Loading...
Agenda 05/12/2015 Item #16A 4 EXECUTIVE SUMMARY Recommendation to approve selection committee rankings and authorize staff to enter into contract negotiations with the number one ranked firm, High Spans Engineering, Inc., for RFP 15- 6372 for “Verification Testing for Golden Gate Blvd. Design Build,” Project # 60040. OBJECTIVE : To approve the selection committee ranking and authorize staff to enter into negotiations with the number one ranked firm, High Spans Engineering Inc., for RFP 15-6372 for use by the Transportation Engineering Division, Growth Management Department for “Verification Testing Services for Golden Gate Blvd. Design Build” (the Project). CONSIDERATIONS : Golden Gate Boulevard is scheduled to be widened from two lanes to four lanes from Wilson Boulevard to 16 th Street. The Transportation Engineering Division is seeking a firm to provide verification testing services for the Project. The verification process compares test data to comply with the contract requirements. Tests will be performed on split samples or independently obtained samples at a plant and in the field, depending on the particular material specifications. RFP No. 15-6372 for “Verification Testing for Golden Gate Blvd. Design Build” was posted on December 30, 2014. A total of 1,274 notices were sent and 26 vendors requested solicitation packets. Two (2) firms submitted proposals (High Spans Engineering, and AMEC Engineering) by the January 30, 2015 due date. The selection committee reviewed the two proposals and met on February 19, 2015 to rank the firms. The committee selected High Spans Engineering as the number one ranked firm. FISCAL IMPACT : Funds for this project are available in gas taxes and/or impact fees. There is no incremental maintenance cost associated with this action. LEGAL CONSIDERATIONS : This item is approved as to form and legality, and requires majority vote for Board approval.—SRT GROWTH MANAGEMENT IMPACT : There is no Growth Management Impact associated with this item. RECOMMENDATION : That the Board of County Commissioners approve the selection committee ranking and authorize staff to enter into contract negotiations with the number one ranked firm, High Spans Engineering, Inc., for RFP 15-6372, “Verification Testing for Golden Gate Blvd. Design Build.” Prepared by: Kevin H. Dugan, Project Manager, Transportation Engineering Division Attachments: (1) RFP No. 15-6372; (2) HighSpans Proposal; and (3) Selection Committee Rankings Packet Page -444- 5/12/2015 16.A.4. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.4. Item Summary: Recommendation to approve selection committee rankings and authorize staff to enter into contract negotiations with the number one ranked firm, High Spans Engineering, Inc., for RFP 15-6372 for "Verification Testing for Golden Gate Blvd. Design Build," Project # 60040. Meeting Date: 5/12/2015 Prepared By Name: TrochessettAimee Title: Administrative Assistant, Transportation Engineering & Construction Management 4/10/2015 9:00:47 AM Approved By Name: RitterSteve Title: Manager - Road Construction, Transportation Engineering & Construction Management Date: 4/10/2015 10:46:38 AM Name: EvelynColon Title: Purchasing - Procurement Specialist Date: 4/10/2015 2:30:50 PM Name: MarkiewiczJoanne Title: Division Director - Purchasing & Gen Svc, Purchasing & General Services Date: 4/11/2015 7:00:42 AM Name: JohnsonScott Title: Manager - Procurement, Purchasing & General Services Date: 4/13/2015 8:25:47 AM Name: AhmadJay Title: Division Director - Transportation Eng, Transportation Engineering & Construction Management Date: 4/14/2015 10:57:23 AM Name: LynchDiane Title: Supervisor - Operations, Road Maintenance Packet Page -445- 5/12/2015 16.A.4. Date: 4/14/2015 12:50:23 PM Name: TaylorLisa Title: Management/Budget Analyst, Transportation Administration Date: 4/17/2015 9:16:14 AM Name: KearnsAllison Title: Manager Financial & Operational Support, Transportation Administration Date: 4/21/2015 1:28:56 PM Name: ShueGene Title: Division Director - Operations Support, Transportation Administration Date: 4/22/2015 3:06:42 PM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 4/22/2015 4:57:59 PM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 4/22/2015 5:04:46 PM Name: KlatzkowJeff Title: County Attorney, Date: 4/29/2015 3:40:58 PM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management & Budget Date: 5/4/2015 10:52:41 AM Name: CasalanguidaNick Title: Deputy County Manager, County Managers Office Date: 5/4/2015 11:37:32 AM Packet Page -446- 5/12/2015 16.A.4. CCNA (Revision 10202014) REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants’ Competitive Negotiation Act. COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation 15 -6372, Verification Testing for Golden Gate Blvd. Design Build Evelyn Colon, Procurement Strategist (239) 252-2667 (Telephone) (239) 252-2810 (Fax) evelyncolon@colliergov.net (Email) This proposal solicitation document is prepared in a Microsoft Word format. Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government . Packet Page -447- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 2 Table of Contents LEGAL NOTICE ......................................................................................................................... 3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT ...................... 4 EXHIBIT II: GENERAL RFP INSTRUCTIONS ............................................................................ 9 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIO NS ................13 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP ...........................................17 ATTACHMENT 1: CONSULTANT ’S NON -RESPONSE STATEMENT ......................................24 ATTACHMENT 2: CONSULTANT CHECK LIST .......................................................................25 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT ........................................................26 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT ............................................27 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION ..............................................29 ATTACHMENT 6: CONSULTANT SUBS TITU TE W – 9 ............................................................30 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS ........................................31 ATTACHMENT 8: REFERENCE QUESTIONNAIRE .................................................................33 Packet Page -448- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 3 Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide Verification Testing will be received until 3 :00PM, Naples local time, on January 30 th at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. . CCNA Solicitation 15 -6372 , Verification Testing for Golden Gate Blvd. Design Build Services to be provided may include, but not be limited to the following: Verification Testing. A pre -proposal conference is not applicable for this solicitation. All statements should be made upon the official proposal form which must be obtained only on the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid . Collier County does not discriminate based on age, race, color, sex, religion, national origin, disability or marital status. BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA, BY: /S/ Joanne Markiewicz Director, Procurement Services This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasing and in the Lobby of Purchasing Building "G", Collier County Government Center on December 30 th , 2014 . Packet Page -449- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 4 Exhibit I : Scope of Work, Specifications and Response Format As requested by the Growth Management D ivision (hereinafter, the “Division”), the Collier County Board of County Commissioners Purchasing Department (hereinafter, “County”) has issued this Request for Proposal (hereinafter, “RFP”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Purchasing Policy. Brief Description of Purchase The Transportation Department the services of an Engineering or Construction, Engineering and Inspection (C EI ) Consultant/firm to provide assistance to the County in the performance of Verification Testing on Golden Gate Blvd. Design Build project. Historically, County departments have spent approximately $320,000.00. Background The County does not possess the nuclear test gauges necessary to determine density during road construction; or the laboratory facilities to perform the necessary materials testing. Detailed Scope of Work The Collier County Transportation Department will be constructing the Golden Gate Boulevard Improvement Project #60044, between Wilson Boulevard and 20 th Street in early 2015. The project is scheduled to take two years. The County will be the CEI on this project, but will require outside support to perform some of the Verification Testing Collier County is seeking the services of an Engineering Testing Firm or CEI to perform Verification Testing. Verification is a process of comparing test data for determination of compliance with the contract requirements. This will be performed at the plant and in the field on split samples or independently obtained samples depending on the particular material specifications. The firm must be familiar with the FDOT Standard Specifications for Road and Bridge Construction, 2013, and in particular Section 105, Contractor Quality Control General Requirements. The firm must provide FDOT certified personal and facilities to provide all necessary inspection to assure effective Quality Control of the operations related to materials acceptance. This includes but is not limited to sampling and testing production, storage, delivery, construction and placement. Ensure that the equipment used in the production and testing of the materials provides accurate and precise measurements in accordance with the applicable Specifications. Maintain a record of all inspections, including but not limited to, date of inspection, result of inspection, and any subsequent corrective actions taken. Testing may include, but are not limited to, the following: 1. Roadway Laboratory Tests Packet Page -450- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 5 Examples – Proctors, LBR 2. Construction Quality Control Examples – Drainage, Utilities, Earthwork 3. Bituminous Examples – Asphalt Plant testing 4. Precast or Pre-Stressed Concrete Products Examples – Concrete pipe, beams, precast products Term of Contract This contract is intended to run for the duration of the construction project and conclude once the final pay application is processed, and all Purchase Orders issued under the Agreement have been completed or terminated. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice December 30 , 20 14 Last Date for Receipt of Written Questions January 16 , 2015 , 3 :00PM Addendum Issued Resulting from Written Questions J anuary 21 , 20 15 Solicitation Deadline Date and Time January 30 , 20 15 , 3 :00PM Anticipated Evaluation of Submittals February 2015 Anticipated Completion of Contract Negotiations February 2015 Anticipated Board of County Commissioner’s Contract Approval Date M arch 2015 Response Format The Consultant understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Consultant further agrees that if the contract is awarded the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non-responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Consultant ’s approach and ability to meet the County’s needs, as stated in the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft Packet Page -451- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 6 Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below are to be submitted with each proposal and submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Consultant to include all listed items may result in the rejection of its proposal. 1. Tab I, Co ver Letter / Management Summary In this tab, include :  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. 2. Tab II, Firms Reliability and Availability (Points 30) In this tab, include :  Explain how your firm will be able to provide labor and equipment during this two year road construction project.  Provide the number of years of experience your firm has in providing the required services. 3. Tab I II, Inspectors Credentials (Points 30) In this tab, include :  Provide any related qualifications and certifications your inspectors may have. FDOT certification is required to perform this work .  Include any special accomplishments by your inspector.  Include a resume and TIN number for all inspectors that will be assigned to this work.  If sub-consultants are being utilized, include letters of intent from sub-consultants and all the credentials requested above. 4. Tab IV, Facilities (Points 30) In this tab, include :  Provide any special capabilities to produce the required deliverables, including abilities, capacity, skill, and financial strength your facilities can offer the County for testing services.  Include details of unique benefits .  Provide as an attachment, a copy of a test report as an example of work product. This should be for one of the projects listed as a reference. Packet Page -452- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 7 5. Tab V, References – 5 Completed and Returned (10 ) 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. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each Consultant ’s information provided in th is area:  The County will total each of the Consultant ’s five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Consultants who do not turn in reference forms will be counted as zero (0).  The greatest number of points allowed in this criterion will be awarded to the Consultant who has the highest score.  The next highest Consultant ’s number of points will be divided by the highest Consultant ’s points which will then be multiplied by criteria points to determine the Consultant ’s points awarded. Each subsequent Consultant ’s point score will be calculated in the same manner.  Points awarded will be extended to the whole number per Microsoft Excel. For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Consultant Name Consultant Total Reference Score Points Awarded Consultant ABC 445 20 Consultant DEF 435 19.6 Consultant GHI 425 19.1 Consultant JKL 385 17.3 Consultant MNO 385 17.3 Consultant PQR 250 11.2 Note: Sample chart reflects a 20 point reference criterion. The points awarded by Consultant will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the Consultant ’s proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per Consultant. The Selection Committee may, at their sole discretion, contact references, and/or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. 6. Tab VI, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Packet Page -453- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 8 Exceptions taken by a Consultant may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. 7. Tab VII, Required Form Submittals  Attachment 2 : Consultant Checklist  Attachment 3: Conflict of Interest Affidavit  Attachment 4 : Consultant Declarati on Form’  Attachment 5: Immigration Affidavit and company’s E -Verify profile page and memorandum of understanding  Attachment 6: Consultant Substitute W9  Attachment 7: Insurance Requirements  Attachment 8: Reference Questionnaire Packet Page -454- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 9 Exhibit II : General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department Online Bidding System website: www.colliergov.net/bid . Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist not ed on the cover page. 2. Pre-Proposal Conference The purpose of the pre-proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP with all prospective Consultants having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an addendum. All prospective Consultants are strongly encouraged to attend, as, this will usually be the only pre-proposal conference for this solicitation. If this pre-proposal conference is denoted as “mandatory”, prospective Consultants must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Consultant in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and/or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals Packet Page -455- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 10 All proposals are to be delivered before 3:00PM, Naples local time, on or before January 30, 2015 @ 3:00PM to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist The County does not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and/or time indicated, or to an incorrect address by Consultant ’s personnel or by the Consultant ’s outside carrier. However, the Procurement Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions:  The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline.  