for both bridges to meet the aesthetic requirements of the nearby commu- nity. In addition to the structural plans, American was responsible for the sidewalk approaches, drainage design, maintenance of traffic, and erosion control plans. Sarasota county: Siesta Key Bridge replacements, Siesta Key, Florida. Senior Structural Engineer. This project involved the design review of five 26-foot-long replacement bridges. The bridges consisted of a precast concrete three-sided frame with short approach slabs and a decorative bridge railing. The project also included public hearings to present ideas and concepts for the bridge replacement. Fdot district one: i-75 from Sr 951 to north of Golden Gate Parkway, collier county, Florida. Structural Engineer-of-Record. This project involves improvements on I-75 from SR 951 to north of Golden Gate Parkway. This includes inside widening of the I-75 bridges over the Golden Gate Canal from four to six lanes. The bridges are located on a curved section of I-75 with skews that ranged from 40 to 47 degrees. The five spans on each of these bridges varied in length from 43 feet 6.5 inches to 48 feet 1-inch, which allows Florida-I 36 beams to be used on the northbound bridge, but truncated Florida-I beams will be used to avoid reduc- ing the vertical clearance on the southbound bridge due to the superelevation. Battered 24-inch piles will be used to avoid con- flicts with the existing piles while providing support the widened bent substructures. In addition to the bridges, almost 400,000 feet of sound barriers will be installed. Fdot district Seven: i-75 from the Pasco/Hernando county Line to South of Sr 50 design-Build (5147075), Hernando county, Florida. Structural Engineer-of-Record. This 5.4-mile project widens the existing four-lane divided rural interstate to a six-lane rural interstate with 12-foot shoulders (10-foot paved) and included the extension of eight box culverts, including a 15-foot by 12-foot Cattle Crossing. Other miscellaneous structures on this project included DMS sign truss, CCTV poles, and a conveyor system that allowed the fill to be carried over I-75 travel lanes from the shoulder to the median creating a safer maintenance of traffic scheme for both the contractor and the traveling public. Palm Beach county: Lyons road over LWdd L-30 canal, Palm Beach county, Florida. Structural Engineer-of-Record. This project involved the design and preparation of contract docu- ments for this single 70-foot span bridge. The superstructure con- sists of AASHTO Type II beams which are supported by pile bents. Pinellas county: Sunset Point road over Spring Branch of Stevensons creek, Pinellas county, Florida. Structural Engineer-of-Record. This project involved the bridge concept analysis and report as well as the design and load rating of this two barrel bridge culvert with a total span length of 26 feet 6 inches. Akram Hussein, PE, PTOE Signing and Pavement Markings 1 SUMMARY Mr. Hussein serves as a project manager for transportation operations, planning, and traffi c engineering design projects. He has 27 years of experience in intersection improvements, roundabout analysis, cor- ridor studies, safety analysis, and freeway interchange analysis (interchange modifi ca- tion report [IMR], interchange operational analysis report [IOAR], interchange justifi cation report [IJR], and systems interchange modifi cation report [SIMR]). His experience spans a broad range of facilities including roadway and land development for the public and private sectors. Mr. Hussein also has experience in signing, pavement marking, signalization, lighting, and ITS design. He pre- pared SIMRs for the operational improvements for I-275/I-4 and has completed eight IMRs, three SIMRs, two IJRs, three IOARs, and three project development and environment (PD&E) studies with interchanges. Mr. Hussein is profi cient in HCS, CORSIM, SYNCHRO, SIDRA, and VISSIM. EDUCATION • B.S., Civil Engineering, University of South Florida, 1988 PROFESSIONAL CERTIFICATIONS • Florida PE #58069, 2002 • Professional Traffi c Operations Engineer (PTOE) #1364, 2006 TECHNICAL SKILLS • HCS • SYNCHRO • CORISM • VISSIM • Microstation • SIDRA • RODEL • TRNNSYT-7F PROJECT EXPERIENCE Collier County: County Barn Road (CR 268) Capacity Improvements from Rattlesnake Hammock Road (CR 864) to Davis Boulevard (SR 84), Collier County, Florida. Senior Traffi c Engineer. Mr. Hussein’s role was to design all signals and signing and pavement markings. The existing two-lane road is being widened to four lanes. American is providing roadway, signing and pavement marking, signalization, lighting, structural, and utility relocation plans. Mr. Hussein is the Engineer-of-Record for the traffi c signals and signing and pavement marking design plans. He was also responsible for the intersection analysis at Davis Boulevard and the signal warrant analysis at CR 268 and Charlemagne Boulevard. Collier County: Goodlette-Frank Road Capacity Improvements from Golden Gate Parkway to Pompeii Lane, Collier County, Florida. Senior Traffi c Engineer and Engineer-of-Record. Mr. Hussein was responsible for the traffi c signals and signing and pavement marking design plans. American was selected for this 2.8-mile urban roadway improvement project. The existing four- lane roadway was widened to six lanes. Full design services were provided, including roadway and drainage design, permitting, design of six signals, signing and marking, and lighting through- out the corridor. The existing pedestrian facilities within the cor- ridor were expanded to provide a recreational trail. This project also included major utility coordination of potable water mains, raw water mains, force mains, gas mains, power lines, and cable television. A right-turn bypass lane was constructed to improve traffi c fl ows through the highly congested Golden Gate Parkway/ Goodlette-Frank Road intersection. The drainage design included construction of a 2.75-mile drainage pipe to intercept pavement runoff prior to entering a major drainage ditch. The intercepted pavement runoff was treated and attenuated. The design signifi - cantly reduced localized fl ooding. Roadway, lighting, structural, and signalization plans were prepared. City of North Port: Cranberry Boulevard at Price Boulevard Signal Warrant Analysis, Sarasota County, Florida. Senior Traffi c Engineer. American performed a Traffi c Signal Warrant Analysis at this intersection. A thorough fi eld review was per- formed to conduct a condition diagram of each intersection, col- lect topographical features and roadway characteristics, collect and review recent (3- to 5-year) accident data, and analyze the intersection. Each analysis was summarized into a technical report consisting of calculations and a fi nal recommendation for the intersection. The analyses were conducted based on the cur- rent edition of the Manual on Uniform Traffi c Control Devices and FDOT’s Traffi c Engineering Guidelines for Signal Warrant and Intersection Studies. City of North Port: Traffi c Impact Analysis for Proposed Walgreens, Sarasota County, Florida. Project Manager. Mr. Hussein was responsible for analysis, coordination, and prepar- ing the report using Trip Generation reference and the Highway Capacity Manual (HCM). City of North Port: Toledo Blade Boulevard at Price Boulevard Signal Warrant, Sarasota County, Florida. Senior Traffi c Engineer. Mr. Hussein was responsible for traffi c analysis in the Toledo Blade corridor, which included the Toledo Blade at Price Boulevard signal warrant/traffi c and delay study, the Toledo Blade at Cranberry Boulevard signal warrant analysis, the I-75 inter- change analysis for ramp improvements and the Toledo Blade Boulevard speed study analysis. Pasco County: Starkey Boulevard and Alico Pass Intersection Improvements, Pasco County, Florida. Lead Traffi c Engineer. This project involved providing potential intersection confi gura- tions that will improve the intersection’s operation using the Highway Capacity Manual, SYNCHRO, and SIDRA. Akram Hussein, PE, PTOE Signing and Pavement Markings 2 American evaluated the Starkey Boulevard and Alico Pass inter- section for four potential intersection alternatives: an existing two-lane section with addition of turn lanes, widening of Starkey Boulevard to four lanes with turn lanes, a single roundabout, and a dual lane roundabout. One additional analysis was to include a traffi c signal with alternative 2. The report included safety reviews, current and future traffi c patterns, existing and future level of ser- vice, right-of-way needs, and design and construction cost esti- mates for each alternative, as well as the cost benefi t analysis to meet to meet the overall project’s long-term needs. The scope of work involved preparing a conceptual layout for each alterna- tive, including pedestrian and bicycle facilities. The scope of work included providing turning movement counts during peak hours, summarizing crash data, existing and future peak hours analysis, communicating with County staff, develop a public meeting, and attend a Pasco County commissioner meeting. City of Port St. Lucie: Crosstown Parkway Extension Manth to US 1, Port St. Lucie, Florida. Senior Transportation Engineer. Mr. Brown was responsible for the design of two signalized inter- sections within the project corridor. The intersection of Crosstown Parkway and US 1 consisted of a 267-foot mono-tube signal sup- port. Mr. Brown provided all signalization plans production for this project. This project is the fi nal segment of a new $150 million, 10-mile parkway that was planned, designed, and constructed by the City of Port St. Lucie. This fi nal eastern 1.5-mile segment between Manth Lane and US 1 includes an elevated 4,000-foot long bridge that crosses the Savannas Preserve State Park, North Fork St. Lucie River Aquatic Preserve, and sovereign submerged lands. The fi rst part of the project required an early assessment of environmental impacts and potential mitigation options to obtain a conceptual permit from the South Florida Water Management District (SFWMD) and informal approval from the U.S. Army Corps of Engineers. This work was conducted concurrently with the City’s preparation of an Environmental Impact Statement and Section 4(f) evaluation for the new river crossing. The second part of the project includes preliminary and 60 percent design, and the development of the design-build criteria package, which includes a new six-lane roadway and bridge. American is responsible for the overall project management including any revi- sions to the corridor master plan. Services also include hydrologic studies and drainage design, landscape and irrigations plans, architectural plans, utility coordination and the necessary adjust- ment plans, signalization, and structures design for the 4,000-foot long bridge. Environmental tasks during design include wetland delineation, wildlife surveys, Section 7 consultation, extensive coordination with state and federal agencies, design traffi c noise update, and permitting. American is also serving as the technical support team for the City’s technical review committee during the design-build selection process. FDOT District One: I-75 from SR 951 to North of Golden Gate Parkway, Collier County, Florida. Senior Traffi c Engineer. Mr. Hussein was the Engineer-of-Record for signing and pavement marking plans. This project involves the milling and resurfacing the existing roadway and widening of I-75 from four to six lanes from north of SR 951 to north of Golden Gate Parkway, a distance of approximately 3.3 miles. This section includes 12-foot inside and outside shoulders, 10-foot paved (full depth median). The widening of I-75 will be to the median and will tie in to the existing six-lane section north of Golden Gate Parkway. The project also includes widening the bridge over Golden Gate Canal. The drainage for the project will consist of dry detention swales (ponds as identifi ed in the SWMR) running parallel to I-75, the majority of which will be located within the median. One wet pond (pond 3-2) will be located near the middle of the project north of Santa Barbara Boulevard in the median. This pond will primarily be used for borrow for con- struction of the interstate widening, as well as provide stormwater treatment. The construction of four noise barriers along the project corridor will also be included as part of the interstate widening. FDOT District One: I-75 at SR 72 (Clark Road) Interchange, Sarasota County, Florida. Senior Traffi c Engineer. Mr. Hussein was the Engineer-of-Record for the traffi c analysis report, signing, pave- ment markings, signalization, and lighting plans. The purpose of this project is to reconstruct the existing I-75 at Clark Road interchange facility to the ultimate confi guration as defi ned in the PD&E study. The interchange will be reconstructed as a diverging diamond interchange (DDI). I-75 will be constructed to accommodate the ultimate typical section of a ten-lane facility with two express lanes and three general use lanes in each direction. North of Clark Road, an auxiliary lane will be added in both directions along I-75. The interchange improve- ments will allow the existing I-75 at SR 72 (Clark Road) bridges to remain. The drainage improvements will be open ditches, ponds, and fl oodplain compensation. Permits are expected from the U.S. Army Corps of Engineers, Southwest Florida Water Management District, and Florida Department of Environmental Protection. FDOT District Seven: I-75 from the Pasco/Hernando County Line to South of SR 50 Design-Build, Hernando County, Florida. Senior Traffi c Engineer. This 5.4-mile project widens the existing four-lane divided rural interstate to a six-lane rural interstate with 12-foot shoulders (10-foot paved) and milling and resurfacing of the existing pavement to provide cross slope correction. Danielle Intriago Utility Coordination 1 SUMMARY Ms. Intriago has ten years of experience in roadway design, utility coordination, and plans production. Project experience includes sidewalk design, weigh stations, 3R projects, new construction, and inter- state widening. Other responsibilities include use of GEOPAK and Microstation roadway design, signing/pavement marking design, typical sec- tion packages, pavement design, guide sign design, cross slope corrections, design variations, design exceptions, quantities, cross sections, and design documentation preparation. Ms. Intriago is a certifi ed utility coordinator in FDOT Districts One and Seven. EDUCATION • B.S., Mechanical Engineering, University of South Florida, 2010 CERTIFICATIONS • Maintenance of Traffi c (MOT) Advanced, 11871 TECHNICAL SKILLS • MicroStation • Geopak • Certifi ed Utility Coordinator (Districts One and Seven) PROJECT EXPERIENCE Marion County Board of County Commissioners: Engineering and Design of Various Roads, Marion County, Florida. Utility Coordinator. The intersection improvement project at NW/SW 80th Avenue at SR 40. The improvements consist