Loading...
Agenda 09/09/2014 Item #16A28 9/9/2014 16.A.28. EXECUTIVE SUMMARY Recommendation to approve the selection committee rankings and authorize staff to proceed to the next step in the selection process for Request for Proposal No. 14-6289,Design-Build Golden Gate Boulevard 4-Lane,East of Wilson Boulevard,Project Number 60040. OBJECTIVE: To design-build Golden Gate Boulevard 4-Lane widening east of Wilson Boulevard in accordance with RFP No. 14-6289,and approve the shortlist of the top-ranked three firms for this project. CONSIDERATIONS: The Golden Gate Boulevard widening project was designed by Stanley Consultants to the 60%stage and then was shelved due to funding issues. The Golden Gate Main Canal Bridge(Bridge No. 034026)and the Miller Canal Bridge(Bridge No. 034028)on Golden Gate Boulevard were recently replaced as two lane bridges in a four lane footprint as part of the previous design-build project in 2012/2013. At this time,the County proposes to widen the existing two lane roadway to a four lane roadway from just east of Wilson Boulevard to approximately 18th Street East. The design-build process is the preferred mechanism to deliver this project in the most cost efficient and timely manner. Alternate price proposals are part of the RFP and include extending the project limits to approximately 206 Street East,and also resurfacing the existing four lane roadway from just east of Collier Boulevard to just east of Wilson Boulevard. Purchasing staff posted Request for Proposal No. 14-6289, "Design-Build Golden Gate Boulevard 4- Lane,East of Wilson Boulevard,"on May 6,2014. The County sent 2,648 notices of the solicitation, 108 firms downloaded full document packages and five proposals were received by the June 11, 2014, deadline. The selection committee met on July 17, 2014, and by consensus selected the following three t--•, firms to move to step two of the selection process. Ajax Paving/Stantec Consulting Services,Inc. Community Asphalt Corp./Kissinger,Campo&Associates,Corp. Conalvias USA,LLC/Lake Engineering,Inc. Upon Board approval of this initial short list of firms, a final proposal package will be prepared by the consultants and reviewed by the selection committee. A ranked order will then be determined and brought to the Board for approval. Upon approval of the Board's ranking, a contract will be negotiated with the top ranked firm and submitted for Board approval. This solicitation will provide professional engineering services including preliminary design, design reports, technical memoranda, final design, quality assurance/quality control during design and construction,project management of the design and construction process,permitting services,post design and services during construction, shop drawing review, clarifications during construction, inspection, and record drawings.The solicitation will also provide the actual construction of the project. FISCAL IMPACT: There is no Fiscal Impact associated with this Executive Summary. Once the final selection is approved by the Board, negotiations are completed and the contract approved, funding is available in, and is consistent with,the FY2014 Capital Budget. Operating and maintenance costs will be considered when the final design-build contract is brought before the Board for approval. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval:SRT Packet Page-1125- 9/9/2014 16.A.28. GROWTH MANAGEMENT IMPACT: This project meets current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATIONS: That the Board of County Commissioners approve the selection committee rankings and authorize staff to proceed to the next step in the selection process for Request for Proposal No. 14-6289, Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard, Project Number 60040. Prepared by:Joseph F.Delate,ASLA,RLA, Sr.Project Manager,Transportation Engineering Attachments: (1)Complete Score Sheet;(2)RFP 14-6289;(3)Addenda 1-5;(3)Ajax Paving/Stantec proposal;(4)Community Asphalt/Kissinger,Campo proposal;(5)Conalvias/Lake Engineering proposal. t""1 Packet Page-1126- 9/9/2014 16.A.28. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.28. Item Summary: Recommendation to approve the selection committee rankings and authorize staff to proceed to the next step in the selection process for Request for Proposal No. 14-6289, Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard, Project Number 60040. Meeting Date: 9/9/2014 Prepared By Name: DelateJoseph Title: Project Manager, Senior,Transportation Engineering&Construction Management 8/14/2014 2:43:22 PM Submitted by Title:Project Manager, Senior,Transportation Engineering&Construction Management Name: DelateJoseph 8/14/2014 2:43:24 PM Approved By Name: TaylorLisa Title: ManagementBudget Analyst,Transportation Administration Date: 8/14/2014 3:25:34 PM Name: PutaansuuGary Title:Project Manager,Principal,Transportation Engineering&Construction Management Date: 8/14/2014 3:39:18 PM Name: DelateJoseph Title: Project Manager, Senior,Transportation Engineering&Construction Management Date: 8/15/2014 6:38:38 AM Name: AhmadJay Title: Director-Transportation Engineering,Transportation Engineering&Construction Management Date: 8/15/2014 7:45:09 AM Packet Page-1127- 9/9/2014 16.A.28. Name: Evelyn Colon Title: Purchasing-Procurement Specialist Date: 8/15/2014 9:29:58 AM Name: MarkiewiczJoanne Title:Director-Purchasing/General Services, Purchasing&General Services Date: 8/15/2014 12:50:12 PM Name: ShueGene Title:Director-Operations Support,Transportation Administration Date: 8/18/2014 10:37:16 AM • Name: ShueGene Title:Director-Operations Support,Transportation Administration Date: 8/18/2014 10:48:14 AM Name: LynchDiane Title: Supervisor-Operations, Road Maintenance Date: 8/18/2014 11:35:09 AM Name: LynchDiane Title: Supervisor-Operations,Road Maintenance Date: 8/18/2014 12:07:50 PM Name: JohnsonScott Title: Manager-Procurement,Purchasing&General Services Date: 8/19/2014 9:00:46 AM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 8/19/2014 2:32:52 PM Name: MarcellaJeanne Title:Executive Secretary,Transportation Planning Date: 8/21/2014 12:21:46 PM Name: KlatzkowJeff Title: County Attorney, Date: 8/22/2014 8:59:53 AM Name: UsherSusan Title:Management/Budget Analyst, Senior, Office of Management&Budget Date: 8/28/2014 7:08:47 PM Packet Page -1128- 9/9/2014 16.A.28. Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management&Budget Date: 8/28/2014 7:08:58 PM Name: IsacksonMark Title: Director-Corp Financial and Mngmt Svs, Office of Management&Budget Date: 9/2/2014 11:38:20 AM Name: OchsLeo Title: County Manager, County Managers Office Date: 9/2/2014 2:17:02 PM n Packet Page-1129- 9/9/2014 16.A.28. a) c co O co U Y C C 0 0 0 0 0 O CC O O O O O :.+ Ce To X O O O O O ✓ C C O O O O O a) Ca it Q.. .-- N CO 'et 1C) —y C N LL C) Lo in Lo O LC) Co <- N Ch M f7 a) > Q = r N el' M 11) U) 0. °.. ) Cv 0 N a) O ,� + r N C') U) '' 1n • .0 r Co y d Q Z Tt 11) r M N U) r C C .> C4 CIS Y n cn C r N U) M et .--' RS Cri .0 CO O tom - Z v to CO a Ti > Q m O O U O ui N a) Co U O Cl) t w w r fA Q h- os W °es C N. O C C C a) N et ..- U co CB J U C U U Co 0 • O C c C CO c o Co (7) C Oo 0 .2 Z (n Y C vi a) c, C mm9 a) tT > C9 c .o c c co w C .5 2 W 2 m c 0_ Y N O O O O \ O a) co 0 0 o = Q c +�.t' i N Ct3 J _ N Zt . m f6 a 2 a)S L Q Y ` a) o v i NC O Q�= N C h. it • , `n E CM i r a) > C fII U cz c Q ET, C L Q /l L co a d x E c a) Q) � `u ce 0 ' I- n_i- 00O Packet Page -1130- 9/9/2014 16.A.28. REQUEST FOR PROPOSAL In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. Col z r ant Ackrinisbative SeMces Division Purchasing CCNA Solicitation COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS RFP 14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard 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 Vendor may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Purthasong Dept-3327 7ansaas Tra l East-Naples,Roma 34112-4901•www.cofergou nett uirchasmg 1 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane,East of Wilson Boulevard Packet Page-1131- 9/9/2014 16.A.28. Table of Contents LEGAL NOTICE 3 EXHIBIT I:SCOPE OF WORK,SPECIFICATIONS AND RESPONSE FORMAT 4 EXHIBIT II:GENERAL RFP INSTRUCTIONS 13 EXHIBIT III:COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS 16 EXHIBIT IV:ADDITIONAL TERMS AND CONDITIONS FOR RFP 19 ATTACHMENT 1:VENDOR'S NON-RESPONSE STATEMENT 26 ATTACHMENT 2:VENDOR CHECK LIST 27 ATTACHMENT 3:CONFLICT OF INTEREST AFFIDAVIT 28 ATTACHMENT 4:VENDOR DECLARATION STATEMENT 30 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION 31 ATTACHMENT 6:VENDOR SUBSTITUTE W-9 32 ATTACHMENT 7:INSURANCE AND BONDING REQUIREMENTS 34 ATTACHMENT 8:REFERENCE QUESTIONNAIRE 36 EXHIBIT A-DESIGN CRITERIA PACKAGE EXHIBIT B-PROPOSAL BOND EXHIBIT C-PRICE PROPOSAL FORM ./•-■ 2 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1132- 9/9/2014 16.A.28. C.90 ler'County Administrative vices Division Purchasing Legal Notice Sealed Letters of Interest (LOI) to provide Design-Build services for the Golden Gate Boulevard 4- Lane, East of Wilson Boulevard project will be received until 3:00 pm Naples local time, on May 27, 2014, at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. RFP 14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Services to be provided shall include, but not be limited to the following: Design-Build (DB) firm to provide the design and preparation of a complete set of construction plans and special provisions, and the construction of: • Bridge/structural improvements for the structures identified herein; • Roadway improvements to the transportation facility described herein; and • Big Cypress Basin (SFWMD) R.O.W. permitting. This is a two-step solicitation. The first step is to receive LOI and to create a shortlist of a maximum of three (3) firms by a selection Committee; and then request that those short-listed firms be invited to submit comprehensive technical and price proposals. All statements shall be made upon the official proposal form which may be obtained on the Collier County Purchasing Department E-Procurement website: www.collieraov.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/S Joanne Markiewicz Purchasing & General Services Director This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net/purchasinq and in the Lobby of Purchasing Building "G", Collier County Government Center on May 6, 2014. Parham Depalrrent y Ar •3301 Tatman Trail East•Naples,Florida 34112•w wzolliergov.nettpurchasing 3 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane,East of Wilson Boulevard Packet Page-1133- 9/9/2014 16.A.28. Exhibit I: Scope of Work, Specifications and Response Format As requested by the Collier County Growth Management Division, Transportation Engineering Department (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County") has issued this Request for Proposal (hereinafter, "RFP") with the intent of obtaining proposals from interested and qualified firms to provide Design/Build Services for Golden Gate Boulevard 4-Lane, East of Wilson Boulevard in accordance with the terms, conditions and specifications stated or attached. The Vendor, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated herein. Detailed Scope of Work-See Exhibit A— Design Criteria Package The Purpose of this Request for Proposal is to select a Design/Build contractor to function as part of the project team in cooperation with the County and specified consultants to achieve a quality, cost effective project. South Florida Water Management District (SFWMD). Currently the County has an approved Environmental Resource Permit (ERP) from SFWMD for the widening of Golden Gate Boulevard to four lanes. This permit may need to be modified by the Design-Builder (DB) if the final design deviates from the current ERP permit. Big Cypress Basin (BCB). Currently the County does not have an approved right-of-way (ROW) permit from BCB for the proposed Golden Gate Main Canal Bridge across the BCB canal and any associated boat ramp, etc. . . . The ROW permit shall be obtained by the DB from the BCB. US Army Corps of Engineers (USACOE). Currently the County has a completed ERP Application with the USACOE. The only remaining factor is final issuance of the permit. Issuance should be by '' August, 2014. This permit may need to be modified by the DB if the final design deviates from the current ERP permit application. A Notice to Proceed (NTP) shall not be issued until after the USACOE permit is issued. An award, if made, will be made to the best overall proposer(s)whose proposal is most advantageous to the County, taking into consideration the evaluation factors set forth in this solicitation. The County will not use any other factors or criteria in the evaluation of the proposals received. The Firm(s) submitting as the Prime Contractor, or their subcontractor, at a minimum must be pre-qualified through FDOT in the following Work Classes: Drainage Flexible Paving Grading Grassing, Seeding, and Soding Guardrail Pavement Marking Portland Cement Concrete Roadway Signing Minor Bridges The firm(s) submitting as a subcontractor to the Prime for Design, or their sub-consultants, at a minimum must be pre-qualified through FDOT for the following work groups: 3.1 Minor Highway Design 4.1.2 Minor Bridge Design 4 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1134- 9/9/2014 16.A.28. 8.1 Control Survey 8.2 Design, Right of Way, & Const. Survey 8.4 Right of Way Mapping 9.1 Soil Exploration 9.2 Geotechnical Classification Lab Testing 9.4.1 Standard Foundation Studies 10.1 Roadway Construction Engineering Inspection 10.4 Minor Bridge & Miscellaneous Structures CEI All Contractors and Subcontractors shall hold all State, Federal and County licenses required to perform the above-referenced scope of Work. It is anticipated that the contract for the Design/Build services will be structured as follows: 1. Collier County will enter into a comprehensive agreement for services with the selected firm for all services listed herein. 2. Cost of materials and services during the design and construction phases will be compensated utilizing the price proposal provided by the Proposer in Step II of the RFP process. Term of Contract The contract term, if an award is made, is intended be confirmed in the negotiation process. Prices shall remain firm for the term of this contract. 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. This solicitation will be a two step process: Step I: Letter of Interest, shortlist and Step II: Technical & Price Proposals. Event Date STEP I-Letter of Interest(LOI) Issue Solicitation Notice May 6, 2014 Last Date for Receipt of Written Questions May 16, 2014 at 5:00PM Addendum Issued May 20, 2014 LOI Deadline Date and Time May 27, 2014 at 3:00PM Anticipated Evaluation of Submittals Week of June 2, 2014 STEP II Technical &Price Proposals Issue Solicitation Notice for Technical Proposals TBD Last Date for Receipt of Written Questions TBD Addendum Issued TBD Solicitation Deadline Date and Time (Include Price TBD Proposal in Separate Sealed Envelop) Selection Committee Meeting to Rank Firms TBD Complete Contract Negotiation TBD Board of County Commissioners Board Award TBD 5 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1135- 9/9/2014 16.A.28. Response Format The Vendor 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 Vendor further agrees that if it is awarded a contract, 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 Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. If outlined in this RFP, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. STEP I: LETTER OF INTEREST(LOI) Maximum 6 Pages LOI's shall include the requirements listed below in the order in which they appear and shall be clearly marked for reference. LOI's submitted without meeting ALL the requirements may be considered non- responsive. In a maximum of six (6) pages express your interest in the project, state qualifications to do the work, identify the Project Manager, the lead design engineer and other specific team members, and recount any information on the project team that may be useful or informative to the County. Letters of Interests cannot exceed six (6) pages in length and must, at a minimum, include the following: • Project Name and Solicitation Number. • Proposer's name and address. • Proposer's responsible office. • Contact person, phone number and Internet E-Mail Address. • Project Team Staffing and relevant experience to this type of project for both the prime and any proposed sub-consultant(s). • Experience of proposed staff. • Related Services and Experience (last ten years). • Describe Florida Area Offices/Staff/Equipment (including computer hardware and software). • Similar Project — List five and provide descriptions of current projects (Florida projects if available) having similar or greater relative size, scope, cost and complexity as the proposed project. Where similarity is not readily apparent, include logic used in listing project as similar. • Describe projects that have been constructed by the proposed DB Team; or • Describe projects constructed by the proposed Construction Team member and 6 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1136- 9/9/2014 16.A.28. designed by a Design Team other than the proposed. • Describe the in-house capabilities of your firm to provide: design, construction, quality assurance/quality control, scheduling, cost control, value engineering, construction management control system operation, or other related capabilities. • Office Location and Responsiveness rating will be based on ease of contract administration and responsiveness both during the project and after the project is completed. Note: If firm is a corporation, please identify incorporation state. The proposer with all key personnel located in Southwest Florida will receive 10 points. Proposers principal offices and/or key personnel in other areas will receive fewer points. • Attached Exhibits should be limited to a maximum of two (2) 8" x 11" pages (This is separate from the six (6) page limitation). LETTER OF INTEREST(LOI) GRADING CRITERIA POINTS 1. Project Understanding 20 2. Experience of Firm 30 3. Expertise of Designated Staff 25 4. Previous Performance on Similar Jobs 15 5. Office Location and Responsiveness 10 TOTAL POSSIBLE POINTS 100 STEP II: TECHNICAL& PRICE PROPOSALS (Only the Short listed Firms Resulting From Step One Will Be Invited to Provide Technical&Price Proposals) Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. The utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and when required, separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Step II includes both Technical and Price Proposals. Final scoring is as follows: Technical has a maximum 40% of total score and the Price Proposal is valued at a maximum of 60% of total score (see section III for more details). The items listed below shall be the evaluation criteria for the Technical proposals and must be reflected in each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a proposer to include all listed items may result in the rejection of its proposal. Tab I: Project Approach. (40 points, 10 pages maximum; note: Only 2 pages can be 11 X 17 formats) The proposal will be assessed -1 point for each additional page over the described limit. 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 certification that the Proposer will accept any awards made as a result of said submission of the terms contained therein. 7 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane,East of Wilson Boulevard Packet Page-1137- 9/9/2014 16.A.28. The Proposer shall include a description of how the design of the project will be approached. The proposal will include options to be considered and the issues to be resolved in the preparation of project specific standard drawings. Specifically address how the design team will approach BCB permitting and right of way plans to comply with the project requirements. Provide the methods to be used to avoid construction conflicts. The Proposer will present concepts in their ability to develop cost effective solutions through innovative design and contracting methods to speed up the construction. In this tab, include a detailed plan of approach (including major tasks and sub-tasks). Construction staging will be highly critical to this approach. Address the following: • Describe understanding of project scope; • Describe project approach including any innovative or alternative design evaluation; • Describe proposed design concept for the 2-lane bridge construction and the 4-lane roadway construction (exhibits required); • Describe proposed Traffic Control concept for the 2-lane bridge construction and the 4- lane roadway construction (exhibits required); • Describe proposed Public Information elements and implementation schedule; • Describe project cost controls, scheduling methods, Quality Assurance/Quality Control procedures; and • Describe potential Special Considerations; if any. Tab II: Project Schedule and Quality Control. (20 points, 5 pages maximum; note: Only 2 pages can be 11" X 17" formats) The proposal will be assessed -1 point for each additional page over the described limit. The Proposer shall include a project schedule to demonstrate their ability to deliver this fast track project. The schedule will show the Design-Build Team that is proposed for assignment to this project. It will provide the names of key team members and the strength of the Design-Build Team can be analyzed. The schedule will provide for 90% and 100% phases. All required permits must be demonstrated by 100% plan submittal. The schedule must also demonstrate how the construction of the bridge and roadway will be built to eliminate incidences of crashes/issues during construction. Include a schedule for permitting the bridge project, and design, permitting and construction of the project improvements. Tab Ill: Staffing Quantity and Availability. (15 points, 3 pages maximum) The proposal will be assessed -1 point for each additional page over the described limit. The Proposer shall have a minimum of five (5) years acceptable design-build experience with projects of similar size and scope. The Proposer shall describe experience, including tasks performed, and furnish at least five (5) project references with contacts, title, telephone numbers and mailing addresses. Provide information that document's your firm's qualification to produce the required deliverables, including abilities, capacity, skill and financial strength in response to the items 1 —5 below. 1. Identify the number of staff presently employed at the firm within the State of Florida. 2. Number of roadway design-build construction projects in Florida from 1/1/06— 12/31/13. • Attach a summary of 10%, or five (5) of the company's projects identified in #2 as back-up. 3. Number of bridge design-build construction projects in Florida from _ 8 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1138- 9/9/2014 16.A.28. 1/1/06— 12/31/13. • Attach a summary of 10%, or five (5) of the company's projects identified in #3 as back-up. 4. Identify the number of technical staff assigned to this project (including, but not limited to engineers, supervisors, estimators, inspectors) if awarded a contract for this RFP. 5. Is assigned project manager FDOT certified? If yes, place ten (10) points on the line in the adjacent entry field. If no, place 0. TOTAL (add 1 +2 + 3 +4+5) Include resumes of proposed technical staff identified in item number 5 above. • Name and title • Job assignment for other projects • Percentage of time to be assigned full time to this project • How many years with this firm • How many years with other firms • Experience—Types of projects, size of projects (dollar value and SF of project), describe specifics of project involvement • Education • Active registration (P.E., etc.) Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area in the requested information 1 — 5 above: • The County shall list the TOTAL Firm Profile and Assigned Staff Experience Profile by firm from highest TOTAL to lowest TOTAL. • The highest number of points (15)will be awarded to the firm who has the greatest TOTAL. • The next highest firm's TOTAL will be divided by the highest firm's TOTAL which will then be multiplied by 15 points to determine the next firm's Points Awarded. Each subsequent firm's TOTAL will be calculated in the same manner. • Points awarded will be extended to the first decimal point(per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the three proposers. Firm Name Firm's TOTAL Points Awarded Vendor 123 375 15 Vendor 456 350 14 Vendor 789 225 9 The Points Awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency and completeness of all responses in the RFP, and review the Points Awarded per vendor. The Selection Committee may, at their sole discretion, adjust the points awarded after a thorough review of the proposal and prior to final ranking by the Selection Committee. 9 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1139- 9/9/2014 16.A.28. Tab IV: Staffing Quality. (15 points, 10 pages maximum) The proposal will be assessed -1 point for each additional page over the described limit. Provide a narrative describing the role of and introducing key individuals in your firm's organization who will be assigned to the County Project. The Proposer shall demonstrate working relationships among key personnel on the proposed team. Resumes of proposed staff; each resume cannot exceed one (1) page in length. Furthermore, all individuals identified as Key Personnel in the LOI shall remain on the DB's Team for the Technical Proposal and for the duration of the procurement process and the contract. If extraordinary circumstances require a personnel change, it must be submitted in writing to the County's Project Manager, who will determine whether to authorize the change. Unauthorized changes to the Consultant's Team at any time during the procurement process may result in elimination of the Consultant's Team from further consideration. The Proposer shall show the capability to provide all the necessary equipment and material for project support and execution. Attach resumes of all managers, supervisors, and other contract team members who will be involved in the management of the total package of services, as well as the delivery of specific services. The same should be done for any sub-consultants. if sub-consultants are being utilized, letters of intent from stated sub-consultants must be included with proposal submission. Tab V: References. (Maximuml0 points) - See Attachment 8. In order for the vendor to be awarded any points for this tab, the County requests that the vendor submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the vendor in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each vendor's information provided in this area: • The County shall total each of the vendor'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)). Vendors 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 vendor who has the highest score. • The next highest vendor's number of points will be divided by the highest vendor's points which will then be multiplied by criteria points to determine the vendor's points awarded. Each subsequent vendor's point score will be calculated in the same manner. • Points awarded will be extended to the first decimal point (per Microsoft Excel). For illustrative purposes only, see chart for an example of how these points would be distributed among the three proposers. Vendor Total Reference Vendor Name Points Awarded Score Vendor ABC 445 10 Vendor DEF 435 9.8 Vendor GHI 425 9.6 Note: Sample chart reflects a 10 point reference criterion. The points awarded by vendor will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the vendor's proposal to ensure consistency 10 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1140- 9/9/2014 16.A.28. and completion of all tasks in the RFP, and review the Points Awarded per vendor. 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. TECHNICAL PROPOSAL GRADING CRITERIA(Maximum 40% of overall score) 1. Approach to Project 40 2. Project Delivery Schedule 20 3. Staffing Quantity and Availability 15 4. Staffing Quality (Resumes) 15 5. References 10 TOTAL POSSIBLE POINTS 100 STEP III: EVALUATION AND SELECTION OF DESIGN-BUILDER • The evaluation and selection of a Design-Build Team will be a two-step process. LOI's shall be reviewed by a Selection Committee. The selection committee members shall review the submittals and provide a numerical ranking for all the firms. The Committee shall shortlist from the LOI's the three top ranked firms deemed to be most highly qualified to perform the required services. All expenses, including travel expenses, incurred in the preparation of the LOI's shall be borne by the proposer. The scores from the LOI's will be used to determine the three top ranked firms. The qualification �. scores will not be carried forward. The top three firms will submit technical and price proposals which will be ranked according to the Step II. Final Ranking The technical proposal score will be a maximum of 40 points out of 100 and the price proposal will be a maximum of 60 points out of 100. Highest overall score ranks as number one firm, etc. Example scoring as follows: Vendor Price Price Technical Tech Total Final Score Score Price+Tech Rank A $ 2,400,000 60.0 93 40.0 100 1 B $ 2,600,000 55.4 65 28.0 83 3 C $ 2,900,000 49.7 88 37.8 88 2 1. The final shortlist and recommendation for award shall be sent to the Board of County Commissioners for approval. 2. The County may elect to award the Base Proposal, or the Alternate Proposal, or not award the project. 3. An award, if made, will be made to the best overall proposer(s) whose proposal is most advantageous to the County, taking into consideration the evaluation factors set forth in this solicitation. The County will not use any other factors or criteria in the evaluation of the proposals received. .1, 11 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1141- 9/9/2014 16.A.28. 