The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Consultants must submit one (1) paper copy clearly labeled “Master,” and five (5) compact disks (CD’s) with one copy of the proposal on each CD in Word, Excel or PDF . List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Consultant makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013 -69 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three (3) firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultant s determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultant s’ Co mpetitive Negotiation Act. Packet Page -456- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 11 The County’s procedure for selecting is as follows: 1. The County Manager or designee shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist will review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. 4. Meetings will be open to the public and the Procurement Strategist will publicly post prior notice of such meeting in the lobby of the Purchasing Building. 5. The committee members will review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice will be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist will also post prior notice of all subsequent committee meetings and will endeavor to post such notices at least one (1) day in advance of all subsequent meetings. 7. Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, interviews, or oral presentations. 8. The Selection Committee, as approved by the County Manager or designee, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members will score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. Consultant(s) shall have an opportunity to discuss their qualifications, approach to the project and ability to furnish services for the scope of work outlined in this solicitation during the publicly announced Selection Committee Meeting prior to the final ranking. This discussion does not preclude the County from having add itional presentations by ranked firms at the County’s sole discretion. 9. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. 10. Negotiations shall begin with the top-ranked firm(s) in accordance with Florida Statute 287.055. 11. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Consulta nt nor obligates the County in any manner. Packet Page -457- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 12 Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances may not be considered. 10. References The County reserves the right to contact any and all references submitted as a result of this solicitation. 11. Proposal Selection Committee and Evaluation Factors The County Manager or designee will appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tab II, Firms Reliability and Availability 30 Points Tab III, Inspectors Credentials 30 Points Tab IV, Facilities 30 Points Tab V, References 10 Points TOTAL 100 Points Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the Consultant (as obtained from the County’s financial system) within the last five (5) years will receive the higher individual ranking. This information will be based on information provided by the Consultant, subject to verification at the County’s option. If there is a multiple firm tie in either individual scor ing or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re-solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and Collier County. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Consultant, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Consultant or to re-advertise using the same or revised documentation, at its sole discretion. Packet Page -458- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 13 Exhibit III : Collier County Purchase Order Terms and Conditions 1. Offer This offer is subject to cancellation by the COUNTY without notice if not accepted by VENDOR within fourteen (14) days of issuance. 2. Acceptance and Confirmation This Purchase Order (including all documents attached to or referenced therein) constitutes the entire agreement between the parties, unless otherwise specifically noted by the COUNTY on the face of this Purchase Order. Each delivery of goods and/or services received by the COUNTY from VENDOR shall be deemed to be upon the terms and conditions contained in this Purchase Order. No additional terms may be added and Purchase Order may not be changed except by written instrument executed by the COUNTY. VENDOR is deemed to be on notice that the COUNTY objects to any additional or different terms and conditions contained in any acknowledgment, invoice or other communication from VENDOR, notwithstanding the COUNTY’S acceptance or payment for any delivery of goods and/or services, or any similar act by VENDOR. 3. Inspection All goods and/or services delivered hereunder shall be received subject to the COUNTY’S inspection and approval and payment therefore shall not constitute acceptance. All payments are subject to adjustment for shortage or rejection. All defective or nonconforming goods will be returned pursuant to VENDOR'S instruction at VENDOR’S e xpense. To the extent that a purchase order requires a series of performances by VENDOR, the COUNTY prospectively reserves the right to cancel the entire remainder of the Purchase Order if goods and/or services provided early in the term of the Purchase Order are non -conforming or otherwise rejected by the COUNTY. 4. Shipping and Invoices a) All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with VENDOR. b) No charges will be paid by the COUNTY for packing, crating or cartage unless otherwise specifically stated in this Purchase Order. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments made prior to delivery. Unless freight and other charges are itemized, any discount will be taken on the full amount of invoice. c) All shipments of goods scheduled on the same day via the same route must be consolidated. Each shipping container must be consecutively numbered and marked to show this Purchase Order number. The container and Purchase Order numbers must be indicated on bill of lading. Packing slips must show Purchase Order number and must be included on each package of less than container load (LCL) shipments and/or with each car load of equipment. The COUNTY reserves the right to refuse or return any shipment or equipment at VENDOR’S expense that is not marked with Purchase Order numbers. VENDOR agrees to declare to the carrier the value of any shipment made under this Purchase Order and the full invoice value of such shipment. d) All invoices must contain the Purchase Order number and any other specific information as identified on the Purchase Order. Discounts of prompt payment will be computed from the date of receipt of goods or from date of receipt of invoices, whichever is later. Payment will be made upon receipt of a proper invoice and in compliance with Chapter 218, Fla. Stats., otherwise known as the “Local Government Prompt Payment Act ,” and , pursuant to the Board of County Commissioners Purchasing Policy. 5. Time Is Of the Essence Packet Page -459- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 14 Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and/or services is not a waiver of the COUNTY’S right to insi st upon further compliance with all specifications. 6. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and/or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be a greed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and/or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 8. Statutory Conformity Goods and services provided pursuant to this Purchase Order, and their production and transportation shall conform to all applicable laws, including but not limited to the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. 9. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or services, or appropriate or make use of the COUNTY’S name or other identifying marks or property without the prior written consent of the COUNTY’S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and/or services to be provided hereunder. 11. Warranty of Non-Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY’S use of the goods and/or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). If any claim which arises from VENDOR'S breach of section 11 (a) has occurred, or is likely to occur, VENDOR may, at the COUNTY’S option, procure for the COUNTY the right to continue using the goods or Packet Page -460- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 15 services, or replace or modify the goods or services so that they become non-infringing, (without any material degradation in performance, quality, functionality or additional cost to the COUNTY). 12. Insurance Requirements The VENDOR, at its sole expense, shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Purchase Order. Providing and maintaining adequate insurance coverage is a material obligation of the VENDOR. All insurance policies shall be executed through insurers authorized or eligible to write policies in the State of Florida. 13. Compliance with Laws In fulfilling the terms of this Purchase Order, VENDOR agrees that it will comply with all federal, state, and local laws, rules, codes, and ordinances that are applicable to the conduct of its business. By way of non- exhaustive example, this shall include the American with Disabilities Act and all prohibitions against discrimination on the basis of race, religion, sex creed, national origin, handicap, marital status, or veterans’ status. Further, VENDOR acknowledges and without exception or stipulation shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the awarded firm(s) to comply with the laws referenced herein shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Any breach of this provision may be regarded by the COUNTY as a material and substantial breach of the contract arising from this Purchase Order. 14. Force Majeure Neither the COUNTY nor VENDOR shall be responsible for any delay or failure in performance resulting from any cause beyond their control, including, but without limitation to war, strikes, civil disturbances and acts of nature. When VENDOR has knowledge of any actual or potential force majeure or other conditions which will delay or threatens to delay timely performance of this Purchase Order, VENDOR shall immediately give notice thereof, including all relevant information with respects to what steps VENDOR is taking to complete delivery of the goods and/or services to the COUNTY. 15. Assignment VENDOR may not assign this Purchase Order, nor any money due or to become due without the prior written consent of the COUNTY. Any assignment made without such consent shall be deemed void. 16. Taxes Goods and services procured subject to this Purchase Order are exempt from Florida sales and use tax on real property, transient rental property rented, tangible personal purchased or rented, or services purchased (Florida Statutes, Chapter 212), and from federal excise tax. 17. Annual Appropriations The COUNTY’S performance and obligation to pay under this Purchase Order shall be contingent upon an annual appropriation of funds. 18. Termination This Purchase Order may be terminated at any time by the COUNTY upon 30 days prior written notice to the VENDOR. This Purchase Order may be terminated immediately by the COUNTY for breach by VENDOR of the terms and conditions of this Purchase Order, provided that COUNTY has provided VENDOR with notice of such breach and VENDOR has failed to cure within 10 days of receipt of such notice. 19. General a) This Purchase Order shall be governed by the laws of the State of Florida. The venue for any action brought to specifically enforce any of the terms and conditions of this Purchase Order shall be the Twentieth Judicial Circuit in and for Collier County, Florida b) Failure of the COUNTY to act immediately in response to a breach of this Purchase Order by VENDOR shall not constitute a waiver of breach. Waiver of the COUNTY by any default by VENDOR hereunder shall not be Packet Page -461- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 16 deemed a waiver of any subsequent default by VENDOR. c) All notices under this Purchase Order shall be sent to the respective addresses on the face page by certified mail, return receipt requested, by overnight courier service, or by personal delivery and will be deemed effective upon receipt. Postage, delivery and other charges shall be paid by the sender. A party may change its address for notice by written notice complying with the requirements of this section. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with this Purchase Order in accordance with Florida Statute Chapter 112.061, Per Diem and Travel Expenses for Public Officers, employees and authorized persons. e) In the event of any conflict between or among the terms of any Contract Documents related to this Purchase Order, the terms of the Contract Documents shall take precedence over the terms of the Purchase Order. To the extent any terms and /or conditions of this Purchase Order duplicate or overlap the Terms and Conditions of the Contract Documents, the provisions of the Terms and/or Conditions that are most favorable to the County and/or provide the greatest protection to the County shall govern. Packet Page -462- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 17 Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance and Bonding Requirements The Consultant shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Consultant shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Consultant waive against each other and the County’s separate Consultants, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Consultant and County shall, where appropriate, require similar waivers of subrogation from the County’s separate Consultants, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify “For any and all work performed on behalf of Collier County.” The General Liability Policy provided by Consultant to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Consultant under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County.The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Consultant has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Consultant must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Consultant ’s sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Consultant and/or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non-renewal on the part of the insurance carrier or the Consultant. The Consultant shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverage or limits received by Consultant from its insurer and nothing contained herein shall relieve Consultant of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Consultant hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Packet Page -463- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 18 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 fa ils to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Consultant under this Agreement or any other agreement between the County and Consultant. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Consultant shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Consultant to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful Consultant extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful Consultant. 3. Additional Items and/or Services Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Policy. 4. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 50 % or more of the solicitation amount for said work. 5. County’s Right to Inspect The County or its authorized Agent shall have the right to inspect the Consultant ’s facilities/project site during and after each work assignment the Consultant is performing. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Consultant shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and/or service agreements or other documents provided by the Consultant. The County’s project manager, shall coordinate with the Vendor / Contractor the return of any surplus assets, including materials, supplies, and equipment associated with the scope or work. 7. Public Records Compliance The Vendor/Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including Packet Page -464- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 19 specifically those contractual requirements at F.S. § 119.0701(2) (a)-(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 8. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor’s invoices must include:  Purchase Order Number  Description and quantities of the goods or services provided per instructions on the County’s purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk’s Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk@collierclerk.com . Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include:  Traditional – payment by check, wire transfer or other cash equivalent.  Standard – payment by purchasing card. Collier County’s Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County’s credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an “Additional Cash Discount.” Upon execution of the Contract and completion of each month’s work, payment requests m ay be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and/or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of “laches” as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off-set the amount owed to the County by applying the amount Packet Page -465- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 20 owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the “Local Government Prompt Payment Act.” Collier County reserves the right to withhold and/or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. 9. Environmental Health and Safety All Consultants and S ub Consultants performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Consultants and S ub Consultants shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and/or right-of -way for the purpose of inspection of any Consultant ’s work operations. This provision is non-negotiable by any department and/or Consultant. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 10. Licenses The Consultant is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents . Fa ilure on the part of any Consultant to submit the required documentation may be grounds to deem Consultant non -responsive. A Consultant, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license/registration will need to be renewed thereafter to remain “active” in Collier County If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252-2431, 252-2432 or 252-2909. Questions regarding required occupational licenses , please contact the Tax Collector’s Office at (239) 252 -2477. 11. Survivability Bids (ITBs/RFPs): The Consultant/Contractor/Vendor agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 15 -6372 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 Order. Packet Page -466- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 21 12. Principals/Collusion By submission of this Proposal the undersigned, as Consultant, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; tha t this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 13. Relation of County It is the intent of the parties hereto that the Consultant shall be legally considered an independent Consultant, and that neither the Consultant nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Consultant, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 14. Termination Should the Consultant be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non-performance. 15. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval , no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 16. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.html ) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 17. Single Proposal Each Consultant must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub- consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub- consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non-responsive and rejected from further consideration. Packet Page -467- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 22 18. Protest Procedures Any prospective vendor / proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County’s then current purchasing ordinance and policies. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and Thursdays. Any actual or prospective respondent who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of th e Procurement Director. 19. Public Entity Crime A person or affiliate who has been placed on the convicted Consultant list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Consultant list. 20. Security and Background Checks If required, Consultant / Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 21. Conflict of Interest Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 22. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the 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 Packet Page -468- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 23 period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 23. Immigration Law Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet-based means of verifying employment eligibility of workers i n the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program:  Commodity based procurement where no services are provided.  Where the requirement for the affidavit is waived by the Board of County Commissioners Consultants / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant ’s/bidder’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Consultants are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E-Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Consultant does not comply with providing the acceptable E-Verify evidence and the executed affidavit the bidder’s / Consultant ’s proposal may be deemed non-responsive. Additionally, Consultants shall require all subcontracted Consultants to use the E-Verify system for all purchases not covered under the “Exceptions to the program” clause above. For additional information regarding the Employment Eligibility Verification System (E-Verify) program visit the following website: http://www.dhs.gov/E-Verify . It shall be the Consultant ’s responsibility to familiarize themselves with all rules and regulations governing this program. Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. Packet Page -469- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 24 Attachment 1: Consultant ’s Non -Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Consultants not wishing to respond to this solicitati on. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Tr ail E, Naples, FL 34112. . We are not responding to CCNA Solicitation 15 -6372 , Verification Testing for Golden Gate Blvd. Design Build for the following reason(s): Services requested not available through our company. Our firm could not meet specifications/scope of work. Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) Project is to o small. Insufficient time allowed for preparation of response. Incorrect address used. Please correct mailing address: Other reason(s): Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: _____________________________________ Date _____________ Packet Page -470- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 25 Attachment 2 : Consultant Check List IMPORTANT : THIS SHEET MUST BE SIGNED . Please read carefully, sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: The Proposal has been signed. All applicable forms have been signed and included , along with licenses to complete the requirements of the project. Any addenda have been signed and included. The mailing envelope ha s been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist CCNA Solicitation: 15 -6372, Verification Testing for Golden Gate Blvd. Design Build The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. The Proposal will be mailed or delivered in time to be received no later than the specified due date and time . (Otherwise Proposal cannot be considered.) If submitting a manual bid, include any addenda (initialed and dated noting understanding and receipt). If submitting bid electronically, bidder will need to download all related documents on ww w.colliergov.net/bid. The system will date and time stamp when the addendum files were downloaded. ALL COURIER-DELIVERED PROPOSALS MUST HAVE THE RFP NUMBER AND TITLE ON THE OUTSIDE OF THE COURIER PACKET Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name : ________________________________________ Date ___________ Packet Page -471- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 26 Attachment 3 : Conflict of Interest Affidavit By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and/or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Procurement Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: ____________________________________________________________________ Sig nature and Date: ____________________________________________________________________ Print Name ____________________________________________________________________ Title of Signatory ____________________________________________________________________ State of _______________________________________________________________________ County of _______________________________________________________________________ SUBSCRIBED AND SWO R N to before me this ____________ day of __________________, 20___________, by _______________________________________________, who is personally known to me to be the ________________________________________ for the Firm, OR who produced the following identification ________________________________________. Notary Public My Commission Expires ___________________________________________ Packet Page -472- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 27 Attachment 4 : Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: 15 -6372 , Verification Testing for Golden Gate Blvd. Design Build Dear Commissioners: The undersigned, as Consultant declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Consultant agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced CCNA Solicitation . IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 200__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number CCR # or CAGE Code __________________________________________________________________________ Telephone: FAX: Signature by: (Typed and written) Title: Packet Page -473- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 28 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Packet Page -474- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 29 Attachment 5: Immigration Affidavit Certification CCNA Solicitation: 15 -6372 , Verification Testing for Golden Gate Blvd. Design Build This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB’s) and Request for Proposals (RFP) submittals. Further, Consultants / Bidders are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant ’s/bidder’s proposal. Acceptable evidence consists of a copy of the proper ly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Consultant / Bidd er’s proposal as non -responsive. Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (“INA”). Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Consultant attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E -Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Consultant ’s / Bidder’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ State of ___________________ County of _________________ The foregoing instrument was signed and acknowledged before me this ______day of ________________, 20___, by _______________________________ who has produced _____________________________ as identification. (Print or Type Name) (Type of Identification and Number) _____________________________________ Notary Public Signature _____________________________________ Printed Name of Notary Public _____________________________________ Notary Commission Number/Expiration The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. Packet Page -475- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 30 Attachment 6: Consultant Subs ti tu te W – 9 Request for Taxpayer Identification Number and Certification In ac co r da nce wi th the Inte rn al Re ve nue Ser vi ce re gu l at io ns, Co llier C ou nty is required to collect t he followi ng in fo rm at io n for tax repor ti ng pu rp os es from indiv id ua ls and co m pa ni es who do bu si ness wi th the County (i nc l ud in g social sec ur it y number s if us e d b y th e indiv id ual or co m pa ny for tax rep or tin g purpo se s). Fl o ri d a Statute 119 .0 7 1(5) re qu ir e th at the co un ty notify y ou in wr iti ng of t he reason f or coll ec ti ng this inform at ion , w hi ch will b e us ed f or no oth er pu rp ose th an herein s tate d. Please com pl e te all in fo rm at io n th at appli es to yo ur b us in ess an d re tu rn with your quote or proposal. 1. G en e ra l In formatio n (provide all information) T axpayer Nam e ___________________________________________________________________________________ (as shown on income tax return) Business Name ___________________________________________________________________________________ (if different from taxpayer na me) Address ____________________________________ Ci t y _______________________________________________ St a t e ______________________________________ Z ip ________________________________________________ T ele p ho n e __________________ FAX ______________________ Email __________________________________ Order Information Address ___________________________________ Remit / Payment Information Address ____________________________________________ Ci t y __________ St a t e ________ Zip ___________ Ci t y _____________ St a t e _________ Z ip ______________ FAX ______________________________________ Email _____________________________________ FAX ______________________________________________ Email _____________________________________________ 2. Co m pany Sta tu s (c he ck only one) Indiv i du a l / So l e Propr i etor Cor p orati o n Partners h ip Tax Exempt (Fede r al in c ome ta x -exempt e ntity un d er Intern a l Rev e nue S erv i ce gu i de l i n es IRC 501 (c) 3) Limit e d Li a b i lity Comp a ny E nter the tax classification (D = Disregarded Entity, C = Cor p orati o n, P = Partnership) 3. Taxpa yer I de nt ific ation Number (fo r ta x re po rt i ng pu rpos es o nl y) Federal Tax Identification Number (TIN) _______________________________________________________________ (Consultant s who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Si gn an d Date Form : Certification : Un der pen alt ie s of perjury, I certify that the information sh own on this form is correct to my knowl ed g e. Signature ___________________________________________________________ Date _________________________________ Title _______________________________________________________________ Phone Number ________________________ Packet Page -476- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 31 . Attachment 7 : Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements 2. Employer’s Liability $500,000 single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Inju ry Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. I ndemnification To the maximum extent permitted by Florida law, the Contractor/Vendor /Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limite d 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 per formance of this Agreement. 4. Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non -owned/Hired; Automobile Included 5. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work . $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained whe re applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $1,000,000 per claim and in the aggregate  $1,000,000 per claim and in the aggregate  $2,000,000 per claim and in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Packet Page -477- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 32 6. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a s um equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amo unt, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A -“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, p ublished by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 9. Collier County must be named as "ADDITIONAL INSURED " on the Insurance Certificate for Commercial General Liability where required. 10. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. Thirty (30) Days Cancellation Notice required. Consultant ’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be re quired within five (5) days of the award of this solicitation. Name of Firm _______________________________________ Date ____________________________ Consultant Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name _______________________________________ Telephone Number _________________ Packet Page -478- 5/12/2015 16.A.4. 15 -6372 Verification Testing for Golden Gate Blvd. Design Build 33 Attachment 8: Reference Questionnaire Solicitation: 15 -6372 , Verification Testing for Golden Gate Blvd. Design Build Reference Questio n naire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questio n n aire) Company: (Evaluator’s Comp any completing reference ) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10 , with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/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: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ Projec t Number of Days: _______________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: _______________________________________ By ________________ Packet Page -479- 5/12/2015 16.A.4. www.HighSpans.com January 30, 2015 1500 J ACKSON S TREET – S UITE 201 F T . M YERS , FL 33901 O FFICE : 239.433.3000 F AX : 239.735.7335 Collier County Board of County Commissioners Purchasing Department 3327 Tamiami Trail East Naples, FL 34112 Attn: Evelyn Colon, Procurement Specialist RE: RFP# 15 -6372 Verification Testing for Golden Gate Blvd. Design Build Dear Ms. Colon: On behalf of HighSpans Engineering, Inc ., attached please find one (1) hard copy and five (5) CDs of our response to the above-referenced RFP. HighSpans Engineering, Inc. (HEI), a local DBE, has provided Construction Engineering & Inspection Services under various contracts on projects in Collier County and throughout Southwest Florida since our incorporation in 2007. We are pleased to respond to the above-referenced Request for Proposal to provide outstanding Verification Testing services to the Collier County Board of County Commissioners. Our Approach is to Provide Highly Qualified Personnel: Our team is experienced in all aspects of CEI services including structures construction, roadway construction, resurfacing, utilities, MOT, environmental compliance, EEO/OJT reporting and has extensive experience on FHWA funded projects. Our approach to staffing is to maximize benefit to the client in creative ways, with the an economical Inspector to provide near full time testing services along with the support of additional inspectors and professional staff. HighSpans has a long-term commitment to Collier County to lead qualified and experienced staff, to be attentive and responsive to the County’s needs, and to deliver what we promise. Thank you for your consideration. Sincerely, Vincent A. Zaliauskas, PE, SECB 239 -443-7010 / VinceZ@HighSpans.com Page 1 of 50 Packet Page -480- 5/12/2015 16.A.4. Cover Letter/Management Summary CCNA Solicitation 15-6372, Verification Testing for Golden Gate Blvd. Design Build TA B I Page 2 of 50 Packet Page -481- 5/12/2015 16.A.4. Firms Reliability and Availability CCNA Solicitation 15-6372, Verification Testing for Golden Gate Blvd. Design Build TA B I I Page 3 of 50 Packet Page -482- 5/12/2015 16.A.4. TAB II RELIABILITY AND AVAILABILITY HighSpans Engineering will have one dedicated inspector, Charlie Beamis, assigned to this Golden Gate Boulevard Widening project to assure continuity in the work product. Charlie is a highly dependable individual who is currently working in an inspector role on the Hacienda Lakes Project in Naples at this time. With the timing of the two projects, Charlie will be able to seamlessly shift over to the Golden Gate Boulevard when necessary. Charlie brings with him 8 years of experience in the CEI Verification and Quality Control roles, and all of the field tools required of the trade. These tools include his own dedicated nuc lear density machine, speedy moisture gauge, laptop, and various other hand tools. In addition to Charlie, HighSpans will have several other inspectors working in the area to assist with the project should the need for additional staff arise. In addition to the HighSpans field staff, we have teamed up with Ardaman and Associates to provide the laboratory testing services for this contract. Should the need arise, we will have other staff available to add support to this project. Please see the resumes of all proposed staff. All of our inspectors are highly qualified and work well with the County’s representative and the Contractor to ensure a successful project. In addition, we will make available two Senior PE if requested to assist resolve issues, review schedules or other as the County sees fit. If assistance with pay requests is requested we propose Ashley Koza to serve in that roll. Again, these additional services are proposed only if the County sees a need. Our Inspector will work closely with the County ’s Representative with the following Quantity Tracking Procedure Weekly tracking form we created, turned in weekly after the inspector has tracked all quantities throughout the week including:  Pay item number  Pay item description  Quantity  Stationing  Plan sheet numbers to avoid any over payment  Qtys will also be tracked in a field book to ensure no over payments HighSpans is experienced in tracking pay item quantities. We have a system for tracking, logging, and turning in quantities so that no items are missed and no undue over payments are made. Our Weekly Quantity Form includes fields to fill in the pay item number, description, and quantity as well as stationing and plan sheet numbers. Keeping track of the stationing and plan sheets along with the quantity guarantees no overlap in payments for any given item. These weekly quantity forms would be turned into the County Inspector on Fridays for input. Page 4 of 50 Packet Page -483- 5/12/2015 16.A.4. Inspectors Credentials CCNA Solicitation 15-6372, Verification Testing for Golden Gate Blvd. Design Build TA B I I I Page 5 of 50 Packet Page -484- 5/12/2015 16.A.4. P o s i t i o n Av a i l a b i l i t y % As p h a l t P a v i n g L 1 As p h a l t P a v i n g L 2 As p h a l t P l a n t L 1 As p h a l t P l a n t L 2 Co n c r e t e F i e l d T e c h 1 Co n c r e t e F i e l d T e c h 2 Ea r t h w o r k L 1 Ea r t h w o r k L 2 Fi n a l E s t i m a t e s L 1 Fi n a l E s t i m a t e s L 2 Pi l e D r i v i n g Dr i l l e d S h a f t QC M a n a g e r Br i d g e C o a t i n g s I n s p e c t i o n 1 FDOT Reference Name/Phone Vince Zaliauskas, PE SPE Z42286169 22  03 / 1 5 80 % A Jonathan Sands, FDOT1 863-519-2223 Jim Shuler, PE PA S46044478 12  03 / 1 5 10 0 % A Ray Callahan, FDOT1 941-465-0813 Bobbie Mills CSS M42007659 30 06 / 1 5 75 % Brian Blair, P.E . 863-519-2676 Jacoah Jackson SI J25042677 17 07 / 1 5 10 0 % A Nik Patel, FDOT1 941-465-0411 Manny Mendez SI M53233378 13 06 / 1 5 10 0 % I Nik Patel, FDOT1 941-465-0411 Nathan Riberdy I R16362187 7 06 / 1 5 10 0 % I Nik Patel, FDOT1 941-465-0411 Lisa Brierley I B66453376 8 06 / 1 5 10 0 % A Dennis Day, FDOT1 239-985-7870 Charley Bemis I B52014281 10 06 / 1 5 10 0 % I Chris Mollitor , FDOT1 239-985-7883 Michael Blevins PI B41554792 2 06 / 1 5 50 % Chris Mollitor, FDOT1 239-985-7883 Arty Autry PI A36004862 11 06 / 1 5 50 % Chris Mollitor, FDOT1 239-985-7883 132 2 6 4 3 4 4 2 7 6 10 4 2 2 6 1 3 7 8 8 IM S A T r a f f i c S i g n a l s FD O T C r i t i c a l S t r u c t u r e s Co n s t r u c t i o n I s s u e s S e l f - S t u d y AP N G A G a u g e S a f e t y C e r t i f i e d NP D E S S t o r m w a t e r C o n t r o l In s p e c t o r NAME TIN#Ye a r s o f E x p e r i e n c e En g i n e e r i n g D e g r e e Av a i l a b i l i t y D a t e TOTAL HEI STAFF QUALIFICATIONS Ad v . ( A ) I n t . ( I ) M O T Page 6 of 50 Pa c k e t P a g e - 4 8 5 - 5 / 1 2 / 2 0 1 5 1 6 . A . 4 . Charles Bemis CEI Inspector Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Mr. Bemis has nearly 10 years ’ experience in all aspects of Construction Engineering and Inspection and FDOT procedures. His relevant project experience includes extensive Asphalt Plant Inspection, and proven Paving inspection, along with other roadway construction activities. Inspection responsibilities have included the survey layout and conformance with plans and specifications; verification sampling, testing and reporting on earthwork, asphalt, cross slope, and concrete; entering and monitoring VT data in LIMS; coordination with CQC personnel; management of lower level inspectors, coordination with businesses and property owners, tracking quantities from construction activities, completing Daily Work Reports in Site Manager, MOT inspection and erosion control inspection. Projects noted below are with a prior employer.  Reference: Chris Mollitor, Asphalt Plant Coordinator, Fort Myers Ops, 239.985.7883  Reference: Doug McClintock, Bartow Ops, 863-519-4326 CEI Project Experience Inspector – Hacienda Lakes Phase II, Rattlesnake Hamock CEI Services Charlie is provided CEI services for this road construction project. Please contact Jim Zuver with Collier County as a referenc e. FDOT1 District Wide CCEI Support (#C9113 FPID # 425137-1-52 -01) A Contract Provided inspection services on SR 17 (Scenic Highway) @ Mountain Lake Cutoff in Polk Co. The project consists of Intersection improvements. Reference: Doug McClintock, Bartow Ops, 863-519-4326 Inspector - May 2012 to June 2012 District Wide CCEI Support A Contract FIN #427321-1 -52-01 (#C9113). Provided inspection services on the PUSH BUTTON CONTRACT – ROADWAY TWO #12, SR 78 at Skyline / SW 10th Place. The project consists of construction of Dual Directional Median Opening Intersection improvements at SR 78 (Pine Island Road) at Skyline Blvd / SW 10th Place in Lee County. Reference: Gerald Byrne, Ft Myers Ops, 239-985-7800, Inspector - No vember 2010 to March 2011 Tamiami Trail, Miami-Dade County Mr. Bemis provided inspection services for the Modification to SR 90 Modified Water Deliveries to Everglades National Park. His duties included concrete field tech work, densities, and monitoring rock removal around piles. Reference: Cal Santarelli, Operations Manager, 239-334-3878 (Allied #39-0374) Inspector April 2010 to August 2010 SR 78 from W of Crescent Lake Drive to Evalena Lane, Lee County FDOT1 - #C-8I12, FIN #423280-1-52-01) Inspector for Roadway Construction adding turn lanes, milling and paving, drainage improvements, base work, drainage improvements, curb & gutter, traffic separator, sidewalk, signing and pavement markings and intersection modification along SR 78. Reference : Luella Pierce, Fort Myers Ops, 239-985-7800 Qualifications / Certifications TIN B52014281 Asphalt Plant - Level 1 Asphalt Plant - Level 2 Asphalt Paving – Level 1 Asphalt Paving – Level 2 ACI Concrete Field Testing Technician Level 1 CTQP Concrete Field Tech 1 Earthwork – Level 1 Earthwork – Level 2 QC Manager Final Estimates – Level 1 Intermediate MOT APNGA Gauge Safety Certified CPPR Critical Structures Construction Issues NPDES Certified Storm water Management Inspector (p) Page 7 of 50 Packet Page -486- 5/12/2015 16.A.4. Charles Bemis CEI Inspector Page 2 of 2 Where Structural Design Meets Construction Engineering Inspector February 2010 to April 2010 CEI Services, Lee County, (#C-8V08 FIN #417224-2-52-01) Mr. Bemis provided Roadway Inspection services as sub-consultant on SR 82 from Sunshine Blvd to Columbus Blvd in Lee County. Reference: Ft Myers Ops, 239-985-7800 Inspector - August 2009 to December 2009 and April 2008 to June 2009 I75 Design/Build Finance iROX, Lee & Collier Counties, ACCI/API Joint Venture (FIN #420655-1) This project included widening of 30 miles (from Collier County to Colonial Boulevard in Lee County) of Interstate 75. Mr. Bemis’ duties consisted of inspection of roadway construction, placement of fill materials, pipe placement and sampling. Reference: Nik Patel. FDOT1 Construction PM, (941) 465-0411 Inspector - June 2009 to August 2009 SR 90 (US 41), Collier County (C -8S23, FIN 195408-2 -52-01) Mr. Bemis performed Inspection services for as sub-consultant project SR 90 from East of SR 951 to Auto Village Way. Reference: Luella Pierce, D1 FDOT Project Manager, 239-985-7800 Inspector - February 2008 to April 2008: Mr . Bemis served as an inspector for Allied’s Construction Materials Inspection Division. His duties included in -place density tests and concrete testing. References: Cal Santarelli, Allied Engineering and Testing, Inc., 239-334- 3878 Lead Technician - March 2005 to February 2008 Ajax Paving Quality Control, Nokomis, FL. Duties included cores, slopes, asphalt roadway reports, rolling patterns, straight edge and verification. Projects Mr. Bemis has worked on: RSW Ft. Myers International and Port Charlotte Airport; US 41 Naples and North Fort Myers; Alico Road; Santa Barbara in Naples and Cape Coral; I-75 expansion; Six Mile Cypress and Downtown Fort Myers Other Experience Inspector – September 2011 to December 2014  D1 CEI Services for SR 78 – #413695-1 (C9911)  D1 SR ‐93 (I ‐75) Widening and Interchange Improvements at Luckett Road and at SR 80 – #411038 ‐1 ‐62 ‐01 & 411042 ‐ 1 ‐62 ‐01 (C9070)  D1 CEI Services for SR 80 at US 27 New Interchange –#408286-7-62-01 (C9205)  D1 CEI Services for I-75 (SR 93), South of SR 78 to Charlotte County Line – #413041-2-62-01(C9584)  CEI Services for District Wide Continuing Services Asphalt Plant Inspection for District 7 #427166-1/429005 - 1/427158-1/427161-1/407951-1 (C9634) Reference: Judi Sobczak, 813.975.6282  D1 CEI US 27 from Lake Isis Ave to Polk County Line, Highlands Co –Provided asphalt plant inspection services under D1 CEI contract. FIN #194485-1-62-01, 425252-1-58 -01 (C9164). Reference: Susan Hindman, Sebring Ops, 863- 386-6112  D1 CEI US 41 from SR 29 to the Dade County Line, Collier Co –Asphalt plant inspection services under D1 CEI contract. FIN # 417248-4-62 -01 (C8Y40) Reference: Chris Mollitor, Asphalt Plant Coordinator, Fort Myers Ops, 239.985.7883  D1 CEI Services for I-75 @ SR 951, Collier County – Asphalt Plant Inspector: The project consists of interim improvements to add turn lanes to the ramps with a complete reconstruction of the interchange. Reference: Chris Mollitor, Asphalt Plant Coordinator, Fort Myers Ops, 239-985-7883 , FIN # 425843-1-62-01 (C9218)  43rd Street West from SR 684 to SR 64, Manatee County – Asphalt Plant Inspector (in-training): Mr. Bemis provided inspection services under CE&I Services Contract #C8V18 for District 1 on #428909-1-62-01, 43rd Street West from SR 684 to SR 64. (#C8V18, #428909-1-62-01) Reference: Phil Chiarini, Sarasota Operations Center, 941-359-7300 (Retired) Page 8 of 50 Packet Page -487- 5/12/2015 16.A.4. Hector “Manny” Mendez Inspector Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Mr. Mendez has 13 years Roadway Construction Inspection and Materials Testing experience. His inspection responsibilities have included performing asphalt roadway paving, density testing, concrete testing, daily reports preparation, and monitoring contractor for contract compliance. He has also done inspection services under several district wide contracts that include Bridge Widening & Deck Panel Replacements. Mr. Mendez has performed Contractor Quality Control on US41, SR29, SR31, and I-75. Duties have consisted of testing concrete, soils, and asphalt. Project Experience Inspector - June 2014 – Present (congruent) Six-Mile Cypress Dual Rights CEI Lee County DOT Manny’s duties include roadway sampling, formed earthwork testing, all site photos Drilled Shaft installation, erosion control, storm runoff and silt fence maintenance, all VT samples for material testing; documented Environmental protection guidelines and procedures. Responsible for overseeing the installation, maintenance and operational safety of work zone workers and the traveling public, day to day operational lane maintenance according to specifications, Contract specifications and Senior Inspector requirements; completed day and night M.O.T reports. Lee County DOT Project Manager: Sarah Clarke Inspector - April 2014 – Present (congruent) Hacienda Lakes Phase II; Rattlesnake Hammock CEI: Roadway, Pipe and Structures Inspection Contact: Chris Hagan, PE, Hagan Engineering, LLC (239) 687-3811 Inspector – January 2013 to November 2014 US41 from SR951 to Greenway Rd. (Collier County) FDOT District 1 – FIN #415621-2-62-01 Mr. Mendez serves as QC Sr. Inspector on this new construction project which included four to