of widening NW/SW 80th Avenue to allow for the addition of a left-turn lane for both the northbound and southbound directions of travel. In addition, there will be utility coordination, traffi c analysis for the left-turn lanes and permitting for this project. City of Tarpon Springs: Design Improvements to Brick Streets, Tarpon Springs, Florida. Utility Coordinator and Roadway Designer. This project had eight utility owners. Responsibilities included coordinating with the utility owners on identifying possible confl icts. This project included improvements for Chesapeake Drive from Riverside Drive to Chesapeake Mobile Home Park; Grosse Avenue from Lime Street to Tarpon Avenue; and Canal Street from Spring Boulevard to Roosevelt Boulevard. Improvements included rehabilitation of the brick pavement, utility coordination and replacement, ADA improvements, and permit- ting. The project length for these improvements was 2,690 feet along Chesapeake Drive, 930 feet along Grosse Avenue, and 540 feet along Canal Street for a total length of 0.79 miles. These proj- ects included: • Chesapeake Drive Brick Rehabilitation (Riverside Drive to Chesapeake Mobile Home Park). Roadway Designer. Ameri- can provided engineering analysis, design, plans preparation, bid documents, permitting, and post design services in connec- tion with the planned rehabilitation of this existing brick street in the City of Tarpon Springs. Roadway improvements included rehabilitation of the brick pavement, drainage improvements, and utility coordination. The project length is approximately 2,690 feet. The Tarpon Bayou Center is located within the proj- ect limits. The design for Chesapeake Drive was completed in September 2012. • Grosse Avenue Brick Rehabilitation (Lime Street to Tarpon Avenue). Roadway Designer. American provided engineering analysis, design, plans preparation, bid documents, permit- ting, and post design services in connection with the planned rehabilitation of this existing brick street in the City of Tarpon Springs. Improvements to the roadway included rehabilitation of the brick pavement, drainage improvements, and utility co- ordination. The project length is approximately 930 feet and the design was completed in October 2011. • Canal Street Brick Rehabilitation (North Spring Boule- vard to Roosevelt Boulevard). Roadway Designer. American provided engineering analysis, design, plans preparation, bid documents, permitting, and post design services in connection with the planned rehabilitation of this existing brick street in the City of Tarpon Springs. Improvements to the roadway included rehabilitation of the brick pavement, drainage improvement and utility coordination. The project length is approximately 540 feet and the design was completed in October 2011. FDOT District One: I-75 from SR 951 to North of Golden Gate Parkway, Collier County, Florida. Roadway Designer. This proj- ect involves the milling and resurfacing the existing roadway and widening of I-75 from four to six lanes from north of SR 951 to north of Golden Gate Parkway, a distance of approximately 3.3 miles. This section includes 12-foot inside and outside shoulders, 10-foot paved (full depth median). The widening of I-75 will be to the median and will tie in to the existing six-lane section north of Golden Gate Parkway. The project also includes widening the bridge over Golden Gate Canal. The drainage for the project will consist of dry detention swales (ponds as identifi ed in the SWMR) running parallel to I-75, the majority of which will be located within the median. One wet pond (pond 3-2) will be located near the mid- dle of the project north of Santa Barbara Boulevard in the median. This pond will primarily be used for borrow for construction of the interstate widening, as well as provide stormwater treatment. The construction of four noise barriers along the project corridor will also be included as part of the interstate widening. Danielle Intriago Utility Coordination 2 FDOT District One: I-75 at SR 72 (Clark Road) Interchange, Sarasota County, Florida. Roadway Designer and Utility Coordinator. The purpose of this project is to reconstruct the existing I-75 at Clark Road interchange facility to the ultimate confi guration as defi ned in the project development and environ- ment (PD&E) study. The interchange will be reconstructed as a diverging diamond interchange (DDI). I-75 will be constructed to accommodate the ultimate typical section of a ten-lane facility with two express lanes and three general use lanes in each direction. North of Clark Road, an auxiliary lane will be added in both direc- tions along I-75. The interchange improvements will allow the existing I-75 at SR 72 (Clark Road) bridges to remain. The drain- age improvements will be open ditches, ponds, and fl oodplain compensation. Permits are expected from the U.S. Army Corps of Engineers, Southwest Florida Water Management District, and Florida Department of Environmental Protection. FDOT District One: Legacy Trail over US 41 Pedestrian Bridge Design-Build, Sarasota County, Florida. Utility Coordinator. This project had six utility owners, one with relocation. Responsibilities included coordinating with the utility owners on identifying con- fl icts and fi nalizing the UWS. American was the lead engineering fi rm for the design-build of the Legacy Pedestrian Trail over US 41. This project was also a LAP project. American completed this award winning, high profi le project that consisted of the design and construction of an aesthetically pleasing pedestrian trail bridge to directly connect the north and south segments of Legacy Trail in Sarasota County. The pedestrian bridge has a clear width of 12 feet on the bridge and approaches, while an 8-foot sidewalk was used to connect the landing point of Legacy Trail Bridge to the sidewalks that run along US 41. FDOT District Seven: I-75 (SR 93A) from SR 50 to Hernando/ Sumter County Line, Hernando County, Florida. Roadway Designer and Utility Coordinator. This project had 11 utility owners, fi ve of which required relocations. Responsibilities included coor- dinating with the utility owners on identifying confl icts. This project involved the widening of I-75 from just north of SR 50 to north of the Hernando/Sumter County Line. The design of the project accounts for both interim and ultimate improvement needs along I-75 and is prepared in compliance with AASHTO and FDOT standards, speci- fi cations, and procedures. Four bridges will be widened as part of this project. These bridges have AASHTO PCC I-beam superstruc- tures supported by pile bent substructures. The bridges over the Withlacoochee River required an in-depth scour analysis to ensure the stability of bridges during the design storm events. FDOT District Seven: Park Road, I-4 (SR 400) to Sam Allen Road, Hillsborough County, Florida. Utility Coordinator. American provided full design for the widening of Park Road to provide four through lanes with a 40-foot depressed median from north of I-4 to Sam Allen Road, a distance of approximately 0.5 miles. American utilized a creative solution for this project which helped reduce construction costs by reducing pavement design and maintaining existing roadway geometry. This roadway wid- ening/reconstruction project also included 0.57 miles of improve- ments to Sam Allen Road west and east of Park Road. The work also provides for the addition of a westbound left-turn lane and an eastbound right-turn lane on Sam Allen Road, and 5-foot side- walks along both sides of Park Road. American produced the fol- lowing plans for this project: roadway/drainage and signing and pavement markings. FDOT District Seven: I-75 from South of CSX/Broadway Avenue to I-4, Hillsborough County, Florida. Utility Coordinator. This project consists of providing a two lane at-grade collector dis- tributor (CD) roadway adjacent to I-75 to take traffi c to I-4 from south of CSX/Broadway Avenue. This CD roadway will improve I-75 mainline operations and eliminate the weave between MLK and I-4 in the northbound direction of I-75. American is analyzing various options for the CD road to determine the greatest value, level of service, and safety with the least impact to utilities. The project will consist of a traffi c analysis to verify the alternative used for the at-grade CD road, and the design of the recommended at-grade CD road. The drainage improvements will be linear ponds and fl oodplain compensation. Permits are expected from the United States Army Corps of Engineers, the Southwest Florida Water Management District, US. Army Corps of Engineers, and the Florida Department of Environmental Protection. FDOT District Seven: I-75 from the Pasco/Hernando County Line to South of SR 50 Design-Build, Hernando County, Florida. Roadway Designer. This 5.4-mile project widens the existing four-lane divided rural interstate to a six-lane rural inter- state with 12-foot shoulders (10-foot paved) and milling and resur- facing of the existing pavement to provide cross slope correction. American is prime project engineer providing engineering and design services related to roadway, structures, drainage, geotech- nical, traffi c control, utilities, subsurface utility engineering, intel- ligent transportation systems, and signing and pavement marking. Additional services include public involvement, hazardous materi- als, right-of-way, utility coordination, and environmental permitting. FDOT District One: Demolition of Sunshine Skyway Fishing Piers Design-Build, Manatee and Pinellas Counties, Florida. Utility Coordinator. American developed a strategic demolition plan for the unsafe portions of the Sunshine Skyway Fishing Pier and installed safety measures to preserve to the maximum extent possible this signifi cant local recreational resource. The east pier removals required certain modifi cations for the continued safe use of the remaining west fi shing pier by the general public. Erik Leschak, PE Deputy Project Manager/Roadway/MOT Lead 1 Summary mr. Leschak has 18 years of experience in roadway, utility, traffic, and transporta- tion projects. Experience includes manag- ing roadway projects; coordinating design aspects, such as signing and pavement marking and utilities; providing quality assurance/quality control; and overseeing American’s roadway department. Project experience involves interstates, roadway widening, reconstruction, and milling and resurfacing of county and city roadways, design-build, main- tenance of traffic design, and safety improvements. He has served as Deputy Project Manager and Engineer-of-Record for two diverging diamond interchanges (DDIs) in District One. Mr. Leschak’s capabilities include computation booklet preparation, typical section packages, pavement design, and GUIDSIGN design. He is also trained in advanced maintenance of traffic and LRE/TRNS*PORT. Education • B.S., Civil Engineering, University of South Florida, 1999 ProFESSionaL rEGiStration • Florida PE #63874, 2006 ProjEct ExPEriEncE collier county: Golden Gate Boulevard over Golden Gate and miller canals Bridge replacement design-Build, collier county, Florida. Roadway Engineer. The replacement Golden Gate Boulevard Bridges over the Golden Gate Main and the Miller Canals are three span structures and required allowances for at 36-inch raw water main, bicycle lanes, and sidewalks. The bridge over Golden Gate Main Canal was a three span structure (50 feet 10 inches / 50 feet 6 inches / 50 feet 10 inches) with a total bridge length of 152 feet 2 inches. All three spans consist of an 8.5-inch thick deck supported by five 36-inch Florida I-beams spaced at 11 feet. The total out-to-out superstructure width was 51 feet 8 inches. The bridge is founded on pile bents utilizing five 18-inch PPC piles spaced at 11 feet. The bridge over Miller Canal was a three span structure (33 feet 8 inches / 33 feet 8 inches / 33 feet 8 inches) with a total bridge length of 101 feet. All three spans con- sist of an 18-inch thick cast-in-place flat slab and a total out-to-out superstructure width of 51 feet 8 inches. The bridge is founded on pile bents utilizing five 18-inch PPC piles spaced at 11 feet. collier county: county Barn road capacity improvements, from rattlesnake Hammock road (cr 864) to davis Boulevard (Sr 84), collier county, Florida. Roadway Engineer. American developed construction plans for the widening of County Barn Road from a two-lane roadway to a four-lane divided urban arterial. Close coordination was required with the County to incor- porate extensive regional drainage improvements in the roadway design. The project included the design of three county utility lines, signalization, and lighting as well as permitting with South Florida Water Management District and U.S. Army Corps of Engineers. Fdot district one: i-75 from Sr 951 to north of Golden Gate Parkway, collier county, Florida. Deputy Project Manager and Engineer-of-Record. This project involved the design of roadway and bridge/structural improvements on I-75 from SR 951 to north of Golden Gate Parkway in Collier County. The typical section included widening and resurfacing existing mainline I-75 to three-travel lanes in each direction, 12-foot shoulders (10-foot paved) inside and out- side. Highway lighting is being updated at the SR 951 and Golden Gate Parkway interchanges. All water management facilities are being provided in the median. Noise walls are also being provided. Fdot district one: i-75 at Sr 72 (clark road) interchange, Sarasota county, Florida. Deputy Project Manager and Engineer-of-Record. The purpose of this project is to reconstruct the existing I-75 at Clark Road interchange facility to the ultimate configuration as defined in the project development and environ- ment (PD&E) study. The interchange will be reconstructed as a diverging diamond interchange (DDI). North of Clark Road, an auxiliary lane will be added in both directions along I-75. The interchange improvements will allow the existing I-75 at SR 72 (Clark Road) bridges to remain. The drainage improvements will be open ditches, ponds, and floodplain compensation. Permits are expected from the U.S. Army Corps of Engineers, the Southwest Florida Water Management District, and the Florida Department of Environmental Protection. Fdot district Seven: i-75 from the Pasco/Hernando county Line to South of Sr 50 design-Build, Hernando county, Florida. Engineer-of-Record. This 5.4-mile project widens the existing four-lane divided rural interstate to a six-lane rural inter- state with 12-foot shoulders (10-foot paved) and milling and resur- facing of the existing pavement to provide cross slope correction. American is prime project engineer providing engineering and design services related to roadway, structures, drainage, geotech- nical, traffic control, utilities, subsurface utility engineering, intel- ligent transportation systems, and signing and pavement marking. Additional services include public involvement, hazardous materi- als, right-of-way, utility coordination, and