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 this RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Vendor may result in evaluation point deduction(s) and/or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. Tab VII: Required Form. Submittals. • Attachment 1: Vendor's Non-Response Statement • Attachment 2: Vendor Check List • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Vendor Declaration Statement • Attachment 5: Immigration Affidavit Certification • Attachment 6: Vendor Substitute W-9 • Attachment 7: Insurance and Bonding Requirements • Attachment 8: Reference Questionnaire • Other: FDOT Prequalification Work Classes (submit certifications) • Price Proposal in Separate Sealed Envelope 12 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1142- 9/9/2014 16.A.28. Exhibit II: General RFP Instructions 1. Questions Direct questions related to this RFP to the Collier County Purchasing Department E-Procurement website: www.colliergov.net/bid. Vendors must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department E- Procurement website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. 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. 3. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Vendor if the Vendor 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. 4. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Vendor 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. 5. Delivery of Proposals Step I: All Letters of Interest (LOI's) are to be delivered before 3:00 pm, Naples local time, on or before May 27, 2014 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist The County shall 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 Vendor's personnel or by the Vendor's outside carrier. However, the Purchasing/General Services Director, or designee, shall reserve 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 shall 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. 13 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane,East of Wilson Boulevard Packet Page-1143- 9/9/2014 16.A.28. Vendors must submit five (5) paper copies with one copy clearly labeled "Master," and two (2) 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. 6. Validity of Proposals No proposal can be withdrawn after it is filed unless the Vendor 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. 7. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 87-25, and Collier County Resolution Number 2006-268 establishing and adopting the Collier County Purchasing Policy. The County may, as it deems necessary, conduct discussions with qualified Vendors 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. 8. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. The County's procedure for selecting is as follows: a) The County Manager shall appoint a Selection Committee to review all proposals submitted; b) Request for Proposals issued; c) Subsequent to the closing of proposals, the Procurement Strategist and Project Manager shall review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP; d) Meetings shall be open to the public and the Procurement Strategist shall publicly post prior notice of such meeting in the lobby of the Purchasing Building at least one (1) day in advance of all such meetings; e) The committee members shall review each Proposal individually and score each proposal based on the evaluation criteria stated herein; f) 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 shall be posted in the lobby of the Purchasing Building not less than three (3)working days prior to the meeting. The Procurement Strategist shall also post prior notice of all subsequent committee meetings and shall endeavor to post such notices at least one (1) day in advance of all subsequent meetings; and g) The committee will compile individual rankings, based on the evaluation criteria as stated herein, for each proposal to determine committee recommendations. The committee may at their discretion, schedule presentations or demonstrations from the top-ranked firm(s), make site visits, and obtain guidance from third party subject matter experts. The final recommendation will be decided based on review of scores and consensus of committee. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, and/or amendments as it may deem appropriate. '^ Receipt of a proposal by the County or a submission of a proposal to the County offers no 14 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1144- 9/9/2014 16.A.28. rights upon the Vendor nor obligates the County in any manner. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances shall not be considered. 9. References The County reserves the right to contact any and all references pertaining to this solicitation and related proposal. 10. Proposal Selection Committee and Evaluation Factors The County Manager shall appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are included. 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 vendor (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 11.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 the County of Collier. 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 Vendor, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Vendor or to re-advertise using the same or revised documentation, at its sole discretion. 12. Qualifications of Proposers: Before the award of any contract, each Proposer may be required to show (to the complete satisfaction of the County Manager, or his designee), that he has the necessary facilities, ability, and financial resources, to furnish the service as specified herein in a satisfactory manner, and he may also be required to show past history and references which will enable the County Manager, or his designee, to satisfy himself as to the qualifications. Failure to qualify according to the foregoing requirements will justify the County in rejecting a Proposal. 15 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1145- 9/9/2014 16.A.28. Exhibit Ill: Collier County Purchase Order Terms and Conditions 1. Offer b) No charges will be paid by the COUNTY for This offer is subject to cancellation by the packing, crating or cartage unless otherwise COUNTY without notice if not accepted by specifically stated in this Purchase Order. VENDOR within fourteen (14) days of issuance. Unless otherwise provided in Purchase Order, no invoices shall be issued nor payments 2. Acceptance and Confirmation made prior to delivery. Unless freight and This Purchase Order (including all documents other charges are itemized, any discount will attached to or referenced therein) constitutes be taken on the full amount of invoice. the entire agreement between the parties, unless c) All shipments of goods scheduled on the otherwise specifically noted by the COUNTY on same day via the same route must be the face of this Purchase Order. Each delivery of consolidated. Each shipping container must goods and/or services received by the COUNTY be consecutively numbered and marked to from VENDOR shall be deemed to be upon the show this Purchase Order number. The terms and conditions contained in this Purchase container and Purchase Order numbers must Order. be indicated on bill of lading. Packing slips must show Purchase Order number and must No additional terms may be added and Purchase be included on each package of less than Order may not be changed except by written container load (LCL) shipments and/or with instrument executed by the COUNTY. VENDOR each car load of equipment. The COUNTY is deemed to be on notice that the COUNTY reserves the right to refuse or return any objects to any additional or different terms and shipment or equipment at VENDOR'S conditions contained in any acknowledgment, expense that is not marked with Purchase invoice or other communication from VENDOR, Order numbers. VENDOR agrees to declare notwithstanding the COUNTY'S acceptance or to the carrier the value of any shipment made payment for any delivery of goods and/or services, under this Purchase Order and the full invoice or any similar act by VENDOR. value of such shipment. d) All invoices must contain the Purchase Order 3. Inspection number and any other specific information as All goods and/or services delivered hereunder identified on the Purchase Order. Discounts shall be received subject to the COUNTY'S of prompt payment will be computed from the inspection and approval and payment therefore date of receipt of goods or from date of receipt shall not constitute acceptance. All payments are of invoices, whichever is later. Payment will subject to adjustment for shortage or rejection. All be made upon receipt of a proper invoice and defective or nonconforming goods will be returned in compliance with Chapter 218, Fla. Stats., pursuant to VENDOR'S instruction at VENDOR'S otherwise known as the "Local Government expense. Prompt Payment Act," and, pursuant to the Board of County Commissioners Purchasing To the extent that a purchase order requires a Policy. series of performances by VENDOR, the COUNTY prospectively reserves the right to 5. Time Is Of the Essence cancel the entire remainder of the Purchase Order Time for delivery of goods or performance of if goods and/or services provided early in the term services under this Purchase Order is of the of the Purchase Order are non-conforming or essence. Failure of VENDOR to meet delivery otherwise rejected by the COUNTY. schedules or deliver within a reasonable time, as 4. Shipping and Invoices interpreted by the COUNTY in its sole judgment, a) All goods are FOB destination and must be shall entitle the COUNTY to seek all remedies suitably packed and prepared to secure the available to it at law or in equity. VENDOR agrees lowest transportation rates and to comply with to reimburse the COUNTY for any expenses all carrier regulations. Risk of loss of any incurred in enforcing its rights. VENDOR further goods sold hereunder shall transfer to the agrees that undiscovered delivery of COUNTY at the time and place of delivery; nonconforming goods and/or services is not a provided that risk of loss prior to actual receipt waiver of the COUNTY'S right to insist upon of the goods by the COUNTY nonetheless further compliance with all specifications. remains with VENDOR. 16 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane,East of Wilson Boulevard Packet Page-1146- 9/9/2014 16.A.28. 6. Changes of VENDOR in the performance of their duties or The COUNTY may at any time and by written otherwise), or damage to property (including notice make changes to drawings and property of the COUNTY or other persons), which specifications, shipping instructions, quantities arise out of or are incident to the goods and/or and delivery schedules within the general scope of services to be provided hereunder. this Purchase Order. Should any such change increase or decrease the cost of, or the time 11. Warranty of Non-Infringement required for performance of the Purchase Order, VENDOR represents and warrants that all goods an equitable adjustment in the price and/or sold or services performed under this Purchase delivery schedule will be negotiated by the Order are: a) in compliance with applicable laws; COUNTY and VENDOR. Notwithstanding the b) do not infringe any patent, trademark, copyright foregoing, VENDOR has an affirmative obligation or trade secret; and c) do not constitute unfair to give notice if the changes will decrease costs. competition. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the VENDOR shall indemnify and hold harmless the change is ordered or within such additional period COUNTY from and against any and all claims, of time as may be agreed upon by the parties. including claims of negligence, costs and expense, including but not limited to attorneys' 7. Warranties fees, which arise from any claim, suit or VENDOR expressly warrants that the goods proceeding alleging that the COUNTY'S use of the and/or services covered by this Purchase Order goods and/or services provided under this will conform to the specifications, drawings, Purchase Order are inconsistent with VENDOR'S samples or other descriptions furnished or representations and warranties in section 11 (a). specified by the COUNTY, and will be of satisfactory material and quality production, free If any claim which arises from VENDOR'S breach from defects and sufficient for the purpose of section 11 (a) has occurred, or is likely to occur, intended. Goods shall be delivered free from any VENDOR may, at the COUNTY'S option, procure security interest or other lien, encumbrance or for the COUNTY the right to continue using the claim of any third party. These warranties shall goods or services, or replace or modify the goods survive inspection, acceptance, passage of title or services so that they become non-infringing, and payment by the COUNTY. (without any material degradation in performance, quality, functionality or additional cost to the 8. Statutory Conformity COUNTY). Goods and services provided pursuant to this Purchase Order, and their production and 12. Insurance Requirements transportation shall conform to all applicable laws, The VENDOR, at its sole expense, shall provide including but not limited to the Occupational commercial insurance of such type and with such Health and Safety Act, the Federal Transportation terms and limits as may be reasonably associated Act and the Fair Labor Standards Act, as well as with the Purchase Order. Providing and any law or regulation noted on the face of the maintaining adequate insurance coverage is a Purchase Order. material obligation of the VENDOR. All insurance policies shall be executed through insurers 9. Advertising authorized or eligible to write policies in the State No VENDOR providing goods and services to the of Florida. COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and/or 13. Compliance with Laws services, or appropriate or make use of the In fulfilling the terms of this Purchase Order, COUNTY'S name or other identifying marks or VENDOR agrees that it will comply with all property without the prior written consent of the federal, state, and local laws, rules, codes, and COUNTY'S Purchasing Department. ordinances that are applicable to the conduct of its business. By way of non-exhaustive example, this 10. Indemnification shall include the American with Disabilities Act VENDOR shall indemnify and hold harmless the and all prohibitions against discrimination on the COUNTY from any and all claims, including claims basis of race, religion, sex creed, national origin, of negligence, costs and expenses, including but handicap, marital status, or veterans' status. not limited to attorneys' fees, arising from, caused Further, VENDOR acknowledges and without by or related to the injury or death of any person exception or stipulation shall be fully responsible (including but not limited to employees and agents for complying with the provisions of the 17 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane,East of Wilson Boulevard Packet Page-1147- 9/9/2014 16.A.28. • Immigration Reform and Control Act of 1986 as notice to the VENDOR. This Purchase Order may located at 8 U.S.C. 1324, et seq. and regulations be terminated immediately by the COUNTY for relating thereto, as either may be amended. breach by VENDOR of the terms and conditions of Failure by the awarded firm(s) to comply with the this Purchase Order, provided that COUNTY has laws referenced herein shall constitute a breach of provided VENDOR with notice of such breach and the award agreement and the County shall have VENDOR has failed to cure within 10 days of the discretion to unilaterally terminate said receipt of such notice. agreement immediately. Any breach of this provision may be regarded by the COUNTY as a 19. General material and substantial breach of the contract a) This Purchase Order shall be governed by the arising from this Purchase Order. laws of the State of Florida. The venue for any action brought to specifically enforce any 14. Force Majeure of the terms and conditions of this Purchase Neither the COUNTY nor VENDOR shall be Order shall be the Twentieth Judicial Circuit in responsible for any delay or failure in performance and for Collier County, Florida resulting from any cause beyond their control, b) Failure of the COUNTY to act immediately in including, but without limitation to war, strikes, civil response to a breach of this Purchase Order disturbances and acts of nature. When VENDOR by VENDOR shall not constitute a waiver of has knowledge of any actual or potential force breach. Waiver of the COUNTY by any majeure or other conditions which will delay or default by VENDOR hereunder shall not be threatens to delay timely performance of this deemed a waiver of any subsequent default Purchase Order, VENDOR shall immediately give by VENDOR. notice thereof, including all relevant information c) All notices under this Purchase Order shall be with respects to what steps VENDOR is taking to sent to the respective addresses on the face complete delivery of the goods and/or services to page by certified mail, return receipt the COUNTY. requested, by overnight courier service, or by personal delivery and will be deemed effective 15. Assignment upon receipt. Postage, delivery and other VENDOR may not assign this Purchase Order, charges shall be paid by the sender. A party nor any money due or to become due without the may change its address for notice by written prior written consent of the COUNTY. Any notice complying with the requirements of this assignment made without such consent shall be section. deemed void. d) The Vendor agrees to reimbursement of any travel expenses that may be associated with 16. Taxes this Purchase Order in accordance with Goods and services procured subject to this Florida Statute Chapter 112.061, Per Diem Purchase Order are exempt from Florida sales and Travel Expenses for Public Officers, and use tax on real property, transient rental employees and authorized persons. property rented, tangible personal purchased or e) In the event of any conflict between or among rented, or services purchased (Florida Statutes, the terms of any Contract Documents related Chapter 212), and from federal excise tax. to this Purchase Order, the terms of the Contract Documents shall take precedence 17. Annual Appropriations over the terms of the Purchase Order. To the The COUNTY'S performance and obligation to extent any terms and /or conditions of this pay under this Purchase Order shall be contingent Purchase Order duplicate or overlap the upon an annual appropriation of funds. Terms and Conditions of the Contract Documents, the provisions of the Terms 18. Termination and/or Conditions that are most favorable to This Purchase Order may be terminated at any the County and/or provide the greatest time by the COUNTY upon 30 days prior written protection to the County shall govern. 18 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1148- 9/9/2014 16.A.28. Exhibit IV: Additional Terms and Conditions for RFP 1. Insurance Requirements The Vendor 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 Vendor 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 Vendor waive against each other and the County's separate Vendors, 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 Vendor and County shall, where appropriate, require similar waivers of subrogation from the County's separate Vendors, 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 Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor 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 "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 the Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor 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 Vendor'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 Vendor 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 Vendor. The Vendor 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 Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 19 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1149- 9/9/2014 16.A.28. Should at any time the Vendor 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 Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this Agreement or any other agreement between the County and Vendor. 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 Vendor 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 Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Liquidated Damages Liquidated Damages of $5,696 per day shall be imposed on the DB for each day the project exceeds the Date of Substantial Completion. 3. Offer Extended to Other Governmental Entities Collier County encourages and agrees to the successful vendor extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the successful vendor. 4. Additional Items and/or Services During the contract term, Collier County reserves the right to add related items and/or services upon negotiation of a satisfactory price by the Project Manager and Vendor. 5. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 30% or more of the solicitation amount for said work. 6. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Vendor's facilities/project site during and after each work assignment the Vendor is performing. 7. Additional Terms and Conditions of Contract Collier County has developed standard contracts/agreements, approved by the Board of County Commissioners (BCC). The selected Vendor 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 Vendor. 20 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1150- 9/9/2014 16.A.28. 8. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number • Description and quantities of the goods or services provided per instructions on the County's purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(a�collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and/or services as part of this agreement. Payment methods include: • Traditional— payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. Collier County cautions vendors to consider both methods of payment when determining pricing as no additional surcharges or fees will be considered (per Rules for VISA Merchants and ^ MasterCard Merchant Rules). 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 shall 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 must 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 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 21 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1151- 9/9/2014 16.A.28. 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 Vendors and Sub vendors 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. Vendors and Sub vendors 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 Vendor's work operations. This provision is non- negotiable by any department and/or Vendor. 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 Vendor is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Vendor to submit the required documentation may be grounds to deem Vendor non-responsive. A Vendor, 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, Growth Management Division 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. Principals/Collusion By submission of this Proposal the undersigned, as Vendor, does declare that the only person or persons interested in this Proposal as principal or principals is/are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection with any person, company or parties making a Proposal, and that it is in all respects fair and in good faith without collusion or fraud. 12. Relation of County It is the intent of the parties hereto that the Vendor shall be legally considered an independent Vendor, and that neither the Vendor 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 22 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1152- 9/9/2014 16.A.28. responsible for any negligence on the part of said Vendor, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 13. Termination Should the Vendor 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. 14. 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 Purchasing 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. 15. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms submitting a response to this solicitation shall be required to provide a certificate of authority from the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 (www.sunbiz.orq/search.html). A copy of the document shall 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. 16. Single Proposal Each Vendor 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. In addition, consultants that have participated and/or will participate in the development of scope, background information or oversight functions on this project are precluded from submitting a Proposal as either a prime or sub- consultant. 17. Survivability Bids (ITBs/RFPs): The Consultant/Contractor/Vendor agrees that any Work Order/Purchase Order that extends beyond the expiration date of Solicitation 14-6289 resultant of this solicitation 23 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1153- 9/9/2014 16.A.28. will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Work Order/Purchase Order. 18. Protest Procedures Any actual or prospective Vendor to a Request for Proposal, who is aggrieved with respect to the former, shall file a written protest with the Purchasing Director prior to the due date for acceptance of proposals. All such protests must be filed with the Purchasing Director no later than 11:00 a.m. Collier County time on the final published date for the acceptance of the Request for Proposals. 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 Purchasing Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5)days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the "Protest Policy" is available at the office of the Purchasing Director. 19. Public Entity Crime A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. 20. Security and Background Checks If required, 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 Vendor 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. 24 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1154- • 9/9/2014 16.A.28. 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 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 Affidavit Certification Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E-Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet- based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / 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 vendor'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. Vendors 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 Vendor does not comply with providing both the acceptable E-Verify evidence and the executed affidavit the vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors 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-Verifv. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor 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. 25 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1155- 9/9/2014 16.A.28. Corgi,-Cowry Administrative Services Division Purchasing Attachment 1: Vendor'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 Vendors not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to RFP 14-6289 - Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard for the following reason(s): ❑ Services requested not available through our company. El Our firm could not meet specifications/scope of work. ❑ Specifications/scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date 26 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1156- 9/9/2014 16.A.28. Cooker Court Administrative Services Division Purchasing Attachment 2: Vendor Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Vendor should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist ❑ The mailing envelope must be sealed and marked with Solicitation Number and 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.) 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 27 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane,East of Wilson Boulevard Packet Page-1157- 9/9/2014 16.A.28. Cotter County Adminisradve Services Division Purchasing 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 Purchasing/General Services Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: Signature and Date: Print Name: Title of Signatory: State of County of SUBSCRIBED AND SWORN to before me this day of , 20 , by , who is personally known to me to be the for the Firm, OR who produced the following identification: Notary Public My Commission Expires 28 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1158- 9/9/2014 16.A.28. ie County Adm nislrative Services Division Purchasing. Attachment 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: RFP 14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Dear Commissioners: The undersigned, as Vendor 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 Vendor 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 Vendor states that the proposal is based upon the proposal documents listed by Solicitation: RFP #14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard. (Proposal Continued on Next Page) 29 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1159- 9/9/2014 16.A.28. PROPOSAL CONTINUED IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 20_ in the County of , in the State of Firm's Legal Name: Address: City, State,Zip Code: Florida Certificate of Authority Document Number: Federal Tax Identification Number Telephone: FAX: Signature by: (Typed and written) Title: 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: 30 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1160- 9/9/2014 16.A.28. cotier County Administatiue services Division Purchasing Attachment 5: Immigration Affidavit Certification RFP 14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard 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, Vendors / 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 vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor / Bidder's proposal as non- responsive. Collier County will not intentionally award County contracts to any vendor 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 vendor 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. Vendor 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 Vendor'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 201_, 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. 