six-lane widening of US 41 from CR 951 to just pass Greenway Rd. The project involved milling and resurfacing, earthwork, drainage, utility work, multi use path, cast in place 3 box culverts, curb and gutter, guardrail, signing and pavement marking, drilled shafts for mast arms, signalization, installing new fiber optics, controller cabinets, installation of conduit, pull boxes, electric service poles, and wiring. Mr. Mendez’s duties included materials testing and sampling, earthwork, concrete & asphalt inspection, drainage utilities and roadway. Proj. Admin.: Scott Woss, PE 239-699-7588 Inspector - October 2012 to January 2013 SWFIA, Parallel Runway Program Manny provid ed Sr. Inspection services on the 82.10 acre project site located within the Southwest Florida International Airport (SWFIA) property in Fort Myers, Lee County, Florida. The SWFIA is located south of Daniels Boulevard, north of Alico Road and east of Treeline Avenue. The project site is specifically located southeast of the existing airport runway and northeast of the existing main terminal complex. The proposed project consists of the construction of an additional 38.8 acres of impervious areas within basins 7 and 10. The improvements involve the construction of terminal and taxiways (aircraft operation) areas and a surface water management system. Manny's duties consist of inspection of steel, paving and pre-cast on rebar of structures. He is performing densities from pipe to baserock, concrete testing and stringline on subgrade to baserock. CE I Inspector - June 2012 to September 2012 Qualifications / Certifications TIN # M53233378 Concrete Field Technician Level 1 ACI Concrete 1 Earthwork Inspection Level 1 Earthwork Inspection Level 2 Asphalt Paving 1 Asphalt Paving 2 Final Estimates I QC Manager IMSA Traffic Signal Inspector 1 APNGA Gauge Safety Certified Critical Structures Construction Issues (CSCI) 2013 Intermediate. MOT NPDES Certified Storm water Management Inspector (scheduled 01/2015)) FEMA IS 100.a, FEMA IS 200.a CPPR Page 9 of 50 Packet Page -488- 5/12/2015 16.A.4. Hector “Manny” Mendez Inspector Page 2 of 2 Where Structural Design Meets Construction Engineering District Wide CCEI Support A Contract FDOT District 1, Lee County, FL - FIN #427321-1-52 -01 (#C9113) Mr. Mendez provided inspection services on the PUSH BUTTON CONTRACT - ROADWAY TWO #12, SR 78 at Skyline / SW 10th Place. The project consists of construction of Dual Directional Median Opening Intersection improvements at SR 78 (Pine Island Road) at Skyline Blvd / SW 10th Place in Lee County FDOT Reference: Gerald Byrne, Ft Myers Ops, 239-985-7800, (#C9113) Employer Reference: Cal Santarelli, Allied Engineering (239-334-6833) Sr. Inspector - March 2007 to June 2011 Del Prado Widening, Lee County Mr. Mendez served as a QC Inspector on this new construction project which included five (5) new bridges and four to six- lane widening of Del Prado Boulevard from Pine Island Road to Kismet in Cape Coral. The project involved milling and resurfacing, earthwork, drainage, utility work, sidewalks, curb and gutter, guardrail, signing and pavement marking, drilled shafts for mast arms, signalization, installing new fiber optics, controller cabinets, cameras, landscaping improvements (i.e., trees, grass, sod, plants, etc.), new light poles and installation of conduit, pull boxes, electric service poles, and wiring. Mr. Mendez' duties included materials testing and sampling, earthwork, concrete & asphalt inspection, inspection of pile driving on all 5 bridges, reinforcing steel inspections, drainage utilities, roadway and MOT inspection. Project Experience – 2001 – 2007 CEI Inspector – I-75 RTMC Building, C-8F94 FDOT District 1 – FIN #414733-1-62-01 Mr. Mendez served as an Inspector for verification of densities for this project. Reference: Tony Chin (AIM Engineering) – 239-561-7940 Inspector – I-75 Bridge Widening & Deck Panel Replacements (10 Bridges) FDOT District 1 (E -1D88) (FIN #412844, 412845, 412846) Mr. Mendez served as a QC Inspector of concrete and earthwork for this project. Reference: Mr. Phil Chiarini (retired), Sarasota Operations Center, 941-359- 7300 (Retired) Inspector – US 41 - Better Roads Mr. Mendez served as a QC Inspector of concrete and earthwork on this project. Reference: FDOT District 1 - Fort Myers Ops, 239-985-7800 Inspector – I-75 Bridge Widening & Deck Panel Replacements, (Myakka River, Big Slough, Toledo Blade, and Sumter Blvd.) Mr. Mendez served as a QC Inspector of concrete and earthwork on this project. Reference: Phil Chiarini (retired), Sarasota Operations Center, 941-359-7300 (Retired) Inspector – Moccasin Wallow and SR80 – Mr. Mendez performed density testing, concrete testing, prepared daily reports, and monitored contractor for contract compliance. Reference: FDOT District 1 - Fort Myers Ops, 239-985-7800 Instrument Man - November 2000 to August 2001 –Instrument man on a survey crew Other Experience United States Marine Corps - E5 Sergeant -- November 1996 to November 2000 - Responsible for storing and supply of all ground fired Ammunitions. Page 10 of 50 Packet Page -489- 5/12/2015 16.A.4. David Bryant, EI Sr. Inspector / Engineer Intern Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Mr. Bryant is an Engineering Intern with dual Bachelor Degrees in Civil and Environmental Engineering, as well as field and administration experience as an Associate PA, CSS and Sr. Inspector. Before achieving his engineering degrees, Dave served 8 years in the U.S. Coast Guard. Dave’s project experience includes managing progress meetings, supplemental agreements, progress estimates, final estimates, project close out, project administration and inspection for interstate construction, emergency bridge replacement, bridge painting, signalization, lighting, roadway drainage & embankment, stabilized subgrade, base, major bridge construction, MSE wall, curb and gutter, box culverts, MOT and SWPPP inspections. Project Experience Sr. Inspector –November 2014 – Present Fort Myers Operations Center CEI Continuing Services Contract C9A69 FPID # 430894-1-62 -01 & 430893-1-62-01 Dave was Sr. Inspector in charge of sidewalk construction inspection in LaBelle and Clewiston near two schools. Duties included SWPPP, MOT, and utility coordination. Dave was the sole inspector on the project, reporting directly to the PA. Contact: FDOT PA: Juan Carrillo, 239-656-7884 Sr. Inspector –May 2014 – November 2014 US41 Business from Littleton Road to US41 FPID # 421116-1-62 -01 Dave is responsible for the inspection of roadway reconstruction of an urban section of Business-41 in North Fort Myers; paving, embankment, drainage, sidewalk, gravity wall. Contact: FDOT PM: Dennis Day, 239-896-8699 Contract Support Specialist – October 2012 to June 2013 Bonita Beach Road Phase II - Six Lane Widening From Old -41 to Lime St. Lee County DOT - CN -10 -15, Contract #5592 Dave’s duties as CEI Sr. Inspector and CSS (“Office Engineer”) for this project include tracking progress quantities, reviewing and accepting progress payment estimates from the Contractor for approval to the Department, manage project SharePoint site, entries into Computation Books, Storm water inspection, MOT verification inspection, utility work observation for roadway construction including embankment, stabilization, base rock, clearing and grubbing, concrete removal, signalization at two intersections and a mile of lighting installations. Contact: Lee County DOT Project Manager: Sarah Clarke Sr. Inspector – February 2014 to March 2014 US41 from S. of US301 to S. of 23rd Street CEI Services for Resurface, Restore, and Rehabilitate of US41 FPID # 427363-1-52 -01 Dave was responsible for the inspection of sidewalk construction, minor grading, and roadway signs to conformance with the FDOT Design Standards. Also inspected construction of signalization installations at two intersections along this route. Contact: FDOT PM: Marlena Gore, 863-272-5008 Sr. Inspector – March 2014 US41 at Cortez Avenue CEI Services for Resurface, Restore, and Rehabilitate of US41 FPID # 429526-1-52 -01 Dave was responsible for the inspection of pavement operations and inspected construction of signalization mast arm Qualifications / Certifications TIN #B65317076 BS Civil Engineering BS Environmental Engineering EI #1100015259 Concrete Field Technician Level 1 ACI Concrete 1 CTCI Concrete 2 Earthwork Inspection Level 1 Earthwork Inspection Level 2 Asphalt Paving 1 Asphalt Paving 2 Final Estimates I Final Estimates 2 Bridge Coating Inspection Level 1 FDOT - Auger Cast Pile FDOT - MSE Wall Pile Driving Inspection (p) Critical Structures Construction Issues (CSCI) 2013 APNGA Gauge Safety Certified FDEP Certified Storm Water Management Inspector Intermediate MOT Page 11 of 50 Packet Page -490- 5/12/2015 16.A.4. David Bryant, EI Sr. Inspector / Engineer Intern Page 2 of 2 Where Structural Design Meets Construction Engineering installations. Contact: FDOT PM: Tony Chin, 239-332-4569 Sr. Inspector – July 2013 to January 2014 Polk Parkway Bridges over Airport Road and Clark Road CEI Services for Paint Bridges on Polk Parkway FPID # 427325-1-62-01 Dave is responsible for Bridge Coatings Inspection (CEI) and lighting installations on this streamlined lump sum project which included cleaning and painting of existing bridge, containment system review and inspection, and construction administration for Polk Parkway Bridges over Airport Road and Clark Road. Dave also provided submittal reviews , developed Pre-Construction, pre-activity, and weekly agendas, ran meetings, prepared meeting minutes and project status forms, and correspondence with local agencies and the contractor to keep up to date status of the project. Contact: Florida's Turnpike Enterprise Construction PM Joe Chinelly 407-466-8126 & Todd Kelly, PE 407-286- 8520 Sr. Inspector – June 2013 to August 2013 SR 78/Pine Island Road from West of Santa Barbara Boulevard to W est of Del Prado Boulevard FDIP: 425229-1-52-01 This lump sum federally funded project consisted of approximately 2.24 miles of four-lane divided roadway, milled and resurfaced, 4’ bike lane construction (at right turn lanes), and 4’ pavement widening and 5’ shoulder pavement. Dave’s responsibilities included; backscatter testing of asphalt, coring, cross slope measurement, straight-edge measurement s , concrete testing. Contact: Michael Ryan, PE, Atkins PM, 239-334-7275 Sr. Inspector – November 2012 to December 2012 I75 Daniels Emergency Repair - FDOT District 1 Dave performed inspection during this emergency bridge repair project which included two bridges with pre-stressed concrete beam and deck replacement (75-ft span). Pre-stressed beam repair was completed with fast setting high strength mortar and epoxy injection of cracks. Three beam replacements required 24/7 inspection for beam and deck demolition, replacement beam setting, SIP forms, deck reinforcing steel and deck pour with high early strength concrete. Dave also inspected the lighting system repairs. Emergency also involved interstate and collector road MOT and coordination with adjacent project. The bridge repair was completed and opened to traffic within 12 days; in time for the Thanksgiving Holiday, necessary for this major route to SW Florida International Airport. Contact: Jim Jacobson, PE (813) 975-7586 Inspector – January 2012 to November 2012 SR 739 (Metro Pkwy) from US 41 to Six Mile Cypress Parkway FDOT District 1 – FDIP: 195719-1-52-01 Assisted QC manager with bridge, roadway, drainage, earthwork, inspection and testing; entered results in database; processed dailies; monitored water discharge to ensure compliance with SWPPP and Federal water quality standards; monitored and documented procedures for erosion control, storm runoff, silt fence and turbidity levels; monitored and documented Environmental Protection guidelines and procedures. Receive and process QC control samples and perform LIMS entries for all materials samples taken on the project. Bridge experience included rebar inspection and concrete testing for footings, caps and deck pours for a 900-ft long FL-I Beam bridge supported by post-tensioned hammerhead caps. Also performed mass-concrete temperature monitoring. Contact: Tim Hendrix, Asst. DCE-District Consultant Manager (previously FDOT1 Construction PM,) (850) 330-1259. Other Experience U.S. Coast Guard 1998-2006, Avionics Electrical Technician, 2 nd Class Managed 10+ personnel in the electrical and avionics maintenance of Coast Guard C-130 cargo aircrafts. Trained junior enlisted on maintenance and navigational procedures and techniques on the C-130. Recipient of the U.S. Coast Guard Commandant’s Letter of Commendation Ribbon , the highest personal ribbon awarded in the U.S. Coast Guard. Prior to that, Fireman, assisted in maintaining main propulsion engines and potable water system. Page 12 of 50 Packet Page -491- 5/12/2015 16.A.4. Lisa Brierley Inspector Page 1 of 2 Where Structural Design Meets Construction Engineering Lisa Brierley has over 8 years of field and office experience. She has been trained to work in LIMS, is a certified storm-water inspector, Level I & II Earthwork Inspector and has trained in both Road Worker and Nuclear gauge safety. She has advanced MOT certifications and extensive MOT experience on FDOT projects. She is experienced in database and document management. Project Experience Inspector - June 2014 – Present (congruent) Six-Mile Cypress Dual Rights CEI Lee County DOT Lisa’s duties included roadway sampling, formed earthwork testing, all site photos Drilled Shaft installation, erosion control, storm runoff and silt fence maintenance, all VT samples for material testing; documented Environmental protection guidelines and procedures. Responsible for overseeing the installation, maintenance and operational safety of work zone workers and the traveling public, day to day operational lane maintenance according to specifications, Contract specifications and Senior Inspector requirements; completed day and night M.O.T reports. Lee County DOT Project Manager: Sarah Clarke Inspector - April 2014 – Present (congruent) Hacienda Lakes Phase II; Rattlesnake Hammock CEI: Roadway, Pipe and Structures Inspection Contact: Chris Hagan, PE, Hagan Engineering, LLC (239) 851-8239 Inspector - November 2013 – March 2014 Rock Ridge Road Bridge Replacement - FDOT1 - 431429-1-52-01; The project consists of replacing the Rock Ridge Road Bridge spanning a small creek located approximately 200 feet south of the intersection or Rock Ridge Road and Creekwood Run in Polk County, FL. The proposed bridge will be a single span bridge. The bridge abutments will be constructed using a Geosynthetic Reinforced Soil Integrated Bridge System (GRS- IBS) wall system. Lisa’s duties as Inspector on this project include Sampling materials for construction, density testing, LIMS entries, depth measurements, coring, cross slope measurement, straight-edge measurements, log book entries, reviewed/interpreted plans, site layouts, specifications, and construction methods to ensure compliance to project requirements, safety regulations, specifications and contract. FDOT1 Project Manager – Kirby Radford, 863-519-4107 CEI Inspector - September 2013 SR93 (I-75) at the interchange of Exit 111 and CR 846 (Immokalee Rd) Overhead Signing FDOT1 - 429981-1-52-01 Lisa’s duties as Inspector on this project include MOT verification inspection, processed daily report of construction, sign inspection per reading/interpreting plans, specifications, standard indexes, shop drawings and Contractor observation. All the Contractor’s operations were recorded in Sitemanager. Contact: Josephine Mak, PE, FDOT1 Construction PM, 239-985-7840 Inspector – May 2013 to August 2013 SR 78/Pine Island Road from West of Santa Barbara Boulevard to West of Del Prado Boulevard; FDOT1 - FDIP 425229-1-52-01 This lump sum federally funded project consisted of approximately 2.24 miles of four-lane divided roadway, milled and resurfaced, 4’ bike lane construction (at right turn lanes), and 4’ pavement widening and 5’ shoulder pavement. Lisa’s responsibilities included; density testing, sampling, LIMS entries, depth measurements, coring, cross slope measurement, straight-edge measurements, log book entries and IA reviews. Contact: Michael Ryan, PE, Atkins PM, 239-334-7275 Qualifications / Certifications TIN # B66453376 •E arthwork I & II •Paving Level 1 •Drilled Shaft Inspection •IMSA Traffic Signal Inspector 1 •QC Manager •Final Estimates 1 •Critical Structures Construction