environmental permitting. charlotte county: Harborview road at desoto canal Bridge replacement, charlotte county, Florida. Roadway Engineer. Design of the replacement structure over Desoto Canal. This project involves the replacement of the Harborview Road over Desoto Canal bridge in Charlotte County, Florida. In addition to structural design, the project also includes permitting, right-of-way surveys, drainage design and bridge hydraulic Erik Leschak, PE Deputy Project Manager/Roadway/MOT Lead 2 investigations, construction plans, and technical specifications necessary for replacing and reconstructing the bridge and associ- ated approaches. city of tarpon Springs: design of Brick Street improvements, Pinellas county, Florida. Project Manager and Lead Roadway Designer (former). This project involved roadway improvements that included rehabilitation of the brick pavement, utility coordina- tion and replacement, ADA improvements, and permitting.These projects included: • Bay Street from Lime Street to Spring Street • Grand Boulevard from Ada Street to Athens Street • Pineapple Street Brick Rehabilitation Lime Street to Spring Boulevard • Chesapeake Drive Brick Rehabilitation (Riverside Drive to Chesapeake Mobile Home Park) • Grosse Avenue Brick Rehabilitation (Lime Street to Tarpon Av- enue) • Canal Street Brick Rehabilitation (North Spring Boulevard to Roosevelt Boulevard) • Cross Street Brick Rehabilitation, from Hope Street to Athens Street • Shaddock Street from South Spring boulevard to Lemon Street • Lemon Street form South Spring Boulevard to Bath Street • Cedar Street from Arfaras Boulevard to South Pinellas Avenue • Ring Avenue from Tarpon Avenue to Lemon Street Pasco county: 20th Street Extension from Zephyrhills East Bypass (chancey road) to north of tucker road Pasco county, Florida. Designer. Mr. Leschak was responsible for all roadway and pavement marking tasks. American was selected to oversee the new construction to connect 20th Street to Copeland Drive. The scope involved extending 20th Street approximately 0.5 miles to complete a new north-south corridor within the City of Zephyrhills. The new route removes truck traffic from streets. Project involved preparation of a route study, environmental evalu- ation, widening of a major rural arterial intersection, and devel- opment of drainage ponds within a closed drainage basin. Right- of-way plans were prepared for the project and American’s staff conducted a public information meeting. Pasco county: cr 41/Fort King Highway and daugherty road intersection, Pasco county, Florida. Designer. Mr. Leschak was responsible for all roadway and CADD-related tasks. Tasks included generating quantities and design of all horizontal and vertical alignments using GEOPAK for reconstruction and widen- ing of a skewed intersection in Zephyrhills. The existing Tee inter- section featured a 65-degree skew with no turn lanes. American prepared a route study to develop and analyze realignment alter- natives. Final construction plans were developed, which included turn lanes, bicycle lanes, drainage ponds, lighting plans and a full signalized intersection. Right-of-way plans were prepared for the project. A public information meeting was also conducted by American’s staff. A permit was obtained through Southwest Florida Water Management District. city of Safety Harbor: Second avenue north and third avenue north improvements, Pinellas county, Florida. Designer. Mr. Leschak was responsible for the design of all roadway assign- ments. His duties included design and layout using GEOPAK, and generating quantities on this project. American was chosen to evaluate existing drainage, brick and asphalt pavement rehabilita- tion, utilities, and parking in a six block area of commercial and residential streets in downtown Safety Harbor. The final improve- ments included: reconstruction of the drainage system to eliminate localized flooding, rebuilding the brick pavement and granite curb, reconstructing asphalt pavement, addition of sidewalks, landscap- ing and replacement of city’s water system, gravity sewer system, and sewer force mains within the project limits. During the plan- ning and design, special consideration was given to avoid impacts to grandfather oak trees adjacent to the construction areas. Additional parking was provided near Main Street while parking away from Main Street was removed to provide a sidewalk and enhancements for pedestrians. Decorative lighting was provided. Overhead utility lines were buried as part of the project, which required extensive utility coordination. Hernando county: mariner Boulevard, South of Elgin to augustine drive, Hernando county, Florida. Designer. Mr. Leschak was responsible for CADD production for the prepara- tion of roadway, signing and pavement marking and signal plans for Mariner Boulevard from Augustine Road to Elgin Boulevard, a distance of approximately 1.2 miles. American designed the two adjoining sections from Spring Hill Drive to Augustine and from Elgin to SR 50. The typical section and scope of services is the same as the adjacent sections that were previously constructed with the major difference being the increase in the amount of traf- fic and the effects it may have on the maintenance of traffic plan. Signalization plans involved loop replacements at Elgin Boulevard and the addition of emergency signals for the new fire station. The signing for the emergency signal at the fire station is identical to what we developed for Spring Hill Drive. Hernando county: Florida Water Services - Spring Hill drive at mariner Boulevard intersection improvements Spring Hill, Florida. Designer. Mr. Leschak was responsible for assisting with plans production and quantities for this project. American devel- oped roadway and drainage construction plans for a 3.4-mile stretch along Spring Hill Drive. Improvements called for the expan- sion of a two- to five-lane roadway with closed drainage system. The major issue was to minimize conflicts with other utility facilities especially the main gas line and proposed storm sewer. American produced signing and pavement markings, signalization, drainage, and traffic control plans. Joel McGee, PSM Surveying & Mapping Lead 1 Summary mr. mcGee has 27 years of experience in surveying and roadway design on various types of civil engineering projects including highway design, right-of-way mapping, and streetscape design. Mr. McGee has been responsible for coordinating and managing surveying services and personnel, and con- struction inspection services. Education • Post Graduate studies in Surveying, Ohio State University, 1991 ProFESSionaL rEGiStrationS • Florida PSM #6430, 2003 ProjEct ExPEriEncE collier county: county Barn road capacity improvements, from rattlesnake Hammock road (cr 864) to davis Boulevard (Sr 84), collier county, Florida. Surveyor. Mr. McGee’s respon- sibilities included coordination with all field subconsultants, includ- ing survey and geotechnical crews. He was also responsible for preparing right-of-way documents including sketches and descrip- tions for right-of-way takes and easements necessary to construct this project. American developed construction plans for the wid- ening of County Barn Road from a two-lane roadway to a four- lane divided urban arterial. Close coordination was required with the County to incorporate extensive drainage regional drainage improvements in the roadway design. The project included the design of three county utility lines, signalization, and lighting as well permitting with South Florida Water Management District and U.S. Army Corps of Engineers. collier county district School Board: tropicana Bridge design-Build criteria Package, collier county, Florida. Lead Surveyor. Mr. McGee was responsible for coordinating the field survey, reviewing, and verifying the topographic survey for a proj- ect that consisted of developing a design-build criteria package for a bridge crossing Golden Gate Canal connecting Tropicana Boulevard to Golden Gate High School with a 70-foot-wide three- lane vehicular bridge for local traffic to and from the school site only. The work will be constructed to allow for continued use of the existing facility. The estimated total project cost is $3 million. collier county: Goodlette-Frank road capacity improvements, from Golden Gate Parkway to Pompeii Lane, collier county, Florida. Lead Surveyor. Mr. McGee’s responsibilities included coordination with all field subconsultants, including survey and geotechnical crews. He was also responsible for preparing right-of-way documents including sketches and descriptions for right-of-way takes and easements necessary to construct this project. American was selected for this 2.8-mile urban roadway improvement project. The existing four-lane roadway was wid- ened to six lanes. Full design services were provided, including roadway and drainage design, permitting, design of six signals, signing and marking, and lighting throughout the corridor. The existing pedestrian facilities within the corridor were expanded to provide a recreational trail. This project also included major util- ity coordination of potable water mains, raw water mains, force mains, gas mains, power lines, and cable television. A right-turn bypass lane was constructed to improve traffic flows through the highly congested Golden Gate Parkway/Goodlette-Frank Road intersection. The drainage design included constructing 2.75 miles of drainage pipe to intercept pavement runoff prior to enter- ing a major drainage ditch. The intercepted pavement runoff was treated and attenuated. The design significantly reduced localized flooding. Roadway, lighting, structural, and signalization plans were prepared. collier county: Golden Gate Boulevard over Golden Gate and miller canals Bridge replacement design-Build. Surveyor. The replacement of Golden Gate Boulevard Bridges over the Golden Gate Main and the Miller Canals are three span structures and required allowances for a 36-inch raw water main, bicycle lanes, and sidewalks. The bridge over Golden Gate Main Canal was a three span structure (50 feet 10 inches / 50 feet 6 inches / 50 feet 10 inches) with a total bridge length of 152 feet 2 inches. All three spans consist of an 8.5-inch thick deck supported by five 36-inch Florida I-beams spaced at 11 feet. The total out-to-out superstruc- ture width was 51 feet 8 inches. The bridge is founded on pile bents utilizing five 18-inch PPC piles spaced at 11 feet. The bridge over Miller Canal was a three span structure (33 feet 8 inches / 33 feet 8 inches / 33 feet 8 inches) with a total bridge length of 101 feet. All three spans consist of an 18-inch thick cast-in-place flat slab and a total out-to-out superstructure width of 51 feet 8 inches. The bridge is founded on pile bents utilizing five 18-inch PPC piles spaced at 11 feet. charlotte county: michael Kosinski and anne merry Bridge repairs, Knight island, Florida. Lead Surveyor. Mr. McGee was responsible for coordinating with the field survey subconsultant, and he prepared the sovereign submerged lands easement and right-of-way takes for the proposed bridge. American provided ser- vices for the above and below water inspection, evaluation, load rating and preparation of emergency repair plans for two timber bridges after failure due to overweight truck. Repair of Kosinski Bridge consisted of replacement of deteriorated and failed timber stringers, timber decking and shoring up intermediate bents and end bents. Anne Merry timber bridge was replaced with precast prestressed concrete (PPC) deck beam bridge supported on precast concrete pile caps. Plans were completed on an Joel McGee, PSM Surveying & Mapping Lead 2 emergency basis to minimize the duration of road closure. charlotte county: carmalita corridor improvements, from cooper Street to Education Street, charlotte county, Florida. Right-of-Way Mapper. Mr. McGee was responsible for preparing legal descriptions for the right-of-way takings along the project corridor. The goal of this project was to improve traffic flow around a middle school, high school, and school bus transportation facil- ity and relieve flooding along a 1 mile corridor. Carmalita Street and Education Street were reconstructed and widened from two to three lanes. American evaluated and designed improvements for roadway widening, intersection improvements, improved light- ing, signalization, an 8-foot sidewalk addition, and creation of a regional drainage pond to relieve flooding issues. This project also included delineating wetlands and conducting wildlife surveys. Extensive coordination was required with the Charlotte County School District due to the proximity of schools (elementary, middle, and high school), countywide school bus transportation facility, and warehouses. Certain construction phases were tied to the school schedule to minimize impacts to school operations. This was a joint effort with Southwest Florida Water Management District (SWFWMD)/Charlotte County/School Board, and City of Punta Gorda. Deliverables included roadway, lighting, and signal plans. A permit was obtained from SWFWMD. Hernando county: mariner Boulevard, south of Elgin to augustine drive, Hernando county, Florida. Survey Coordinator and Field Survey Supervisor. Mr. McGee prepared the right-of-way maps and all legal descriptions necessary for the construction. He was also responsible for answering RFIs from the contractor during construction in regards to any survey layout, right-of-way, or survey control questions for Mariner Boulevard from Augustine Road to Elgin Boulevard, a distance of approxi- mately 1.2 miles. American designed the two adjoining sections from Spring Hill Drive to Augustine and from Elgin to SR 50. The typical section and scope of services is the same as the adjacent sections that were previously constructed with the major differ- ence being the increase in the amount of traffic and the effects it may have on the maintenance of traffic plan. Signalization plans involved loop replacements at Elgin Boulevard and the addition of emergency signals for the new fire station. The signing for the emergency signal at the fire station is identical to what we devel- oped for Spring Hill Drive. Pasco county: 20th Street Extension from Zephyrhills East Bypass (chancy road), Pasco county, Florida. Survey Coordinator and Field Survey Supervisor. Mr. McGee prepared the right-of-way maps and all legal descriptions necessary for the construction. He was also responsible for answering RFIs from the contractor during construction in regards to any survey layout, right-of-way, or survey control questions. American was selected to oversee the new construction to connect 20th Street to Copeland Drive. GEOPAK was used to aid in the design pro- cess and 20th Street was extended approximately .5 miles to com- plete a new north-south corridor within the City of Zephyrhills. The new route removes truck traffic from streets. The project involved preparation of a route study, environmental