31 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1161- 9/9/2014 16.A.28. Cotter Comity Adrni!nis iatiue Services Division Purchasing Attachment 6: Vendor Substitute W—9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address City State Zip Telephone FAX Email Order Information Remit/Payment Information Address Address City State Zip City State Zip FAX FAX Email Email 32 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1162- 9/9/2014 16.A.28. 2. Company Status(check only one) _Individual/Sole Proprietor _Corporation _Partnership _Tax Exempt(Federal income tax-exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c)3) Enter the tax classification (D=Disregarded Entity, C=Corporation, P=Partnership) 3. Taxpayer Identification Number(for tax reporting purposes only) Federal Tax Identification Number(TIN) (Vendors who do not have a TIN,will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form Certification:Under penalties of perjury, /certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number 33 Packet Page-1163- 9/9/2014 16.A.28. Co aer County Administrative Services Division Purchasing Attachment 7: Insurance and Bonding Requirements Insurance/Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability(Occurrence Form) patterned after the current $1,000.000 single limit per occurrence ISO form 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys'fees and paralegals'fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the ContractorNendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ®Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury& Property Damage, Owned/Non-owned/Hired; Automobile Included 5. ® Other insurance as El Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act)shall be maintained where applicable to the completion of the work. $ Per Occurrence El 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 $ 1,000,000 Per Occurrence ® Professional Liability $1,000,000 Per Occurrence • $ 500,000 each claim and in the aggregate • $1,000,000 each claim and in the aggregate 34 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1164- 9/9/2014 16.A.28. • $2,000,000 each claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence ❑Valuable Papers Insurance $ Per Occurrence 6. ® Bid/Proposal Bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5%of the cost proposal.All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of$200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100%of the Contract award amount,the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as"A-'or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5%of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor 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. El 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.. 11. ® Thirty(30) Days Cancellation Notice required. Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5)days of the award of this solicitation. Name of Firm Date Vendor Signature Print Name Insurance Agency Agent Name Telephone Number 35 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane,East of Wilson Boulevard Packet Page -1165- 9/9/2014 16.A.28. cotter- Administrative services Division Purchasing Attachment 8: Reference Questionnaire Solicitation: RFP 14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: FAX: Telephone: Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again)and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Completion Date: Project Budget: Project Number of Days: Change Orders-Dollars Added : Change Orders- Days Added: 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 Close out project process(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 County 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 36 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1166- 9/9/2014 16.A.28. EXHIBIT A DESIGN & CONSTRUCTION CRITERIA PACKAGE REQUEST FOR QUALIFICATIONS DESIGN-BUILD SERVICES FOR DESIGN-BUILD GOLDEN GATE BOULEVARD 4-LANE, EAST OF WILSON BOULEVARD PROJECT INFORMATION A. Introduction The purpose of this Exhibit is to describe the scope of work and the responsibilities of the Design-Build (DB) firm in connection with the preparation of a Request for Proposal package for the design and preparation of a complete set of construction plans and special provisions, and construction of: • Roadway improvements to the transportation facility described herein, and the • Bridge/structural improvements for the structure identified herein. In December of 2008, a design was completed for the 6-lane widening of Golden Gate Boulevard (CR 876) from Wilson Boulevard to DeSoto Boulevard. Due to budget constraints and long range transportation needs projections, the County determined that Golden Gate Boulevard would only need four lanes. It was further determined that Transportation Engineering (TE) Department would pursue a redesign of the project to four lanes in a four- lane right-of-way section. The redesign would be taken to 60% plans and all permits (except for BCB permitting) would be obtained so that the County may, at a future date, pursue final design plans, or construct the project as a Design-Build, when construction funding becomes available. By March 2010, the 60% redesign was completed; however, the environmental resource permit for the project is still pending, and should be obtained by August, 2014. The original design and subsequent 4-lane 60% re-design included the replacement of three bridges: 1) the Golden Gate Main Canal (Bridge #034026), 2) Miller Canal (Bridge #034028), and 3) the Faka Union Canal (Bridge #034030). Bridges No. 034026 and 034028 have since been reconstructed with a previous construction project. This project also included the preliminary design (4-lane) of the two bridges which shall be used for this DB project. This new project is for the 4-lane widening of Golden Gate Boulevard east of Wilson Boulevard, excluding the Wilson/Golden Gate Boulevard intersection, including the Golden Gate Main Canal Bridge. The project begins at the beginning of the two/four-lane transition east of Wilson Boulevard. The project terminus is the 16th Street NE intersection, including all required FDOT standard tapers east of the intersection. An alternate price proposal for this project with a terminus of 18th Street NE is included. FDOT standard tapers east of the intersection are included also. A Notice to Proceed (NTP) shall not be granted to the DB firm until after issuance of the USACOE permit and after all right-of-way has been acquired. B. Purpose The County is requesting Letters of Interest(LOl's) and Technical & Price Proposals from interested firms for Design-Build services include the final design, permitting and construction of Golden Gate Boulevard 4-Lane, east of Wilson Boulevard. It is the intent of the County to select and contract with one firm to perform all aspects of the design, permitting and construction of this project. The County reserves the right to stop work before, during or after 37 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1167- 9/9/2014 16.A.28. this project and is not obligated to the DB to continue the project. This solicitation is intended to comply with Chapter 287.055, Florida Statute. C. DB Responsibilities The DB will be expected to work in cooperation with the County and its designees, including private/public utilities and stormwater systems that will be affected by the work and must be considered with the services provided. The DB shall provide design services to accomplish the work contained in this solicitation. The DB may retain sub-consultants for various design tasks; however, the DB will be solely responsible for all coordination and interface with the County. The DB shall be the single point of contract for all design services. The DB shall obtain such additional geotechnical and surveying related information that it deems necessary for the performance of the work. The DB will be expected to provide the following tasks: 1. Design Services for Final Design, Permitting and Construction of 4-Lane Roadway a. The DB shall complete the 4-lane design of the Roadway utilizing the 60% design documents that will be provided by the County, and shall provide signed and sealed plans, calculations, and technical specifications. The DB shall familiarize itself thoroughly with these 60% design documents and follow the development of design to produce the final design plans. The DB shall provide progress review sets of design documents at 90% and 100%. The design shall conform to the design criteria already established within the 60% design package. The DB shall ensure the constructability of the project during the design and review process. Any construction activity that commences prior to 100% approved plans by the County shall be at the DB's sole risk. b. Upon completion of the construction documents for each phase, the DB shall perform a specific review thereof and shall include a complete cost estimate and critical path method schedule. The DB shall submit to the County a written review covering alternative analyses, suggestions and recommendations. The design may be subject to an independent analysis as determined by the County. The DB shall specifically address long lead procurement items and conditions characteristic of the County that may impede construction and take appropriate action. Historically, it has been the experience of the County with projects constructed within this general geographic area, that rock and muck will be encountered during underground installations. Therefore the DB should consider the increased cost of all underground work activities while preparing this bid. Further, no extra compensation or time extension will be allowed for additional work directly associated with the pile driving, piling drilling, splitting, excavation, crushing and disposal, replacement of displaced volume of extracted rock with fill material or special handling of rock, or the presence or removal of muck or any other unsuitable soils. 2. Design Services for Final Design, Permitting and Construction of 2-lane Bridge a. The DB shall provide final 2-lane design and construction services for bridge #034026 utilizing the 90% 4-lane bridge documents that will be provided by the County, and shall provide signed and sealed plans, calculations, and technical specifications. The DB shall familiarize itself thoroughly with these 90% design documents and follow the development of design to produce the final design plans. The DB shall provide progress review sets of design documents at 90% and 100%. The DB shall conform to the design criteria already established with the 90% 38 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1168- 9/9/2014 16.A.28. design package. The DB shall ensure the constructability of the project during the design and review process. Any construction activity that commences prior to 100% approved plans by the County shall be at the DB's sole risk. b. Upon completion of the construction documents for each phase, the DB shall perform a specific review thereof and shall include a complete cost estimate and critical path method schedule. The DB shall submit to the County a written review covering alternative analyses, suggestions and recommendations. The design may be subject to an independent analysis as determined by the County. The DB shall specifically address long lead procurement items and conditions characteristic of the County that may impede construction and take appropriate action. Historically, it has been the experience of the County with projects constructed within this general geographic area, that rock and muck will be encountered during underground installations. Therefore the DB should consider the increased cost of all underground work activities while preparing this bid. Further, no extra compensation or time extension will be allowed for additional work directly associated with the pile driving, piling drilling, splitting, excavation, crushing and disposal, replacement of displaced volume of extracted rock with fill material or special handling of rock, or the presence or removal of muck or any other unsuitable soils. 3. Property Acquisition The County may request the DB to assist with providing legal sketches and descriptions for temporary construction, and permanent easement and right-of-way acquisition for the 2-lane Bridge project and any other parts of the roadway project. The County is in the process of acquiring other right-of-way for the project and a Notice to Proceed (NTP) shall not be issued to the DB firm until this process is complete. The County is using the 4-lane 60% Design right-of-way maps as the basis of the real estate acquisition. Any deviation from these maps caused by the 100% Design of the DB firm shall be remedied by the DB firm. 4. Permitting The DB shall prepare all applications, data, and drawings required by the BCB and shall be responsible for obtaining all necessary BCB permits, including required fees. The current ERP (SFWMD and USACOE) application for the 4-lane design project may need to be modified if any deviations are made to the 60% plans. 5. The DB shall notify, coordinate with, and obtain relocation schedules from all utility providers located within the project limits. 6. Construction The DB shall be responsible for performing the traditional duties of a General Contractor throughout the performance of the work and warranty periods. The DB shall coordinate and ensure all work is in accordance with the design documents provided by the designer and as approved by the County. The DB will resolve and be responsible for conflicts between the design and actual on-site conditions. The DB is to ensure that the project is completed in accordance with the plans and 39 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1169- 9/9/2014 16.A.28. specifications and requirements of the Florida Department of Transportation (FDOT) and Collier County. The DB will be responsible to the County Transportation Engineering (TE) Director or his designee for all aspects of the project. 7. Quality Control/Quality Assurance/Inspections The DB will solely be responsible for daily inspections of the project. The DB is to develop and implement a Quality Assurance/ Quality Control program. Final acceptance of each project and quality assurance will be provided by the County and based on the DB's certifications, environmental permit close-out requirements, signed and sealed as-built documentation and all other required close out documents. 8. Project Management Information The DB shall establish, with the full concurrence of the County, procedures for organizing and accomplishing the management control of the project including safety and traffic control. The DB shall design, implement and utilize a Project Management Information System (PMIS) to facilitate the rapid and accurate exchange and monitoring of information between all parties. The PMIS shall include as a minimum the following: • Narrative reporting, on a monthly basis • Schedule control, on a monthly basis • Cost Control, and estimating • Project accounting • Action reports • Complaint Log • Daily Quality Control/Inspection Reports • Change Order Log All reports, documents and data to be provided shall represent an accurate assessment of the current status of the project and of the work remaining to be accomplished. The information provided shall provide a sound basis for identifying variances and problems and shall include recommendations for making management decisions. It shall be prepared and furnished to the County monthly throughout the contract period. 9. Warranty Where any work is performed by the DB's own forces or by subcontractors under contract with the DB, the DB shall warrant that all materials and equipment included in such work will be of good quality, free from improper workmanship and defective materials and in conformance with the drawings and specifications. In general, the warranty shall be a one-year period from acceptance by the County (unless superseded in the scope of work). With respect to the same work, the DB further agrees to correct all work found by the County to be defective in material or workmanship or not in conformance with the drawings or specifications at no expense to the County. 40 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1170- 9/9/2014 16.A.28. 10. Investigations and Litigations n If the DB, the Preliminary Design Professional, or any other member of the DB Team with more than a 20% share of the Contract has ever been the subject of an investigation conducted by a regulatory or professional licensing board, give the details of such action. If the same parties outlined above have ever been sued or debarred from working for a public authority as a result of their actions or inaction in the course of the practice of their business or profession, give the details of such a suit or debarment. 11. Public Information Program The DB shall undertake a Public Information Program. The minimum requirements to complete this task and any information assembled shall include the following and must be approved by the County. • Maintain mailing lists of elected and appointed officials in the project area, permit and review agencies, property owners adjacent to or within the three hundred (300) feet of the project, and other interested parties that may be designated by the County. • Provide notification to residents in affected construction area in advance of proceeding with work in that area. DB shall keep residents informed of changes, delays, or other inconveniences until work in that area is complete. • Prepare exhibits, attend and participate in one (1) Public Information Meetings, which shall be conducted by the DB. The DB shall prepare and send notification of all meetings to all parties on the appropriate mailing lists. • Prepare presentation exhibits for use as visual aids during public meetings. • Erect project signs throughout the project area indicating the name of the project, project descriptions, and contact information. The DB shall also be responsible for establishing a construction inquiry phone line to manage complaints, questions and concerns. The phone number of this line will be prominently displayed on all communications with the public. All complaints will be researched and a response will be provided. Action on all complaints should be taken within twenty-four (24) hours from the time the complaint is registered. This information will be recorded and tracked in a computer database that may be reviewed by the County on a daily basis. In addition, a County representative will be identified to hear claims. County Responsibilities 1. County's Information. Upon request, the County shall provide all known available information regarding the requirements for the project design. 2. County's Representative. The County shall designate a representative who shall be fully acquainted with the project. The representative shall render decisions promptly and furnish information expeditiously. 3. Availability of Lands. The County shall furnish, as indicated in the Contract Documents, the lands upon which the construction is to be performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of the DB. The County 41 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane,East of Wilson Boulevard Packet Page-1171- 9/9/2014 16.A.28. may request the DB to assist with this effort. The DB shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. This document is signed and sealed as described in Florida Department of Business and Professional Regulation, Board of Professional Engineers. 0.20/4 aj S. ad, Licens No: PE63300 Date t • }5., .. 42 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1172- 9/9/2014 16.A.28. EXHIBIT B PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, that we (herein after called the Principal) and , (herein called the Surety), a corporation chartered and existing under the laws of the State of with its principal offices in the City of and authorized to do business in the State of are held and firmly bound unto the (hereinafter called the Owner), in the full and just sum of Dollars ($ ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents. Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, install, and fully complete the Work on the Project known as LOl/RFP 14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard. NOW, THEREFORE, if the Owner shall accept the RFP of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a written Notice of Award in accordance with the terms of such RFP, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Proposal Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, if the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $ noted above as liquidated damages, and not as a penalty, as provided in the RFP Documents, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this day of 201_. Principal BY (Seal) Surety (Seal) Countersigned Local Resident Producing Agent for 43 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1173- 9/9/2014 16.A.28. EXHIBIT C— Price Proposal Page Include in Separate Sealed Envelope with Technical Proposal Package COLLIER COUNTY PRICE PROPOSAL FORM SOLICITATION: RFP 14-6289 PROJECT DESCRIPTION: Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard BASE PROPOSAL PROPOSED CONTRACT TIME: Days Substantial; Total Days (to Final) Item Description Unit Quantity Price Design-Build (16th St. N.E.) LS 1 TOTAL LUMP SUM PRICE FOR TERMINUS EAST OF 16th ST. N.E. INCLUDING ALL TAPERS $ TOTAL LUMP SUM PRICE INCLUDING PARTNERING and DISPUTES REVIEW WRITTEN OUT: $ ALTERNATE A PROPOSED CONTRACT TIME: Days Substantial; Total Days (to Final) Item Description Unit Quantity Price Design-Build (18th St. N.E.) LS 1 TOTAL LUMP SUM PRICE FOR TERMINUS EAST OF 18TH ST. N.E. INCLUDING ALL TAPERS $ TOTAL LUMP SUM PRICE INCLUDING PARTNERING and DISPUTES REVIEW WRITTEN OUT: $ DESIGN-BUILD FIRM NAME: DESIGN-BUILD FIRM ADDRESS: DESIGN-BUILD FIRM SIGNATURE: PRINTED NAME: TITLE: Provide Dun & Bradstreet Rating: Include in Separate Sealed Envelope with Technical Proposal Package 44 RFP#14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1174- 9/9/2014 16.A.28. Co ft* ent Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Administrative Services Division FAX: (239) 252-2810 Purchasing ADDENDUM 1 Memorandum Date: May 7, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation #and Title 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following requirement is issued as an addendum for the referenced solicitation: In order to obtain copies of the Bridge Plans for this project you must fill out the Exempt Documents/Security System Plan Distribution Form (see attachment). A completed form must be submitted to the Purchasing Department in order to receive a CD containing the Bridge Plans. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Addendum#1 Packet Page-1175- 9/9/2014 16.A.28. Co ier C•014.1i'J Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Administrative Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #2 Memorandum Date: May 21, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #2: Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until May 30th, 2014. • The question and answer period for this solicitation has been extended until May 27th, 2013 • In response to a question on the online bidding system the following files have been posted to the online bidding system as an attachment to this addendum. o 14-6289—A2 071102-5 Application o 14-6289 —A2 SFWMD Permit • The following statement is added to this RFP and made part of the solicitation "The use of vibratory rollers shall not be permitted in the vicinity of the City Of Naples Raw Water Main along the north side of Golden Gate Boulevard east of Wilson Boulevard during the project construction phase. Consultation with the City of Naples Utilities Department is required prior to the initiation of any construction work on the project." • The following statement is added to this RFP and made part of the solicitation specifically Exhibit C — Price Proposal Page. "In Exhibit C- Price Proposal Page, Alternate A and Alternate B pricing proposals are add alternates, and as such are additive to the Base Proposal. The County reserves the right to award the Base Price Proposal, and any Addendum#1 Packet Page-1176- 9/9/2014 16.A.28. combination of Alternate A and Alternate B Price Proposals, or not award the project at all, depending on funding at the time of award." • The following statement is added to this RFP and made part of the solicitation specifically Step III — Evaluation and Selection of Design-Builder. "In Step III of the RFP, Evaluation and Selection of Design-Builder, the Final Ranking of the Design-Build proposers will be evaluated on the Technical Proposal score and the Base Price Proposal score only, and not evaluated on the Alternate A and Alternate B Price Proposals score." • An "Alternate B" has been added to this solicitation and included as part of this addendum. The following file should be completed and submitted to the County in a sealed envelope with your technical proposal: o 14-6289—A2 Alternate B Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Packet Page-1177- 9/9/2014 16.A.28. coitr County Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Administrative Servides Division FAX: (239) 252-2810 Purchasing ADDENDUM #3 Memorandum Date: May 28, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #3: Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 2, 2014. • The following statement from Addendum #2 is now corrected to read as follows: The following statement is added to this RFP and made part of the solicitation specifically Step III — Evaluation and Selection of Design-Builder. "In Step III of the RFP, Evaluation and Selection of Design-Builder, the Final Ranking of the Design-Build proposers will be evaluated on the Technical Proposal score and the-Base Exhibit C - Price Proposal page, and Base Proposal along with Alternate A and Alternate B Prise Proposals score." The additions in the solicitation are shown herein by underlining; deletions are shown by strikethroughs. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Addendum#3 1 Packet Page-1178- 9/9/2014 16.A.28. Packet Page-1179- 9/9/2014 16.A.28. Co irp!" i t Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Adrnislrahve Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #4 Memorandum Date: May 30, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #4 Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 6, 2014. • The following corrections and additional language are made part of solicitation 14-6289 through this addendum: Page 14 and 15: 1. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number _ - - e - - _ - _ ' - _- !!_ __ 2013-69 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three (3)firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 2. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. The County's procedure for selecting is as follows: r-. Addendum#4 1 Packet Page-1180- 9/9/2014 16.A.28. 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 at least one(1) day in 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. their discretion, schedule presentations or demonstrations from the top ranked firm(s), make site visits, and obtain guidanco from third party subject matter experts. The final Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon tho Vondor nor obligator tho County in any manner. Accoptanco of tho 7. Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, interviews, or oral presentations. 8. The Selection Committee, as approved by the County Manager or designee, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members will score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. Consultant(s) shall have an opportunity to discuss their qualifications, approach to the project and ability to furnish services for the scope of work outlined in this solicitation during the publicly announced Selection Committee Meeting prior to the final ranking. This discussion does not preclude the County from having additional presentations by ranked firms at the County's sole discretion. 9. The Selection Committee will rank qualified firms in order of preference and by consensus usinq 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. Packet Page -1181- 9/9/2014 16.A.28. Page 7 and 8: STEP II: TECHNICAL & PRICE PROPOSALS (Only the Short listed Firms Resulting From Step One Will Be Invited to Provide Technical&Price Proposals) Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. The utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and when required, separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Step II includes both Technical and Price Proposals. Final scoring is as follows: Technical has a maximum 40% of total score and the Price Proposal is valued at a maximum of 60% of total score (see section III for more details). The items listed below shall be the evaluation criteria for the Technical proposals and must be reflected in each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a proposer to include all listed items may result in the rejection of its proposal. Proposer shall ensure that all TABS in his Technical Proposal in STEP II of the RFP process include information relating to the Resurfacing component (Alternate B) of the project. Tab I: Project Approach. (40 points, 10 pages maximum; note: Only 2 pages can be 11 X 17 formats)The proposal will be assessed -1 point for each additional page over the described limit. 