Issues (CSCI) 2013 •Advanced MOT •Road Worker Safety & Haz- Com •NPDES Certified Storm water Management Inspector •APNGA Gauge Safety Certified Page 13 of 50 Packet Page -492- 5/12/2015 16.A.4. Lisa Brierley Inspector Page 2 of 2 Where Structural Design Meets Construction Engineering CEI Inspector – March 2013 to April 2013 I75 N Jones Loop Kings Hwy FDOT1 - FDIP 429979-1-62-01 Assisted in the Drilled shaft construction, excavation, Drilled Shafts forms, storm water inspection, processing progress, LIMS entries, Site Manager, M.O.T Advanced; Weekly silt fence inspections were performed as part of the erosion control plan, reviewed/interpreted plans, site layouts, specifications, and construction methods to ensure compliance to project requirements, safety regulations, specifications and contract. Contact: Luella Pierce, FDOT1 Construction PM, 239-985-7868 CEI Inspector – February 2013 to March 2013 Collier County Crayton Road Sidewalk installation FDOT1 - FDIP 427947-1-52-01 Performed earthwork, embankment sampling and testing. Contact: Josephine Mak, PE, FDOT1 Construction PM, 239-985-7840 Inspector – January 2013 to May 2013 (intermittent) SR776 / San Casa Drive FDOT1; FDIP 416087-1-52-01 Performed quality control for earthwork, embankment sampling and testing and assisted drilled shaft construction inspection quality control. Contact: Josephine Mak, PE, FDOT1 Construction 239-985-7840 CEI Inspector – November 2012 to December 2012 I75 Daniels Emergency Repair - FDOT District 1 Ms. Brierley performed inspection during this emergency bridge repair project which included two bridges with pre-stressed concrete beam and deck replacement (75-ft span). Pre-stressed beam repair was completed with fast setting high strength mortar and epoxy injection of cracks. Three beam replacements required 24/7 inspection for beam and deck demolition, replacement beam setting, SIP forms, deck reinforcing steel and deck pour with high early strength concrete. Emergency also involved interstate and collector road MOT and coordination with adjacent project. The bridge repair was completed and opened to traffic within 12 days; in time for the Thanksgiving Holiday, necessary for this major route to SW Florida International Airport. Inspector – October 2010 to May 2011 & November 2011 to November 2012 (Overlap) SR 739 (Metro Pkwy) from US 41 to Six Mile Cypress Parkway FDOT1 – FDIP: 195719-1-52-01 Assisted QC manager with all roadway and storm pipe testing and sampling; formed earthwork testing; entered results in LIMS; processed dailies; monitored water discharge to ensure compliance with SWPPP and Federal water quality standards; monitored and documented procedures for erosion control, storm runoff, silt fence and turbidity levels; monitored and documented Environmental Protection guidelines and procedures. Receive and process QC control samples and perform LIMS entries for all materials samples taken on the project. Reference: Tim Hendrix, Asst. DCE-District 3 Consultant Manager (was FDOT1 Construction PM during this project) 850-330-1259 CEI Inspector - June 2011 to May 2013 (Intermittent) Bonita Beach Road Phase II - Six Lane Widening From Business 41 to Lime Street Lee DOT CN-10-15, Contract #5592 Lisa’s duties as CEI Inspector on this project include storm water inspection, MOT verification inspection, utility work observation and quantity tracking for roadway construction including embankment, clearing and grubbing, concrete removal and other. Lee County DOT Project Manager: Sarah Clarke Page 14 of 50 Packet Page -493- 5/12/2015 16.A.4. Arthur Autry Senior Asphalt Plant Inspector Page 1 of 2 Where Structural Design Meets Construction Engineering Mr. Autry has over 11 years of experience with CEI Transportation projects. Artie served as Senior Plant Inspector for the I-75 Lee/Collier Counties iROX Project, the FDOT District One Rural Residence CEI Contract (40 new construction and reconstruction projects over 5 years, $75 million dollars of construction, $10 million dollars CEI 5 year contract) and the FDOT District Seven and District One District Wide CEI Services Contract for Asphalt Plant and Roadway Inspection. Mr. Autry was Resident Asphalt Coordinator for the Rural Residency Office and the Asphalt Coordinator on four (4 ) SR-25 (US-27) projects. CEI Project Experience Sr. Asphalt Plant Inspector - August 2010-Present – Miscellaneous Projects Perform Asphalt Plant Verification duties and oversee Quality Control (QC) technicians performing tests, ensuring proper test procedures are followed on the following projects: I-75 from N. of Sumter Blvd. to N. of River Rd. FDOT D1 – FPID #413044-4-62-01 FDOT PM: Nik Patel (941) 465-0411 SR84 from Radio Road to CR951 to Main Golden Gate Canal Collier County Project Nos. 60073 & 60092 FDOT PM: Mary Wiley, (239) 985-7866 (Retired) SR84 (Davis Blvd.) Santa Barbara Blvd. to Radio Road FPID #195416-4-62-01 FDOT PM: Mary Wiley, (239) 985-7866 (Retired) SR -80, CR 833 to Whidden Corner, Hendry County FDOT District 1 - FPID #408286-2-52-01 FDOT PM - Tim Hendrix (850) 330-1259 I-75, Tucker's Grade to North Jones Loop Road FDOT District 1 - FPID 413042-3-62-01 CEI PA – Jill Norris (941) 979-2621 US -17/Peace River to SW Collins St. FDOT District 1 - FPID 415490-1-62-01 CEI PA – Gwen Norris (941) 979-6614 SR -29 S of I-75 FDOT D1 - FPID # 425210-1-62-01 & 425212-1-62-01 CEI PA – James “Vee” Lofton, Johnson Engineering, Inc. (239) 633-0419 US -27 (SR-25), Stitt Ranch to Glades C/L FDOT District 1 - FPID #425224-1-62-01 FDOT PM – Tim Hendrix (850) 330-1259 US -27 (SR25), Palm Beach C/L to Industrial & Canal - FDOT D1 – FPID #423441-1-62-01 FDOT PM - Luella Pierce (239) 985-7868 Jolley Bridge, Marco Island, FL FDOT District 1 FDIP: 195410-1-52-01 FDOT PM – Tim Hendrix (850) 330-1259 Bonita Beach SR-93/I-75 Interchange, Collier County, FL FDOT District 1 – FPID #426786-1-62-01 Venice SR-93/I-75, Sarasota County, FL FDOT District 1 - FPID #406314-3-62-01 Crystal Gorman (previous FDOT PM) (239) 634-2318 (URS Construction Services Sr. Asphalt Plant Inspector – 09-2009 – 07-2010 - I-75 Design Build Finance “iROX” – FPID #420655-1-52 -01 - This project was the largest asphalt project ever undertaken in Florida to that time; over 320,000 tons of asphalt were used on the project. FDOT1 Construction PM, Crystal Gorman: (239 ) 634.2318 (URS Construction Services) Asphalt Plant Inspector – 01-2003 to 07 -2009 - District wide CEI Services, Pine ll as County, FL (FDOT District 7) - On -call asphalt plant inspector for various assignments within District 7. Qualifications / Certifications TIN A360048 62 Asphalt Plant, Levels 1 & 2 Final Estimates, Level 1 QC Manager APNGA Gauge Safety Certified NPDES Storm water Control Inspector Page 15 of 50 Packet Page -494- 5/12/2015 16.A.4. Arthur Autry Senior Asphalt Plant Inspector Page 2 of 2 Where Structural Design Meets Construction Engineering Asphalt Coordinator and Plant Inspector – 09-2007 to 12 -2007 - SR -25 (US-27) Milling and Resurfacing, Polk County, F L (FDOT District 1) - $6 million, 200-day contract to resurface 7.23 miles of US-27 (milling and asphalt resurfacing, drainage improvements, guardrail, signals, signs and striping). Asphalt Coordinator and Plant Inspector – 05-2006 to 06-2007 - Resurfacing/Widening SR-25 (US-27) Polk County, FL (F DOT District 1) $12.6 million, 470-day contract to reconstruct 12.2 miles of US 27 from 4 to 6 lanes (median improvements, storm drainage, signals, lighting, signing, striping, landscaping; water, sewer and reuse JPA). Asphalt Coordinator and Plant Inspector – 03-2006 to 04-2007 - Resurfacing/Widening SR-25/US-27 Polk County, FL (FDOT District 1) - $9.5 million, 300-day contract to reconstruct 1.8 miles of US 27 from 4 to 6 lanes (median improvements, storm drainage, signing, striping, water, sewer and reuse JPA). Asphalt Coordinator/Plant and Roadway Inspector – 08-2002 to 10-2007 - Rural Residence CEI Contract, all rural Counties (FDOT District 1) - Multiple project assignments for minor and major roadway and bridge construction contracts within t he rural counties of District 1:  US -98/SR-15 SE 30 th Terrace to Martin County Line, Okeechobee County, FL (FDOT District 1) 9.76-mile resurfacing with drainage and signals improvements.  Lake Okeechobee Scenic Trail (Design Build) from Port Myakka to Glades County line, Martin and Okeechobee County, FL (FDOT District 1) 26-mile bike path on the Herbert Hoover Dike  US -98 (SR-700) from 1.6 miles NE of Kissimmee River to E of Hammock Slough, Okeechobee County, FL (FDOT District 1) 9.23-mile resurfacing  I-75 (Alligator Alley) Safety Barrier (Design Build), Collier County, FL (FDOT District 1) 49.5-mile project References: FDOT District 1: Chris Mollitor, FDOT PM , FMOC - 239.985.7883 References: FDOT District 7: Mr. Rick Korloch, Clearwater Const. Asphalt Coordinator – 727.725.7950 Mr. Tony Campisi, Tampa Const. Asphalt Coordinator – 813.612-3300 References: FDOT Materials: Charlotte Price, District 1 & 7 Materials IA/IV Inspector - 863.519.4230 Keith Crews, Resident Asphalt Coordinator, Sebring – 863.386.6112 Paul Barnes, District 1 & 7 Asphalt IA/IV Coordinator – 863.519.2680 Page 16 of 50 Packet Page -495- 5/12/2015 16.A.4. Michael Blevins Asphalt Plant Inspector Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Mr. Blevins has been working for two years as a full-time CEI Asphalt Plant Inspector on several projects. Mr. Blevins has run verification tests, completed lot packages, run tests on cores, truck temps and pay samples, completed TL -D Poly workbooks, built Master CPF workbooks, and verified Contractor compliance with Specification 331 requirements, including tonnage limits of initial lots, and lot/sub- lot spread rate calculations. Michael possesses proven asphalt verification skills. CEI Plant Inspection Experience: CEI Asphalt Plant Inspector - August 2012 to Present Michael’s duties include Asphalt Plant Verification and overseeing Quality Control (QC) technicians performing tests, ensuring proper test procedures are followed, preparing lot packages and calculating CPFs, on the following projects: I-75 from N. of Sumter Blvd. to N. of River Rd. (January 2014 – ongoing) FDOT D1 – FPID #413044-4-62-01 FDOT PM: Nik Patel (941) 465-0411 SR -80, CR 833 to Whidden Corner, Hendry County (May 2013 – February 2014) FDOT D1 - FPID #408286-2-52-01 Contact: Tim Hendrix, Asst. DCE-District 3 Consultant Manager (was FDOT1 Construction PM) 850-330- 1259 SR -84 (Davis Blvd.) Santa Barbara Blvd. to Radio Road (April 2013 – April 2014) FDOT D1 - FPID #195416-4-62-01 Contact: Mary Wiley, FDOT1 Project Manager – (239 ) 656-7866 (Retired) SR -84 & CR/SR-951, Davis Boulevard to Collier Boulevard (December 2012 – October 2013) Collier County DOT/JPA - Contracts 60073 – SR84 Davis & 60092 – SR951 Collier Blvd. CEI PA – Mike Ryan, PE, PMP, Atkins Global – Senior Project Engineer - 239-334-7275 / 239-253-0982 (Cell) SP 12.5 TL-C POLY – 3,000.00 tons SP 12.5 TL-C – 1,000.00 tons SR -82 @ Havilland Ave S –May 2013 to June 2013 FDOT District 1 - FPID #431727-1-62-01 Contact: Luella Pierce, FDOT1 Project Administrator - (293)-985-7868 Bonita Beach Road Phase II - Six Lane Widening From Business 41 to Lime Street - Lee County DOT (February 2013 to April 2013) CN -10-15, Contract #5592 ; S-1- 2,500.00 tons Contact: CEI Consultant – HighSpans Engineering, Inc. – (239) 433-3000 Qualifications / Certifications TIN B41554792 Asphalt Plant - Level 1 Asphalt Plant - Level 2 Earthwork 1 Final Estimates – Level 1 APNGA Gauge Safety Certified Page 17 of 50 Packet Page -496- 5/12/2015 16.A.4. Michael Blevins Asphalt Plant Inspector Page 2 of 2 Where Structural Design Meets Construction Engineering I-75/ Tucker's Grade to North Jones Loop Road – FDOT District 1 (December 2012 to April 2013) FPID 413042-3-62-01 – SP 12.5 TL-D - 2,200.00 tons SP 12.5 TL-D Poly - 4,900.00 tons SP 12.5 TL-C - 3,500.00 tons Contact: CEI PA – Jill Norris (941) 979-2621 US -17/Peace River to SW Collins St. (December 2012 to April 2013) FDOT District 1 - FPID 415490-1-62-01 SP 12.5 TL-C - 10,000.00 tons Contact: CEI PA – Gwen Norris (941) 979-6614 I-75 Daniels Emergency Repair (December 2012) FDOT District 1 Michael’s duties include plant inspection during mill and resurface of Daniels Road under I -75 to repair damage that was done to pavement during the November 2012 emergency bridge repair. Mix SP 9.5 TL-C SR 29 – SR 93 (I-75) Interchange (September 2012 to January 2013) FDOT District 1 - FPID #425210-1-62-01 SP 12.5 TL-C Poly - 1,700.00 tons FC 12.5 TL-C Poly - 2,300.00 tons FC -5 Poly - 800.00 tons References Chris Mollitor, FDOT PM, FMOC - 239.985.7883 Artie Autry, Senior Asphalt Plant Inspector HighSpans Engineering, Inc. – (239) 671-5330 Page 18 of 50 Packet Page -497- 5/12/2015 16.A.4. Vincent Zaliauskas, PE, SECB CEI - Senior Project Engineer, FL Lic. No. 60524 (2003), CA Lic. No. 57045 (1997) B.S., Structural Engineering, U.C. San Diego – June, 1992 NCEES Structural II, Structural Engineering Certification Board Certified Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Mr. Zaliauskas has over 22 years of experience leading the Contract Administration, Construction Engineering and Inspection and Design of many transportation projects. His duties included all aspects of CEI including administration, progress and final payments, claim avoidance, issue resolution, managing field personnel, utility coordination, MOT plan design and adjustment for local conditions, all types of bridge and traffic structures, interstate and local road construction. Vince has built solid relationships with Lee County Project Mangers. Education: BS Civil/Structural Engineering (1992) Credentials: FL registered PE#60524 and Structural II Listed. FDOT CTQP Certifications in Advanced MOT, QC Manager, Final Estimates Level II, Concrete and Post-Tensioning. Years in present position: 22 years in CEI and Design for Road and Bridge projects. Years employed by firm: 7 years Projects: CEI Senior Project Engineer – April 2014 to Present SR 884 Colonial Blvd at Six Mile Cypress Blvd (Lee County) Vince served as Sr. PE for the dual right turn lanes at the SE corner of this intersection of Lee County and FDOT roads. Project included signalization, drilled shaft, paving, widening and bike/ped path improvements. Contact: Lee County DOT Project Manager: Sarah Clarke (239) 533-8718 FDOT PM: Carlos Augusto Bessa Office: 239-656-7856 C EI Senior Project Engineer – November 2012 – February 2013 I75 Daniels Emergency Repair - FDOT District 1 Vince served as CEI Sr. PE under the Maintenance Contractor ICA during the emergency repair of the I-75 Bridges over Daniels Road in Lee County. Emergency repair included partial span replacement in expedited time. Bridges were opened to traffic before the Thanksgiving Holiday. Contact: District One Secretary: Billy Hattaway, P.E. (863) 519-2201 Contact: FDOT Str. Maintenance: Jim Jacobsen. PE (813) 975-7586 CEI Senior Project Engineer and CEI Project Administrator June 2011 to August 2013 Bonita Beach Road Phase II - Six Lane Widening From Business 41 To Lime Street, CN-10-15, Contract #5592 Vince’s duties as CEI Senior Project Engineer include coordinating activities of the Inspectors, responding to RFI, shop drawing coordination, utility coordination, claim avoidance, progress meetings, materials verification, reviewing and approving dailies, reviewing/approving and processing contractor payment requests and supplemental agreements and Final Estimate. Contact: Lee County DOT Project Manager: Sarah Clarke (239) 533-8718 Senior Project Engineer August 2007 to October 2010, I-75 Design Build Finance “iROX” FPID – 420655-1-52-01 CEI for all bridges and structures on this 35-mile long interstate widening project ($346 million). The structures include widening of 18 concrete slab or prestressed concrete girder bridges, replacement of two steel girder bridges, and replacement of 2 concrete slab bridges, descriptions below. His duties as CEI Senior Project Engineer include coordinating activities of the structures Project Administrator and Inspectors, responding to RFI, field inspection of pile driving, concrete placement, reinforcement placement verification, mass concrete plan implementation, girder erection, bridge deck pours, and barrier wall construction. His contract administration duties include design plans review and release for construction, shop drawing coordination, claim avoidance, progress meetings, pile driving plans review, mass concrete plan review, sound wall