evaluation, widening of a major rural arterial intersection, and development of drainage ponds within a closed drainage basin. Project right-of-way plans were prepared and American’s staff conducted a public informa- tion meeting. Pasco county: cr 41/Fort King Highway and daughtery road intersection improvements, Pasco county, Florida. Survey Coordinator and Field Survey Supervisor. Mr. McGee prepared the right-of-way maps and legal descriptions necessary for the construction. He was also responsible for answering RFIs from the contractor during construction, in regards to any sur- vey layout, right-of-way, or survey control questions. The project involved reconstructing and widening of a skewed intersection in Zephyrhills. The existing T-intersection featured a 65 degree skew without any turn lanes. American prepared a route study to develop and analyze realignment alternatives. Final construction plans were developed including turn lanes, bike lanes, drainage ponds, lighting plans, right-of-way plans, and a full signalized intersection. A public information meeting was conducted by American’s staff. A permit was obtained from SWFWMD. Pasco county: main Street (nebraska ave), congress Street to rowan road, Pasco county, Florida. Project Manager and Survey Cooridnator. Mr. McGee’s role included the design of hori- zontal and vertical roadway geometry. He also prepared a route study, pond siting report, and conducted a public meeting and was responsible for creating right-of-way maps, preparing legal descriptions, and sketches for all right-of-way takes. This project involved 0.6 miles of two-lane rural widening, including paved shoulders, pond site study ,and right-of-way mapping. American was responsible for all aspects of the roadway design including drainage, signing and marking, utility coordination, geotechnical investigations, and environmental study and or mitigation of wet- lands, permitting and public involvement. Pasco county: Shady Hills road (Sr 52 to north county Line), Pasco county, Florida. Surveyor. Mr. McGee was involved in preparation of the base files and roadway alternatives for this route study to research the feasibility of adding paved shoulders and turning lanes, and milling and resurfacing pavement on Shady Hills Road from SR 52 to North County Line. The pond study inves- tigated environmental and drainage concerns. The study included a traffic study and concepts for realigning the intersection to SR 52. American was responsible for roadway, drainage and traffic data collection, proposed alignment and pond analysis, and public involvement. 1 Alexander Murray, EI Structures SUMMARY Mr. Murray has three years of experience assisting in the design and plans produc- tion for bridge design and repair projects. Responsibilities include preparing load rat- ing calculations, developing bridge retrofi t concepts, preparing cost estimates, and writing reports. EDUCATION • B.S., Civil Engineering, University of Florida, 2012 PROFESSIONAL REGISTRATIONS • Florida EI #1100019558 SOFTWARE • Leap Bridge Software (Conspan), FBPier, Mathcad, STAAD Pro, Microstation PROJECT EXPERIENCE Collier County: Timber Bridge Monitoring, Collier County, Florida. Engineering Intern. Mr. Murray assisted with inspecting timber piles for 12 bridges in Collier County. This involved fi eld work (measuring the pile diameters and inspecting the piles for damage), analysis (investigating the structural adequacy of the piles), and report preparation. FDOT District One: I-75 from SR 951 to North of Golden Gate Parkway, Collier County, Florida. Engineering Intern. Mr. Murray is responsible for design calculations for both of the bridges as part of this project, which includes the design of roadway and bridge/ structural improvements on I-75 from SR 951 to north of Golden Gate Parkway in Collier County. The typical section includes wid- ening and resurfacing existing mainline I-75 to three-travel lanes in each direction, widening to the median, 12-foot shoulders (10- foot paved) inside and outside. Highway lighting is being updated at the SR 951 and Golden Gate Parkway interchanges. All water management facilities are being provided in the median. Noise walls are also being provided. FDOT District One: I-75 at US 301 Interchange, Manatee County, Florida. Engineering Intern. Mr. Murray is responsible for the initial set of design calculations for this bridge along with eleva- tion calculations. As a subconsultant, American is responsible for design of widening both I-75 over Salt Marsh northbound bridge, which is 1,560 feet long and the southbound bridge, which is 1,140 feet long. Both bridges utilize Florida-I beam superstructures with 24-inch pile bents to span over this environmentally sensitive waterway. In addition, American is performing the peer review of the I-75 bridges over the Manatee River as well as the traffi c control plans for the project. This project consists of widening a six-lane interstate to eight lanes and major modifi cations to the interchange. The project length is 4 miles. The interchange modi- fi cations involve reconstruction of the partial cloverleaf to a dia- mond interchange. This requires two new 4,000-foot-long struc- tures for two legs of the diamond interchange to span the Manatee River. Two additional 1,000-foot-long structures over Salt Marsh will also be widened. All stormwater is being treated within the existing right-of-way. FDOT District Seven: I-75/SR 93A NB On-Ramp from EB/WB I-4 to Bypass Canal, Hillsborough County, Florida. Structural Designer. American serves as a subconsultant providing struc- tural services. This project requires the reconstruction of the I-4 ramps to I-75 NB to improve both the operational and safety of this vital connection. In order to accomplish this, four bridges were designed along with both permanent MSE retaining walls and tem- porary sheet pile walls. The bridges consist of single spans that ranged in length from 68 feet 3 inches to 85 feet allowing a FIB 36 superstructure to be used. The substructure consists of end bents supported on 18-inch prestressed concrete piles. In addition, the four 11-foot by 12-foot barrel bridge culvert under I-75 was extend and an unique utility steel pile bent was designed to provide sup- port for both a 10-inch and a 6-inch FGT transmission gas main during demucking work. One interesting aspect of this project was the need for partial removal of one of the existing bridges and the phased construction of the MSE walls to maintain traffi c to allow the new bridge to be constructed. FDOT District Seven: I-75 ITS between SR 56 and SR 54. Engineering Intern. Mr. Murray assisted with design of four cantile- ver and two-span overhead sign trusses for this project, including working on calculations for a monotube sign structure and plans detailing. This design-build project involved providing Intelligent Transportation System (ITS) Freeway Management capabilities for Tampa Bay SunGuide (I-75 at the SR 54 and SR 56 inter- changes). The overall project included providing ITS devices and supporting infrastructure and equipment within the project limits. As a subconsultant, American performed the structural design for two dynamic message signs (DMS) overhead span trusses with catwalks and four arterial dynamic message signs (ADMS) canti- lever sign supports, including three truss structures and a mono- tube structure. Adam Perez, PE Roadway/MOT 1 SUMMARY Mr. Perez has 21 years of diversifi ed expe- rience in highway design and project man- agement. His transportation experience includes highway design projects rang- ing from local streets to principal arterials, reconstruction, 3R improvements, intersec- tion improvements, safety improvements, median modifi cations, design of new rural and urban facilities, reconstruction, corridor studies, and project development and environment (PD&E) studies. Mr. Perez previously worked at FDOT District Seven for almost 18 years. EDUCATION • B.S., Civil Engineering, University of South Florida, 1995 PROFESSIONAL REGISTRATIONS • Florida PE #56066, 2000 PROJECT EXPERIENCE City of North Port: Price Boulevard from Sumter Boulevard to Toledo Blade Boulevard, North Port, Florida. Roadway Engineer. American is designing the widening of Price Boulevard from Sumter Boulevard to Toledo Blade Boulevard, approximately 2.7 miles, from two to four lanes (11 feet with 5-foot bicycle lanes) with a 19.5-foot median. The project will incorporate pedestrian, bicycle, and transit features in a complete street design including 8-foot wide sidewalks on both sides of the roadway. Landscaping, irrigation, and hardscaping will be included. The theme and fea- tures of the typical section constructed along Price Boulevard west of Sumter Boulevard will be extended through the project limits. The existing City of North Port utilities (potable water, sani- tary sewer, and re-use transmission mains) will be upgraded. Four canal crossings are included within the project limits and new weir structures will be designed. Additional work will include surveying, utility coordination, drainage and permitting, stormwater analysis, traffi c modeling and design, and public involvement. Pasco County: Hudson Avenue at US 19, Pasco County, Florida. Engineer-of-Record. This project involved the design and permitting for Hudson Avenue widening from west of US 19 to Fivay Road. It involved widening an existing two-lane urban road- way, adding turn lanes at US 19. A left-turn and combined through right-turn lane on eastbound Hudson and a dual left-turn lanes and a combined through right-turn lane westbound on Hudson Avenue were also added. This project also added a raised median for access management, providing sidewalks, and involved rede- sign of the signals at both US 19 and Fivay Road. Mast arms were added to replace the existing span wire at US 19, to meet the wind requirements due to the proximity to the coast. The design was constrained by right-of-way at a cemetery on the north side of Hudson Avenue, east of US 19. Additional right-of-way will be acquired for this project for the widening, and for adding a storm- water pond. FDOT District One: I-75 at SR 72 (Clark Road) Interchange, Sarasota County, Florida. QC Reviewer. Mr. Perez is responsi- ble for providing roadway engineering support for this interchange design project. The purpose of this project is to reconstruct the existing I-75 at Clark Road interchange facility to the ultimate confi guration as defi ned in the PD&E study. The interchange will be reconstructed as a diverging diamond interchange (DDI). I-75 will be constructed to accommodate the ultimate typical section of a ten-lane facility with two express lanes and three general use lanes in each direction. North of Clark Road, an auxiliary lane will be added in both directions along I-75. The interchange improve- ments will allow the existing I-75 at SR 72 (Clark Road) bridges to remain. The drainage improvements will be open ditches, ponds, and fl oodplain compensation. Permits are expected from the U.S. Army Corps of Engineers, Southwest Florida Water Management District, and Florida Department of Environmental Protection. FDOT District One: Anna Maria Island Bridge Replacement, Manatee County, Florida. Roadway Engineer. This project involves designing a high-level fi xed bridge to replace the exist- ing bascule bridge to Anna Maria Island. The new bridge will be constructed to the south of the existing bridge and provide 65 feet of vertical navigational clearance and 100 feet of horizontal clear- ance between fenders. The existing Anna Maria Island Bridge will be demolished following the construction of the new bridge with the acceptable debris recycled on an artifi cial reef where feasible. American is working closely with the aesthetics committee to eval- uate architectural and aesthetic elements. Roadway approaches to the bridge will consist of two 12-foot-wide travel lanes, 10-foot- wide shoulders (7-foot paved for buffered bicycle lanes), 10-foot- wide sidewalks on both sides of the roadway, curb and gutter on the north side of the roadway (west of the bridge only), and a 45 mph design speed. A roundabout analysis will be performed at the SR 789 intersection. FDOT District One: I-75 from SR 951 to North of Golden Gate Parkway, Collier County, Florida. Roadway Engineer. Mr. Perez was responsible for roadway engineering support for this inter- state widening project including pavement design development with cross slope correction. This project involved the design of roadway and bridge/structural improvements on I-75 from SR 951 to north of Golden Gate Parkway in Collier County. The typical section includes widening and resurfacing existing mainline I-75 to three-travel lanes in each direction, 12-foot shoulders (10-foot paved) inside and outside. Highway lighting is being updated at the SR 951 and Golden Gate Parkway interchanges. All water management facilities are being provided in the median. Noise walls are also being provided. Adam Perez, PE Roadway/MOT 2 FDOT District Seven: I-75 from the Pasco/Hernando County Line to South of SR 50 Design-Build, Hernando County, Florida. Lead Roadway Engineer. Mr. Perez provided roadway engineering support for this project. This 5.4-mile design-build project widens the existing four-lane divided rural interstate to a six-lane rural interstate with 12-foot shoulders (10-foot paved) with milling and resurfacing of the existing pavement to provide cross slope correction. American is the prime project design consultant providing engineering and design services related to roadway, structures, drainage, traffi c control, and signing and pavement marking. Additional services include public involvement and envi- ronmental permitting. FDOT District Seven: I-75 from South of CSX/Broadway Avenue to I-4, Hillsborough County, Florida. Roadway Engineer. This project consists of providing a two lane at-grade collector dis- tributor (CD) roadway adjacent to I-75 to take traffi c to I-4 from south of CSX/Broadway Avenue. This CD roadway will improve I-75 mainline operations and eliminate the weave between MLK and I-4 in the northbound direction of I-75. American is analyzing various options for the CD road to determine the greatest value, level of service, and safety with the least impact to utilities. The project will consist of a traffi c analysis to verify the alternative used for the at-grade CD road, and the design of the recommended at-grade CD road. The drainage improvements will be linear ponds and fl oodplain compensation. Permits are expected from the United States Army Corps of Engineers, the Southwest Florida Water Management District, US. Army Corps of Engineers, and the Florida Department of Environmental Protection. FDOT District Three: SR 10 (US 90A/Nine Mile Road) PD&E Study from SR 10A (US 90/Mobile Highway) to SR 297 (Pine Forest Road), Escambia County, Florida. QC Reviewer. The study included the addition of left-turn lanes to meet access management criteria, new signals, interstate ramp