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 certification that the Proposer will accept any awards made as a result of said submission of the terms contained therein. The Proposer shall include a description of how the design of the project will be approached. The proposal will include options to be considered and the issues to be resolved in the preparation of project specific standard drawings. Specifically address how the design team will approach BCB permitting and right of way plans to comply with the project requirements. Provide the methods to be used to avoid construction conflicts. The Proposer will present concepts in their ability to develop cost effective solutions through innovative design and contracting methods to speed up the construction. In this tab, include a detailed plan of approach (including major tasks and sub-tasks). Construction staging will be highly critical to this approach. • Describe proposed Traffic Control concept for the Resurfacing component of Golden Gate Boulevard West, including avoiding peak travel times. Page 37 and 38: PROJECT INFORMATION A. Introduction The purpose of this Exhibit is to describe the scope of work and the responsibilities of the Design-Build (DB) firm in connection with the preparation of a Request for Proposal Packet Page-1182- 9/9/2014 16.A.28. package for the design and preparation of a complete set of construction plans and special provisions, and construction of: • Roadway improvements to the transportation facility described herein, and the • Bridge/structural improvements for the structure identified herein. In December of 2008, a design was completed for the 6-lane widening of Golden Gate Boulevard (CR 876) from Wilson Boulevard to DeSoto Boulevard. Due to budget constraints and long range transportation needs projections, the County determined that Golden Gate Boulevard would only need four lanes. It was further determined that Transportation Engineering (TE) Department would pursue a redesign of the project to four lanes in a four-lane right-of-way section. The redesign would be taken to 60% plans and all permits (except for BCB permitting) would be obtained so that the County may, at a future date, pursue final design plans, or construct the project as a Design-Build, when construction funding becomes available. By March 2010, the 60% redesign was completed; however, the environmental resource permit for the project is still pending, and should be obtained by August, 2014. The original design and subsequent 4-lane 60% re-design included the replacement of three bridges: 1) the Golden Gate Main Canal (Bridge #034026), 2) Miller Canal (Bridge #034028), and 3) the Faka Union Canal (Bridge #034030). Bridges No. 034026 and 034028 have since been reconstructed with a previous construction project. This project also included the preliminary design (4-lane) of the two bridges which shall be used for this DB project. This new project is for the 4-lane widening of Golden Gate Boulevard east of Wilson Boulevard, excluding the Wilson/Golden Gate Boulevard intersection, including the Golden Gate Main Canal Bridge. The project begins at the beginning of the two/four-lane transition east of Wilson Boulevard. The project terminus is the 16th Street NE intersection, including all required FDOT standard tapers east of the intersection. An alternate price proposal for this project with a terminus of 18th Street NE is included. FDOT standard tapers east of the intersection are included also. An alternate price proposal (Alternate B) for the Resurfacing of Golden Gate Boulevard West is included also. A Notice to Proceed (NTP) shall not be granted to the DB firm until after issuance of the USACOE permit and after all right-of-way has been acquired. B. Purpose The County is requesting Letters of Interest(LOI's) and Technical& Price Proposals from interested firms for Design-Build services include the final design, permitting and construction of Golden Gate Boulevard 4-Lane, east of Wilson Boulevard. An alternate price proposal (Alternate B)for the Resurfacing of Golden Gate Boulevard West is included also. It is the intent of the County to select and contract with one firm to perform all aspects of the design, permitting and construction of this project. The County reserves the right to stop work before, during or after this project and is not obligated to the DB to continue the project. This solicitation is intended to comply with Chapter 287.055, Florida Statute. Page 39: 3. Construction Services for Resurfacing of Golden Gate Boulveard West (Alternate B) a. The DB shall provide construction services for the Resurfacing of Golden Gate Boulevard West including traffic control plans (MOT). Project includes milling of existing roadway and disposal of millings, storm sewer inlet debris protection, sweeping, tack coat, level any areas prior to surface course to provide smooth dip free ride, temporary and permanent restriping with thermoplastic, 1 ''A" asphalt resurfacing, Maintenance of Traffic (MOT), Packet Page-1183- 9/9/2014 16.A.28. replacement of all traffic signal loops prior to final lift of asphalt being placed, smooth transitions with all existing concrete, brick and asphalt driveways or a 2 linear foot asphalt turnouts at all other type driveways, and 50 linear foot resurfacing down side streets. 3 4. Property Acquisition The County may request the DB to assist with providing legal sketches and descriptions for temporary construction, and permanent easement and right-of-way acquisition for the 2-lane Bridge project and any other parts of the roadway project. The County is in the process of acquiring other right-of-way for the project and a Notice to Proceed (NTP) shall not be issued to the DB firm until this process is complete. The County is using the 4-lane 60% Design right-of-way maps as the basis of the real estate acquisition. Any deviation from these maps caused by the 100% Design of the DB firm shall be remedied by the DB firm. The additions in the solicitation are shown herein by underlining; deletions are shown by strikethroughs. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Packet Page-1184- 9/9/2014 16.A.28. 7> 7r' County Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Administralive Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #5 Memorandum Date: June 5, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 5 Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 11, 2014. • For Price Proposal Alternate B, the limits of the western end of the Resurfacing Project will terminate at Station 38+56.78, which is near Weber Boulevard and is the beginning of the Collier Boulevard (Green Boulevard to Golden Gate Boulevard) road widening project. Please see attached plan sheet S-18 (Signing and Pavement Markings Plan) for reference. • The DB firm shall coordinate with the South Florida Water Management District (SFWMD) on the relocation of their monitoring wells # C-1951 and C-953, which are in the vicinity of the Main Golden Gate Canal Bridge. The existing monitoring wells are within the footprint of the roadway widening, and shall be properly abandoned and shall be relocated by SFWMD outside the new roadway footprint. The additions in the solicitation are shown herein by underlining; deletions are shown by strikethroughs. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Addendum#5 Packet Page-1185- 9/9/2014 16.A.28. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Packet Page-1186- 9/9/2014 16.A.28. DESIGN-BUILD GOLDEN GATE BOULEVARD 4- LANE, EAST OF WILSON RFP 14-6289 COLLIER COUNTY BOARD OF COUNTY 'COMMISSIONERS - JUNE 11, 2014 7 F -"*" - .40 04. Letter of Interest 1 Provided by the Design-Build Team of: •%,-01,r • Stantec AJAX P • Packet Pa:e-1187- 9/9/2014 16.A.28. 5 Stantec ,t,, i. ..--.. 4 " ' 5 S * r nside - Letter of interest 2 - Exhibits 3 - Resumes (--) Collier County itPP 14-628? :7,estgn4suiid Golden sate Boulevard 4-Lane, East of Wilson Boulevard Packet Page-1188- 9/9/2014 16.A.28. C© er County Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Administrative Services Division FAX: (239)252-2810 Purchasing ADDENDUM 1 Memorandum Date: May 7, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum# 1 Solicitation# and Title 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following requirement is issued as an addendum for the referenced solicitation: In order to obtain copies of the Bridge Plans for this project you must fill out the Exempt Documents/Security System Plan Distribution Form (see attachment). A completed form must be submitted to the Purchasing Department in order to receive a CD containing the Bridge Plans. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delete Ajax Paving Industries of F ida, LLC 5/29/14 Addendum#1 1 Packet Page-1189- 9/9/2014 ColPier County Email: evelyncolon @colliergov.net Telephone: (239)252-2667 Adrrinistrative Services Division FAX: (239)252-2810 Purchasing ADDENDUM #2 Memorandum Date: May 21, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum#2: Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until May 30th, 2014. • The question and answer period for this solicitation has been extended until May 27th, 2013 • In response to a question on the online bidding system the following files have been posted to the online bidding system as an attachment to this addendum. o 14-6289—A2 071102-5 Application o 14-6289—A2 SFWMD Permit • The following statement is added to this RFP and made part of the solicitation "The use of vibratory rollers shall not be permitted in the vicinity of the City Of Naples Raw Water Main along the north side of Golden Gate Boulevard east of Wilson Boulevard during the project construction phase. Consultation with the City of Naples Utilities Department is required prior to the initiation of any construction work on the project." • The following statement is added to this RFP and made part of the solicitation specifically Exhibit C— Price Proposal Page. "In Exhibit C- Price Proposal Page, Alternate A and Alternate B pricing proposals are add alternates, and as such are additive to the Base Proposal. The County reserves the right to award the Base Price Proposal, and any Addendum#1 1 Packet Page-1190- 9/9/2014 16.A.28. combination of Alternate A and Alternate B Price Proposals, or not award the project at all, depending on funding at the time of award." • The following statement is added to this RFP and made part of the solicitation specifically Step III —Evaluation and Selection of Design-Builder. "In Step III of the RFP, Evaluation and Selection of Design-Builder, the Final Ranking of the Design-Build proposers will be evaluated on the Technical Proposal score and the Base Price Proposal score only, and not evaluated on the Alternate A and Alternate B Price Proposals score." • An "Alternate B" has been added to this solicitation and included as part of this addendum. The following file should be completed and submitted to the County in a sealed envelope with your technical proposal: o 14-6289—A2 Alternate B ' ea - ign Belo and return a copy of this Addendum with your submittal for the above referenced solicitati• . ..vG • � 1Jt . 5/29/14 (Sign: ure) Date Ajax Paving Industries of Florida, LLC (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Packet Page -1191- 9/9/2014 16.A.28. CO e'!' County Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Administrative Services Division FAX: (239)252-2810 Purchasing ADDENDUM #3 Memorandum Date: May 28, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum#3: Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 2, 2014. • The following statement from Addendum #2 is now corrected to read as follows: The following statement is added to this RFP and made part of the solicitation specifically Step Ill - Evaluation and Selection of Design-Builder. "In Step III of the RFP, Evaluation and Selection of Design-Builder, the Final Ranking of the Design-Build proposers will be evaluated on the Technical Proposal score and the Baca Exhibit C- Price Proposal page, were and Base Proposal along with Alternate A and Alternate B ice Proposals score." The additions in the solicitation are shown herein by underlining; deletions are shown by strikethroughs. -ase . bel and return a copy of this Addendum with your submittal for the above referenced °licit-tion. Z - 5/29/14 (Sign- ure) Date Ajax Paving Industries of Florida, LLC (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Addendum#3 1 Packet Page-1192- 9/9/2014 16.A.28. Co ,. ou.nt Email: evelyncolon @colliergov.net y Telephone: (239) 252-2667 Administrative Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #4 Memorandum Date: May 30, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #4 Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 6, 2014. • The following corrections and additional language are made part of solicitation 14-6289 through this addendum: Page 14 and 15: 1. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 87 25 and Recolution Number 2006-268 2013-69 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three (3)firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 2. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. The County's procedure for selecting is as follows: Addendum#4 Packet Page-1193- 9/9/2014 16.A.28. 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 at loast one(1)day in 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. thoir discretion, schedule procontations or domonetrations from the top ranked firm(s), The County reserves the right to withdraw this RFP at any time and for any reason, and to Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Vondor nor obligates tho County in any manner. Accoptanco of the proposal doos not guarantoo iccuanco of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances shall not be considered. 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 oralpresentations. 8. The Selection Committee, as approved by_the County.Manager or designee, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members will score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. Consultant(s) shall have an opportunity to discuss their qualifications, approach to the project and ability to furnish services for the scope of work outlined in this solicitation during the publicly announced Selection Committee Meeting prior. to the final ranking. This discussion does not preclude the County from having additional presentations by ranked firms at the County's sole discretion. 9. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. 10. Negotiations shall begin with the top-ranked firms) 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. Packet Page-1194- 9/9/2014 16.A.28. Page 7 and 8: STEP II: TECHNICAL & PRICE PROPOSALS (Only the Short listed Firms Resulting From Step One Will Be Invited to Provide Technical& Price Proposals) Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. The utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and when required, separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Step II includes both Technical and Price Proposals. Final scoring is as follows: Technical has a maximum 40% of total score and the Price Proposal is valued at a maximum of 60% of total score (see section III for more details). The items listed below shall be the evaluation criteria for the Technical proposals and must be reflected in each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a proposer to include all listed items may result in the rejection of its proposal. Proposer shall ensure that all TABS in his Technical Proposal in STEP II of the RFP process include information relating to the Resurfacing component (Alternate B) of the protect. .-e Tab I: Project Approach. (40 points, 10 pages maximum; note: Only 2 pages can be 11 X 17 formats)The proposal will be assessed -1 point for each additional page over the described limit. 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 certification that the Proposer will accept any awards made as a result of said submission of the terms contained therein. The Proposer shall include a description of how the design of the project will be approached. The proposal will include options to be considered and the issues to be resolved in the preparation of project specific standard drawings. Specifically address how the design team will approach BCB permitting and right of way plans to comply with the project requirements. Provide the methods to be used to avoid construction conflicts. The Proposer will present concepts in their ability to develop cost effective solutions through innovative design and contracting methods to speed up the construction. In this tab, include a detailed plan of approach (including major tasks and sub-tasks). Construction staging will be highly critical to this approach. • Describe proposed Traffic Control concept for the Resurfacing component of Golden Gate Boulevard West, including avoiding peak travel times. Page 37 and 38: PROJECT INFORMATION A. Introduction The purpose of this Exhibit is to describe the scope of work and the responsibilities of the Design-Build (DB) firm in connection with the preparation of a Request for Proposal Packet Page-1195- 9/9/2014 16.A.28. package for the design and preparation of a complete set of construction plans and special provisions, and construction of: • Roadway improvements to the transportation facility described herein, and the • Bridge/structural improvements for the structure identified herein. In December of 2008, a design was completed for the 6-lane widening of Golden Gate Boulevard (CR 876) from Wilson Boulevard to DeSoto Boulevard. Due to budget constraints and long range transportation needs projections, the County determined that Golden Gate Boulevard would only need four lanes. It was further determined that Transportation Engineering (TE) Department would pursue a redesign of the project to four lanes in a four-lane right-of-way section. The redesign would be taken to 60% plans and all permits (except for BCB permitting) would be obtained so that the County may, at a future date, pursue final design plans, or construct the project as a Design-Build, when construction funding becomes available. By March 2010, the 60% redesign was completed; however, the environmental resource permit for the project is still pending, and should be obtained by August, 2014. The original design and subsequent 4-lane 60% re-design included the replacement of three bridges: 1) the Golden Gate Main Canal (Bridge #034026), 2) Miller Canal (Bridge #034028), and 3) the Faka Union Canal (Bridge #034030). Bridges No. 034026 and 034028 have since been reconstructed with a previous construction project. This project also included the preliminary design (4-lane) of the two bridges which shall be used for this DB project. This new project is for the 4-lane widening of Golden Gate Boulevard east of Wilson Boulevard, excluding the Wilson/Golden Gate Boulevard intersection, including the Golden Gate Main Canal Bridge. The project begins at the beginning of the two/four-lane transition east of Wilson Boulevard. The project terminus is the 16th Street NE intersection, including all required FDOT standard tapers east of the intersection. An alternate price proposal for this project with a terminus of 18th Street NE is included. FDOT standard tapers east of the intersection are included also. An alternate price proposal (Alternate B) for the Resurfacing of Golden Gate Boulevard West is included also. A Notice to Proceed (NTP) shall not be granted to the DB firm until after issuance of the USACOE permit and after all right-of-way has been acquired. B. Purpose The County is requesting Letters of Interest(LO/'s)and Technical& Price Proposals from interested firms for Design-Build services include the final design, permitting and construction of Golden Gate Boulevard 4-Lane, east of Wilson Boulevard. An alternate price proposal (Alternate B)for the Resurfacing of Golden Gate Boulevard West is included also. It is the intent of the County to select and contract with one firm to perform all aspects of the design, permitting and construction of this project. The County reserves the right to stop work before, during or after this project and is not obligated to the DB to continue the project. This solicitation is intended to comply with Chapter 287.055, Florida Statute. Page 39: 3. Construction Services for Resurfacing of Golden Gate Boulveard West(Alternate B) a. The DB shall provide construction services for the Resurfacing of Golden Gate Boulevard West including traffic control plans (MOT). Project includes milling of existing roadway and disposal of millings, storm sewer inlet debris protection, sweeping, tack coat, level any areas prior to surface course to provide smooth dip free ride, temporary and permanent restriping with thermoplastic, 1 'h" asphalt resurfacing, Maintenance of Traffic(MOT), Packet Page-1196- 9/9/2014 16.A.28. replacement of all traffic signal loops prior to final lift of asphalt being placed, smooth transitions with all existing concrete, brick and asphalt driveways or a 2 linear foot asphalt turnouts at all other type driveways, and 50 linear foot resurfacing down side streets. 3 4. Property Acquisition The County may request the DB to assist with providing legal sketches and descriptions for temporary construction, and permanent easement and right-of-way acquisition for the 2-lane Bridge project and any other parts of the roadway project. The County is in the process of acquiring other right-of-way for the project and a Notice to Proceed (NTP) shall not be issued to the DB firm until this process is complete. The County is using the 4-lane 60% Design right-of-way maps as the basis of the real estate acquisition. Any deviation from these maps caused by the 100% Design of the DB firm shall be remedied by the DB firm. The additions in the solicitation are shown herein by underlining; deletions are shown by strikethroughs. eases n below and return a copy of this Addendum with your submittal for the above referenced solid ati 5/30/14 (Signature) Date Ajax Paving Industries of Florida Inc. (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Packet Page-1197- 9/9/2014 16.A.28. Colter Count Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Administrative Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #5 Memorandum Date: June 5, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #5 Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 11, 2014. • For Price Proposal Alternate B. the limits of the western end of the Resurfacing Project will terminate at Station 38+56.78, which is near Weber Boulevard and is the be•innin• of the Collier Boulevard Green Boulevard to Golden Gate Boulevard) road widening project. Please see attached plan sheet S-18 (Signing and Pavement Markings Plan) for reference. • The DB firm shall coordinate with the South Florida Water Management District (SFWMD) on the relocation of their monitoring wells # C-1951 and C-953, which are in the vicinit of the Main Golden Gate Canal Brid•e. The existin• monitorin• wells are within the footprint of the roadway widening, and shall be properly abandoned and shall be relocated by SFWMD outside the new roadway footprint. The additions in the solicitation are shown herein by underlining; deletions are shown by strikethroughs. -lease sign b: ow and return a copy of this Addendum with your submittal for the above referenced oiicitati• . A-/ki (Signature Date /Like 1),406.16., tfvUtiStf-taS 8F fiorZ Dr4r (Name of Firm) Addendum#5 1 Packet Page-1198- 9/9/2014 16.A.28. 1 CD CD 0 co,cT CD liw -Wa- `fsT N 1 Jam.t'' I pM 1 �, i.� h,� ..F T{ YA - IFT-', fir: w as r3 � to ` ...—. j fr Letter of interest Packet Page-1199- 9/9/2014 16.A.28. Stantec June 11, 2014 Approximately 2.1 miles of 4-lane reconstruction of Golden Gate Blvd. from east of Wilson Blvd. will include widening Collier County Government of the new Golden Gate Main Canal Bridge. The project Purchasing Department will end east of 16th Street NE with an alternate end limit 3327 Tamiami Trail East east of 18th Street NE and include reconstructing nine or Naples, Florida 34112 ten new intersections depending on the selected project terminus. RE: RFP 14-6289 Design-Build Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Our team has already begun considering the most cost- effective means of extending the project to the east Dear Selection Committee: that involves redefining the drainage basins depicted in the concept plans and accommodating stormwater The Ajax/Stantec team is looking forward to collaborating management for the extended limits within Pond 3. By with all project stakeholders to improve the capacity and maximizing pond volumes and available storage in the safety of Golden Gate Boulevard. roadway right-of-way, our preliminary calculations and AJAX PAVING INDUSTRIES OF FLORIDA, LLC - Ajax is discussions with SFWMD indicate that this is a feasible an American-owned, privately held firm with offices approach, with the understanding that existing permits and asphalt manufacturing facilities in Lee and Collier will need to be modified. Stantec's recent track record counties. Established in 1951, Ajax is the precision paving in obtaining SFWMD permits for roadway projects specialist in Southwest Florida.Ajax's experts are extremely in Southwest Florida has been very successful and knowledgeable in the specific materials, methodology, includes recent permit modifications for the 1-75 Design- and criteria for paving and road building with a history Build widening over the Caloosahatchee River. In July of managing and delivering heavy civil projects on time 2012, SFWMD issued FDOT the ERP for the SR 739 (US 41 while earning high marks from our clients. In the last 10 Business) Project in Lee County (FPID 421 1 16-1) in which years, Ajax has completed 12 design-build projects Stantec's team received accolades from the District 1 valued at over $600M and has three ongoing design- Permitting Engineer for achieving the unprecedented build projects valued at over$250M. accomplishment of securing necessary SFWMD permits Felipe Jararnillo, PE, DLt. will lead this project from Ajax's for a major roadway improvement with no RAI's. office located at 13350 Rickenbacker Parkway, Fort Bridge Design and BCB Permitting-The Ajax/Stantec team Myers, Florida 33913. He will be the prime contact for the understands the County's objective for the D-B team to County and can be reached at rid: 4:)4s2a2 (r obiie), complete final plans for the 90% 4-lane bridge design sail: tjarc;milioC cjaxpaving.com. Felipe is a Certified documents already established for the project.Our survey Design-Build Professional (DBIA) and has been managing and mapping team is also prepared to provide sketches design-build teams since 2006, leading over$1 B dollars of and descriptions to assist in the necessary acquisition of design-build work. property rights at the bridge site and elsewhere. Right- STANTEC CONSULTING SERVICES INC. employs over 450 of-Way permitting with SFWMD Big Cypress Basin (BCB) professionals located in offices throughout Florida offering will involve confirming design parameters that include a broad range of services including survey, highway, establishing the design cross section of the Golden bridge,traffic,ITS,landscaping,and architecture,with 230 Gate Main Canal, confirming DHW clearances to the staff members providing transportation related services. low member of the widened bridge, and coordinating Stantec has been involved in 45 design-build projects access requirements including boat ramps. We also totaling$3 billion in construction value throughout Florida anticipate continuing the slope protection previously and has served as the prime design consultant on 34 of installed for the recently constructed 2-lane bridge that these DB projects. This recent design-build experience includes a combination of rubble riprap below DHW and is layered on top of the local service and professional shore block to accommodate the wildlife shelf above relationships that current team members working out of DHW. the Naples and Fort Myers offices have sustained for over We have also discussed with BCB the status of the two the past decade. existing monitoring wells (C-951 and C-953) located along the south side of the existing roadway and east f T 7'` ic ° �`° 1'- ` C "' '" � C' of the Golden Gate Main Canal that will require further Roadway and Drainage - The Ajax/Stantec team has coordination. thoroughly reviewed the RFP package and related documents and understands the proposed roadway Public Involvement - Our approach to navigating improvements are needed to accommodate the through the design phase of this project will Le to fully" 2035 LRTP model traffic projections of over 29,000 VPD. engage project stakeholders. This will include involving P er Count F FP 11-42E9 U;,r oer bouiev7o 4.Cava' =_ps is.: n 3oulev.rd Packet Page-1200- 7 y 9/9/2014 16.A.28. s Stantec r31 ' public through initial public meetings followed similar limestone formation on past and current projects conscientious response to concerns of individual such as US-41 D/B, 1ROX, and 1-75 widening from Luckett residents during the design and construction phases. Road to SR 80. For our public involvement program, our team includes Our team is committed to diligently maintaining the CellaMolnar Associates to assist with logistical support to double row silt fence and turbidity barriers indicated in include establishing and maintaining mailing lists,assisting the SWPPP. We also understand ERP special conditions with notification materials, and logging calls received on related to coordinating with FWCC and USFWS regarding the construction inquiry phone line. All public inquiries will protected species and habitat associated with the be immediately forwarded to the Construction Project eastern indigo snake, gopher tortoise, and Big Cypress Manager followed by a phone call response and written fox squirrel. documentation within 24 hours. Aesthetics - The Ajax/Stantec team understands the Maintenance of Traffic - Our safe and efficient MOT plan consists of two major phases of construction. Phase 1 will county's desire for future median landscaping. Kevin construct the new eastbound roadway while traffic is Mangan, our team's landscape architect located in maintained on the existing roadway.Phase 2 will construct Stantec's Naples office, will take the lead in working with the new westbound lanes with traffic shifted onto the Pam Lulich and the D-B team to maximize opportunities newly constructed eastbound lanes. A minor third phase to accommodate future landscaping. Examples of will consist primarily of temporary pavement removal, this include identifying locations for brick pavers and median clean-up, and final pavement markings. Our irrigation sleeves, along with specifications for providing MOT Plan will maintain bicycle and pedestrian traffic. a prepared soil layer in the medians. During Phase 1 construction we propose to maintain Utilities - Key stakeholders are utility owners with affected pedestrian traffic at side street locations including safe facilities that include the City of Naples' 36" raw water access to school bus stops. During Phase 2 construction, main that will remain in place along the north side of the the new sidewalk will be opened to pedestrians. Newly roadway. We will include the City of Naples Public Works constructed bus stop pads will also be put into service staff in all design and construction correspondence and during Phase 2 construction. Our team will take extra meetings regarding all issues that have the potential to precaution to ensure the safety of pedestrians, the `ect this facility. We understand use of vibratory rollers traveling public, and our workforce. ..al not be permitted along the new westbound roadway. During construction, two-week look-aheads provided We will coordinate and take additional precautions during at weekly progress meetings will provide the County construction of nearby drainage structures and right turn with information on scheduled activities, with particular lanes under which the 36" raw water main is to remain. attention on the schedule for lane closures. We will work Important to executing our design and construction with Collier County to post Road Alert Updates via the schedule is involving coordination with FP&L to obtain County's Communication & Customer Relations website. Early Work authorization from the County to clear the right-of-way and relocate utility poles to the north right- r FOieCt. t earn SYafilno and xr-le i c of-way line. Additional coordination will be required with The following individuals fill the key staffing positions for US Metro, CenturyLink, and Comcast who we expect will this project. Our full team is shown on Exhibit 1 - Team either reattach overhead fiber optic cable, cable tv, Organizational Chart. and telephone lines onto the new pole line or combine Ajax facilities in a joint trench or shared duct bank. Site Conditions/Environmental Permit Compliance-Based Felipe Jaramillo, PE, DBIA— Project Manager Felipe is a certified DB Professional (DBIA) and one of on our review of the Concept Plans and the project site 55 such recognized professionals based in the state of conditions, the presence of limestone will exert significant Florida. He served as the Project Manager for the $430 influence on the methods used to construct the project. million Interstate 75 design-build-finance project (iROX) For example, dewatering within the limestone formation in Southwest Florida.The iROX project included the $60M will be difficult. In order to set pipe invert elevations reconstruction of the I-75/Immokalee Road Interchange under wet conditions, concrete pipe will be preferred in Collier County. In addition, Felipe served as the Project over metal, PVC or HDPE options. With limited areas to Manager on the NC 74 Monroe Bypass ($386 million), retain dewatering water on-site, short-term treatment FDOT US-41 Design-Build in Collier County ($37.8M), and methods may be necessary in order to meet water the SR 70 resurfacing project in Manatee County ($2.8M). quality standards prior to discharge. Ajax has partnered cessfully with Big Cypress Basin and SFWMD field staff Matt Desotell, EIT— Project Engineer dewatering permit acquisition and compliance within Matt served as Project Engineer for Ajax on the 1-75 Collier County RFP 14-62:59 Design-Bulid:molders Safe Bouievcsrd 4-Lane, as of Vifilson Boulevard 2 Packet Page-1201- 9/9/2014 16.A.28. Stantec widening project from Tuckers Grade to Jones Loop Todd Laine, PE—Maintenance of Traffic ($12.2M) and currently finishing up the 1-75 widening and Todd has 14 years of experience in design and interchange improvements from Luckett Road to SR 80 management of both traditional and design-build (Palm Beach Blvd) ($29.7M). transportation projects, specializing in roadway, drainage design, and stormwater permitting. His project Troy Timmons— Project Superintendent management and highway design experience has Troy has 15 years of experience in construction and is certified as a Florida General Contractor and included all design and construction phases of urban and arterial highways, milling and resurfacing projects, Underground Contractor. He has performed as project intersection improvements, local streets, and utility superintendent and bridge superintendent for large civil projects in Southwest Florida. His work on the SR 25/SR systems. 