plan review, materials verification coordination in LIMS, reviewing and approving dailies in Site Manager, and reviewing contractor payment requests. Qualifications / Certifications TIN: Z42286169 •Professional Engineer, Florida & California •QC Manager •FDOT Advanced MOT •Final Estimates-Level 2 •PTI Post-Tensioning II •Grouting Inspector II •Asphalt Plant Level I & II Page 19 of 50 Packet Page -498- 5/12/2015 16.A.4. Vincent Zaliauskas, PE, SECB CEI - Senior Project Engineer, FL Lic. No. 60524 (2003), CA Lic. No. 57045 (1997) B.S., Structural Engineering, U.C. San Diego – June, 1992 NCEES Structural II, Structural Engineering Certification Board Certified Page 2 of 2 Where Structural Design Meets Construction Engineering Contact: then FDOT Construction PM: Nik Patel 941-465-0411 CEI Senior Project Engineer and CEI Project Administrator August 2005 to March 2008, Alico Road/I-75 Interchange , FDOT (Dist 1) – FPID: 200966-1-52-01 This $31 million reconstruction of the I-75 at Alico Road Interchange in Lee County. The structures for the project included bridge replacement (128’-138’ span AASHTO type VI girder, on driven pile foundation), mass concrete, permanent sheet pile wall and concrete fascia, precast box culverts, signal mast arm with drilled shaft foundations, high-mast lighting with drilled shaft foundations, cantilever sign structures (>40-ft) with drilled shaft foundation, and 50-ft lighting with precast foundations. His contract administration duties includes EEO/OJT oversight, shop drawing coordination, claim avoidance, progress meetings, pile driving plans review, mass concrete plan review, sound wall plan review, materials verification coordination in LIMS, reviewing and approving dailies in Site Manager, reviewing/approving and processing contractor payment requests and supplemental agreements and Final Estimate. Contact: FDOT Construction PM: : Jerry Byrne, PE FMOC 239.272.7633 Project Engineer Overlap: August 2006 to May 2007, SR 29 Wildlife Crossings, FDOT (Dist 1) Post-design services, specifications package and bid item review for final plans for the construction of two wildlife crossings and canal crossings along SR29 in Collier County. Structural analysis for time-dependant settlement and rotation calculations for the rigid abutments on spread footings. Structures consisted of prestressed concrete girders simple span, AASHTO Type II. Contact: FDOT PM: J. Ray Porter 863-519-2300. Bridge Project Engineer January 2005 to May 2007, Summerlin Road Gladiolus Flyovers , Lee County DOT , Florida Bridge Project Engineer for CEI Services and quality assurance during construction of the curved steel girder flyovers at Summerlin Road and Gladiolus Drive in Lee County. The structures are comprised of twin curved-steel girder bridges on driven pile foundations. Contact: Lee DOT PM: Randy Cerchi 239-533-8505. Other Bridge/Structures Projects (CEI & Design): • San Carlos Blvd, Lee County DOT, Florida • SRA1A, Ernest Lyons Bridge, FDOT D4, Stewart, Martin County, Florida Segmental Superstructure Design • Ft. Denaud Bridge Replacement Corridor Study, Hendry County, Florida Segmental, ASSHTO PD&E Design • Veterans Parkway Access Road, Lee County DOT, Florida Sound Wall Design • Elderberry Lane Box Culvert Design, Lee County DOT, Florida • SR60, Memorial Causeway Bridge, FDOT D7, Clearwater, Florida Segmental Super/Substructure Design • Miami Intermodal Center, Ramp 10A, Miami, Dade County, Florida Segmental Design • Taiwan High Speed Rail Viaduct, Contract C295, Tainan Co., Taiwan Segmental Design • I-275, Sunshine Skyway Bridge Annual Inspection, FDOT, St. Petersburg, Pinellas County Cable Stay Inspection • I-101 Paso Robles Overheads, California DOT, Paso Robles, California Steel Girder CEI • Highway 1 Chorro Creek Bridge, California DOT, San Luis Obispo, California Steel Girder CEI • I-465 & I-74, Indiana Department of Transportation, Marion County, Indiana Segmental Design • Big Creek Bridge Retrofit, California DOT, Big Sur, California Arch Bridge CEI • I-101 Paso Robles Overheads, California DOT, Paso Robles, California – Resident Engineer & Structure Rep CEI • Cypress Viaduct Replacement, California DOT, Oakland, California Segmental & Curved Steel CEI • I-880 & I-80, California DOT, Oakland, California PD&E Design • I-280 Double Decker Retrofit, California DOT, Oakland, California Segmental CEI • Water Control Structures, various agencies. Affiliations Page 20 of 50 Packet Page -499- 5/12/2015 16.A.4. Jim Shuler, PE Project Administrator Page 1 of 2 Where Structural Design Meets Construction Engineering Mr. Shuler has more than 12 years of experience on a wide variety of projects throughout Florida. He has served in an array of positions including Senior Project Engineer, Project Engineer, Assistant Job Superintendent, Field Engineer, and Project Administrator. Mr. Shuler’s responsibilities have included overseeing, managing and administrating construction projects; completing pay estimates, change orders, and correspondence; as well as implementing the project specifications. He is diligent at supervising his inspection staff and ensuring that a construction project stays on schedule and within budget. Project Experience Senior Project Engineer – April 2013 – Present US 17 (SR 35) Widening from 0.4 Miles South of Southwest Collins Street to South of CR 760A , Nocatee, Florida – FDOT District One. FPID: 417876-1-62-01 This project will widen approximately 5.7 miles of US 17 (SR 35) from the existing two-lane roadway to a proposed four-lane divided roadway with a depressed median and roadside ditches. The proposed roadway will include two 12-foot travel lanes in each direction along with four and five-foot paved outside shoulders. Some of the unique project elements include a vast amount of excavation and drainage, extensive utility coordination including a Joint Project Agreement with DeSoto County Utilities and maintenance of traffic. Drainage work consists of new drainage pipe, nine ponds and two floodplain compensation sites. An active Seminole Gulf Railway corridor aligns the project to the west and many environmental concerns are present within the corridor. Mr. Shuler’s responsibilities include reviewing the schedule, claim analysis, approving estimates, reviewing maintenance of traffic, meeting with business and property owners, overseeing utility coordination, administering general project management, as well as overseeing and coordinating the project staff. FDOT Project Manager: Ray Callahan, 941-465-0813 Senior Project Engineer – October 2010 – September 2013 US 17 Widening from North of Peace River Shores to Southwest Collins Street, DeSoto County, Florida FDOT District One. FPID: 415490-1 This project included widening approximately four miles of US 17. The project involved milling, resurfacing, reconstruction, extensive excavation, utilities, extensive drainage, a new bridge over Thornton Branch Creek, maintenance of traffic, as well as signing and pavement markings. Mr. Shuler’s responsibilities included reviewing the schedule, claim analysis, approving estimates, reviewing maintenance of traffic, meeting with business and property owners, overseeing utility coordination, administering general project management, as well as overseeing and coordinating the project staff. FDOT Project Manager: Jim Nichols, 941-359-7333 Project Engineer – January 2011 – June 2012 District Wide Push Button Contract (FPID: 427321-2 and 427321-4), Charlotte, Collier, DeSoto, Glades, Hardee, Hendry, Highlands, Lee, Manatee, Okeechobee, Polk, and Sarasota Counties, Florida FDOT District One. FPID: 427321-2 and 427321-4 This contract was separated into roadway projects and signal projects. The work assigned to the roadway projects consisted of shoulder treatments on SR 546 in Polk County, new turn lane construction and intersection resurfacing for the SR 540 entrance to Legoland in Winter Haven, sidewalk/crosswalk improvements on SR 884 in Lee County, the installation of a pedestrian crossing on SR 82 in Fort Myers, and a directional median opening modification on SR 78 in Lee County. The signals projects included signal replacements on SR 17 in Sebring, US 17 in Winter Haven, and SR 540 in Winter Haven, Qualifications / Certifications TIN # S46044478 •Professional Engineer, Florida #69098, 2009BS Civil Engineering •Advanced Maintenance of Traffic •Asphalt Paving Technician Level I •Critical Structures Construction Issues Self-Study •Earthwork Construction Inspection Level I & II •Florida Department of Environmental Protection Stormwater Management Inspector •Final Estimates Level I & II •Nuclear Safety Certification •Quality Control Manager Page 21 of 50 Packet Page -500- 5/12/2015 16.A.4. Jim Shuler, PE Project Administrator Page 2 of 2 Where Structural Design Meets Construction Engineering as well as new signal installation at SR 60 and US 27 in Polk County. Mr. Shuler’s responsibilities included performing plan reviews, issuing work directives to begin construction tasks, negotiating pricing for work not already covered by contract unit pricing, coordinating field activities, analyzing cost and time overruns, overseeing final acceptance, and completing project closeout paperwork. FDOT Project Manager: Eunice Usher, 239-985-7852 Senior Project Engineer – January 2010 – March 2013 SR 82 Widening from Ortiz Avenue to South of Lee/Colonial Boulevard (CR 884) Fort Myers, Florida City of Fort Myers, FL, FDOT District One, FPID: 195488-2 This SR 82 project ran from Ortiz Avenue to South of Lee/Colonial Boulevard (CR 884). The project involved widening the existing roadway from four lanes to six lanes and adding new traffic signals at the Buckingham Road intersection, the Forum Boulevard intersection, the I-75 ramps, and the Lee Boulevard/Colonial Boulevard intersection. The project also consisted of new sidewalk, lighting, landscaping, and widening the I-75 ramps. In addition, the water, sewer and stormwater drainage was replaced. Mr. Shuler’s responsibilities included reviewing the contractor’s schedule, approving estimates, reviewing maintenance of traffic, meeting with business and property owners, overseeing utility coordination, administering general project management, as well as overseeing and coordinating the project staff. City of Fort Myers Project Manager: Ben Bullert, PE, 239-321-7470 Senior Project Engineer – October 2010 – July 2011 US 301 Widening from Wood Street to Myrtle Avenue, Sarasota County, Florida – FDOT District One. This project included new construction from 12th Street to Myrtle Avenue, widening US 301 approximately 2.2 miles, reconstruction, milling and resurfacing US 41 at the US 301 intersection, detours for the reconstruction of the US 301/SR 780 intersection, drainage, ADA ramps, under drains, Type-B stabilization, limerock base, curb and gutter, eight-foot wide sidewalks, sanitary sewer, water main, force main, street lighting, mast arm signalization, and interconnect. As Part-Time Senior Project Engineer for this project, Mr. Shuler was responsible for reviewing maintenance of traffic changes, evaluating plan revisions, meeting with property/business owners, approving estimates, and coordinating the team. FDOT Reference: Nikesh Patel, PE, 941-465-0411 Senior Project Engineer – June 2009 – April 2010 SR 780 (Fruitville Road) Milling and Resurfacing from East of School Avenue to East of Honore Avenue Sarasota County, Florida – FDOT District One. FPID: 197753-2 3.8-mile long SR 780 (Fruitville Road) project which ran from East of School Avenue to East of Honore Avenue and included milling, resurfacing, ADA sidewalk ramps, signs, and five signalized intersection upgrades to mast arms. This project was concurrent with the City of Sarasota’s median landscaping and irrigation work and involved coordinating with several public and private utility owners to upgrade permits. The landscaping, irrigation lines, meters, and median brick work were installed by the City’s landscape contractor while the roadway contractor constructed sidewalk and signal systems. Lane closures and construction conflicts were avoided through extensive communication and coordination with both contractors. The paving operations were successfully completed with no straightedge deficiencies and the project was completed on-time and under budget. FDOT Reference: Nikesh Patel, PE, 941-465-0411 Senior Project Engineer – June 2009 – April 2010 SR 780 (Fruitville Road) Milling and Resurfacing from East of US 301 to East of School Avenue, Sarasota, Florida – FDOT District One. FPID: 197753-3 Approximately 0.25-mile long SR 780 (Fruitville Road) project from East of US 301 to East of School Avenue. The project included milling, resurfacing, ADA sidewalk improvements, signs, and upgrades to two signalized intersections, one of which included mast arm signal upgrades. No straightedge deficiencies were identified on this project. FDOT Reference: Nikesh Patel, PE, 941-465-0411 Senior Project Engineer – May 2009 – September 2009 US 41 (Venice Bypass) Resurfacing from North of Center Road to South of Bird Bay Drive , Sarasota County, Florida FDOT District One. FPID: 198017-3 Page 22 of 50 Packet Page -501- 5/12/2015 16.A.4. Ashley Koza, EI Contract Support Specialist B.S., Civil Engineering, Florida Gulf Coast University Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Mrs. Koza achieved a Bachelor Degree in Civil Engineering in 2009. Since then her experience has been in the field on FDOT Interstate construction projects, particularly roadway, drainage and miscellaneous structures. Her experience includes development of a county-wide landscaping monitoring system, Arc GIS, project administration, project scheduling and resource tracking, wind loading, and construction engineering inspection for interstate projects, arterials, roadway, bridges, retaining walls, signalization, lighting, MOT, SWPPP compliance and other. Field Project Experience Contract Support Specialist – 04/14 – Present (congruent) Hacienda Lakes Phase II; Rattlesnake Hammock Contact: Chris Hagan, PE, Hagan Engineering, LLC (239) 851-8239 Contract Support Specialist – 06/14 – Present (congruent) Six Mile Dual Rights – Lee County DOT Contact: Sarah Clarke, Lee County DOT PM Associate Contract Support Specialist – 11-2011 to 12-2013 (congruent) SR 84 (Davis Blvd) from Radio Rd to CR 951 N of Magnolia Pond Dr. Collier County Project 60073 This approximately three-quarter mile project called for building a six-lane roadway divided by a median with sidewalk and on-road bike lanes on both sides of the roadway. This project was a JPA with the Florida Department of Transportation. Collier County provided the construction funds with an agreement from FDOT to provide reimbursement starting in fiscal year 2012. Mr s. Koza’s e ssential responsibilities included assisting in preparation of progress and final estimates, preparation of pay applications, EEO compliance, processing construction contract changes, tracking monthly quantities and evaluating and inputting daily reports from the field inspectors. Other responsibilities included coordination with the Construction Project Manager and Project Engineer to organize Stormwater Pollution Prevention Plan Reports, Maintenance of Traffic weekly reports, and quantity inputs. In support of the CEI Project Administrator, Ashley assisted with weekly progress meetings and managed minutes, tracked Requests for Information Letters, Shop Drawing Submittals, Material Submittals, and Plan Revisions. Contact: Kevin Dugan, Collier County Transportation Engineering Project Manager, (239) 580-8593 Associate Contract Support Specialist – 11-2011 to 12-2013 (congruent) CR 951 (Collier Blvd) from Davis Blvd North to Main Golden Gate Canal Collier County Project 60092 This one- mile project was an extension of the Collier Boulevard project from U.S. 41 to Davis Boulevard. Plans called for the widening of Collier Boulevard from four to eight lanes with on-road bike lanes on both sides of the roadway and the continuation of the 10-foot multiuse pathway that was being constructed in the U.S. 41 to Davis Boulevard project. The project also included capacity improvement to approximately one-quarter mile of Beck Boulevard as well as the northbound I-75 off ramp. Contact: Kevin Dugan, Collier County Transportation Engineering Project Manager, (239) 580-8593 CEI Inspector - 08/2011 - 11/2011 Lee Roy Selmon/I-4 Connector FDOT District 1 – FPID #258415-1-52-01 This project was a $389 million project involving