widening, bicycle lanes and sidewalks, and a new bridge. A pond siting report was completed with additional design to assist with right-of-way acquisition of the pond sites prior to advertising the project as a design-build project. American provided additional support for advance utility coordina- tion and writing the request for proposal for the design-build adver- tisement. All documentation including the environmental reports was updated from the previous PD&E study in 1990. The public involvement efforts included two public meetings and a public hear- ing. The reevaluation has been approved by FHWA. FDOT District Three: SR 87, South of Coldwater Creek to CR 178/Van Jernigan Road, Santa Rosa County, Florida. QC Reviewer. This project consisted of widening SR 87 from two to four lanes from South of Coldwater Creek to CR 178. The rural typical section consisted of four 12-foot travel lanes, 10-foot out- side shoulders (5-foot paved), and 8-foot inside shoulders in each direction separated by a grassed median. Additional right-of-way was required and SR 87 has been designated as a hurricane evacuation route. The traffi c control plan consisted of alignment shifts and phasing in order to maintain two lanes of traffi c during construction along with temporary side street road closures and on-site diversions for this hurricane evacuation route. The utility coordination effort included review of existing utility plans, off-site meetings, and one on one coordination to pinpoint impacts and adjusting drainage structures to avoid additional impacts to major crossings and providing adequate clearance zone and mainte- nance access to the electrical poles. FDOT District Three: SR 8 (I-10) from Santa Rosa County Line to East of CR 189 (Log Lake Road), Okaloosa County, Florida. QC Reviewer. This project consisted of resurfacing SR 8 with a mainline length of 3.112 miles. The project included design to improve safety, repair areas of deterioration, and extend the useful life of the roadway including slope correction, guardrail extension and replacement, median barrier, and rumble strips. On and off ramps and areas associated with the interchange at CR 189 was also resurfaced. FDOT District Three: Group 11-07 Bridge Replacements, Liberty School Road over Gum Branch and Malcolm Taylor Road over Rice Machine Branch, Holmes County, Florida. QC Reviewer. This project involves the replacement of two structur- ally defi cient bridges with box culverts in Holmes County, Florida. The roadway approaches will be paved approximately 200 feet on each side of the culvert and the typical section will consist of 10-foot lanes and 2-foot paved shoulders in each direction in accordance with the FDOT District Three April-June 1999 Design Newsletter. Right-of-way acquisition is required due to the new typical section and grading requirements. The roadway will be closed during construction and a maintenance agreement will be issued with Holmes County upon the completion of construction. This project also included the preparation of bridge development report, bridge hydraulics report, roadway plans, permits, culvert load, and public involvement. FDOT District Three: Design Group 15-01 Bridge Replacements, CR 168 over Unnamed Branch and CR 182 over Peninsula Creek, Escambia County, Florida. QC Reviewer. This project involves the replacement of two structurally defi cient bridges. The roadway approaches will be reconstructed to meet appropriate design speeds. The new roadway and bridge typical sections will be designed in accordance with AASHTO design requirements. In order to minimize construction duration, the roadway will be closed at CR 182 and an on-site temporary diversion will be evaluated for CR 168. Maintenance agreements will be issued with Escambia County upon the completion of con- struction. This project will also include the preparation of bridge development reports and bridge hydraulics reports for each bridge and permit acquisition. Allen Peterfreund, PE Structures 1 SUMMARY Mr. Peterfreund has 15 years of experi- ence in structural and roadway design. As a structural design engineer, he has been responsible for all aspects of the design and plans production for numerous bridge repair projects, more than 11 new bridge designs, and several miscellaneous struc- tures. Mr. Peterfreund has been involved in many construction projects working closely with contractors to provide construction engineering and inspection services. In addition to his structural background, he has been heavily involved in roadway design projects as the lead design engineer responsible for developing and producing complex traffi c control plans. He also served as project manager and lead engineer on a roadway improvement/ bridge replacement project in Charlotte County, Florida where his responsibilities extended beyond design and into lead CEI engi- neer for the entire project during construction. EDUCATION • B.S., Civil Engineering, University of South Florida, 2001 PROFESSIONAL REGISTRATIONS • Florida PE #64048, 2006 • Georgia PE #031841, 2007 • Tennessee PE #112803, 2009 • GSWCC: Level IA Certifi cation (0000055200) • GSWCC: Level II Certifi cation (0000055200) PROJECT EXPERIENCE Collier County: County Barn Road Capacity Improvements, from Rattlesnake Hammock Road (CR 864) to Davis Boulevard (SR 84), Collier County, Florida. Structural Engineer. American developed construction plans for the widening of County Barn Road from a two-lane roadway to a four-lane divided urban arte- rial. Close coordination was required with the County to incorpo- rate extensive regional drainage improvements in the roadway design. The project included the design of three county utility lines, signalization, and lighting as well as permitting with South Florida Water Management District and U.S. Army Corps of Engineers. Collier County: Goodlette-Frank Road Capacity Improvements, from Golden Gate Parkway to Pompeii Lane, Collier County, Florida. Structural Engineer. This project involved 2.8-mile urban roadway improvements. The existing four-lane roadway was wid- ened to six-lanes. Full design services were provided, including roadway and drainage design, permitting, design of six signals, signing and marking, and lighting throughout the corridor. The existing pedestrian facilities within the corridor were expanded to provide a recreational trail. This project also included major utility coordination of potable water mains, raw water mains, force mains, gas mains, power lines, and cable television. A right-turn bypass lane was constructed to improve traffi c fl ows through the highly con- gested Golden Gate Parkway/Goodlette-Frank Road intersection. The drainage design included construction of 2.75-mile drainage pipe to intercept pavement runoff prior to entering a major drainage ditch. The intercepted pavement runoff was treated and attenuated. The design signifi cantly reduced localized fl ooding. Roadway, light- ing, structural, and signalization plans were prepared. Collier County: Golden Gate Boulevard over Golden Gate and Miller Canals Bridge Replacement Design-Build. Structural Engineer. The replacement of Golden Gate Boulevard Bridges over the Golden Gate Main and the Miller Canals are three span structures and required allowances for a 36-inch raw water main, bicycle lanes, and sidewalks. The bridge over Golden Gate Main Canal was a three span structure (50 feet 10 inches / 50 feet 6 inches / 50 feet 10 inches) with a total bridge length of 152 feet 2 inches. All three spans consist of an 8.5-inch thick deck supported by fi ve 36-inch Florida I-beams spaced at 11 feet. The total out- to-out superstructure width was 51 feet 8 inches. The bridge is founded on pile bents utilizing fi ve 18-inch PPC piles spaced at 11 feet. The bridge over Miller Canal was a three span structure (33 feet 8 inches / 33 feet 8 inches / 33 feet 8 inches) with a total bridge length of 101 feet. All three spans consist of an 18-inch thick cast-in-place fl at slab and a total out-to-out superstructure width of 51 feet 8 inches. The bridge is founded on pile bents utiliz- ing fi ve 18-inch PPC piles spaced at 11 feet. City of Naples: Galleon Drive over Lantern Lake, Naples, Florida. Structural Engineer Intern. Mr. Peterfreund was respon- sible for the planning, design, and construction engineering inspection for a two-lane, three-span continuous fl at slab bridge supported on 14-inch PPC Concrete piles. As a result of several public workshops with the community, the design included a spe- cial decorative bridge railing for aesthetic purposes. The project included maintenance of traffi c plans and approach roadway work required to replace the existing timber bridge. City of Naples: Park Shore Drive and Harbour Drive Bridge Rehabilitation, Collier County, Florida. Structural Engineer. American was responsible for the load rating and preparation of widening and repair plans of two precast, prestressed concrete core-slab bridges. Bridges were widened to include the addition of a sidewalk and bicycle path on each side. Repairs included the placement of structural jackets on deteriorated piles and repair of failed sea wall panels. A water and sanitary sewer force main was relocated on each bridge. The designs included aesthetic improvements such as decorative bridge rails, decorative lighting, and landscaping. Extensive permit coordination was required with U.S. Coast Guard. Roadway, bridge, lighting, and land- scaping plans were prepared. Allen Peterfreund, PE Structures 2 Charlotte County: Harborview Road at DeSoto Canal Bridge Replacement, Charlotte County, Florida. Structural Engineer. This project involves the replacement of the Harborview Road over Desoto Canal bridge in Charlotte County, Florida. In addition to structural design, the project also includes permitting, right-of- way surveys, drainage design and bridge hydraulic investigation, construction plans and technical specifi cations necessary for the replacement of the structure and associated reconstruction of the bridge approaches. Charlotte County: Michael Kosinski Bridge Replacement, Charlotte County, Florida. Structural Engineer. Mr. Peterfreund was responsible for the design and plans for the replacement of this seven-span timber bridge. The replacement bridge is a three- span (55 feet:55 feet:55 feet) structure using precast prestressed concrete beams supported on pile bents. The project included sig- nifi cant public involvement relating to bridge type selected, envi- ronmental issues with permitting, and construction engineering inspection services. Charlotte County: Tom Adams Bascule Bridge Rehabilitation, Venice, Florida. Structural Engineer. Mr. Peterfreund assisted in the rehabilitation of the 19-span 997-foot-long bridge. The bridge includes a center bascule span with an opening of 103 feet; per- formed a comprehensive above and below water inspection of the entire structure including the mechanical and electrical systems, the steel girder bascule spans, the pile bents, the tender house and the approach roadways as well as a load rating of the existing bridge. The rehabilitation program includes the complete replace- ment of the electrical system, upgrading of the mechanical sys- tem, widening of the superstructure, replacement of the steel grid decking, placement of pile jackets on the intermediate bents with cathodic protection and the demolition and construction of a new tenderhouse. Charlotte County: Jacobs and Eisenhower Bridge, Port Charlotte, Florida. Structural Engineer. Mr. Peterfreund was responsible for the evaluation of the existing bridge for structural and geometrical defi ciencies and the preparation of a report out- lining the alternatives to upgrading the existing bridge to current standards. Rehabilitation and widening plans were then prepared for the replacement of substandard bridge railings, addition of sidewalks and the improvement of the approach roadway geomet- rics. The design was completed to allow all construction to take place in phases to maintain at least one lane of traffi c at all times. City of Port St. Lucie: West Virginia Corridor Segment 3 (Bridge Over Florida’s Turnpike), St. Lucie County, Florida. Structural Engineer. American was selected for the design and preparation of contract documents for this six-span bridge with a length of almost 600 feet. PPC beams spanning almost 128 feet were supported by decorative arch and column piers were used to carry traffi c over Florida’s Turnpike and South Macedo Boulevard. Varied skew angles were required to accommodate the Turnpike lanes as they approached the nearby service plaza. Both end bents were wrapped in MSE retaining walls to minimize fi ll and right-of-way requirements. Sarasota County: Manasota Key Bridge Rehabilitation, Sarasota, Florida. Structural Engineer Intern. Mr. Peterfreund assisted professional engineers in the structural bridge inspection and in the plans preparation. Mr. Peterfreund assisted in the cal- culation of quantities and the preparation of the computation book. Charlotte County: Cape Haze Drive Bridge over Amberjack Cove Waterway, Charlotte County, Florida. Project Engineer. American is providing the planning, design, and utility coordina- tion for a 20-foot 6-inch-long, two-lane, 39-foot-wide single span precast concrete three sided frame structure supported on 14-inch PPC concrete sheet piles. The existing bridge had been deemed structurally inadequate through ongoing inspections and needed to be replaced with a new structure using current bridge design specifi cations. American prepared initial and fi nal roadway and bridge replacement plans after preparing a report to demonstrate several alternatives that could be applied to the proposed bridge replacement. The design will include a special decorative bridge railing for aesthetic purposes. Project included maintenance of traffi c plans, approach roadway work, and construction engineer- ing inspection services. Charlotte County: Fordham Waterway Bridge Replacements, Charlotte County, Florida. Project Engineer. The project require- ments included the inspection of the concrete piles above the waterline, the concrete pile caps, the prestressed concrete beams, and superstructure. American then prepared a brief report of fi ndings during the inspection which included recommendations for the replacement and an interim load rating for both bridges. Once the County concurred with the recommendations, American prepared drawings for the replacement of the two bridges using a precast concrete three sided frame structure supported on driven concrete piling. American is currently providing CEI services for the project. These services could include site visits to ensure construction is proceeding according to plans, review of shop drawings, responding to questions posed by the contractor and the County staff, and meetings to brief the County staff on the progress of the construction. Anna Petracca Environmental/Permitting 1 SUMMARY Ms. Petracca has two years of environmental experience. Her