80 new interchange in Hendry County is very similar to Allan Berry, PE— Bridge Engineer the Golden Gate Blvd project with bridge construction, Allan has more than 28 years of experience as a senior roadway reconstruction, public safety issues, and a project engineer and structures project manager. He significant amount of underground construcion. has extensive experience in structural design and as task manager, structures coordinator, and EOR of both John Savage —QC Manager John has worked on design-build and traditional design- conventional and design-build projects. His expertise• bid-build-projects specifically in the areas of quality includes the design of minor and major bridges and control/quality assurance. Since joining Ajax, John has miscellaneous highway structures including box culverts and MSE walls. served as QC Manager on design-build projects and has 15 years of experience working as QC Manager for < » i °I °° c county and state governments. Ajax and Stantec have provided their respective services in Collier County for many years. We have extensive Stantec experience on similar projects to the Golden Gate Brian Rose, PE— Design Project Manager Boulevard project and our team is prepared to address Brian's technical expertise lies in roadway and drainage the key issues associated with this project. design as he has taken a lead role in obtaining 12 SFWMD permits for transportation projects over the last 0IATI - five years. Brian has served in both technical and project AJAX management roles on numerous projects in Southwest Debris removal (emergency), drainage,flexible paving, Florida including 1-75 6-lane widening from Luckett to grading, grassing, seeding and sodding, guardrail, hot plant- SR 80, SR 739 (US 41 Business) 4-lane reconstruction from mixed bitum, courses,intermediate bridges, minor bridges, Littleton Road to US 41 in Lee County, as well as 23rd Portland cement concrete,roadway paving Street SW and Mercantile Avenue in Collier County. Brian SPECIALITY CLASSES: is currently managing civil design components of FDOT's Milling, sidewalk 1-75 MM 63 Rest Area Design-Build project in eastern Stantec Collier County. 3.1 Minor Highway Design Wayne Hartt, PE, PTOE-Quality Control 4.1.2 Minor Bridge Design Wayne has over30 years of experience devoted exclusively 8.1 Control Survey to transportation design and project management in 8.2 Design, Right of Way, & Const. Survey Florida. He served as PM and EOR for the 1-75 widening 8.4 Right of Way Mapping project from Luckett Road to SR 80 and Design Manager/ 10.1 Roadway Constructon Engineering Inspection Roadway EOR for the SR 951 over Big Marco Pass Design- 10.4 Minor Bridge & Miscellaneous Structures CEI Build project completed in 2011. He also led the Collier Allied County's $65M Santa Barbara Boulevard 6-lane and 9.1 Soil Exploration Radio Road 4-lane widening project completed in 2010. 9.2 Geotechnical Classification Lab Testing Juan Restrepo, PE- Roadway Design EOR 9.4.1 Standard Foundation Studies Juan has over 14 years of experience and has been Note:Signing and Pavement Markings Subcontractor will be engineer of record, project manager, and senior FOOT prequalified. project engineer on a variety of arterial and freeway reconstruction projects. Juan has extensive Design-Build The tables on the following pages represent our team's experience,including serving as the Engineer of Record relevant project experience that include the similar (EOR) on the 1-75 widening from SR 80 to SR 78 Design- challenges we will address on this project. Build project. Collier:aunty RFP 14-s2rE:,a Design-Build 1' ,Caen Gate 9ouievord 4-Lane, Eat of Wilson Boulevard 3 Packet Page -1202- c� 9/9/2014 16.A.28. ,;, Stantec c T '5 m a m Sir s"slo; Projects u ° a) v, ' I (current projects under design and/or construction) .� :Q o :a' E a) 0 a) n > = aa, C) cn < z O = E- SR 739 (US 41 Business) Four-Lane Reconstruction from Littleton Road to US 41, Lee X X X X X County, FDOT D1 ($11M)-Stantec is the prime consultant and FOR for roadway, drainage, signing and pavement marking, signalization, and lighting improvements. Project scope involves reconstruction of 1.4 miles of urban arterial roadway from two to four lanes. Challenges included working with local stakeholders to design realignment of the roadway to avoid adverse business impacts.The project involved floodplain impact analysis and the design and permitting of off-site stormwater management ponds. Stantec received accolades from client for unprecedented performance in obtaining SFWMD permits with originally submitted ERP application with no RAIs. Construction to complete in 2015. Similar Services: roadway reconstruction, public involvement, major drainage, permitting, utility relocations US 41 Widening Design-Build from SR 951 to Greenway Road, FDOT D1 ($38M) - The X X X X X X 9►` project consists of widening from an undivided 2-lane to a divided 6-lane divided ,. highway. Collier County JPA force main sewer and water main relocation, utility relocation by seven local UAOs, box culvert replacement and extension, flat-slab bridge, and excavation and dewatering in limestone formations. Construction to complete in 2015. Similar Services: roadway reconstruction, bridge structures, intersection, S&PM, signals, utility relocation, drainage, permitting, signage, aping, transit, public involvement lew Direct Access Along 1-75 to SWFIA Design-Build from South of Alico Rd. to Daniels X X X X X Parkway, FDOT D1 ($54M)-Stantec is the Lead Design Consultant for this project which provides a new direct connection from 1-75 to the Mid-Field Terminal facilities of the Southwest Florida International Airport (SWFIA).The project scope includes the construction of five bridges, nearly 52,000 square feet of MSE wall, 925,000 CY's of embankment, and new interchanges at 1-75 and Ben Hill Griffin Parkway. Construction to complete in 2015. Similar Services: new roadway, bridge structures, major drainage 1-75 Six-Laning from Luckett Road to SR 80, FDOT D1 ($11M)-Stantec is the lead X X X X X j' design consultant for design and permitting of six lane widening for 1.7 miles of interstate highway. Unique design elements include roadside slopes and stormwater conveyance systems that were set up to accommodate future 8-lane widening. Additionally, stormwater management facilities (off-site ponds) were designed and permitted to accommodate the ultimate 10-lane typical cross section. Construction to complete 2014. sirmilar ervices ;.00r14,0,,,- ,,,,, iening- ' and resurfacing; permitting, moo drainage, 5 .. M, environ eta` 1-75 over Caloosahatchee River Design-Build from North of SR 80 to South of SR X X X X X X " ' 78, FDOT D1, Lee County ($72M)-Stantec is the lead designer for this project, which provides two additional lanes in each direction along 1-75 for a distance of approximately 1.6 miles including widening of the two existing 4,000 ft long high level bridges over the Caloosahatchee River involving protection of mangroves and other sensitive estuarine fish habitat. The project requires continuous coordination with various regulatory agencies and coordination with ongoing projects on both ends of the project limits. Other work includes interstate widening, drainage installations, and utility coordination. Construction to complete in 2015. Similar Services: roadway /—N idening, drainage; utility coordination, bridge structures, envir onmenal Collier County PFP 14-6289 Design.-Buda Golden Gate Boulevard 4-Lane, Fast of Wilson Boulevard 4 Packet Page-1203- 9/9/2014 16.A.28. Stantec _,��",=~~~ °ampKe Projects Constructed by Ajax (in last five years) o 6 ~ 6 u --- ^- .7, LL -o n. 5E 0 E m `o m > LT= ,,, SR 80/US 27 Interchange, FDOT D1 ($18M)- Reconstruction of the intersection with X X X X X one|evoted ^T" overpossfcxSR8OE8troffic1oUS27NBto3R8OYV8. ReoUgnrnentof US 27 and widening of 0.75 miles of SR 80 to 4 lanes, new traffic signal and highway lighting. SimmNor3en/>ces: roadway reconstruction, sfruofunea. unties, �ermmMtin�' puitVc involvement, survey, drainage US 17, Sweetwater Road to 7th Avenue, FDOT D1 ($13.5M)-Widening from a two- X X X X X lane undivided highway toofoo�|ane divided highway. |ndodedthe conshuotion 21 of stormwater ponds and RCP drainage culverts. SWFWMD partnered on dewatering activities, as well as endangered protection. SirniiorServicec roodmayvvidening. cui"enc' devvoiehng 1-75 Widening (iROX) Design-Build, FDOT Dl ($430M)-This pr ject included widening X X X X X X 30 miles of 1'76; 450K tons of HMA and warm mix, lM CY of excavation and embankment, 24 bridges and 24 stormwater ponds. Completed 150 days ahead of schedule. SimmHar Services: roddvvmywidening and resurfacing, S&P uWilies, pernneing, survey, major drainage 2010 EDOT Best in Construction Alternate Contract. US 301 Design-Build Resurfacing from MLK Blvd to Sligh Ave., FDOT D7 ($5M)-This X X X X X 2-mi|ededgn-bui|d project consisted ofmiUing and resurfacing, adding bike lanes 2 and sidewalks, bridge retrofit, roadway stabilization, storm drainage via swale ,"=N construction, safety improvements including guardrail, intersection and pedestrian signalization. Similar Services: ruadvvay, n dma resurface, aro:n=1e. utilities 1'75/SR80 Interchange, FDOT Dl ($29M)- Inside and outside widening of 1'75' X X X X X vs �� widening of the Luckett bridges, lengthening of 1-75 over SR 80, and sound wall ~—u construction. Included the reconstruction of the SR 80 interchange with JPA Lee County utility work. Required dewatering for storm drainage. Ilrm0�,Sem/Uces: roadway widening and resurfacing, bridge structures, utility relocation, vvor.te droinaae. dew/otering' S&FM Gandy Boulevard, City of St. Petersburg ($6M)-Widening of four-lane divided X X X highway to a six-lane divided highway. Included milling, resurfacing (friction course) and striping of two miles, drainage improvements within the median area, realignment of intersection with new mast arm signalization. s;miIcrserices: roadway widening and e NorX `a tkr Cr' 0 es:Sic?ff/EC The services for this project will be performed from the 3800 Colonial Boulevard,Suite 100* 12 following Southwest Florida locations: Fort Myers, FL 33966 44 32D0 Bailey Lane,Suite 20O 13350 Rickenbockor Pkwy. * 52 Naples, FL 34105 9] Fort Myers, FL 33913 901 Ponce de Leon Boulevard,Suite 900 Coral Gables, FL 33134 Field Office ' l2342Tomiomi Trail East,Suite 202 5 2205 North 20th Street 75 Naples, FL 34113 Tampa, FL33605 Total 224 Asphalt Plant 10 *Design and Conhocforlead o�ce 7121 Pennsylvania Street Licenses - Ajax and Stantec hold all State, Federal, and Fort Myers, FL83Yl2 Total 67 County licenses required to perform the scope of work for this project. ' ~ Collier County FP 14-M9 Design-Bulid Golder�c4e, Boulevard 4-Lane, Eosl 0vWnom BoLuevord 5 Packet Page-1204- 9/9/2014 16.A.28. X Stantec "1-house Capabilities Cost Control - Ajax plans to use conceptual estimating as ,esign - Stantec has in-house design services consisting another tool to control cost during design development. of roadway,structures, and drainage design,SFWMD and Our conceptual estimate will identify the major cost USACE permitting, signalization, utility coordination and elements of the project early and develop a system of design, signing and marking, and BCB ROW permitting. controls to monitor and manage them. Our conceptual estimate will be updated after every major design Construction - Ajax has 85% available capacity of our submission or scope decision. $2.4 Billion total bonding capacity. Therefore, we have more than enough capacity to complete this project Value Engineering - The Ajax/Stantec team will pursue for Collier County. Ajax will be the prime contractor for Value Engineering proposals that bring innovation, cost this project and will self-perform Maintenance of Traffic, savings and improved safety to the project. For example Earthwork and Asphalt Paving. With resources of more from the iROX project: Ajax constructed additional than 320 construction professionals,and over$50 Million of bridge widening at Immokalee Road and Hicks Crossings equipment in Florida at our disposal, Ajax is committed to in order to eliminate the need for costly interstate median delivering a timely and quality project with commitment crossovers. to safety and environmental compliance. Project Management information System (PMTS) - Quality Assurance/Quality Control - The Ajax/Stantec Construction Management will be handled through team is committed to the production of quality the Ajax web-based FTP site. This will serve as a central deliverables,free of errors and omissions.Quality is a team repository for project information. The site will hold effort and begins with excellent staff experience. Design the latest version of plans, specifications, requests for Quality control will be led by 30-year design veteran information (RFIs), RFI Log, submittals, submittal log, shop Wayne Hartt, PE. He will oversee the design QC process drawings, field changes, change directives, meeting and collaborate with Ajax's construction personnel to minutes, action item lists, project contact list, project- produce quality final design plans and a Temporary related correspondence, pay requests, DBE Compliance Traffic Control Plan that promotes maximum safety reports, and public complaint log. The Project Team, during construction for workers and the traveling public. including County staff, will have ready access to t-Sie Construction QA/QC Manager will be John Savage information. th asphalt paving CQC testing being performed by Offic Location an eSr„ Ons van S, Ajax and other materials by a qualified testing company. Both Ajax and Stantec, along with our team partners, are John will ensure that Quality Control Procedures are entrenched in Southwest Florida with facilities located in in place, the objectives of the construction QA/QC Lee and Collier counties. We are committed to staffing processes are clearly defined and documented, the this project with local personnel for the duration of this personnel with relevant technical skills are available, project. The Ajax/Stantec Team offers: the production environment is compatible with the • contract requirements, updates and improvements to Local Offices. This makes scheduling of face to the production process including checking, auditing, face meetings and site visits easier and quicker and corrective actions are identified, and the verification because of smaller time blocks associated with of the quality process occurs throughout the production staff travel. process. • Local Support. Having local support staff to provide administrative, managerial, and logistical support Scheduling - The Ajax/Stantec team prides itself on the provides cost efficiency and more time dedicated timely delivery of services to our clients. Our approach to executing project task and developing solutions. to building a successful project includes CPM scheduling, This is highly important during the construction proactive project management, and partnering with phase. Collier County. Examples of aggressive schedules include • Local Knowledge. Living and working in Colonial Blvd improvements original contract time of 150 Southwest Florida provides our Team with key days, which was completed in 45 days. market knowledge of subcontractor availability The team will adhere closely to the CPM schedule. and vendor pricing in additin to long-standing We take time to accurately plan the activities of our relationships with utility owners and regulatory field personnel, subcontractors, and subconsultants to agencies. precisely track and forecast progress. Regular schedule We look forward to working with Collier County on this updates will let the entire Team know where we stand project. end what needs to be accomplished next. At this time, envision the critical path flowing through RFC plans, / - utility relocations, embankment, base, and road work. 1 , Certified General Contractor Comer County REP 14-6289 Dre,f gn-Buifa G ofd. n C.,.ate Bou evard 4-Lane, East of i!son 5ouievord 6 Packet Page-1205- 9/9/2014 16.A.28. ....., iT77,,4,,,,,,,,..r.,,vr,'Plfi V''''''''':'".•'';:I.::''''''',,':'!1:,,r'::;;:;:;r;rr:::-:l ,e':'-x:r;Ldrrir-r;4tf'-=4:ti,4itT;5:;i'rril.q:,*V*IL-' r 4,44,,,, i r.:,,,:,,,-.;;;_, ..,,,,,,,,,,,,,,,;*!,,"`r:;%',Yr,,,,■,!:, :;:::;:tr 'F',: '•t;;; 2'.;:%:ar1 „,..-.:,%;:0",,Itr,;4„,;;.,::..**''' r' , '.:S.*::1-r''':4:::.;•!;j'16-''. .":".'';'''''',-.:!"riiit'L,'f4:!:;:f:,4:1103..;424:::' ,,,,,bt ,, .,,,:.,,, .;,-,,i2 .. '.1.:,:!'17S1:2:!,;::-..-r-1:1"..`,`-':: ''''`''.-"'"* „rr.':h‘,..., i',„,r ir.',,:ti,!7`",er:' .,,,,' 1;:i...:,,,,,fi_.,,,, . ts, ,r,..,: ,.....44-,I., . ii .r., 7„.„' :„,.. , ..„_ . ,..„--1:4,..::,---, ___.„.„..... . --- . ,. . , - -., . , , . . - .... • .....--. Packet Page-1206- 9/9/2014 16.A.28. Stantec Exhibit I - Team Oraanizational Chart --,„ We've 0,01 worked ‘,'-oilow together Cditer County - before! Joe De late, PLA, ASLA ,:fsiW' *Andy Decraene •Felipe Jaramillo, PE, DBIA DESIGNSERVirfS CONSTRUCTION SERVICES Project Principal Project Manager Field Engineer Walfry Pevida, PE • Brian Rose, PE •Matt Desotell, EIT Technical Advisor/ Roadway Design Project Superiniencie,nt Independent QC Juan Restrepo, PE 0 Troy Timmons Wayne Hartt, PE *Jason Mosley '.7,C Manzger Bridge Engineer Drainage John Savage Allan Berry, PE * Brian Rose, PE 0 Allyson Holland, PE Survey & Mapping John Maloney, PSM Utilities 0 Kelly Blake, PE Environmental Local Staff • Bruce Layman, CE, Signing/Pavement Marking PWS * Randy Mason • Fort Myers • Naples Landscape Architecture Maintenance of Traffic •Kevin Mangan, ASLA Todd Laine, PE *Jason Mosley Trarisporicition Planning/ ni Constructability Review • Jeff Perry, AICP 0 Brian Kelley SLIBcONSIJITANIS Geofechnical Public Involvement A resume for each person on the Allied Engineering CellaMolnar organizational chart has been • Jeff D'huyvetter, PE S Kris Cella included as an attachment to this submittal. Collier County RFP '4-6289 Design-Bulio CcdEn L:.-crie. Boulevard d-Lane, East o Wilson boulevard 7 Packet Page -1207- :1 9/9/2014 16.A.28. cc, Lsio Stantec ,---... Pxhiblf 9 - 09ce and Snuf!IwPst Por!aa Pro!=ct t ,...,„...,-,%4-..„., :....., i '-,,,i The map below shows the locations of the Ajax and Stantec offices that will perform tasks for this project. We have also included the locations for a number of the projects identified in our Letter of Interest. \. /21 A \ c' K,,,.......) 75 ELLAMOLNAR a C -- ej -ei .S. -,-/ ---ilf.'- Ft. 1\,:adt c • \--,..., ..._ , \ _____H V,42,:lk 1.-W DID PF:C,,,, 4 0. Naplesii. • k75 over Caloosahatchee Bridge D-B • 1-75 from Luckett to SR 80 \ Big 'i Cypress 1. SWFIA 1-75 Direct Access D-B • NPRES • 1-75 from Naples to Fort Myers (iROX) D-B , ;• SR 739 (US 41 Business) Four-Lane s--ve—iades/VP - =e 1• D-B US 41 from SR 951 to Greenway D-B • SR 80/US 27 Interchange f Ajax 1-75/SR 80 Interchange I 5 Stantec • Santa Barbara Blvd. 6-Laning and Radio Road 4-Laning ()Allied i 0 SR 951 over Big Marco Pass D-B 1 CELLMAOLNAR i 1-75 MM 63 Rest Area D-B I /-■ ;..-,c.,%...-.. c,":'''''1, PF-P 7A,,•.,—,3* E.'evgr,-Buftcl fr.,1; fdert Gate Bauleva-:i 4-Larie East at Whsor bouieva,d e Packet Page-1208- 9/9/2014 16.A.28. • Wil•PentArl :If"*""i461IM:4' v! I ,1 ° 3 Resumes c.) CD Packet Page -1209- J�0 9/9/2014 16.A.28. Ai Jut : eslipe J'ra Illllo PE DBiA Project Manager EDUCATION Masters of Engineering, University of Florida PROJECT EXPERIENCE Bachelor of Science, Civil Engineering, US 41 from SR 951 to Greenway Road, FDOT District University of South Florida (Project Manager) Felipe is responsible for the overall success of the project. , j The project includes widening from an undivided 2-lane to a divided 6-lane divided highway.Collier County JPA force Professional Engineer#71575, Stale of Florida main sewer and water main relocation,utility relocation by • seven local tAO's,box culvert replacement and extension, Design Build Professional flat-slab bridge,and excavation and dewatering in limestone formations. Advanced MOT Interstate 75(I-75) Design-Build-Finance, Lee and Collier FDEP Stormwater NPDES Counties, FDOT District 1 (Project Controls Manager) As Project Controls Manager for this$43oM design-build- finance interstate project,Felipe's responsibilities included controlling subcontractor contracts and managing/ coordinating the design and permitting efforts.He SR 70 from CR 675 to E of Betts Road,Manatee County, also managed equal employment opportunity(EEO) FDOT District 1 (Project Manager) requirements in accordance with State and Federal Equal Felipe was Project Manager for this mill and resurface, Opportunity Laws.This project won FDOT/FTBA's Best shoulder widening and guardrail installation project.This in Alternative Contracting 2010.Contractor Earned Max project was constructed smoothly.The project finished on Bonus of$15114. time and on budget,even overcoming utility conflicts with a local telecommunication provider. NC 74 Monroe Bypass Design-Build, Union County, North Carolina Turnpike Authority(NCDOT) (Project Cross Creek Pavement Reconstruction, Hillsborough Manager) County Public Works(Project Superintendent) As Project Manager,Felipe's duties included full As project superintendent,Felipe was responsible for the responsibility for execution and administrative activities. maintenance of traffic and construction activities.This The Environmental Impact Statement was pulled in May one mile,$iM project removed the existing deteriorating 2012.NCDOT is currently deciding whether to proceed pavement structure and replaced it with crushed concrete under the current signed contract.This$386M design- base and asphalt.The project was completed in a tight build project was to build a new 20-mile Open Road Tolling timeframe with first day of classes of three public schools Solution for commerce between Charlotte and the port of weeks away. Wilmington.The current forecast is to begin design in late 2014 and construction in 2015 with a completion date in 2018. Sarasota Bradenton International Airport(SRQ) Taxiway Bravo Relocation, Sarasota Bradenton Airport(Asphalt Project Manager) Sanibel Causeway Bridge Project, Lee County As the asphalt project manager,Felipe worked with Transportation (DOT) (Project Engineer) Sarasota Bradenton Project Engineer on P-401 HMA As project engineer on this CM@Risk project,Felipe laydown and execution. The project was successfully was responsible for onsite maintenance of traffic completed within budget.The project experienced adjustments,retaining wall footer redesign,material significant weather events,which delayed completion by procurement,scheduling and billing.Ajax was the roadway three months. subcontractor to Boh Brothers and Lodge Construction, which reported to Jacobs Engineering. Sarasota County 2005/2006 Annual Paving Program, Sarasota County Public Works(Road and Bridge) US 4I, Punta Gorda, FDOT District 1 (Project (Project Superintendent) Superintendent) As project superintendent,Felipe was responsible for the As Project Superintendent,Felipe oversaw and coordinated maintenance of traffic and construction activities.This the construction of this milling and resurfacing project. project resurfaced over 5o county roads and laid over 75K Services included utility adjustments,pipe desilting and torts of HMA. sidewalk replacement project from start to finish. /'— Collier County RFP 14.6288 w _ .., ast of Packet Page -1210- 4c ) 9/9/2014 16.A.28. n Andy Decraene Project Executive EDUCATION Bachelor of Science, Construction ,�, r Management, Ferris State University, 2005 PROJECT EXPFR�ENCE 1-75 and SR 80, Lee County, FDOT District 1 (Area Associate of Applied Science, Civil Manager) Engineering Technology, Ferris State University, This$29M project includes the widening of I-75 and the 2004 total reconstruction of SR 8o interchange.The project consists of the widening of two bridges,the lengthening of two bridges, CERTIFICATION':water and sewer updates,major drainage . improvements,new signalization and signage,and two new sound walls.As prime contractor,Ajax has proposed NPDES Certified Inspector three CSIs,two of which grossed a savings of$390,000. Florida Advanced MOT 1-75 Deisgn-Build-Finance, FDOT District 1, Lee and Ashpalt Paving Level 1 & II Collier Counties (Paving Manager) Andy was the Paving Project Manager for this$410M OSHA 40-HHour Competent Person designobuild finance interstate project,handling all of Ajax self-performed work.This work consisted of 120- lane miles of resurfacing,6o-lane miles of new structural pavement,18o-lane miles of new friction course,and the total reconstruction of the Immokalee Road interchange. Andy worked closely with the deisgn-build staff resourcing SR 25 and SR 80 New Interchange, Hendry County, the project properly to adhere to their high-paced schedule. FDOT District 1 (Area Manager) Andy served as the Area Manager on this$21M project Sanibel Causeway and Toll Plaza Construction, Lee consisting of complete reconstruction and realignment of County DOT(Project Superintendent) the roadway,while maintaining public safety throughout This project consisted of constructing all roadways,parking the project.Included coordination of construction for the ,•""•■ areas,and infrastructure from the new toll plaza building new US 27 overpass and over 176K SF of MSE wall. at Punta Rassa to Sanibel Island via three new bridges. During the three year project,Ajax excavated 607:cubic SR 29, Hendry County Line to SR 80,City of LaBelle, yards,placed Soh cubic yards of embankment and paved FDOT District 1 (Area Manager) more than 28K tons. This$2A1 milling and resurfacing project included curb and gutter,sidewalk,guardrail and new bridge railing on SR 45 (US 41) from the Caloosahatchee Bridge to the LaBelle Bascule Bridge over the Caloosahatchee River. Pine Island Road, Lee County, FDOT District 1(Project Successfully coordinating the balancing and operation of Superintendent) the Bascule Bridge during construction of the new rail. The This$5.8111 project consisted of turn lane modifications, project finished on time and under budget. major