construction of two major interchanges and elevated roadway between I- 4 and the Selmon Expressway. The project includes the construction of an elevated toll plaza structure, 35 interchange and viaduct bridge structures, roadway construction including embankment, drainage structures and drainage pipe, MSE walls, Field Certifications TIN #K20000587 BS Civil Engineering Engineer Intern # 1100013772 Final Estimates I & 2 ATSSA Advanced MOT ACI Concrete 1 EW Level 1 & 2 Asphalt Paving Level 1 Drilled Shaft Inspector APNGA Gauge Safety Certified DEP Storm Water Management Inspector FDOT EEO Compliance Training FDOT Critical Structures Construction Issues Page 23 of 50 Packet Page -502- 5/12/2015 16.A.4. Ashley Koza, EI Contract Support Specialist B.S., Civil Engineering, Florida Gulf Coast University Page 2 of 2 Where Structural Design Meets Construction Engineering road base, asphalt, roadway lighting, intersection signalization, ITS infrastructure and landscaping. Contact: Bill Adams, Project Engineer, (813) 927-6011 CEI Inspector - 06/2010 - 08/2011 I-75 Widening from Colonial Blvd to SR 82 FDOT District 1 – FPID #411036-1-62-01 This design build lump sum project consisted of widening I-75 (SR 93) from an existing four-lane roadway to a six-lane roadway from south of Colonial Boulevard to SR 82 in Lee County, an approximate distance of 1.7 miles. The project included widening two bridges, widening 1.7 miles of mainline roadway, storm drainage improvements, median cable barrier, drilled shafts, pile driving, concrete bridge structures, asphalt pavement, asphalt milling, embankment, subgrade, base, pavement markings, highway signing, and high mast lighting. Ashley’s f ield inspection responsibilities included MOT and erosion control compliance, storm drainage inspection, earthwork inspection (embankment, subgrade, and base), documentation of daily construction activities in SiteManager, MSE wall inspection, high mast lighting inspection, and verification sampling and testing to ensure compliance with contract documents. Contact: Crystal Gorman, PE, URS (former FDOT Consultant Project Manager,) (239) 634-2318 (Cell) CEI Inspector - 06/2010 - 08/2011 (congruent) I-75 Widening from SR 82 to Luckett Rd FDOT District 1 – FPID #411037-1-62-01 This project consisted of widening of I-75 (SR 93) from an existing four-lane roadway to a six-lane roadway from south of SR 82 to Luckett Rd in Lee county, an approximate distance of 1.5 miles. The project included widening two bridges, widening 1.5 miles of mainline roadway, storm drainage improvements, guardrail, drilled shafts, pile driving, concrete bridge structures, asphalt pavement, asphalt milling, embankment, subgrade, base, pavement markings, highway signing, and high mast lighting. Contact: Crystal Gorman, PE, URS (former FDOT Consultant Project Manager,) (239) 634-2318 (Cell) Engineer Intern – 2007 - 2009 Lee County Department of Transportation - Operations Division Mr s. Koza’s responsibilities in this two year internship included e ngineering work such as shooting grades and elevations, designing piping and fencing in AutoCAD, work in Microsoft Project, working with aerial drawings in Arc GIS, and going on site to map GPS points and assess projects in the field. Contact: Ehab B. Guirguis, PE, Public Works Operations Manager, Lee County DOT, (239) 533-9400 Education:  Florida Gulf Coast University, Ft. Myers, FL 8/2005- 5/2009  Bachelor of Science in Civil Engineering degree received  Florida Board of Professional Engineers- Engineer Intern # 1100013772  Bishop Verot High School, Ft. Myers, FL 08/2001 – 05/2005 Professional Affiliations:  American Society of Civil Engineers, Public Relations Chair (2011-Current)  Florida Engineering Society at FGCU, President (2007-2008) Vice President (2005-2007)  Delta Delta Delta Sorority, Florida Gulf Coast University, Vice President of Membership (2008-2009)  Phi Eta Sigma Honor Society, FGCU (2005-Present) Page 24 of 50 Packet Page -503- 5/12/2015 16.A.4. Ardaman & Associates, Inc. Geotechnical, Environmental and Materials Consultants JOHN (JACK) MILLER SENIOR LAB TECHNICIAN ARDAMAN & ASSOCIATES, INC., FT. MYERS EDUCATION: Associate in Arts, Brevard Community College, Florida WORK HISTORY: 1991 – Present Ardaman & Associates, Inc., Fort Myers, Florida – Sr. Lab Technician CERTIFICATIONS: CTQP Qualified Sampling Technician CTQP Limerock Bearing Ratio CTQP Aggregate Base Testing Technician CTQP Aggregate Testing Technician CTQP Asphalt Plant Technician Level 1 ACI Aggregate Testing Technician Level 1 ACI Aggregate Base Testing Technician TIN: M46046653-000 DUTIES: Performs various laboratory tests. Responsible for assisting the Laboratory Director with personnel training and quality system maintenance. Page 25 of 50 Packet Page -504- 5/12/2015 16.A.4. Ardaman & Associates, Inc. Geotechnical, Environmental and Materials Consultants JUAN HERNANDEZ LABORATORY DIRECTOR ARDAMAN & ASSOCIATES, INC., FT. MYERS EDUCATION: North Fort Myers High School, Fort Myers, Florida Lee Vo-Tech Central, 1998-2002 WORK HISTORY: 2012 – Present Ardaman & Associates, Inc., Fort Myers, Florida – Lab oratory Director 2011 – 2012 Universal Engineering, Fort Myers, Florida – Laboratory Technician 2007 – 2009 Ardaman & Associates, Inc., Fort Myers, Florida – Laboratory Technician 2004 – 2007 Naples Lumber, Naples, Florida – CAD Technician 2000 – 2004 Ardaman & Associates, Inc., Fort Myers, Florida – Laboratory Technician CERTIFICATIONS: CTQP Aggregate Base Testing Technician CTQP Lime rock Bearing Ratio CTQP Concrete Lab Technician – Level 1 CTQP Qualified Sampler Technician CTQP Aggregate Testing Technician Level 1 ACI Concrete Strength Testing Technician ACI Aggregate Base Testing Technician ACI Aggregate Testing Technician Level 1 ACI Concrete Laboratory Testing Technician Level 1 TIN: H65542879-000 DUTIES: Responsible for supervising the laboratory and related technical services including implementation of testing procedures, personnel training, verification of test results, quality system manual management and implementation and quality control assurance. Page 26 of 50 Packet Page -505- 5/12/2015 16.A.4. Facilities CCNA Solicitation 15-6372, Verification Testing for Golden Gate Blvd. Design Build TA B I V Page 27 of 50 Packet Page -506- 5/12/2015 16.A.4. Tab IV EQUIPMENT AND FACILITIES HighSpans Engineering has a diverse staff with experience in design as well as verification field work. With having this multi-disciplined background, our staff is able see all angles of the work, knowing what is to be built, why it is necessary, and how it will be built. This benefit can be seen in the way the staff can solve the small issues in the field before they become larger issues that consume greater staff resources. As part of the diverse work force, our staff can handle all field inspection work, as well as asphalt plant and concrete pre-casting yard services, should they become necessary. This is important, in that since we are a local company, the staff able to handle these duties are already working here. HighSpans does not have to subcontract out this work, nor ship in staff from other parts of the state / country to perform these tasks, so the responsiveness, schedule flexibility, and local knowledge / relationships are all retained by one firm . HighSpans Proposed to have the following CALIBRATED equipment stored locally for quick response to the Project:  Laptop Computers  HD Camera  Cell Phone, Air Card  Pick Up Trucks  2 Nuclear Density Gauges  2 Speedy Moisture Test Kits  2 Slump Cones  2 Press-Air Meters  2 Wheel Barrels  Sufficient Boxes of Cylinders  Concrete Thermometers  2 Measuring Wheels  2 Smart Levels  2 Sets of other incidental Testing Equipment and Hand Tools A Copy of a Daily Report for one of the Reference Projects is attached next . Page 28 of 50 Packet Page -507- 5/12/2015 16.A.4. Daily Report of Inspection Date: 8/22/2014 Day of Week: Fri Project Name: Hacienda Lakes Ph II ID:Inspector: M . Blevins High/LowTemp: 93/76 AM Conditions:Partly Sunny PM Conditions:Partly Cloudy Contractor Work Performed General Description of Work: Roadway Crew -The Dozer operatorwas spreading material on theRightRoadway between stations 47+00- 58 +00and the roller was compacting that materialbehindthe dozer.The dozer brought material at station 41+60 to elevation 13.0 where (1) 6" and 1 (2") conduit had been addedandbrought el. at station 40+90 to 13.0 where irrigation landscape lighting conduit had been placed. Roadway testing results; See Below. Motorvehicle Accident-Pedestrian motorist lost control of their vehicle and collided into 2 barricadesand a water truck. Motorvehicle Accidents: No Yes See Accident Report Dated: 08/22/14 Visitors:Marwin-Ardaman,Jim Zuver -Collier County E=Earthwork, S=Stab. Subgrade, B=Base, A=Asphalt, C=Concrete, Br=Bridge, PT=Post-Tensioning, P=Plant, SS=Str. Steel, DS=Drilled Shaft Monitoring of the QC Technician Testing Performed Sample ID Description/ Log Book Page Test Verified? E E0007 Lt Rdwy;38+00-43+00/ 04-01 Y E E0007 Rt Rdwy;38+00-43+00/05/04 Y E E0007 Rt Rdwy;48+00-53+00/ 07/06 Y E E0004 2 tests-RtRdwy;38+00-43+00&38+00-43+00/06/04&07/04 Y Notes: Estimated Work Completed Pay Item Code Location/ Field Book Page Installed Quantity Quantity to Date Qty.Units Qty.Units CONTRACTOR PERFORMANCE IN GENERAL CONFORMANCE WITH PLANS, SPECIFICATIONS and DESIGN STANDARDS:YES NO NOTESand DATE CORRECTED: TECHNICIAN’S SIGNATURE :HOURS AT JOB SITE TOTAL HOURS FROM: 7:30 TO: 3:30 8 Page 29 of 50 Packet Page -508- 5/12/2015 16.A.4. Daily Report of Inspection ENGINEER 66,*1$785(: DATE: 08/22/14 Photos, if any, on the following page. Date: 7/17 /2014 Project: Hacienda Lakes Ph II PHOTOS Right Roadway Station 48+00-53+00; Compactio n of material to finish El.of12.0-13.0 Progress of RightRdwy 48+00-53+00 Dozer spreader material to be compacted at station 48+00 to 53+00. Page 30 of 50 Packet Page -509- 5/12/2015 16.A.4. This page left intentionally blank. 15-6372 Verification Testing for Golden Gate Blvd. Design Build Page 31 of 50 Packet Page -510- 5/12/2015 16.A.4. Pa g e 3 2 o f 5 0 Pa c k e t P a g e - 5 1 1 - 5 / 1 2 / 2 0 1 5 1 6 . A . 4 . References CCNA Solicitation 15-6372, Verification Testing for Golden Gate Blvd. Design Build TA B V Page 33 of 50 Packet Page -512- 5/12/2015 16.A.4. Attachment 8: Reference Questionnaire 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 Hacienda Lakes Phase II CEI Completion Date: ongoing Project Budget: Project Number of Days 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 RFP 15 -6372, Verification Testing for Golden Gate Blvd. Design Build Solicitation: RFP 15 -6372, Verification Testing for Golden Gate Blvd. Design Build Reference Questionnaire for: HighSpans Engineering, Inc. (Name of Company Requesting Reference Information) Vince Zaliauskas, PE (Name of Individuals Requesting Reference Information) Name:Chris Hagan, PE (Evaluator completing reference questionnaire) Company:Hagan Engineering, LLC (Evaluator’s Comp any completing reference) Email: Chris@HaganEng.com FAX: Telephone: 239 -687 -3811 Page 34 of 50 Packet Page -513- 5/12/2015 16.A.4. Attachment 8: Reference Questionnaire 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 Bonita Beach Road Widening Phase II Completion Date: 06/01/13 Project Budget: $4,000,000 Project Number of Days 600 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 RFP 15-6372, Verification Testing for Golden Gate Blvd. Design Build Solicitation: RFP 15 -6372, Verification Testing for Golden Gate Blvd. Design Build Reference Questionnaire for: HighSpans Engineering, Inc. (Name of Company Requesting Reference Information) Vince Zaliauskas, PE (Name of Individuals Requesting Reference Information) Name:Sarah Clarke (Evaluator completing reference questionnaire) Company:Lee County Department of Transportation (Evaluator’s Company completing reference) Email: sclarke@leegov.com FAX: Telephone: 239 -533 -8718 Page 35 of 50 Packet Page -514- 5/12/2015 16.A.4. Attachment 8: Reference Questionnaire 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 iRox - I75 Design Build Finance Completion Date: July 30 , 2010 Project Budget: 430,000 ,000 Project Number of Days 1095 (3 years) Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 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. 9 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 8 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 94 RFP 15-6372, Verification Testing for Golden Gate Blvd. Design Build Solicitation: RFP 15 -6372, Verification Testing for Golden Gate Blvd. Design Build Reference Questionnaire for: HighSpans Engineering, Inc. (Name of Company Requesting Reference Information) Vince Zaliauskas, PE (Name of Individuals Requesting Reference Information) Name:Nik Patel (Evaluator completing reference questionnaire) Company:Florida Department of Transportation (Evaluator’s Company completing reference) Email: nikesh.patel@dot.state.fl.us FAX: Telephone: 941 -465 -0411 Page 36 of 50 Packet Page -515- 5/12/2015 16.A.4. Attachment 8: Reference Questionnaire 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 New Judge Jolley Bridge, Marco Island , FL Completion Date: October 1 st 2011 Project Budget: 25,000,000.00 Project Number of Days 547 (1.5 years) Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 9 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 9 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 97 RFP 15-6372, Verification Testing for Golden Gate Blvd. Design Build Solicitation: RFP 15 -6372, Verification Testing for Golden Gate Blvd. Design Build Reference Questionnaire for: HighSpans Engineering, Inc. (Name of Company Requesting Reference Information) Vince Zaliauskas, PE (Name of Individuals Requesting Reference Information) Name:Tim Hendrix , PE (Evaluator completing reference questionnaire) Company:Florida Department of Transportation (Evaluator’s Company completing reference) Email: Timothy.Hendrix@dot.state.fl.us FAX: Telephone: 850 -330 -1259 Page 37 of 50 Packet Page -516- 5/12/2015 16.A.4. Attachment 8: Reference Questionnaire 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 SR739 Bridge over Alico & Seminole Gulf Railroad Completion Date: 10/01/2012 Project Budget: $26,000,000 Project Number of Days 900 days (2.5 years) Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 9 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 98 RFP 15-6372, Verification Testing for Golden Gate Blvd. Design Build Solicitation: RFP 15 -6372, Verification Testing for Golden Gate Blvd. Design Build Reference Questionnaire for: HighSpans Engineering, Inc. (Name of Company Requesting Reference Information) Vince Zaliauskas, PE (Name of Individuals Requesting Reference Information) Name:Jovan Zepcevski (Evaluator completing reference questionnaire) Company:Zep Construction , Inc. (Evaluator’s Comp any completing reference) Email: zepcon@aol.com FAX: Telephone: 239 -267 -8778 Page 38 of 50 Packet Page -517- 5/12/2015 16.A.4. Acceptance of Conditions CCNA Solicitation 15-6372, Verification Testing for Golden Gate Blvd. Design Build TA B V I Page 39 of 50 Packet Page -518- 5/12/2015 16.A.4. Required Forms CCNA Solicitation 15-6372, Verification Testing for Golden Gate Blvd. Design Build TA B V I I Page 40 of 50 Packet Page -519- 5/12/2015 16.A.4. Page 41 of 50 Packet Page -520- 5/12/2015 16.A.4. Page 42 of 50 Packet Page -521- 5/12/2015 16.A.4. Page 43 of 50 Packet Page -522- 5/12/2015 16.A.4. Page 44 of 50 Packet Page -523- 5/12/2015 16.A.4. Page 45 of 50 Packet Page -524- 5/12/2015 16.A.4. Page 46 of 50 Packet Page -525- 5/12/2015 16.A.4. Page 47 of 50 Packet Page -526- 5/12/2015 16.A.4. Page 48 of 50 Packet Page -527- 5/12/2015 16.A.4. This page left intentionally blank. 15-6372 Verification Testing for Golden Gate Blvd. Design Build Page 49 of 50 Packet Page -528- 5/12/2015 16.A.4. This page left intentionally blank. 15-6372 Verification Testing for Golden Gate Blvd. Design Build Page 50 of 50 Packet Page -529- 5/12/2015 16.A.4. Selection Committee Final Ranking Sheet RFP #: 15-6372 Verification Testing for Golden Gate Blvd. Design Build Title: Verification Testing for Golden Gate Blvd. Design Build Name of Firm Kevin Dugan John Conti Darryl Richard John Eick James Sainvilus Average Final Rank High Spans Engineer, Inc.1 1 1 1 2 1.2 1.0000 Amec Foster Wheeler 2 2 2 2 1 1.8 2.0000 TOTAL Purchasing Representative Evelyn Colon, Procurement Strategist 2/19/2015 Page 1 of 1 Pa c k e t P a g e - 5 3 0 - 5 / 1 2 / 2 0 1 5 1 6 . A . 4 .