experience includes using ArcGIS in various projects in which I performed statistical analysis and created a variety of maps. She has created and used geodatabases and has used both raster and vector data to create meaningful maps focused on the proj- ect’s goal. Ms. Petracca has also interpreted and explained these maps and fi ndings in formal presentations. She has performed fi eld work collecting data on species abundance, behaviors, and accompanying environmental conditions. Ms. Petracca is capable of maintaining highly organized record systems. EDUCATION • M.P.S., Marine Conservation, University of Miami, Rosenstiel School of Marine and Atmospheric Science, 2015 • B.A., Psychology, University of Miami, 2011 CERTIFICATIONS • Marine Animal Rescue Society and Marine Mammal Conser- vancy Stranding procedures • Course in the Protection of Human Research Subjects Cur- riculum, Social/Behavioral Research, Biomedical Research and Natural Sciences AFFILIATIONS • Phi Beta Kappa • Alpha Lambda Delta • Whale and Dolphin Conservation • Marina Animal Rescue Society SOFTWARE • ARCGIS • SPSS • Adobe: Acrobat, Photoshop • Microsoft Offi ce: Word, Excel, PowerPoint, Outlook, One-Note Notebook PUBLICATIONS • Exploratory Analysis into the Temporal and Spatial Distribution Patterns Among Cetaceans in the Southern Gulf of Maine • To List and Delist Species from the Endangered Species List: An Analysis of the Cases of the North Pacifi c Humpback, DPS of Southern Resident Killer Whales and the Florida Manatee • Strandings in Southeast Florida Analyzing Patterns to Predict Future Events Utilizing ArcGIS PRESENTATIONS • Conservation Status of the Southern Resident Killer Whale PROJECT EXPERIENCE FDOT District Three: US 90 PD&E Study from Scenic Highway to the Santa Rosa County Line and from the Escambia County Line to Glover Lane, Escambia and Santa Rosa Counties, Florida. Environment Scientist. American is performing a PD&E study for US 90 within Escambia and Santa Rosa Counties, from Scenic Highway to Glover Lane. The length of the study area is approximately 11 miles. The project includes reviewing 12 bridges that will be analyzed for potential replacement or widening. Typical section alternatives, including rural, urban, and suburban, will be evaluated for the corridor. The scope of work includes traffi c analy- sis, agency coordination, public meetings, a public hearing, and all supporting documentation. Environmental work will include prepa- ration of a State Environmental Impact Report (SEIR), wetland evaluation report, endangered species biological assessment, air quality screening, contamination screening, and water qual- ity evaluation. Other engineering work includes pond sizing and bridge hydraulics reports. FDOT District Three: SR 8 (I-10) from East of SR 77 to Jackson County Line, Washington County, Florida. Environmental Scientist. This project consists of resurfacing SR 8 with a main- line length of 6.557 miles. This project includes design to improve safety, repair areas of deterioration, and extend the useful life of the roadway including slope correction, guardrail extension and replacement, median barrier, and rumble strips. As a subconsul- tant, American is providing wetland fl agging and permitting assis- tance, existing multi-post sign analysis, and drainage assistance. EXPERIENCE PRIOR TO AMERICAN Conservation Experience Big Blue and You: Outreach Intern. Environment Scientist. This project involves research marine conservation outreach effective- ness among children based on existing empirical research. Based on this research, a curriculum for children is created. Develops design surveys to test pre- and post-conservation attitudes and beliefs regarding outreach activities. Participated in ArtSea event in Miami, which is a festival for children and families participate in activities and gain an appreciation for the ocean and conservation. Isla Mar Research Expeditions: Grant research/writing intern. Environmental Scientist. Provided research to determine funding opportunities based on specifi c project details and broad goals for a startup conservation organization. Assists in writing grant proposals. Florida Fish and Wildlife Commission: Red Tide Monitoring. Research Participant. Collects a variety of different water samples from local water sources and ship them for analysis. Anna Petracca Environmental/Permitting 2 Flukematcher Citizen’s Science Project. Co-Administrator. Organized humpback fl uke identifi cation pictures. Collaborates with multiple national and international organizations working toward a common goal of humpback whale research and con- servation. Identifi es unknown individual whales using distinctive markings Pacifi c Whale Foundation. Research participant. Participant in North Atlantic humpback whale research. Responsible for evalu- ating humpback fl uke photographs to monitor population status. Whale and Dolphin Conservation, Plymouth, Massachusetts. Intern. Evaluated cetacean sightings in the southern Gulf of Maine. Used ArcGIS software to determine sighting patterns, cre- ate maps, and run statistical analysis. Constructed a formal report to relay project results o and presented it to colleagues and orga- nization leaders. Critical Wildlife Area, Key Biscayne, Florida. Data Collection Assistant. Gathered data on sea surface temperature, salinity, and dissolved oxygen using YSI. Assisted in recording sightings of local fl ora and fauna and observing and recording segarss cover. Compiled GIS map of sightings to help strengthen conservation policy in the area. Whale and Dolphin Conservation, Plymouth, Massachusetts. Intern. Responsible for performing educational outreach to whale watch boat passengers about the current threats to whales and their conservation goals, collected data regarding the presence of specifi c individual whales in the Gulf of Maine region through ship and aerial surveys, and initiated the creation of a new organiza- tional system for maintaining and searching database. Identifi ed individual whales and added to current identifi cation catalogs as well as maintaining detailed logs of whale behaviors and asso- ciated individuals and environmental conditions. Responsible for creating a spreadsheet of past whale entanglements and resolu- tions, documenting whale and boat interactions and any injuries that resulted, attending seminar regarding effective education and outreach methods, and collecting water samples from local bays to test water quality. STRANDING EXPERIENCE Marine Animal Rescue Society. Volunteer. Participated in a marine mammal conservation course which focused on the local (MARS) stranding network and all policies, procedures, and regu- lations surrounding the network and stranding process. Learned the laws and regulations of various U.S. agencies governing marine mammal Strandings. Taught an undergraduate stranding training seminar at the University of Miami. Advised for non-local strandings. International Fund for Animal Welfare Stranding Network. Volunteer. Participated in the rescue of a seal pup. Gained experi- ence in stranding crowd management. Assisted in site cleanup, ensuring necessary cleanliness and safety protocols were main- tained for the wellbeing of staff and animals. University of Miami: Marine Mammal Stranding Team, Miami, Florida. Volunteer. Responsible for the rescue and rehabilitation of a stranded Risso’s dolphin and a pod of Pilot whales. Measured breathing and heart rates and assisted in swim exercise rehabilita- tion sessions. Helped performed blood draws and aided animals by holding them in the water to allow them to regain energy and prevent drowning. Southeast Atlantic Beach Observers Network (SEABON): Citizen Science Project. Project Co-Creator. Increase environ- mental awareness and responsibility by engaging the public in collecting observations about the beach including fl ora, fauna, wind and water conditions, and trash. Promote beach cleanups to develop a sense of pride for the public’s local beaches Manatee Stations, Citizen Science, and Outreach Project. Project Creator. Engage the public in reporting manatee sightings and injury events. Teach the public about manatee conservation, responsible boating and interaction with manatees. Michael Ryan, PE Drainage/Hydraulics 1 SUMMARY Mr. Ryan has 13 years of experience in engineering, design, plans preparation, supervising, evaluation, construction man- agement, and permitting relating to storm- water hydrology, hydraulics, groundwater usage, transportation, and site develop- ment. His experience includes designing and modeling roadway storm sewer systems in compliance with municipality and FDOT design criteria. Mr. Ryan has designed stormwater management facilities, culverts, and fl oodplain com- pensation sites. He has also completed pond siting analysis and coordinated with various water management districts and environ- mental regulatory agencies to obtain necessary permits. EDUCATION • B.S., Civil Engineering, Florida Institute of Technology, 2001 • U.S., Navy Basic Underwater Construction School, 1992 • Heavy Equipment Operator School, Port Hueneme, CA, 1992 PROFESSIONAL REGISTRATIONS • Florida PE #76171, 2013 • Georgia PE #039695, 2015 PROJECT EXPERIENCE Collier County: County Barn Road Capacity Improvements from Rattlesnake Hammock Road (CR 864) to Davis Boulevard (SR 84), Collier County, Florida. Drainage Designer. Mr. Ryan was responsible for storm sewer analysis and calcula- tions. American developed construction plans for the widening of County Barn Road from a two-lane roadway to a four-lane divided urban arterial. Close coordination was required with the County to incorporate extensive regional drainage improvements in the roadway design. The project included the design of three County utility lines, signalization and lighting as well permitting with South Florida Water Management District and Army Corps of Engineers. City of Port St. Lucie: Crosstown Parkway Corridor Extension, St. Lucie County, Florida. Drainage Designer. This project rep- resents the fi nal segment in a new 10-mile parkway that was planned, designed and constructed by the City of Port St. Lucie. This fi nal eastern 1.5-mile segment between Math Lane and US 1 includes an elevated one-mile causeway that crosses an envi- ronmentally sensitive state preserve. American was tasked with obtaining a conceptual environmental resource permit (ERP) from South Florida Water Management District and an easement from Florida Department of Environmental Protection over state sover- eign submerged lands and state park (aquatic preserve). The strat- egy was to quantify the impacts for multiple corridors under consid- eration and develop a worst case scenario for which a mitigation plan would be developed. Federal funding is involved and EIS is underway, therefore careful coordination with FHWA has been nec- essary to ensure no action undertaken during this advanced per- mitting initiative compromises the EIS process in any way, includ- ing most importantly the selection of a preferred corridor. Charlotte County: Harborview Road at DeSoto Canal Bridge Replacement, Charlotte County, Florida. Drainage Engineer. This project involves the replacement of the Harborview Road over Desoto Canal bridge in Charlotte County, Florida. In addition to structural design, the project also includes permitting, right-of- way surveys, drainage design and bridge hydraulic investigation, construction plans and technical specifi cations necessary for the replacement of the structure and associated reconstruction of the bridge approaches. Charlotte County: Tom Adams Bridge Rehabilitation, Charlotte County, Florida. Drainage Engineer. American com- pleted the inspection, evaluation, design, and CEI services for the Phase 1 repairs about fi ve years ago. We are currently fi nalizing the design for Phase 2 and have submitted 100% plans. Phase 1 repairs included cathodic protection pile jacketing, concrete deck repairs, replacing the steel grid decking, repairs to structural steel beams, bridge painting, and mechanical and electrical work. Phase 2 includes structural steel repairs and painting of the mov- able span, a new tender house, upgrades of the electrical and mechanical equipment, approach slab replacement, and rehabili- tation of the bridge sidewalks to comply with ADA requirements. New traffi c barriers and pedestrian railing will also be placed along the entire length of the structure. Prior to performing the rehabilita- tion work, American staff verifi ed the load rating of this bridge. Hernando County Public Works: McIntyre Road from Mondon Hill Road to Croom Road, Hernando County, Florida. Drainage Designer. This project involved improvements to McIntyre Road from Mondon Hill Road to Croom Road in northern Hernando County. This project’s design improved the horizontal and verti- cal geometry along McIntyre Road while maintaining the two-lane rural road typical section. American’s design team developed the roadway, drainage and traffi c control plans and performed environ- mental permitting with the Southwest Florida Water Management District for the four stormwater management facilities within the project limits. Hillsborough County: SR 60 at Dover Road, Hillsborough County, Florida. Drainage Engineer. This project involved the pre- liminary design and engineering services on proposed improve- ments. This project provided preliminary conceptual alternatives to upgrade the intersection for additional turn lanes. Preliminary designs included horizontal and vertical geometry, typical sec- tions, anticipated right-of-way impacts, and stormwater management. Michael Ryan, PE Drainage/Hydraulics 2 Pasco County: Shady Hills Road, North of SR 52 to Pasco/ Hernando County Line, Pasco County, Florida. Drainage Designer. This project involved several sub-projects along this six- mile roadway corridor. The fi rst task was a vertical profi le modifi - cation of an offset intersection that had poor stopping sight and intersection sight distances. The profi le of the main roadway was raised as well as the two intersecting roads. Drainage concerns were minimal since the project location was on a crest curve. The second task was a horizontal alignment modifi cation to remove several substandard S-curves that did not meet the current design speed. The new roadway alignment was designed on new right-of- way and eliminated several horizontal as well as vertical roadway defi ciencies. FDOT District One: I-75 from SR 951 to North of Golden Gate Parkway, Collier County, Florida. Drainage Engineer. This proj- ect involves milling and resurfacing the existing roadway and wid- ening of I-75 from four to six lanes. This section includes 12-foot inside and outside shoulders, 10-foot paved (full depth median). The widening of I-75 will be to the median and will tie in to the existing six-lane section north of Golden Gate Parkway. The proj- ect also includes widening the bridge over Golden Gate Canal. The drainage for the project will consist of dry detention