signal and signage improvements,minor drainage updates,and milling and resurfacing. This project was SR 27 frin Berner to Stitt Ranch,City of Clewiston, FDOT finished early,earning the$cool;'no excuse bonus and also District 1 (Area Manager) receiving a quality in construction award for excellence in Andy served as Area Manager on this$2.7M milling and Hot-Mix Asphalt Pavement. resurfacing project. This US 27 shoulder widening project included new turn lanes and approach slabs at Seminole 1-75 from Tuckers Grade to Jones Loop Rood, Charlotte Gulf Railroad crossing.The project was finished on time County, FDOT District 1 (Area Manager) and under budget. This$13M interstate widening project added one lane to the median,north and south,and two inside bridge widenings. The project required dewatering for storm drainage surrounded by environmentally sensitive areas.The project included milling and resurfacing of all lanes including ramps. Collier County REP 14-4289 Design-Build Guider;Gate Boulevard 4-Lane, East of Wilson Boulevard Packet Page -1211- 9/9/2014 16.A.28. Matt Desoteli Eli EDUCATiON Proiect Bachelor of Science, Civil Engineering, PROJECT E;TERIENCE- Michigan Technological University 1-75 and SR 80, Lee County, FDOT District 1 (Project �, Engineer) C tON S This$201 project includes the widening of 1-7,5 and the NPDES Certified Inspector total reconstruction of SR 8o interchange.The project consists of the widening of two bridges,the lengthening of Florida Advanced MOT Inspector two bridges,water and sewer updates,major drainage improvements,new signalization and signage,and two Asphalt Paving Level I and II new sound walls.As prime contractor,Ajax has proposed three CSJs,two of which grossed a savings of$39o,000. OSHA 40 Hour Competent Person 1-75 from Tuckers Grade to Jones Loop Rood, Charlotte County, FDOT District 1 (Project Engineer) This$13M interstate widening project added one lane to the median,north and south,and two inside bridge widenings. The project required dewatering for storm drainage surrounded by environmentally sensitive areas. The project included milling and resurfacing of all lanes including ramps. US 41 from SR 951 to Greenway Road, FDOT District 1 (Project Engineer) This$38M project includes widening from an undivided 2-lane to a divided 6-lane divided highway.Collier County JP_9 force main sewer and water main relocation,utility relocation by seven local LTAOs,box culvert replacement and extension,flat-slab bridge,and excavation and dewatering in limestone formations. collier County RFP 14-6239 Design-Build Golden Gate Boulevard 4-Lone: mast of Wilson Boulevard Packet Page-1212- 9/9/2014 16.A.28. n Troy Timmons x-1mons Project Superintendent. EDUCATION ' Edison State College, 2002-2004 CFRTIFiCATIONS SR 25 and SR 80New Interchange, Hendry County, FDOT District 1 (Project Superintendent) State Certified General Contractor Tray served as Project Superintendent on this$21M project #CGC 1512190 consisted of complete reconstruction and realignment of the roadway,while maintaining public safety throughout the State Certified Underground Contractor project.Included coordination of construction for the new #CUC12224512 US 27 overpass and over 176,000 SF of MSE wall. Florida Advanced MOT SR 29, Hendry County Line to SR 80, City of LaBelle, FDOT District 1 (Project Superintendent) DEP Stormwater NPDES Inspector#23870 This$2M milling and resurfacing project included curb and gutter,sidewalk,guardrail and new bridge railing on Excavation and Trenching the LaBelle Bascule Bridge over the Caloosahatchee River. Successfully coordinating the balancing and operation of Daily Safety Management the Bascule Bridge during construction of the new rail. The project finished on time and under budget. SR 27 frin Berner to Stitt Ranch, City of Clewiston, FDOT District 1 (Project Superintendent) SR 25 (US27) from n of Lake Louisa Rd to N of Cluster Tray served as Project Superintendent on this$2.7M Oak Drive. Design Build A RRA, FDOT District 5, Lake milling and resurfacing project. This US 27 shoulder County, Florida (Bridge Foreman) widening project included new turn lanes and approach As bridge foreman for thid$19.8M design-build, Troy was slabs at Seminole Gulf Railroad crossing.The project was responsible for the construction of two box culverts and finished on time and under budget. approx.20ooLFof Gravity wall. SR 408 from Oxalis to Goldenrod Road, Orange Rouse Road, Orange County (Bridge Foreman) County, Orlando-Orange County Expressway Authority As bridge foreman on this$34M project,Troy assisted (OOCEA) (Project Superintendent) in the construction 1000LFof Gravity wall and multiple Troy served as Project Superintendent on this$22M drainage junction boxes that were too big for precast one of widening of 0.7 miles,from four lanes to six lanes. The which was for a double 66"pipe run. project consisted of the widening of four bridges,retaining walls,planter walls,traffic railing and sound walls on Boyette Road, Hillsborough County, Florida (Bridge a tolled high speed facility.Also included over 7,700 CY Foreman) of Class IV concrete and just under 1,000,000 LBS of As bridge foreman for this$16114 road project,Troy assisted reinforcing steel.Ajax prepared PIP and erection plan and in constructing several hundred feet of type F curb and the project finished on time. 4'traffic separator, because of the difference in height of opposing roadway on this project the curb inlets in the US 301(SR43) from S of Balm Rd to N of Gibsonton Drive, traffic separator were CIP in which Troy's crew completed. FDOT District 7 (Bridge Superintendent) Troy served as Bridge Superintendent jbr this$62M project.He managed and oversaw construction of two bridges through all phases of construction,organizing manpower,scheduling,ordering materials,and coordination with QC/VT. SR 50 from w of Hancock Blvd to 800' w of Remington, FDOT District 5, Lake County, Florida (Bridge Foreman) As bridge foreman of this$8.3M project, Troy constructed 8,800 sf of temporary critical steel sheet pile and 1,200 If of permanent steel sheet pile with a textured concrete fascia. Additionally on this project Troy constructed 19,902 Sf of 141SE wall mounted with CM traffic rail and Moment slab. Collier County RFP 14-628? Design-Build Goiaen Gate isouievaro 4-Lane, East of Wilson Boulevard Packet Page-1213- 9/9/2014 16.A.28. AJAX John Savage OC Manager EDUCATION Santa Fe Community College, Gainesville, FL PROJECT EXPERIENCE 1987 1988 Interstate 1-275 (1-275) Design Build, Hillsborough County, C A T' FDOT District 7,Quality Control (QC) Manager As QC Manager on this$215M Design Build urban ACI Concrete Transportation Construction interstate project,John's responsibilities include the Inspection (CTCI), Cert ID #: 01018441 complete management of the projects proposed materials utilized during construction. Develop,generates and CTQP Drilled Shaft Inspection maintains QC program for the project. Manage the inspection,testing and acceptance of temporary and CTQP Earthwork Construction Inspection permanent construction activities to ensure compliance with the contract documents. Manage the acceptance of Levels 1 and 2 work process with the Owner as the work progresses. John also works closely with the on-site Owners representative's CTQP QC Manager regarding QC related activities. The project has a completion date in mid-2016. Certified Radiation Safety Officer (RSO) US 41 Design Build,Collier County, FDOT District 1, Nuclear Density Gauge Safety Training Quality Control (QC) Manager As QC Manager on this$37.8M Design Build resurface and widening project,John's responsibilities include the complete management of the projects materials utilized Interstate 75 (1-75) Bid Build, Lee County, FDOT District 1, during construction. Generates and manages the QC Quality Control (QC) Manager program as governed by the contract documents. Manage As QC Manager on this$9.7M Bid Build interstate the inspection,testing and acceptance of temporary and project in Lee County from Colonial Boulevard to SR permanent construction activities to ensure compliance 82. John's responsibilities included the management with the contract documents. The project has a completion of the projects inspection,testing and FDOT database date in early to mid-2016. reporting operations. John worked closely with the on- site Owners sub-consultants(CEI)regarding QC and CEI Interstate 75(1-75) Bid Build, Lee County, FDOT District 1, related material activities. The project began in 2010 and Consultant-Quality Control (QC) Manager completed in 2011. As a consultant to the contractor's QC Manager on this $29.2M Bid Build interstate widening project from SR 559 Bid Build, Polk County, FDOT District 1,Quality Luckett Road to SR 80. John's responsibilities included Control (QC) Manager the management of the projects inspection,testing and As QC Manager on this$5.2M Bid Build new bridge and FDOT database reporting operations. John worked closely roadway project in Polk County;John's responsibilities with the on-site CEI team regarding QC and CEI related included the management of the projects inspection, inspections and material activities. The project began in testing and FDOT database reporting operations. John 2011 and completed in 2014. also performed Level II bridge inspections throughout the project duration. John worked closely with the on- Interstate 75(I-75) Bid Build, Lee County, FDOT District 1, site Owners sub-consultants(CEI)regarding QC and CEI Consultant-Quality Control (QC) Manager related material activities. The project began in 2011 and As a consultant to the project QC Manager on this$173M completed in 2012. Bid Build interstate widening project from SR 78 to the Charlotte County line. John's responsibilities included the management of the projects inspection,testing and FDOT database reporting operations. John worked closely with the on-site CEI team regarding QC and CEI related inspections and material activities. The project began in 2011 and completed in 2014. Collier County RFP 14-6284 Design-Build Golden:ate Boulevard _one. Eosi ot Yi[sor; Boulevard Packet Page -1214- 9/9/2014 16.A.28. ':'-'r:) Stantec Waifry revida PE Project Principal EDUCATION Bachelor of Science in Civil Engineering, PROJECT EXPERIENCE University of Miami, Miami, Florida, 1991 1-75 Design-Build Direct Connect Access at Southwest Master of Business Administration, Florida Florida International Airport (SWFIA), FDOT D1 International University, Miami, Florida, 1996 Design Project Manager and FOR for this$54.1 million project which involves construction of a new trumpet Certification, FDOT, Advanced Work Zone interchange along I-75 with the extension of the SWFIA Traffic Control, 2010 Terminal Access Road(TAR)located between the Alico Road and.Daniel's Parkway interchanges.The new connection provides direct access to SWFIA in Ft.Myers, REGISTRATIONS Florida. The project involves construction of new CD roads in the northbound and southbound directions,construction Professional Engineer #51472, State of Florida of five new bridges including the TAR over 1-75 and the TAR over Ben Hill Griffin Road.Other improvements include new drainage facilities,ITS,Signing and Pavement Markings,MSE Walls,Signalization.Coordination with the Lee County Port Authority(LCPA)was very important West Mashta Drive Bridge*, Key Biscayne, Florida for aesthetics given that the new connection is the Engineer of Record responsible for developing construction gateway to the international airport.Coordination with plans for design-build project.This project involved the FAA was required for tall structures obstructions during construction of a concrete arch bridge that also included construction. the dredging of landfill to unite two adjacent bodies of 1-75 Design Build Widening from SR 80 to SR 78 water,Hurricane Harbor and Smuggler's Cove.Other "Caloosahatchee River Bridges", FDOT D1 responsibilities included obtaining permits for coastal Design Project Manager for this$71.8 million project construction,as well as water and sewer relocations and which involves adding two additional lanes for 1.75 temporary bypasses.This bridge was built in two phases miles along I-75 between the interchanges at SR 8o accommodating traffic through the entire duration of ,Th and SR 78. The project involves widening four sets of construction. bridges that,total 1.0 miles including the bridges over US 1 (SR 5) from South of SR 50 to North of Alhambra the Caloosahatchee River.Tidal Marsh,Tidal Creek and Street, Brevard County, FDOT D5 Popash Creek. The bridges over the Caloosahatchee River Project Manager for the 3R improvements to this urban are high level Category 2 fixed bridges subject to vessel 4-lane divided facility in Titusville,Florida.The project collision and total approximately 4000 ft in length.Heavy includes the preparation of a design exception for cross construction activities are required within a very sensitive slope and a design variation for lighting.Other features environmental area that contains endangered species such of the project include drainage improvements to the SR 5o as the Florida Manatee and the Sawtooth Sawfish.The intersection. project also involves the construction of sound walls on both SR 9/1-95 Design-Build from Indian River County Line to the east and west sides of 1-75. SR 60, FDOT D4 SR 70 Bridge Replacement over Slough Ditch,Fisheating Design Project Manager for this$54.4 million project which Creek& Harney Pond,Highlands County,FDOT Dl involves widening 1-95 to six lanes including reconstruction Engineer of Record responsible for the preparation of of the SR 6o interchange.Project includes reconstruction bridge plans for the replacement of a 195 foot bridge of three mainline twin bridge structures located at 9oth structure over the S.F.W M.D.C-41A Canal(Slough Ditch). Ave.,4th St.and SR 6o.The mainline median width was The proposed structure is a 210 foot seven span cast-in- modified through the reconstruction segments I-95 mainline place bridge using a temporary acrow bridge with steel at 4th St.,90th Ave.and SR 6o to reduce/eliminate throw- piling for detouring traffic during construction.This project away work.The modified alignment simplified construction included biological and contamination assessments,as well and MOT.The firm produced several innovative solutions as established wetlands jurisdictional limits.Also,the SR including Master Plan alignments for 4th St./9oth Ave.The 70 over Harney Pond Bridge included the widening of an Master Plan alignments will provide Indian River County existing AASHTO beam bridge using phased construction the opportunity to build the future corridor expansions at and the use of cathodic protection for extending the service a reasonable cost.The realignment at 9oth Ave.improved life of the existing piles. the skew presented in the RFP Concept Plans.Re-designed Pond Creek Bridge on CR-191 in Santa Rosa County, ramps at SR 6o to facilitate construction,reduce MOT Florida, FDOT D3 phases,embankment and walls,and construction duration Staff Engineer for the design of a four span AASHTO Type without requiring any ramp closures.Developed cross III,two hundred and fifty-five-foot bridge.Responsible slope correction algorithmic program with Geopak that for preparation of all superstructure and substructure optimized use of overbuild and readily identified trouble calculations as well as structural drawings. areas along the travel lanes and shoulders. Collier County RFP 14-6289 Design-Build Golden C°. fie: Bouievord 4-Lone. East of Wilson Boulevard Packet Page -1215- 9/9/2014 16.A.28. C , Stantec Brian Rose PE — Project Manager EDUCATION Bachelor of Science, Civil Engineering, PROJECT EXPERIENCE University of Central Florida, Orlando, Florida, 1-75 Mile Marker 63 Rest Area Design-Build,Collier 2003 County Florida; FDOT District One FPID 200746-2-52-01 Responsible for Project Management and engineering REGISTRATIONS support during the construction phase for all civil components of this Design-Build Project.During the Professional Engineer #71549, State of Florida design phase Brian performed engineering for site design, roadway rehabilitation water management district permitting for improvements that include a new rest area building, W'WTP and 147P,Public Safety/EMS building, and new parking facilities for recreational access to the linking Lee and Collier counties to Tampa in the north.and Florida Trail. Miami to the east. Rock Ridge Road Bridge Design-Build, Polk County 23rd St.SW (Golden Gate Blvd.to White Blvd.),Collier FDOT District One;FPID 431429-1-52-01 County, Florida (Engineer) Served as Stantec's project manager during the Responsible for the drainage design,water management construction phase of this two lane bridge replacement in district permitting,and assisted in production of project which accelerated bridge construction techniques were plans for Collier County.Proposed construction for 23rd employed using the first Geosynthetic Reinforced Soil- St.SW included roadway widening and sidewalks.Stantec Integrated Block System(GRS-IBS)bridge in FDOT District was requested to provide the roadway and drainage design One. for the proposed roadway,as well as obtain the Water Management District permit. Melbourne Street Bridge Replacement Design-Build Charlotte County, Florida (Engineer) White Boulevard (Weber Boulevard to 23rd Street SW), Responsible for the drainage design,water management Collier County, Florida (Engineer) district permitting,and assisted in production of project Responsible for the drainage design,water management plans for Charlotte County.Stantec worked with Wright district permitting,and plans production for this Collier Construction Group on the design-build project that County Project.Proposed construction for White Boulevard included survey,mapping,permitting,environmental, consisted of sidewalk and signing and markings.Stantec roadway and bridge design services.The improved was requested to provide the sidewalk and drainage roadway section provides two lanes and sidewalks. design for the proposed project,as well as obtain the water management district permit. SR 739 (US 41 Business) from Littleton Road to US 41, Lee County,Florida (Engineer), FDOT District One; FPID SR 29/Lake Trafford Road Intersection Improvements, 421116-1-52-01 Collier County, Florida ( Currently serving as project manager during the Responsible for the drainage design,water management construction phase of this 4-lane roadway reconstruction district permitting,and plans production for this Collier project. During the design phase he was responsible County LAP Project. SR 29 and Lake Trafford Road were for project management support,drainage design,and improved with right-turn lanes and sidewalks.Stantec was water management district permitting.Stantec provided requested to design the roadway and drainage systems and the design for the reconstruction of 1.5 miles of two-lane obtain the required Water Management District permit. rural collector to a four-lane divided arterial.Innovative designs were incorporated to minimize cost resulting 17th Street SW and 25th Street Bridges,Collier County, in total project cost savings estimated at$20 million. Florida (Engineer) Design included signing and pavement marking,lighting, Responsible for the assisting Collier County in obtaining the utility coordination,bridge replacement,storrnuater Right-of-Way permits for the existing bridges. improvements,and signalization. SR 417 and SR 429 Expansion*,Seminole County, Florida 1-75 Six-Laning from Luckett Road to SR 80, Lee County, (Assistant Engineer) Florida, FDOT District One FPID41 1 038-1-52-01 Assisted the engineer in subsurface exploration and Responsible for providing project management support remediation such as demucking,settlement plates,Limerock during construction.During the design phase Brian bearing ratio tests,and densities for approximately three performed drainage design,water management district miles of four-lane highway with toll booths for the FDOT, permitting,and plans production.Stantec served as prime District 5. consultant design roadway improvements and bridge/ structural improvements for a stretch of Interstate 75 from Luckett Road to just south of SR So including roadway design engineering,drainage,utility coordination, permitting,signing and pavement marking.1-75 is the �1 main interstate highway system in Southwest Florida oii er c-.?unt RFa 4-6284 �::lur, E5uil ..4_., a2at. :.dv,:_v...._ -4,Lone. East of Wilson Boulevard Packet Page -1216- 9/9/2014 16.A.28. Stantec ,\ Wayne Hatt PE PTOE Technical Advisor/Independent QC EDUCATION Bachelor of Science, Civil Engineering, PROJECT EXPERIENCE University of Massachusetts, Amherst, Massachusetts, 1984 1-75 Widening from Luckett Road to SR 80, Lee County, Florida (Project Manager and Engineer-of-Record) (FDOT District 1); FPID 411038-1-32-01 REGISTRATIONS EOR for roadway,drainage,signalization,signing and Professional Engineer #48062, State of Florida pavement marking,and lighting plans.Project included design and permitting of six-lane widening of 1.7 miles of Certified Professional Traffic Operations interstate highway.Prime consultant services included roadway design,stormwater/ecological permitting, Engineer #2748, Institute of Transportation signing and pavement markings,high mast lighting, Engineers and modifications to the existing ITS infrastructure.The stormwater management design and permitting included off-site ponds to accommodate the Ultimate 203010-lane improvements.Construction is o be completed in 2014. Design-Build team with Wright Construction Group.The (FDOT District One-FPID 411038 1 52 01) project involved reconstruction of a new rest area building, SR 951 over Big Marco Pass (Jolley Bridge) Design Build, public safety center,14TP and WWI?,and two parking Collier County, Florida (Engineer-of-Record);(FDOT facilities providing access to the Florida Trail in the Big Cypress National Preserve.The project involved extensive District 1); FPID 195410-1-52-1 permitting and collaboration with the National Park EOR for roadway,drainage,signalization,signing and Service, USACOE.and South Florida Water Management pavement marking,and lighting plans.Stantec played a District.1600 foot-long parallel bridge span connecting the major role as a member of the Design-Build team along mainland to Marco Island.Consultant services provided by with Johnson Bros.and Figg Bridge Engineering.The Stantec included roadway design,stormwater/ecological project involved construction of a new two-lane,160o permitting,signing and pavement markings,lighting foot-long parallel bridge span connecting the mainland design,and landscape architecture services.Construction to Marco Island.Consultant services provided by Stantec scheduled to be completed in 2015.(FDOT District One- (Th included roadway design,stormwater/ecological FPID 200746-1-52-01) permitting,signing and pavement markings,lighting design,and landscape architecture services.Construction Santa Barbara Boulevard Widening from SR 84 (Davis completed in 2011.(FDOT District One-FPID 195410152 Boulevard)to Coronado Parkway,Collier County, 01) Florida (Project Manager and Engineer-of-Record) SR 616 (Boy Scout Blvd) from E.of Obrien St.to Dale Project Manager and EOR.for roadway,drainage, Mabry Hwy.,cout Blvd) County.of Obrien Dit.to Dale FPID signalization,signing and pavement marking,and lighting Mabry-1-32-01 plans.Project included design and permitting for six-lane reconstruction and widening of 3.o miles of roadway. Project Manager and Engineer of Record for Roadway, Prime consultant services included survey and mapping, Signalization,Signing and Pavement Markings component roadway design,stormwater/ecological permitting, plans,Design of this rehabilitation project included new signalization,signing and pavement marking,and lighting sidewalk and bike lanes,and new mast arm traffic signals design.The project included reconstruction of three major at Lois Ave intersection.Project involved stakeholder- signalized intersections at SR 84(Davis Boulevard),Radio coordination with Westshore Alliance business consortium. Road,and Golden Gate Parkway.The project also involved (FDOT District 7 FPID 423088-1-52-o). the design and permitting of a joint-use stormwater SR 739 (US 41 Business) from Littleton road to US 41, Lee management facility requiring collaboration with the County, Florida (Project Manager and Engineer-of- Collier County School District.Project construction was Record) (FDOT District 1) completed in 2009.(Collier County TECM-Collier County Responsible for roadway,drainage,signalization,signing Project No.62081) and pavement marking,and lighting plans.Project includes the four-lane reconstruction of 1.4 miles of urban arterial Radio Road Widening from SR 84 (Davis Boulevard) roadway.Prime consultant services include survey and to Santa Barbara Boulevard,Collier County, Florida mapping,roadway and drainage design,stormwater and (Project Manager and Engineer-of-Record) ecological permitting,signalization,signing and pavement Responsible for roadway,drainage,signalization,signing marking,and lighting design.This project is currently in and pavement marking,and lighting plans.Project included the design phase.(FDOT District One-FPID 421116132 os) four-lane reconstruction of 1.2 miles of urban roadway. 1-75 @ Mile Marker 63 Rest Area DCollier Prime consultant services included survey and mapping, County, Florida Marker 63(Engineer-Area Design-Build, r gn-B ild,Collier 1); roadway design,stormwater/ecological permitting, FPID 200746-1-52-1 signalization,signing and pavement marking,and lighting FPI n 200746-1-52-1 Manager and EOR for roadway,drainage, design.Project construction was completed in 2009.(Collier Design g f y' g , County TECM-Collier County Project No.62081) signing and pavement marking,and lighting plans.Stantec served as the lead transportation design consultant for the Collier County RFP 14-6289 Desl;jaEuA.c.: ==:rw -. c .t, .v~,rd 4-Lane, East of Wilson Boulevard Packet Page -1217- 9/9/2014 16.A.28. • Stantec Juan Restrepo PE Roadway Design Engineer of Record EDUCATION Master of Science in Engineering PROJECT EXPERIENCE Management, Florida International University, Miami, Florida, 2011 1-75 over Caloosahatchee River Design-Build-Finance from North of SR 80 to South of SR 78, FDOT District 1* Bachelor of Science in Civil Engineering, (Project Manager and Roadway EOR) University of North Carolina, Charlotte, North This design-build project provides two(2)additional lanes Carolina, 1998 in each direction of 1-75 for a distance of approximately 1.6 miles. Key elements of the project include the widening of eight(8)bridges.The Caloosahatchee River bridges are Training, FDOT, Long Range Estimates, 2005 high level fixed bridges over a major navigable waterway that require ship impact design and retrofitting of existing Training, Geopak, Level I and II, 2002 bridge components.Project includes heavy construction activities within an environmentally sensitive area Certification, FDOT, Advanced Work Zone which requires the use of top-down construction methods Traffic Control, 2010 that utilizes straddle carriers and trestle equipment for handling,delivery and installation of precast elements. SR 874 Mainline Reconstruction Design-Build,Miami- SR 40 from Delks Bluff Bridge to Lake County Line, Dade County Florida,Miami-Dade Expressway Marion County, FDOT District 5* Authority* Assistant Project Manager for the resurfacing of 22 miles of Project Manager and EOR for this project which SR 4o through the Ocala National Forest.Project included includes widening of 4 miles of SR 8i4 from 4 lanes to the review of various schemes for cross slope correction six lanes between Kendall Drive and SR 826.It includes in addition to the preparation of Design Variations for reconstruction of the SR 874 SB off-ramp to Kendall stopping sight distance due to vertical curvature and a Drive ramp. This project also includes widening and Design Exception for Horizontal clearance to a Concrete rail replacements of five bridge structures including Strain Pole. Kendall Drive, C-2 Canal,Miller Drive,Sunset Drive,and SR 7/US 441 from Boynton Beach Boulevard to Lake Galloway Road.ORT component plans were created for Worth Road*, Palm Beach County, Florida phase construction of the widening of SR 874 to maintain Construction Project Engineer for Post Design services toll revenue collection operational.Project includes for 9.o kilometers(5.5 miles)of 6-lane divided arterial. construction of eleven different wall systems including This project included f ull geometries,extensive earthwork sound barrier walls,MSE walls and cast-in-place retaining operation and extensive drainage work The project also walls. included the design of jack and bore pipe installations and SR 5 (US 1) Design-Build from North of the Miami-Dade several Water Management District(LWDD)canal culvert County Line to South of the C-111 Canal, Miami-Dade connections. County, FDOT District 6* MIC 102 SR 836 (NW 37th Avenue Ramp Project Engineer reconstruction of an existing 2-lane Reconstruction), FDOT District 6* undivided roadway to a 2-lane divided facility. The Project Engineer for the design of two new bridges and improvements include a new 1.0 wide median with one widening associated with the reconstruction of the concrete barrier wall designed to eliminate head-on SR-836 ramps to N.W.37th Avenue and the construction crashes.In addition, there is a 1-mile section where passing of the new H-2 overpass for N.W.14th Street over N.W. lanes are being provided. 37th Avenue.The construction of these bridges and ramps SR 50 from West of Hancock Rd to OCL;SR 50 from LCL includes approximately 3.500 linear feet of permanent to East of Turnpike Ramps, Lake and Orange Counties, and temporary wall construction to accommodate the new FDOT District 5* ramps. Project Engineer for the widening/reconstruction of SR 5o SR 500 (US 192) from SR-15 (US 441) to Hibiscus Road, from a 4-lane rural section to a 6-lane urban section that Osceola County, FDOT District 5* includes a 22-ft median,sidewalks,and bicycle lanes. The Staff Engineer responsible for full Signing and Pavement construction cost for this project is estimated at 826 million. Marking plans for 6.9 miles of this 4-lane Divided Facility. The Storrnwater system is comprised of 7 closed basins Also,developed design of begin and end transitions including a joint use system with the Turnpike Enterprise. including vertical and horizontal geometry,preliminary The project includes a complex traffic control scheme that drainage studies,access management,preliminary minimizes impacts to the ramps terminals and toll facilities maintenance of traffic. for the Turnpike Interchange in the town of Oakland. Extensive right-of-way coordination, including acquisitions and easements,were required. collier county REP 14-6289 Design-Build Golden Dote Boulevard 4-Lane, East of'Wilson Poule aril Packet Page-1218- 9/9/2014 16.A.28. Stantec Jason Mosley Roadway Designer EDUCATION Associate of Arts, Computer Aided Drafting, PROJECT EXPERIENCE Robert Morris College, Illinois, 1990 SR 951 Big Marco Pass Bridge (Jolley Bridge) Design Advanced Maintenance of Traffic Plans, Build, Collier County, Florida (CAD Designer) FDOT, University of Florida, Florida, 2001 Responsible for assisting with project technical design and document production.Stantec worked with the design- Drainage, Site, and Survey, GEOPAK Training, build team of FIGG Engineering and Johnson Brothers Florida, 2000 Construction to complete a new two-lane bridge parallel to the existing bridge span.The new bridge accommodates Advanced, GEOPAK Training, Florida, 1995 traffic heading to Marco Island while the existing bridge will serve traffic departing Marco Island. Basic, GEOPAK Training, Florida, 1995 1-75 Six-Laning Design (Luckett Road to SR 80), Lee County, Florida (CAD Designer) Responsible for assisting with project technical design and document production.Stantec won the contract for services to design roadway improvements and bridge/structural improvements for a stretch of Interstate 75 from Luckett Livingston Road Signalization Improvements,Collier Road to just south of SR8o including roadway design County, Florida (CAD Designer) engineering,drainage,utility coordination,permitting, Responsible for assisting with project technical design and signing and pavement marking.I-75 is the main interstate document production.Stantec developed the mast arm highway system in Southwest Florida linking Lee and signalization design of four intersections for Livingston Collier counties to Tampa in the north and Miami to the Road,a new four-lane roadway in Collier County,between east. Radio Road and Golden Gate Parkway.This design project included initial timings and technical specifications for Santa Barbara Boulevard Six-Laning (Davis Boulevard implementing signal coordination,as well as 1.6 linear to Pine Ridge Road),Collier County, Florida (CAD miles of highway lighting. Designer) (\ Responsible for assisting with project technical design and Golden Gate Parkway at Livingston Intersection document production.Collier County Board of County • Improvements,Collier County, Florida (CAD Designer) Commissioners engaged Stantec to provide design and Responsible for assisting with project technical design and permitting services for the reconstruction and six-laning document production.Stantec provided final signalization of approximately 5.1 miles of Santa Barbara Boulevard, design plans for the monotube structure-the,farst of an urban arterial roadway in Collier County. The contract its kind in Collier County.Due to the overall pavement required the preparation of a Traffic Engineering Report width at the intersection,this traffic signal design project and representation at public meetings. involved a study of the feasibility of cantilevered mast arm Golden Gate Parkway Santa Barbara Boulevard signalization supports versus a simply supported monotube y structure. Intersection Analysis,Collier County, Florida (CAD Designer) Vanderbilt Beach Road Extension (Collier Boulevard to Responsible for assisting with project technical design Desoto Avenue),Collier County,Florida (CAD Designer) and document production.Stantec was retained by the Responsible for assisting with project technical design County to analyze the operational characteristics of the and document production.Stantec was retained as a sub- Golden Gate Parkway and Santa Barbara Boulevard consultant to the project prime to provide transportation intersection in order to improve the capacity and efficiency engineering and permitting services for capacity of traffic flow.Stantec performed the analysis and made improvements to the 5.6-mile extension of Vanderbilt Beach recommendations for turn lane improvements and Drive from Collier Boulevard to Desoto Road.Services also optimum signal timings. included preparation of Traffic Control Plans. Intersection Improvements at Immokalee Road Vanderbilt Beach Road (US 41 to CR31 -Airport Pulling and Wilson Boulevard,Collier County, Florida (CAD Road),Collier County, Florida (CAD Designer) Designer) Responsible for assisting with project technical design Responsible for assisting with project technical design and and document production.Stantec was responsible for the document production.Stantec has been providing extensive permitting,surveying,and final design of 2.3 miles of this transportation engineering services to Collier County to arterial four-lane urban divided roadway.Construction meet the growing traffic demands on local roadways.This of the Vanderbilt Beach Road corridor between Hammock intersection design required the extension of a double 10- Oak Drive and Airport Pulling Road completed a critical foot by five-foot box culvert to accommodate the addition "missing link"of the Naples area transportation network of left and right turn lanes and to provide adequate sight distances. `,.• :L u 1 y ao.fie,. s r..4'';;Srd 4-Lone. East of Wilson Boufevarcf Packet Page-1219- 9/9/2014 16.A.28. GoStantec Allan Berry PE — Bridge Engineer EDUCATION Master of Engineering, University of Florida, PROJECT EXPERIENCE 1985 1-4/Selmon Expressway Interchange Design Services, Bachelor of Science in Civil Engineering, Florida Department of Transportation, District 7,Tampa, University of Florida, 1983 Florida* Mr.Berry's responsibilities included serving as structural steel alternative team coordinator for the interchange,as REGISTRATIONS well as EOR for steel bridges,miscellaneous sign support Professional Engineer#40877,State of Florida structures,and IT support structures.He is currently involved with the post design services phase.The project consisted of a$415M expressway to expressway major interchange connection between Interstate-4 and the Selmon Expressway.It included 25 bridges with a major SR 35 and SR 700 (U.S.98) from South of Brooks Street interchange with the Selmon Expressway.The project to Edgewood Drive North,Florida Department of incorporated four alternative designs for a majority of Transportation, District One, Polk County,Florida* the structures,consisting of segmental concrete girder, This project involved mast arms for traffic signals and structural steel box(tub)girder,and concrete bulb-tee sign structures,and CCTV pole structures. Mr.Berry is the superstructure systems. miscellaneous structures EOR for this project. SR 874 Mainline Reconstruction Design-Build,Miami- Brevard County,GEC,US-1 Dairy Signal Road, Brevard Dade County Florida,Miami-Dade Expressway Authority* County,Florida* Mr.Berry's responsibilities included serving as the This project involved the design of mast arms for traffic structural EOR for two bridges for this project which signals,sign structures,and multi post signs.Mr.Berry is includes widening of 4 miles of SR 874 from 4 lanes to the miscellaneous structures EOR for this project. six lanes between Kendall Drive and SR 826.It includes SR 826(Palmetto Expressway) Program Management reconstruction of the SR 874 SB off-ramp to Kendall Consultant(1988-2005), Florida Department of Drive ramp. This project also includes widening and Transportation, District Six,Miami, Florida* ^ rail replacements offive bridge structures including Mr.Berry's duties included managing structural reviews ' 1 Kendall Drive,C-2 Canal,Miller Drive,Sunset Drive,and of consultant submittals,preparing bridge development Galloway Road.ORT component plans were created for reports,and providing miscellaneous structural design phase construction of the widening of SR 874 to maintain support for FDOT. This project involved general toll revenue collection operational.Project includes consultant responsibilities for the Florida Department of construction of eleven different wall systems including Transportation(FDOT)for all structures on 16.7 miles of SR sound barrier walls,MSE walls and cast-in-place retaining 826 from U.S.1 to Northwest 158th Street,including a four- walls. level interchange with 49 bridges. 1-95 Design-Build SR-70 to SR-614, Florida Department of Seminole Expressway (SR 417) Design Services,Seminole Transportation, District 4,St. Lucie County, Florida* County,Seminole County, Florida Mr.Berry's responsibilities include steel bridge design. Responsibilities included structural steel design quality This project involves improvements to I-95from SR assurance and steel detailing concepts.This project involved 70(Okeechobee Boulevard)to south of SR 614(Indrio ,five pairs of bridges including a pair of bridges,each 1,464 Road)and includes the widening of more than ten miles feet long,over a deep muck pocket.Two pairs of bridges are of freeway,including two interchange modifications. structural steel. There are eight bridges in the project with six to be 1-4 Section 1 Design Services,Florida Department widened(including two structural steel bridges)and two of Transportation, District 1, Polk County, Florida replacement bridges. Responsibilities included structural steel design and Honore/Pinebrook Extension Sarasota County detailing for steel plate girder bridges.Structures in this Government Public Works, Sarasota Florida* project included bridges,retaining walls.culverts,and This project involved the design of four mast arms special design nonstandard drainage structures.There structures supporting multiple arms.The project involved are two bridges within Segment 1 and four bridges within custom made designs for the mast arms as the non Segment 4,including one that serves as a wildlife crossing. standard luminaries were used for the project. Mr.Berry is the miscellaneous structures FOR for this project. SR 814 Mastarms, Broward County,Florida* The project involved the design of nine standard mast arms designed for present and future requirements in signaling. Mr.Berry is the miscellaneous structures EOR for this project. Collier County REP 14-6284 .,_ _ acs's« ;older. rte Boulevard 4-Lane. East of Wilson Boulevard Packet Page -1220- 9/9/2014 16.A.28. Stantec Allyson M. Holland PE Drainage Engineer EDUCATION Bachelor of Science, Civil Engineering, PROJECT EXPERIENCE University of Notre Dame, Notre Dame, Indiana, 2004 Philharmonic Center for the Arts, Naples,Florida (Project Engineer) The Bentley Institute,Training: HAE Water Responsible for County and SF147vID permitting.Stantec Distribution Design and Modeling, Florida, 2006 designed an additional io,000 sf.museum and a two floor office building to`The Phil.'Professional services provided The Bentley Institute,Training:Water included land planning,site engineering,surveying,and permitting services for the expansion. Distribution Design and Modeling, Standard, Florida, 2006 Naples Botanical Garden,Collier County, Florida (Project Engineer) REGISTRATIONS Responsible for the design and permit of a surface water management system for the 171-acre Naples Botanical Professional Engineer#70177, State of Florida Garden. North Naples Fire Station No.48,Collier County, Florida all wastewater and water treatment facilities within the (Project Engineer) County. Additionally,she maintains Charlotte County's Responsible for County and SFWMD permitting of a 3.4- compliance schedule which dictates all required regulatory acre fire station. actions for these facilities including routine actions and Peace Lutheran Church of Naples, Naples, Florida regulatory submittals,as well as special unique permit (Project Engineer) requirements. Responsible for County and SFWMD permitting.The Church is built on a 9.3-acre site and provides a sanctuary,daycare, Sarasota County Wastewater Facilities Permitting, and private school. Sarasota County, Florida (Project Engineer) Allyson worked closely with various County personnel to ■. Ave Maria Town and University, Collier County, Florida obtain required documentation,historical data,and meet (Engineer Intern) all of the FDEP's requirements. Through the development of Responsibilities included Collier County,South Florida these permit applications,Allyson has become very familiar Water Management,and FDEP permitting.Planning, with the information mangement within the County which design,permitting,and construction phase services were has become an invaluable asset to Stantec. provided for the development of a 5.000-acre area to include a university and supporting town in the rural Del Webb at Ave Maria, Phase I Plat,Collier County, lands of Collier County. The 110-acre Catholic University Florida (Project Engineer) will consist of 21 individual educational and dormitory Responsible for the design,land planning,and permitting facilities,recreational,and sporting facilities. support for the development o pp f p of a 3,700 linear foot entry road and excavation of 26 water management lakes for City of Sarasota Master Plan for Rehabilitation and rough.filling offuture golf course and residential tracts. Improvement of the Wastewater Collection, Pumping, The development is a part of the Ave Maria DRI and SRA in and Force Main System,Sarasota, Florida (Project the rural lands of Collier County.Responsibilities included Engineer) Collier County,Ave Maria Utility Company,and FDEP Allyson is assisting with data collection and analyzing permitting. available information. She is working with an in-house GIS analyst to integrate water meter,pumping station flow, and SCADA data to determine the best applicable way to perform a geocode with the GIS database. Allyson is also assisting in identifijing methods to quantify Infiltration and Inflow(I/I)removal and identifying a means to prioritize future system upgrades. Regulatory Compliance for Water and Wastewater, Charlotte County, Florida (Project Engineer) Allyson is currently providing regulatory consulting for Charlotte County Utilities.She is working closely with operation specialists to perform a regulatory audit of /-■ of lee County RFP 14-628? Design-Build o =€-n Cst.e E ouievord 4-icne, East of Wilson Boulevard Packet Page -1221- 9/9/2014 16.A.28. Stantec Kelly Blake PE -- Utilities Engineer EDUCATION Environmental Engineering, North Carolina PROJECT EXPERIENCE State University, Raleigh, North Carolina, 2002 Master Pump Station 306.00 Conceptual Site Plan, REGISTRATIONS Collier County, Florida (Project Manager) This project included the development of a conceptual site Professional Engineer #69876, State of Florida plan for the relocation of Collier Counties Master Pump Station 306.00. The purpose of the work was to identify the potential footprint and associated land development criteria that would allow the relocated station to be sited in a way to meet utility operations function,meet the conservative land use codes,and develop a proposed site The plan will provide direction for future collection system and easement to negotiate the acquisition of land necessary improvements. and improve the ability and methodology to to relocate the MPS. see the progress that has been made,and clarify the impact Pump Station 104.05 Improvements,Collier County, offuture rehabilitation projects on the overriding need to Florida (Project Manager) manage the entire collection system to prevent overflows This project included the design and permitting of the and structural failures. rehabilitation of a 12 HP submersible station.The design Utility Pipeline Design City Wide Force Main services also included a vibration study to identify a Replacement Program,Sarasota,Florida (Project source of vibration that was reported by adjacent property Engineer) owners. The improvements included the replacement of Project engineer responsible for the development of plans pumps and controls,installation of a permanent diesel for various water mains and force main replacements. by-pass pump,as well as the construction of above grade Also prepared specifications,opinion of probable cost, discharge piping.Kelly served as the project manager and permit applications,material selection,hydraulic analysis, engineer of record for this project. and coordination with the City,regulatory agencies,and • Sarasota County Wastewater Management Plan sttbconsultants. Update*,Sarasota County, Florida (Project Engineer) Water Use Permit Application*, North Port, Florida Kelly was the Project Engineer and primary client contact (Project Engineer) tTh for the development of the Sarasota County Wastewater Prepared and submitted application to Southwest Florida Management Plan in 2007 and 2008.As project engineer, Water Management District(SWF44MD)for the renewal developed a plan containing CIPs through 2050 to of the City's Water Use Permit for withdrawal of potable support current County initiatives,proposed growth and water supply from the Myakkahatchee Creek.Application redevelopment. The plan addresses regional wastewater included a request for additional withdrawal allocation reclamation facility capacity,effluent management, from the Myakkahatchee Creek.ST17143/D permitted an residuals management,transmission system deficiencies increased withdrawal rate from approximately 2 MGD to 4 and standard operating protocol for lift station MGD. optimization.The plan evaluated wastewater needs for all Sarasota County South Master Reuse System Permit parcels and identified the ways in which those areas would Renewal,Sarasota,County (Project Engineer) be served in the future(ie.by the County,through joint Project engineer responsible for the collection of FDEP planning agreements,or by private franchise). Developed required data,maintaining DMR's,and providing County-wide population projections and wastewater calculations for capacity basis and water balance.Also flow to support the plan and County's hydraulic modeling responsible for ensuring that all FDEP application efforts.Kelly worked closely with Sarasota County requirements were met,and maintaining constant contact Planning and Environmental Services to identify all with the FDEP permit reviewer and wastewater program potential future wastewater customers. Population manager. projections and wastewater service area projections were carefully developed from ESRI Census Data and proposed Reclaimed Water System Expansion*,City of Arcadia, County development.Kelly also coordinated with the Florida (Project Manager) County's hydraulic modeling consultant to ensure modeling Project manager for the design of the reclaimed water scenarios were based on the proposed growth detailed in system expansion.Design included hydraulic modeling, the plan. route development,pipeline design,and bulk meter City of Sarasota Wastewater Master Plan (Project assembly design.Efforts included coordination with Manager) property owners to connect new system to existing Project Manager responsible far developing the master groundwater irrigation systems.This required the plan. The plan addresses wastewater system deficiencies development of bulk metering assemblies with pressure through analysis of lift station runtimes,lift station peaking reducing and cross connection appurtenances. factors,and historic system deficiencies.This plan assessed the benefits of 25 years of collection system improvements, �\ and includes an enhanced Geographic Information System. Collier County RFF 14-6284 Design-Build Golden Gate Boulevard 4-Lane, :i€son Boulevard Packet Page-1222- 9/9/2014 16.A.28. Stantec ('1 Randy Mason Signals EDUCATION Microstation AutoTurn PROJECT EXPERIENCE GEOPAK AGi32 SR 951 Big Marco Pass Bridge (Jolley Bridge) Design Build,Collier County, Florida (CAD Designer) Synchro/SIM Traffic AutoCAD Responsible for roadway lighting,fishing pier lighting, underdeck lighting,bridge navigation lighting,signing, GuidSign Inroads and pavement markings.This project entailed engineering, surveying,and CEI services for the FDOT,District 1,for new 1,600 foot-long bridge spanning Big Marco River on SR 951.Stantec worked with the design-build team of FIGG Engineering and Johnson Brothers Construction to 1-75 Six-Laning Design (Luckett Road to SR 80), Lee complete the two-lane bridge parallel to the existing bridge County, Florida (CAD Designer) span.The new bridge will accommodate traffic heading Responsible for overhead signing,pavement marking,ITS to Marco Island while the existing bridge will serve traffic improvements and high mast,underdeck and overhead departing Marco Island.Stantec was also responsible sign lighting design and plans production.Stantec won the for entr ad tentaI permitting for this new bridge that contract for services to design roadway improvements and provides additional capacity hurricane evacuation.Due bridge/structural improvements for a stretch of Interstate to the close proximity of three environmentally protected estuaries,the lighting design required the incorporation of 75from Luckett Road to just south.of SR8o including turtle/bird friendly lighting devices and design techniques. roadway design engineering,lighting,drainage,utility coordination,permitting,signing and pavement marking. Santa Barbara Boulevard Six-Laning (Davis Boulevard 1-75 is the main interstate highway system in Southwest to Pine Ridge Road),Collier County, Florida (CAD Florida linking Lee and Collier counties to Tampa in the Designer) north and Miami to the east. Responsible for assisting with project technical design and Business 41 (Littleton Road to US 41), Lee County, Florida document production.Collier County Board of County (CAD Designer) Commissioners engaged Stantec to provide design and permitting services for the reconstruction and six-laning Responsible for signalization,signing,pavement marking, of approximately 5.1 miles of Santa Barbara Boulevard, lighting design,and plans production.Stantec provided an urban arterial roadway in Collier County.The contract the design for the reconstruction of 1.5 miles of two-lane required the preparation of a Traffic Engineering Report rural collector to a four lane divided arterial.Innovative and representation at public meetings.Specific duties designs were incorporated to minimize cost resulting included signing,pavement marking,lighting and in total project cost savings estimated at$20 million. signalization design,and plans production.Responsible Design included signing and pavement marking,lighting, designer for post-design services during construction, utility coordination,bridge replacement,stor•rrtwater as well as design and plan revisions based upon field improvements,and signalization. conditions and production of as-built plans. Cattlemen Road Widening and Improvements Design Vanderbilt Beach Road Extension (Collier Boulevard to (Bee Ridge Road to Fruitville Road),Sarasota County, Desoto Avenue),Collier County, Florida (CAD Designer) Florida (CAD Designer) Responsible for design of the new roadway profile.Stantec Responsible for signalization design and plans production was retained as a sub-consultant to the project prime to for two intersections within the project.Sarasota County provide transportation engineering and permitting services engaged Stantec to design improvements for approximately for capacity improvements to the 5.6-mile extension of 2.8 miles of Cattlemen Road from Bee Ridge Road to Vanderbilt Beach Drive from Collier Boulevard to Desoto Fruitville Road.The improvements included widening the Road.Services also included preparation of Traffic Control existing two-lane roadway to four lanes with center left- Plans. turn lanes,bike lanes,curbs and gutters,sidewalks,and street lighting. Colonial Blvd.Six-Laning Design, Fort Myers, Florida US 1 (SR 5) /Titusville Revitalization, Brevard County, (CAD Designer) Florida (CAD Designer) Responsible for signing,pavement marking,signalization Responsible for signing,pavement marking,signalization design,and plans production.This six-lane expansion design,and plans production,as well as post-design project included modifications to the 1-75 interchange that feature"signal by-pass lanes that separate thrti-traffic services during construction.This project entails landscape from vehicles entering the roadway from the interchange, design,restoration,and parking studies for the one- allowing them to pass through without interruption from way pairs on t:S I through historic downtown Titusville. the traffic signals located at the off ramps.This innovative .Stantec provided streetscape design,detailed construction design has been approved by FHWA and substantially documentation,and specifications for landscape,lighting, improves operational efficiency and safety by reducing site furnishings,hardscape elements,and signage. conflicting movements and crash potential. Collier County REP 14-6289 Design-Build Golden Gate Boulevard 4-Lane, East at Wilson Boulevard Packet Page -1223- 9/9/2014 16A28. iTLA up Stantec Todd Laine PE -- Maintenance of Traffic EDUCATION Bachelor of Science, Civil Engineering, PROJECT EXPERIENCE University of Minnesota,St. Paul, Minnesota, 1999 Blue Springs Road over Moccasin Creek Bridge Replacement (Design Build), C.W. Roberts Contracting, BA, Physics, University of St. Thomas, St. Paul, Inc.and Bay County (Project Director) Minnesota, 1997 Todd was the Project Director for the design and permitting of the Bridge Replacement project for Bay County. The Certification, FDOT, Advanced Work Zone project consists of designing a 4o'single span irrverted-T Traffic Control Course, 2011 beam bridge with 2-12'lanes and 8'shoulders,designing 500'of roadway approaches each side of bridge,drainage and dredge and fill permitting.The project also involved REGISTRATIONS coordination with Florida Wildlife Service to gain Professional Engineer#60814, State of Florida concurrence on construction in potential mussel habitat areas. Santa Rosa Island Range Access Road, Eglin AFB, loop replacements,No Passing Zone Study,commercial Okaloosa and Walton Counties FL, US Army Corps driveway connection revisions. of Engineers—Mobile District. Design Build with CW Design-Build Capital Circle Southeast from Crawfordville Roberts Contracting, Inc. (Project Manager) Road to Woodville Highway; Florida Department of Todd was the Project Manager for the roadway repairs Transportation, Leon County, Florida (Project Manager) to 13.1 LM of the existing 13.3-mile roadway.Repairs Todd was the Project Manager for the design and vary from full roadway replacement,partial roadway construction of the section of S.R.263(US 319)Capital replacement;shoulder replacement,and roadway asphalt Circle from S.R.363 Woodville Highway to S.R. 61 overlay. The project includes 8.5-LM of sheet piling Crawfordville Road and widen from a two-lane adjacent to the roadway shoulders for protection against facility to a six-lane facility.Other responsibilities erosion and scour resulting from hurricane storm surge.In include survey,geotechnical investigations,design,all addition,pavement and shoulder repairs or full roadway mitigation,acquisition of all permits,maintenance-of- replacement of 1.4-miles of various facility access roads are traffic,demolition,lighting,landscaping, right-of-way ,„..\ being designed and evaluated. monumentation mapping and construction within the limits SR 20 (US 27) from West of C.R.259 to West of SR 57 listed.Construction Cost$9M. (US 19) &SR 59 (Gamble Road) from North of SR 20 9th Street Reconstruction (Design-Build), Florida (US 27) to North of SR 8 (1-10, Florida Department of Department of Transportation, District 2,Jacksonville, Transportation-District 3, Jefferson County, Florida Duval County, Florida (Project Manager) (Project Director) Todd was the Project Manager for the design,permitting Todd was the Project Director for the contract plans to mill and construction for the resurfacing and reconstruction and resurface the approximately 2.7 miles of a four-lane of 9th Street South in the City of Jacksonville Beach. roadway classified as a rural principle arterial.The design Work includes subsurface storm sewer system design and will include evaluations for safety improvements for the permitting,roadway,traffic control,signing and pavement C.R.259 intersection,access management improvements marking,signalization,and extensive utility coordination and drainage improvements.Construction Cost$2.6M. within a narrow right-of-way corridor. Stantec Cost$394.x.2012.Also responsible for S.R.59 (Gamble Road)prepared the contract plans to mill and Myrtle Avenue Roadway Improvements, Jacksonville, resurface the approximately 6.1 miles of a two-lane Florida (Project Manager) roadway classified as a rural principle arterial. The design Todd was the Project Manager for the 1.0 mile urban will include evaluations for safety improvements for the milling and resurfacing project in Northwest Jacksonville. C.R.158 intersection,drainage improvements,evaluation The project also includes a Town Center beautification of pavement where failures are occurring,guardrail component to add decorative lighting fixtures and upgrades and replacement,and evaluate the roadway crosswalks to the area. shoulder slopes that are out of tolerance. Construction Cost SR Al A:Milling and Resurfacing;SR 105:Milling and $2.5M.Stantec Cost$568K.2012. Resurfacing, Florida Department of Transportation- SR369 (US-319) Milling and Resurfacing, Florida District 2, Jacksonville, Duvall County, Florida (Project Department of Transportation, District 3, Wakulla Director) County, Florida (Project Director) Todd was the Project Director for design services to the Todd was the Project Director for the millin.g and Florida Department of Transportation for milling and resurfacing of approximately eight miles of two-lane rural resurfacing of approximately four miles of roadway with roadway linking Tallahassee to Crawfordville.Project pavement reconstruction to correct subbase settlement and consists of resurfacing to RRR design standards,upgrade flooding.Retrofit of substandard bridge railings,culvert to current safety criteria,signing and pavement markings, extensions,access management,and railroad coordination fee included with this contract.Design e is$66oK,with minor drainage revisions,American with Disabilities Act 9 survey,design variations and exceptions,traffic signal an anticipated construction cost of$8M. Collier County REF 14-629 Design-Build Golden Gate Boulevard 4-Lane, East of Wiisan Boulevard Packet Page-1224- 9/9/2014 16.A.28. `n{ Sta ntec .