swales (ponds as identifi ed in the SWMR) running parallel to I-75, the majority of which will be located within the median. One wet pond (pond 3-2) will be located near the middle of the project north of Santa Barbara Boulevard in the median. This pond will primar- ily be used for borrow for construction of the interstate widening, as well as provide stormwater treatment. The construction of four noise barriers along the project corridor will also be included as part of the interstate widening. FDOT District One: I-75 at SR 72 (Clark Road) Interchange, Sarasota County, Florida. Drainage Engineer. The purpose of this project is to reconstruct the existing I-75 at Clark Road inter- change facility to the ultimate confi guration as defi ned in the PD&E study. The interchange will be reconstructed as a diverging dia- mond interchange (DDI). I-75 will be constructed to accommodate the ultimate typical section of a ten-lane facility with two express lanes and three general use lanes in each direction. North of Clark Road, an auxiliary lane will be added in both directions along I-75. The interchange improvements will allow the existing I-75 at SR 72 (Clark Road) bridges to remain. The drainage improvements will be open ditches, ponds, and fl oodplain compensation. Permits are expected from the U.S. Army Corps of Engineers, Southwest Florida Water Management District, and Florida Department of Environmental Protection. FDOT District Seven: I-75 from the Pasco/Hernando County Line to South of SR 50 Design-Build, Hernando County, Florida. Drainage Engineer. American is widening the existing four-lane divided rural interstate to a six-lane rural interstate with 12-foot shoulders (10-foot paved) and milling and resurfacing of the existing pavement to provide cross slope correction for this 5.4-mile project. American is prime project engineer providing engineering and design services related to roadway, structures, drainage, traffi c control, and signing and pavement marking. Additional services include public involvement, utility coordination, and environmental permitting. Tampa Hillsborough Expressway Authority: Downtown Viaduct Improvement PD&E, Hillsborough County, Florida. Drainage Designer. American completed an accelerated PD&E study for the widening and re-decking of the Selmon Expressway. This project was approved as a SEIR. Marion County: Engineering and Design of Various Roads, Marion County, Florida. Drainage Designer. This 3.54-mile pre- liminary design study for the widening of SW 38th Street from a two-lane rural undivided section to a four-lane urban divided sec- tion, from SW 80th Avenue to SW 43rd Court. Palm Beach County: Lyons Road North of West Atlantic Avenue to South of Boynton Beach Boulevard, Palm Beach County, Florida. Drainage Designer. Mr. Ryan was responsible for the preparation of a drainage report, stormwater management calculations and assisting in the preparation of an ERP application to South Florida Water Management District. American is provid- ing the design for this new construction project with a two-lane undivided typical section for over 3 miles. This project includes two 12-foot lanes, 5 foot outside shoulders, and open drainage swales. Additionally, this project includes a bridge over the Lake Worth Drainage District L-30 canal and included permitting with South Florida Water Management District, Lake Worth Drainage District, and U.S. Army Corps of Engineers. City of Port St. Lucie: I-95/Becker Road Interchange Re-Design, Port St. Lucie, Florida. Drainage Designer. American was selected to provide design revision services for 1.3 miles of Becker Road and the I-95 Northbound and Southbound Exist Ramps. Services provided on this project included plan modifi ca- tion of the westbound direction of Becker Road at the intersection with Village Parkway. The new confi guration will have dual left- turn lanes, three thru lanes, and one right-turn lane. The current design confi guration only provided for a single left-turn lane, three thru lanes, and dual right lanes. Additional design plans include roadway, structures, traffi c, drainage, lighting, signalization, and signing and marking. Christopher Salicco Environmental/Permitting Lead 1 Summary mr. Salicco has 11 years of environmental and project development and environment (PD&E) experience. He has provided tech- nical support, field surveys, and document preparation for numerous PD&E studies, ranging from wetlands and wildlife to con- tamination, traffic noise, and air pollution. He has permitted numerous transportation and other projects throughout Florida with the U.S. Army Corps of Engineers, water management districts, Department of Environmental Protection, and local government agencies. Additional experience includes wildlife surveys, Uniform Mitigation Assessment Method (UMAM) and Wetland Rapid Assessment Procedure (WRAP) assessments, interpretations of state rules and statues, noise studies, contami- nation screenings, and computer programs including ArcMap GIS. Education • B.S., Environmental Science, University of South Florida, 2004 tEchnical SkillS • ARCGIS • GPS Experience • Various Microsoft applications including Word, Excel, Access, and PowerPoint ProjEct ExPEriEncE collier county: Golden Gate Boulevard over Golden Gate and miller canals Bridge replacement design-Build. Environmental Scientist. The replacement of Golden Gate Boulevard Bridges over the Golden Gate Main and the Miller Canals are three span structures and required allowances for a 36-inch raw water main, bicycle lanes, and sidewalks. The bridge over Golden Gate Main Canal was a three span structure (50 feet 10 inches / 50 feet 6 inches / 50 feet 10 inches) with a total bridge length of 152 feet 2 inches. All three spans consist of an 8.5-inch thick deck supported by five 36-inch Florida I-beams spaced at 11 feet. The total out- to-out superstructure width was 51 feet 8 inches. The bridge is founded on pile bents utilizing five 18-inch PPC piles spaced at 11 feet. The bridge over Miller Canal was a three span structure (33 feet 8 inches / 33 feet 8 inches / 33 feet 8 inches) with a total bridge length of 101 feet. All three spans consist of an 18-inch thick cast-in-place flat slab and a total out-to-out superstructure width of 51 feet 8 inches. The bridge is founded on pile bents utiliz- ing five 18-inch PPC piles spaced at 11 feet. charlotte county: Edgewater drive design, Phase ii, charlotte county, Florida. Environmental Scientist. This project involved the replacement of three bridges along Edgewater Drive. His responsi- bilities include preparation of a United States Coast Guard Bridge Permit. The bridge permit included a categorical exclusion under the National Environmental Policy Act. As part of the bridge permit, a CE was conducted including a traffic noise study, wetlands and wildlife evaluation, and a bridge development report. This project involves the replacement of three bridges along Edgewater Drive, including preparation of bridge development reports and complet- ing full design and construction plans. The project also includes typical section revisions, access management accommodation changes, stormwater management, permitting, utility design and coordination, and maintenance of traffic. charlotte county: tom adams Bridge rehabilitation, charlotte county, Florida. Environmental Scientist. American provided rehabilitation design of the 19-span 997-foot-long bridge. The bridge included a center bascule span with an opening of 103 feet. A comprehensive water inspection of the entire structure (above and below) was performed, including the mechanical and electrical systems, steel girder bascule spans, pile bents, tender house, and approach roadways as well as a load ratings of the existing bridge. The rehabilitation program undertaken over two phases approximately eight years apart when funding became available included completely replacing the electrical system, upgrading the mechanical system, widening the superstructure, replacing steel, erecting cathoidic grid decking, placing pile jack- ets on the intermediate cathodic protection pile jackets, extensive concrete deck spall repairs, seawall repairs, and demolishing and constructing a new tenderhouse. charlotte county: ingraham Boulevard Bridge over Presidents Waterway and St. Paul drive over Zephyr Waterway Pile rehabilitation, charlotte county, Florida. Environmental Scientist. Mr. Salicco assisted with preparation of a United States Coast Guard bridge permit. This rehabilitation project involved designing both structural and non-structural pile jackets. Based on FDOT inspections, a structural jacket was recommended for one pile at the St. Paul Drive Bridge that exhibited spalls and cor- rosion bleedout. The steel-H piles at the Ingraham Bridge, which were previously designed as part of an emergency repair, also exhibited rust and were jacketed. Several alternatives for the pile rehabilitation were developed and presented to the County with a recommended solution. The project also involved obtaining an environmental resource permit and coordination with the U.S. Army Corps of Engineers. charlotte county: harborview road at desoto canal Bridge replacement, charlotte county, Florida. Environmental Scientist. Design of the replacement structure over Desoto Canal. This project involves the replacement of the Harborview Road over Desoto Canal bridge in Charlotte County, Florida. In addition to structural design, the project also includes permitting, right-of- way surveys, drainage design and bridge hydraulic inves- tigations, construction plans, and technical specifications Christopher Salicco Environmental/Permitting Lead 2 necessary for replacing and reconstructing the bridge and associ- ated approaches. Fdot district one: i-75 at Sr 72 (clark road) interchange, Sarasota county, Florida. Environmental Scientist. The purpose of this project is to reconstruct the existing I-75 at Clark Road interchange facility to the ultimate configuration as defined in the project development and environment (PD&E) study. The inter- change will be reconstructed as a diverging diamond interchange (DDI). North of Clark Road, an auxiliary lane will be added in both directions along I-75. The interchange improvements will allow the existing I-75 at SR 72 (Clark Road) bridges to remain. The drain- age improvements will be open ditches, ponds, and floodplain compensation. Permits are expected from the U.S. Army Corps of Engineers, the Southwest Florida Water Management District, and the Florida Department of Environmental Protection. Fdot district Seven: i-75 from the Pasco/hernando county line to South of Sr 50 design-Build, hernando county, Florida. Environmental Scientist. This 5.4-mile project widens the existing four-lane divided rural interstate to a six-lane rural interstate with 12-foot shoulders (10-foot paved) and milling and resurfacing of the existing pavement to provide cross slope cor- rection. American is prime project engineer providing engineer- ing and design services related to roadway, structures, drainage, geotechnical, traffic control, utilities, subsurface utility engineer- ing, intelligent transportation systems, and signing and pavement marking. Additional services include public involvement, hazard- ous materials, right-of-way, utility coordination, and environmental permitting. city of Port St. lucie: crosstown Parkway Extension conceptual Environmental resource Permit (ErP), Port St. lucie, Florida. Environmental Scientist. Mr. Salicco was respon- sible for permitting activities for a conceptual ERP for a new cross- ing over the North Fork St. Lucie River, involving a state park, an aquatic preserve, and state sovereign submerged lands. The project included wetland delineation, preparation of conceptual design plans, conceptual pond siting and stormwater evaluation, and assessment of environmental impacts and potential mitiga- tion options. This work was conducted concurrently with the city’s preparation of an Environmental Impact Statement and Section 4(f) evaluation for the new river crossing. city of Port St. lucie: crosstown regulatory mitigation Plan, St. lucie county, Florida. Environmental Scientist. This proj- ect involved the design, permitting and environmental services related to the Regulatory Mitigation Plan for the proposed cross- ing of state lands on the Crosstown Parkway Extension project. The regulatory mitigation plan involved purchasing credits at the Bear Point Mitigation Bank as well as the design and permitting of the Platt’s Creek Water Quality and Wetland Restoration Project. The Platt’s Creek Initiative involved the construction of 82 acres of wetlands on a former citrus grove site. Approximately half of the mitigation credits have been applied towards the Crosstown Parkway Extension Project and the remaining credits will be avail- able to St. Lucie County to use on future projects. Pasco county: main Street (nebraska avenue), congress Street to rowan road, Pasco county, Florida. Environmental Scientist. Mr. Salicco provided permitting activities, UMAM assess- ments, and assistance with the development of a mitigation plan for wetland impacts. Additional services included coordination with SWFWMD. This project involved 0.6 miles of two-lane rural widen- ing, including paved shoulders, pond site study and right-of-way mapping. American was responsible for all aspects of the roadway design including drainage, signing and marking, utility coordina- tion, geotech, and environmental study and mitigation of wetlands. A public meeting was conducted. Fdot district one: i-75 from Sr 951 to north of Golden Gate Parkway, collier county, Florida. Environmental Scientist. Mr. Salicco’s responsibilities include wetland delineations, obtain environmental resource permit (ERP), assist/QC noise analysis and report, and public involvement for noise. This project involves the milling and resurfacing the existing roadway and widening of I-75 from four to six lanes from north of SR 951 to north of Golden Gate Parkway, a distance of approximately 3.3 miles. This section includes 12-foot inside and outside shoulders, 10-foot paved (full depth median). The widening of I-75 will be to the median and will tie in to the existing six-lane section north of Golden Gate Parkway. The project also includes widening the bridge over Golden Gate Canal. The drainage for the project will consist of dry detention swales (ponds as identified in the SWMR) running parallel to I-75, the majority of which will be located within the median. One wet pond (pond 3-2) will be located near the middle of the project north of Santa Barbara Boulevard in the median. This pond will primar- ily be used for borrow for construction of the interstate widening, as well as provide stormwater treatment. The construction of four noise barriers along the project corridor will also be included as part of the interstate widening. hillsborough county: Sr 60 at mulrennan road Pd&E Study, hillsborough county, Florida. Environmental Scientist. The study consists of alternatives analysis for Mulrennan Road to determine possible improvements to the northbound and south- bound lanes to alleviate traffic congestion and safety issues. In addition, there will be preliminary roadway design, utility coordina- tion and permitting for this project. EDUCATION: Bachelor of Science, in Surveying and Mapping University of Florida, 1993 PROFESSIONAL REGISTRATION: Licensed Florida Professional Surveyor and Mapper, No. 5606 PROFESSIONAL HISTORY: Agnoli, Barber and Brundage, Inc. 1986-1991 1993-Present YEARS OF EXPERIENCE: 30 PROFESSIONAL AFFILIATIONS: Florida Surveying and Mapping Society VOLUNTEER ORGANIZATIONS Engineering Ministries International Love a Child Orphanage (Haiti) George W. Hackney, P.S.M. VICE PRESIDENT OF SURVEYING Principal/Project Manager Mr. Hackney has been working in the Surveying field since 1986, when he first joined ABB. He began his duties as a Survey crew rodman and was later promoted to instrument man and later Survey Crew Party Chief. Mr. Hackney left ABB for the University of Florida in 1991 to pursue a Bachelors Degree in Surveying and Mapping, returning in 1993 after graduation. As a project Surveyor, Mr. Hackney is responsible for Boundary Surveys of sectionalized lands, subdivisions, and metes and bounds parcels; Topographic Surveys for engineering design, Quantity Surveys; Condominium Surveys and preparation of condominium documents; Hydrographic Surveys; roadway Control Surveys, roadway Design Surveys and Right-of-Way mapping; subdivision planning and construction layout of all phases of subdivision construction, including home sites, utilities, roadways and buildings; Record Surveys/As-Built Surveys; field locations of environmental jurisdictional lines; horizontal and vertical control for aerial photography. Mr. Hackney’s technical background includes proficiency in Leica GPS Systems, AutoCAD versions R-12 through 2007, electronic data collection systems and processors, Carlson Surveying Program, Leica Geo- Office GPS software, Trimble GPS Systems. EXPERIENCE: Commercial Development • Shop of Marco, Island • Bonita Bay Plaza, Bonita Springs • Wal-Mart Estero Surveying services for all phases of Commercial development including: The original Boundary Survey, through construction to the final ALTA Survey. Roadway Design, Right-of-Way and Control Surveys • C.R. 951 – Collier Boulevard, Collier County • C.R. 869 – Summerlin Road, Lee County • C.R. 864 – Rattlesnake-Hammock Road, Collier County • C.R. 268 - County Barn Road, Collier County Surveying services for all phases of roadway construction including alignment layout, Right of Way Takings, Control Surveys and As-built Surveys Subdivision and Residential Projects • Carlton Lakes • Twin Eagles • Spring Run and Copperleaf at The Brooks Surveying services for all phases of Subdivision development including Boundary Surveys, Platting, Construction Surveying services, As-Builts Surveys, Site Plans. MUNICIPALITIES Mr. Hackney’s experience includes providing Professional Surveying Services for Collier County, Lee County, City of Marco and the City of Naples. Summary of Capabilities Roadway, Corridor and Bridge Studies Geotechnical Engineering Project Management Deep Foundation Evaluation Embankment Design Construction Monitoring Land Subsidence Investigations Mine Tailings and Dredge Material Disposal Planning Years of Experience With Tierra: 10 Years With Other Firms: 18 Years Education BS, Civil Engineering, University of South Florida, 1987 Professional Organizations/Registrations Florida Professional Engineer, No. 47673 American Society of Highway Engineers LARRY P. MOORE, P.E. Principal Geotechnical Engineer Mr. Moore has over 28 years of experience in geotechnical engineering for projects throughout Florida, Texas, and South Carolina. The projects that Mr. Moore has been involved with have ranged from roadway and bridge design and construction to embankment design and construction associated with mine tailings deposition. Mr. Moore has been the Geotechnical Project Manager for numerous roadway soil surveys and bridge foundation designs and construction projects. Mr. Moore has managed test and production pile and drilled shaft installations involving timber, steel and prestressed concrete piles and drilled shafts for numerous bridge foundations and industry and building construction applications. FDOT PROJECT EXPERIENCE FDOT District I I-75 (SR 93) Design/Build, from North of Golden Gate Parkway to South of SR 80 including Immokalee Road and Daniels Parkway Interchanges, Lee and Collier Counties I-75 (SR 93), from North of Daniels Parkway to South of Colonial Boulevard, Lee County I-75 (SR 93), from North of SR 80 to North of SR 78, Lee County I-75 (SR 93), from South of SR 78 to the Charlotte County Line, Lee County I-75 (SR 93), from North of University Parkway to Moccasin Wallow Road PD&E Study, Manatee County I-75 (SR 93), from SR 681 to North of University Parkway PD&E Study, Manatee and Sarasota Counties I-4 Design/Build, from Lakeland to Osceola County Line, Polk County I-4 Design-Build, from US 98 to CR 557, Polk County SR 80, from Birchwood Parkway to Dalton Lane, Hendry County SR 80, from West of Clark Street to Birchwood Parkway, Hendry County Ringling Causeway and Bridge Replacement Design/Build, Sarasota County US 27, North of SR 60 to Towerview, Polk County Lakeland In-Town Bypass, Polk County US 41, from Corkscrew to San Carlos Boulevard, Lee County US 41 Business, from Littleton Road to US 41, Lee County SR 31 from SR 80 to North of CR 78 (N. River Road), Lee County SR 82 from Lee Blvd. to Shawnee Road, Lee County SR 82 from Shawnee Rd. to Alabama Road, Lee County FDOT District II US 441 Bridge over the Sante Fe River, Alachua and Columbia Counties CR 358 at CR 361 Intersection Improvements, Dixie County SR 9A from US 17 to Dames Point Bridge, Duval County SR 10 over San Pablo Creek, Duval County SR 207, from I-95 to US 1, St. Johns County Larry Moore, P.E. Page 2 of 2 FDOT District VII CR 578 (County Line Road), from Suncoast Parkway to US 41, Hernando County I-275 Improvements: Big Island Gap – Pile Driving Analyzer (PDA) Services, Pinellas County I-275 Noise Walls, Hillsborough County I-4 / Crosstown Connector Segment 3C, from 7th Avenue to the Crosstown Expressway, Hillsborough County I-4, 14th Street to 50th Street, Hillsborough County SR 50 (Cortez Blvd.) from US 19 to CR 587 (Mariner Blvd.), Hernando County SR 574 (Martin Luther King Jr. Blvd.) at I-75, Hillsborough County SR 597 (Dale Mabry Hwy) Improvements from Humphrey Street to Van Dyke Road, Hillsborough County SR 694 (Gandy Blvd) from West of 9th Street to East of 4th Street, Pinellas County US 19 (SR 55), from West Jump Court to West Fort Island Trail (CR 44), Citrus County US 19 (SR 55), from N of 49th Street to N of 118th Avenue North, Pinellas County US 19 (SR 55), from Sunset Point Road to Countryside Blvd., Pinellas County US 19 (SR 55), from Seville Boulevard to North of SR 60, Pinellas County US 19 (SR 55), from CR 578 (County Line Rd.) to south of Toucan Trail, Hernando County US 41 (SR 45), from South of Cone Pit Road to South of SR 52, Pasco County I-75 (SR 93), from North of SR 52 to Pasco/Hernando County Line, Pasco County FDOT District III Niceville High School Pedestrian Bridge, Okaloosa County Bayou Grande Bridge Replacement, Escambia County FDOT District IV Ernest Lyons Bridge Replacement Design/Build, Martin County FDOT District V I4 Ultimate widening from Kirkman Road to North of SR 434, Orange and Seminole Counties SR 15, from North of Ponce De Leon Boulevard to North of SR 40, Volusia County SR 44 (CR 44B), from SR 500 to SR 44, Lake County SR 500 (US 192), from Aeronautical Boulevard to Buddinger Avenue, Osceola County SR 500 (US 192), from Eastern Avenue to CR 532, Osceola County Osceola Parkway and I-4 Interchange PD&E Study, Orange County US 192/SR 530 Widening and Improvements, Osceola County Broadway Bridge/SR 600, Volusia County SR 434 Widening, Seminole County I-4/46A Interchange, Seminole County Maitland Boulevard Extension, Orange and Seminole Counties FDOT District VI Brickell Avenue Bridge Replacement, Miami-Dade County Florida’s Turnpike Enterprise HEFT, from US 1 to SR 874, Miami-Dade County HEFT from south of Kendall Drive to South of 60th Street Canal Bridge, Miami-Dade County Veteran’s Expressway from Memorial Highway to Dale Mabry Highway, Hillsborough County Turnpike Mainline Widening, from Beulah Road to SR 50, Orange County Widening of Florida’s Turnpike and Jog Road Interchange, Palm Beach County Suncoast Parkway 1 Design, Sections 1, 2, 3, 4 & 6, Hillsborough, Pasco and Hernando Counties Suncoast Parkway 2 (SR 589), from US 98 to North of Cardinal Street, Hernando and Citrus Counties Suncoast Parkway 2 (SR 589), from North of Cardinal Street to North of CR 486, Citrus County Suncoast Parkway 2 (SR 589), from North of CR 486 to US 19/98, Citrus County Polk County Parkway Design, Sections 1, 2, 5 and 7 and PD&E Study, Polk County Western Beltway/SR 429, Orange County Improvement/Grade change to Florida’s Turnpike at Milepost 266, Orange County TAB V: REFERENCES RFP CCNA Template_06132016 16-6699 Eleven Bridge Replacements Project, Project Number 66066.12 36 Attachment 8: Reference Questionnaire (Do Not Use Collier County Employees) Solicitation: 16-7010 Design and Related Services for CR-846/ Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 Reference Questionnaire for: American Consulting Professionals, LLC (Name of Company Requesting Reference Information) Scott Korpi, PE (Name of Individuals Requesting Reference Information) Name: Charles (Chuck) Koons (Evaluator completing reference questionnaire) Company: Charlotte County (Evaluator’s Company completing reference) Email: chuck.koons@charlottecountyfl.gov FAX: 941-575-3664 Telephone: 941-575-3660 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: Michael Kosinski Bridge Replacement Completion Date: April 25, 2008 Project Budget: $5,326,000 Project Number of Days: 2100 (Inspections, repairs and replacement) 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.) 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: 813.435.2601 By September 26, 2016 RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 36 Attachment 8: Reference Questionnaire (Do not use Collier County Employees) Solicitation: 16-7010 Design and Related Services for CR-846/ Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 Reference Questionnaire for: American Consulting Professionals, LLC (Name of Company Requesting Reference Information) Scott Korpi, PE, SE / Richard Hunter, PE (Name of Individuals Requesting Reference Information) Name: Quan-Yang Yao, PE (Evaluator completing reference questionnaire) Company: Florida Department of Transportation, District 1 (Evaluator’s Company completing reference) Email: QuanYang.Yao@dot.state.fl.us FAX: 863.519.2892 Telephone: 813.519.2733 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.” (Please note, references from Collier County staff will not be accepted.) Project Description: I-75, North of Sumter Boulevard to North of River Road/CR777 Completion Date: 2/21/2013 Project Budget: $1,148,012 Project Number of Days: 385 Design/1261 Construction 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.) 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: 813.435.2601 By September 30, 2016 RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 36 Attachment 8: Reference Questionnaire (Do not use Collier County Employees) Solicitation: 16-7010 Design and Related Services for CR-846/ Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 Reference Questionnaire for: American Consulting Professionals, LLC (Name of Company Requesting Reference Information) Scott Korpi, PE, SE / Richard Hunter, PE (Name of Individuals Requesting Reference Information) Name: Louis Sperduto (Evaluator completing reference questionnaire) Company: City of North Port (Evaluator’s Company completing reference) Email: lsperduto@cityofnorthport.com FAX: 941.429.7195 Telephone: 941.429.7041 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.” (Please note, references from Collier County staff will not be accepted.) Project Description: Myakkahatchee Creek Equestrian Bridge Completion Date: Ongoing Project Budget: $478,514 Project Number of Days: 333 Design/Const. ongoing 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.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Please FAX this completed survey to: yperez@acp-fl.com By September 30, 2016 RFP CCNA Template_06132016 16-7010 Design and Related Services for CR-846/Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 36 Attachment 8: Reference Questionnaire (Do not use Collier County Employees) Solicitation: 16-7010 Design and Related Services for CR-846/ Immokalee Rd over Gator Canal Bridge Replacement or Rehabilitation Project, Project Number 66066.13, Bridge Number 030160 Reference Questionnaire for: American Consulting Professionals, LLC (Name of Company Requesting Reference Information) Scott Korpi, PE (Name of Individuals Requesting Reference Information) Name: Kelly Slaughter (Evaluator completing reference questionnaire) Company: Charlotte County (Evaluator’s Company completing reference) Email: kelly.slaughter@charlottefl.com FAX: 941.575.3664 Telephone: 941.575.3657 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.” (Please note, references from Collier County staff will not be accepted.) Project Description: Edgewater Bridge Replacement Completion Date: Ongoing Project Budget: $25,899,414_____________________ Project Number of Days: 760 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.) 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: 813.435.2601 By September 26, 2016 TAB VI: ACCEPTANCE OF CONDITIONS 19 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Tab VI Acceptance of Conditions American has no exceptions to the conditions set forth in the proposal. TAB VII: REQUIRED FORM SUBMITTALS 20 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Tab VII Required Form Submittals In this section American provides the executed required forms. As directed in the County’s RFP, Attachment 8: Reference Questionnaires have been included in Tab V (References). Licenses and registrations are included on the following pages. 21 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Tab VII Required Form Submittals 22 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October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ab VII Required Form Submittals 23 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Tab VII Required Form Submittals 24 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Tab VII Required Form Submittals 25 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Tab VII Required Form Submittals 26 Collier County 16-7010 Design and Related Services for CR 846/Immokalee Road over Gator Canal Bridge Replacement or Rehabilitation Project 66066.13/Bridge Number 030160 October 10, 2016 Tab VII Required Form Submittals