-. Brian Kelley Constructability Review EDUCATION Traffic Safety in the Work Area PROJECT EXPERIENCE Project Engineer's School SR 90/US 41 (Rattlesnake Hammock to Airport Pulling Advanced Work Zone Traffic Control Road),Collier County, Florida (Roadway Inspector) Signals Level I Responsible for the inspection of approximately 1.7 miles of U.S.41,including the widening of a three span bridge #1850,Stormwater, Erosion,and Sedimentation structure with superstructure consisting of short span Control Inspector, NPDES AASHTO beam girders and substructure consisting of 18-inch concrete piles supporting concrete pier caps. #26532,Associate Traffic Signal Technician, Level I Responsibilities included the coordination of related Radiation Safety and Use construction activities;maintaining density log book and field books;inspection and testing of pipe and asphalt; Nuclear Gauges concrete testing,soil testing,and steel inspection;engineer Work Zone Safety Specialist menu data input;CQR data input;and assisting the project engineer assembling final estimates. Earthwork Level I SR 90/US 41 (Rattlesnake Hammock to Barefoot Williams Earthwork Level II Road),Collier County, Florida (Contract Support Specialist) Final Estimates Level II Provided contract support for the U.S.41 widening and resurfacing project extending approximately 3.1 miles.The project included two span and tree span box culverts with span lengths of 10 feet,along with a simple three span pavement marking,signalization,widening,shoulder bridge structure with superstructure consisting of short treatment,drainage improvements,guardrail,sidewalks, span AASHTO beam girders and substructure consisting curb&gutters and lighting on State Road 45(US.41) of 18-inch concrete piles supporting concrete pier caps. from State Road 78 northerly 1.986 miles to a point Responsible for the coordination of related construction approximately one mile north of Littleton Road in Ft. (.., activities;preparation of weekly project engineer Myers,Lee County. This is a Lump Sum Contract with only reports,monthly,and_final pay estimates;preparation of one pay item listed in the Contract. Supplemental Agreements and Work Orders;CQR data SR 72 (Clark Road), East of Beneva Road to 1-75, input;and maintenance of all necessary log books. Sarasota County,Florida (Senior Inspector) 1 Rattlesnake Hammock Road (Polly Avenue to Collier Responsible for the supervision of inspectors,solution Boulevard),Collier County, Florida (Senior Project of utility conflicts,coordination of related construction Administrator) activities,maintenance of density log book,field books, Responsible for CEI services for two miles of roadway weekly reports,preparation of monthly progress estimate, widening from a two-lane undivided to a six-lane divided pipe inspection and testing,asphalt testing and inspection, urban section with curb and gutter,along with a 10 foot concrete testing,soil testing,and steel inspection. shared pathway.The project also involves the relocation FDOT District 1 District-wide CEI Support Services, of water and sewer mains,947feet of noise wall,and a Multiple Counties, Florida (Inspector) new signal at the intersection with Collier Boulevard.In Responsible for data entry of Manpower Five-Year addition to these roadway and minor structural elements, Projection Schedule for the entire district. the project includes construction of 2,800 feet of 4-foot by 8-foot box culverts and a dual 4-foot by 8-foot cross drain SR 45/US 41 South (Daniels Parkway to Island Park box culvert.These box culverts have been completed on the Road), Lee County,Florida (Roadway Inspector) project and the noise wall is currently under construction. Responsibilities included the solution of utility conflicts; SR 82 (Colonial Blvd.)from Sunshine to Columbus, Lee coordination of related construction activities;maintaining ( ) density log book and field books;weekly reports; I County, Florida (Project Administrator) preparation of monthly progress estimate;inspection and Responsible for improvements under this$5.o AI project testing of pipe;asphalt testing and inspection;concrete and which consist of milling&resurfacing,widening, soil testing;and steel inspection. base work,shoulder treatment,guardrail,drainage improvements,and signing&pavement markings,on State SR 884 (Ford Street to Rolfes Road), Lee County, Florida Road 82 west of Sunshine Boulevard easterly 7.523 miles,to (CEI Senior Porject Administrator) west of Columbus Boulevard,in Lee County. Responsible for 2.8 miles of roadway re-surfacing on a This is a Lump Sum Contract with only one pay item listed six-lane divided roadway section with a 8-foot shared in the Contract. pathway.The project consisted of milling,resurfacing, SR 45 (US 41) from SR 78 to Littleton Road, Fort Myers, drainage improvements,signalization,and signing& ( ) y pavement marking. The project used A+B bidding and Florida (CEI Project Administrator) was completed within contract time. •—•\ Responsible for improvements under this$2.2M project which consist of milling and resurfacing,signing and Collier County RFP 14-6289 DesGn-Bt,id -;a«ern .a e kou,evarc 4-L ne,East of Wilson Boulevard Packet Page-1225- 9/9/2014 16.A.28. Stantec John Maloney PSM Survey & Mapping EDUCATION Bachelor of Science, Land Survey, Michigan PROJECT EXPERIENCE Technological University, Houghton, Michigan, 1981 East Naples Water Main Extension, Collier County, Florida (Project Surveyor) REGISTRATIONS Responsible for the design of the water main extension which included the coordination with aerial companies, Professional Land Surveyor #4493, State of easement research,and base mapping. Florida Eagle Creek Pump Station and Force Main, Collier County, Florida (Project Surveyor) Responsible for the design of a pump station and for•cemain. Vanderbilt Collection, Collier County, Florida (Project Project responsibilities included easement research, Surveyor) topographic,and base mapping. Responsible for ALTA boundary survey and pre-design survey services.Also provided construction stakeout Freedom Square, Collier County, Florida (Project service.Project includes r•estaurants,.ftness center,and Surveyor) upscale shops on a 29.5-acre commercial development. Responsible for the design,platting.and construction stakeout of a shopping center anchored by Publix,l -Mart, Carrabba's/Amsouth at Freedom Square*, Collier and Carrabba's restaurant. County, Florida (Project Surveyor) Prepared ALTA boundary survey and predesign surveys for Eagle Creek Commercial Center,Collier County, this 2.15-acre proposed bank and restaurant site. Florida (Project Surveyor) Responsible for the design,platting and construction Florida Motor Sports*, Collier County, Florida (Project stakeout of a shopping center anchored by Winn Dixie. Surveyor) Prepared boundary survey of 2.3-acre site and construction Hollywood 20 Theatres,Collier County, Florida (Project stakeout services for new 30,000 square foot showroom. Surveyor) Responsible for the design,permitting,and construction Edison Community College,Collier County, Florida stakeout of a mega-theatre complex.Additionally (Project Surveyor) responsible for ALTA boundary survey. Responsible for design,platting,and construction stakeout for the College's 5o-acre Collier County campus. Grand Central Station*, Collier County, Florida (Project Surveyor) Lely Elementary, Collier County, Florida (Project Prepared ALTA survey for an existing 18-acre commercial Surveyor) center targeted for redevelopment located in the heart of Responsible for the design,platting,and construction the City of Naples. stakeout on a 20-acre campus. Vanderbilt Galleria, Collier County, Florida (Project Pelican Marsh Elementary*, Collier County, Florida Surveyor) (Project Surveyor) Responsible for boundary surveys,construction stakeout, Responsible for the construction stakeout for an elementary and condominium exhibits for 19-acre commercial project school campus. including 15 buildings,occupied by restaurants and office space.and 2 parking garages. Immokalee Health Clinic, Collier County, Florida Pine Aire Lakes, Collier County, Florida (Project (Project urveyor) Surveyor) IResponsible ble for the design.platting,and construction stakeout of the health clinic. Responsible for the design,platting,and construction stakeout of an 150-acre commercial subdivision.Project included construction of 3,500 feet of four-lane roadway. sooner County tis=P 14-628B Design-Build Golden Go:e Boulevard 4-Lane, East of Vinson Boulevard Packet Page-1226- 9/9/2014 16.A.28. Stantec Bruce Layman CE PWs Environmental EDUCATION Bachelor of Science, Zoology, Michigan State PROJECT EXPERIENCE University, East Lansing, Michigan, 1988 Immokalee Road Wildlife Crossing Design-Build, Collier Master of Arts, Marine Science, The College of County, Florida (Lead Ecologist) William and Mary, School of Marine Sciences, Collier County Department of Transportation received a Williamsburg, Virginia, 1992 grant to design,permit,and build a 5 zio'wildlife crossing under Immokalee Road adjacent to Camp Keais Strand Expert Witness, Wildlife and Listed Species in the rural lands of Collier County. With environmental permits in hand,served as principle ecologist to conduct Surveys, Florida, 1997 pre-work wildlife surveys to clear the construction corridor, and to provide technical assistance during construction to REGISTRATIONS maintain compliance with permit requirements. Colonial Boulevard (1-75 to SR 82) Six-Laning Design, Lee Certified Ecologist, Ecological Society of County, Florida (Lead Ecologist/Permitter) America Responsible for orchestrating environmental data collection and state and federal wetland permit application Authorized Gopher Tortoise Agent #GTA-12- and support,including panther and woodstork impact/ 00034, Florida Fish and Wildlife Conservation mitigation analysis. Commission 1-75 at Daniels Road Interchange, Lee County, Florida (Lead Ecologist/Permitter) Professional Wetland Scientist, Society of Responsible for obtaining listed species clearances and Wetland Scientists Certification Program jurisdictional wetland determinations,and supporting state and federal wetland permitting as the subconsultantfor Advanced Open Water Diver, Professional interstate reconstruction project. Association of Diving Instructors Santa Barbara Boulevard Six-Laning (Davis Boulevard to Pine Ridge Road), Collier County, Florida (Lead Environmental Consultant, Marine Mammal Ecologist/Permitter) Observer Association Responsible for state and federal permitting for major reconstruction of six miles of a six-lane,arterial roadway. Westclox Road Environmental,Collier County, Florida Additionally,served as certified mangrove trimmer, (Ecologist) and environmental liaison to the contractor, to assure Responsible for conducting a Iisted species survey over compliance with requirements of approved permit approximately 3 miles of new roadway through habitat modification. Separately,provided primary environmental with known occurrence of scrub jays. Project also involved support of state and federal permit modification to re- mapping Type I,II,and III scrub jay habitat and designing design the permitted water management system to reduce innovative buffering to minimize potential impacts of the the impacts to small-tooth saw-fish critical habitat and to road on resident scrub jays. improve the quality of water discharging to adjacent Lee 1-75 from Luckett Road to SR 80, Lee County, Florida County Conservation 20/20 preserves. (Lead Ecologist/Permitter) SR 951 Big Marco Pass Bridge (Jolley Bridge) Design Responsible fbr obtaining listed species clearances and Build, Collier County, Florida (Lead Ecologist) jurisdictional wetland determinations,and supporting state Responsible for environmental support that included state and federal wetland permitting as the prime consultant for and federal wetland permitting,seagrass and wetland interstate reconstruction project. mapping and mitigation design,listed species identification Business 41 (Littleton Road to US 41), Lee County, Florida and protection,and post-construction seagrass and (Lead Ecologist/Permitter) crocodile monitoring. This project entailed engineering, Responsible for obtaining listed species clearances and surveying,and CEI services for the FDOT.District i,for two wetland jurisdictional determinations,and supporting state new 1,600 foot-long bridge spanning Big Marco River on and federal wetland permitting for this$20 million dollar SR 951.Due to the close proximity of three environmentally road widening project. protected estuaries,the Iighting design required the incorporation of turtle/bird friendly lighting devices SR 93 (Interstate 75) Widening from North of SR 80 and design techniques.Stantec worked with the design- to South of SR 78 Design Build, Lee County, Florida build team of FIGG Engineering and Johnson Brothers (Permitter and Ecologist) Construction to complete a new two-lane bridge parallel Responsible for permitting support of state permit to the existing bridge span.The new bridge accommodates modification to include mangrove trimming to facilitate traffic heading to Marco Island while the existing bridge efficient construction methodology for the widening of serves traffic departing Marco Island. north and south-bound Caloosahatchee River bridges. Collier County RFP 14-6287 Design-Build,:widen Gate Boulevard 4-Lane, Easi of Wilson Boulevard Packet Page-1227- 9/9/2014 16.A.28. Stantec Kevin Mangan ASLA Landscape Architecture EDUCATION Bachelor of Science, Landscape Architecture, PROJECT EXPERIENCE State University of New York, College of Environmental Science and Forestry at SR 951 over Big Marco Pass Design-Build,Collier County, Syracuse, Syracuse, New York, 1985 Florida (Landscape Architect) Responsible for landscape,hardscape,and streetscape Associate of Arts, State University of New York features along with project management assistance for at Canton, Canton, New York, 1982 concept design and production of detailed landscape planting construction documents. Stantec is working with the design-build team of FIGG Engineering and Johnson REGISTRATIONS Brothers Construction to complete a new two-lane bridge parallel to the existing bridge span. The new bridge will Registered Landscape Architect #0001337, accommodate traffic heading to Marco Island while the State of Florida existing bridge will serve traffic departing Marco Island. SR A 1 A Phase I Corridor Improvements*,Volusia County, Florida (Landscape Architect) growing again and a property of choice for both pre and Responsible for the Phase I improvements of the PD&E post retirees in the Naples area or considering relocating Corridor Enhancement study for landscape,hardscape,and there in the future. streetscape improvements.Part of project team with HDR. Pelican Bay Community Improvements,Naples, Florida Ole, Naples, Florida (Project Advisor) (Landscape Architect and Improvements, Performed project advisory roles for the planning,design The (Landscape Pelican Bay Foundation Planner) the Pelican Bay Services development and site construction documents and design The P l i anesented a dat onplanning assignment for project administration for this 122-acre upscale residential Division g presented a unique plan community that shares community,this TND new community was the first of this three miles of beach and pristine back bay estuary edge its o kind in the south Florida and ca place.The is with with the Gulf of Mexico. This public/private association consists Goo+town home and sauna products with resort of Client entities required master planning through design style amenities itnsuchit a,500 square square foot clubhouse/pool, development documentation including opinions of cost community center with 5,boo square foot free-form pool, , 1 for ongoing and fixture improvements to this historic and event lawn,and varied active recreation parks.Large-scale legacy model community in Southwest Florida. Established water e features,achab fountains,and an amphitheater goals of sae securitt community brandin market create am approachable and interactive pedestrian oriented g f f�' J' � g. environment. based value driven solutions were conveyed to provide an outline for future sustainable and relevant community Wyndemere Country Club, Naples, Florida (Project improvements to be undertaken. Manager) City of Naples 10th Street Beautification, Naples, Florida Responsible for project management and design oversight City Landscape Architect) for the renovation of this gated community's pool and (Lead Landscape scr overall erect)landscape architecture exterior clubhouse area.Guiding a two phase design and elements.Stantec worked with the City of Naples and the amenities on have successfully up process,ah de newacmmun,hours District to bring streetscape improvements to loth amenities have successfully expanded the activities,hours Street North.The project extends cape from Cements to loth of use and the food and beverage service demands from pre p to 7th Avenue North,and includes the linear park along pre-project use,increasing revenues for both interior and 6th Avenue North,adjacent to Lake Manor.Services exterior spaces within and adjacent to the project. included landscape architecture,engineering and traffic Amelia Island Plantation, Fernandina Beach, Florida improvements. (Landscape Architect) US 1 (SR 5)/Titusville Revitalization, Brevard County, Responsible for twenty years of ongoing master planning U US 1(S (Lead Landscape Architect) and site design services to Amelia Island Plantation, Responsible for ongoing landscape architecture elements. Atlantic award-winning Ocean and beach front community l waterways along ass. This project entails landscape design,restoration,and Atlantic Ocean and Intra-coastal waterways of Nassau parking project entails for the one-way pairs restoration, US 1 through nd County.Improvements have included the expansion of historic downtown Titusville.Stantec provided streetscape the amenity Cement improvements,detailed development of site plans and design,detailed construction documentation,and amenity improvements,detailed design for the creation of g the new Amelia Village and Spa as well as several other specifications for landscape,lighting,site furnishings, enhancements. The addition of the SR AM roundabouts has hardscape elements and signage. become a solution of choice in the Nassau County roadway Treviso Bay, Naples, Florida (Project Manager) areas. Responsible for project management and design oversight for this gated community and its new Owner. Providing guidance and staff oversight on alternative land planning and potential amenity offerings,Treviso Bay is now f1 Coiler County FFP 14-62BS Packet Page-1228- 9/9/2014 16.A.28. Stantec �-. Jeff Perry AICP Transportation Planning/Public Involvement EDUCATION Associate of Arts, Edison State College, Fort PROJECT EXPERIENCE Myers, Florida, 1970 Santa Barbara Boulevard Six Laning (Davis Boulevard REGISTRATIONS to Pine Ridge Road),Collier County, Florida (Lead Transportation Planner) Certified Planner #9614, American Institute of Responsible for overall project-related traffic analyses Certified Planners and operational studies as part of the services provided by Stantec to the Collier County Board of County Commissioners,which included the design and permitting services for the reconstruction and six-laning of approximately 5.1 miles of Santa Barbara Boulevard,an roadway. urban arterial roadway in Collier County.Specific services SR 84 Corridor Study,Collier County, Florida (Senior included the development of forecast year traffic(opening Transportation Planner) and design years),development of interim and build Responsible technical support and analytical out intersection lane geometry,development of access transportation planning services for the State Road 84 management plan and related strategies,participation in the right-of way determination process,preparation of a Corridor Study including the development of existing land Traffic Engineering Report,and representation at public use data development,fiiture year land use forecasting, meetings/workshops. and local government comprehensive plan consistency determinations for Florida DOT,District 1. Vanderbilt Drive Bike/Pedestrian Safety Study,Collier 111th Avenue North Four-lane Needs Study,Collier County, Florida (Project Manager and Principal County, Florida (Principal Transportation Planner) Planner) Responsible for providing technical analysis as part Responsible for the study design and completion of the draft report of options to improve bike/pedestrian safety in of services provided to Collier County Department of the corridor.Services included,alternatives development, Transportation by Stantec as part of a peer review of the public involvement.quality assurance/control,and overall 1998 analysis that Collier County Metropolitan Planning project management and contract supervision. Organization(MPO)staff had conducted regarding the eTh need to four-lane pith Avenue North and Vanderbilt Drive. Whippoorwill Road Interconnection Traffic Study, Golden Gate Parkway-Santa Barbara Boulevard Collier County, Florida (Project Manager and Principal Intersection Analysis,Collier County,Florida (Lead Planner) Transportation Planner) Provided technical analysis and public involvement support Responsible for overall project-related traffic analysis and to the Transportation Planning Department nt related d to related operational studies as part of the services provided supporting a proposed extension and interconnection of by Stantec to Collier County,including the analysis of the Whippoorwill Lane in Collier County. operational characteristics of the Golden Gate Parkway and Ave Maria University School of Law,Collier County, Santa Barbara Boulevard intersection in order to improve Florida(Senior Transportation Planner) the capacity and efficiency of traffic.fow.Recommendations Responsible for providing continuing transportation were provided for turn lane improvements and optimum analytical support services during the initial signal timings. implementation and expansion of the University's satellite Vanderbilt Beach Road Extension (Collier Boulevard law school facility. Services include the preparation of to Desoto Avenue),Collier County, Florida (Lead traffic impact studies and related services. Transportation Planner) Collier County Rural and Agricultural Area Assessment, Responsible for overall project-related traffic analyses Collier County,Florida (Lead Transportation Planner) and related studies,while serving as a sub-consultant to Responsible for overall project-related land use forecasts the project prime. Services included long-range traffic and traffic analyses when Stantec was retained by a group forecasting of select alternative alignments. of Collier County's largest landowners(the Eastern Collier SR 951 at Marco Island Bridge,Collier County, Florida Property Owners)to provide comprehensive planning Lead Transportation Planner responsible for overall and technical services for 195,000-acres that represents project-related traffic analysis,studies,and master the largest collective holdings of continuous rural area in plans.This project entailed engineering,surveying,and eastern Collier County. CEI services for the FDOT,District 1 for two new 1,600 Rattlesnake Hammock Road Extension Design foot-long bridge spanning Big Marco River on SR 951. &Permitting, Collier County, Florida (Principal Stantec is also responsible for environmental permitting Transportation Planner) for this new bridge that provides additional capacity for Responsible for the major arterial roadway intersection hurricane evacuation.Due to the close proximity of three analysis and schematic design to support the over-all environmentally protected estuaries,the lighting design design and permitting of a 0.5-mile extension of a county required the incorporation of turtle/bird friendly lighting roadway to realign and connect to an existing county devices and design techniques. Collier County RFP 14-e.;: Dsesicgri uk;c G nen Gore Botnevar . s , r>uu;evard Packet Page -1229- 9/9/2014 16.A.28. 10 AJAX Packet Page -1230- 9/9/2014 16.A.28. Cot er Col4nty STEP 1: LETTER OF INTEREST for DESIGN-BUILD GOLDEN GATE BOULEVARD 4-LANE, EAST WILSON OF ILSON BOULEVARD 4 4 ` RFP 14-6289 I JUNE 11, 2014 , R p a, h e F4. �k A 3 l ,t,,,' , . 9 k•a1 , el l �_f/ -..... I �:.>'Y .vw�-r•Q� -.-».'^' ...,..._.. -- pia a �� tea' �. �+xr�`a*&`i w`a sil,"q 4 V:Y5-;,-',';`,,:,;.•,,t'^7 sty;,',,°,4 ,wY� ,_, Lead Contractor: Community Asphalt Corporation (CAC) Lead Designer: Kisinger Campo&Associates, Corp. (KCA) Jeff Smith,D/i3 Coordinator Chris Meares,PE,Project Manager 16560 Mass Court,Fort Myers,Florida 33912 201 N Franklin Street,Suite 400,Florida 33602 P: (305)884-9444 I E:jsmith @cacorp.net P: (813)871.5331 I E:cmeares @kisingercampo.com Community ;-1-- ® T�«C/IN i1„C �■r II Communit <:() t, <T 1 Asphalt Packet Page-1231- 9/9/2014 16.A.28. r m m 0 m m cn TAB 19 LETTER OF INTEREST Wilson B�Va E OHL \ L Community Asphalt ,/�N_ THE CAC/KCA TEAM Packet Page-1232- CORY County STEP 1: LETTER OF INTER : 9/9/2014 16.A.28. D/B Golden Gate Boulevard 4-Lane, East of Wilson Boulevard June 11,2014 Res'onsible Office&Point of Contact ZEP Construction,Inc.(ZEP)is a local general contractor specializing i Joanne Markiewicz Community Asphalt Corporation(CAC) " n heavy civil and marine construction, with over 40 years of ,27 Tamiami Trail East 16560 Mass Court, construction experience. They have a reputation based upon work Naples, Florida 34112 Fort Myers,Florida Cory completed with quality,timeliness,and integrity.ZEP has proven skills and ability DIB Coordinator:Myer , l Jeff 33912 in the area of D/B contracts, having completed more than $54 million worth of Dear Ms. Markiewicz: projects within FDOT's 1-75 corridor. P: (305)884-9444 I E:jsmith @cacorp.net The Community Asphalt D\ATA- RWA Consulting, Inc. (RWA) will provide topographic and Corporation (CAC)/Kisinger "N;',;iA..L control survey, right-of-way(RAN)mapping,drainage design, Campo &Associates, Corp. (KCA) Team is pleased to submit this letter of and roadway design support.Throughout the past 17 years,RWA has provided interest for Golden Gate Blvd.in Collier County.Our qualifications,experience, professional services to Collier County.As an FDOT prequalified firm, RWA and depth of resources make us uniquely qualified to successfully deliver has provided design and permitting services for a number of intersection this project for the County. The CAC/KCA Team understands the County's improvement projects,master-planned community projects,turn-lane designs, goals as a result of thousands of staff hours and billions of dollars of safe and major road widening projects.RWA's surveyors have extensive experience and successful D/B projects we've completed for our clients.Our construction surveying and mapping on large-scale transportation projects. In the past few techniques and local specialty D/B partners provide this Team the flexibility years, RWA has prepared control surveys, sketches, and descriptions of constructing a high-quality, durable project while reducing time and costs. numbering in the hundreds,and R/W maps for over 20 miles of public roadway With our proven history of forging seamless alliances between our Team projects including the Golden Gate Blvd.corridor. members,we will achieve the County's goal of improving capacity,safety and mobility, minimizing inconvenience to the traveling public, meeting all project S i Ardaman & Associates, Inc. (AAI) will provide geotechnical commitments,and satisfying stakeholders'expectations. engineering services and testing. They are a professional geotechnical, environmental, water resources, facilities, and One of our primary goals is to construct this project with a local workforce— construction materials engineering consulting company, and will perform all citizens who shop,pay taxes,attend local schools and live in the communities work from their local Fort Myers office. this project will serve.Our Team takes pride in our work and our communities. PAST PERFORMANCE EVALUATIONS THE CAC/KCA TEAM All Team members bring an established history of successful project execution, OHL CAC is one of the largest construction firms based in with recognized standards of quality and service. CAC has exemplary ,i.'...1 Community Florida with significant labor,equipment,materials,and Contractor's Past Performance Rating (CPPR) scores. During the last two Asphalt financial resources, and with vast regional experience. years, CAC scored a CPPR rating of 100 on 13 FDOT projects. Since 2007, We are the lead entity for the largest D/B and Finance (D/B/F) project in the CAC has recorded scores of 100 or greater on 36 projects. -staate, the $558 million SR 826/SR 836 Interchange, and have underway or KCA has a long history of delivering successful projects for numerous cities, npleted 26 D/B projects for state and municipal government agencies.CAC counties, and FDOT, with significant experience in D/B and conventional one of only two contractors in the state who have successfully delivered design projects. KCA prides itself on its relationship with the County and past D/B/F projects to FDOT. CAC's vast experience with D/B and D/B/F projects performance evaluations from many of its clients for outstanding design and assures key professionals and significant resource availability for this project. constructability. KCA's grades are consistently among the highest allowed We provide the County with consistency, no learning curve, utilization of under FDOT's grading system with a 4.1 out of 5.0 average over the past "lessons learned",and boots already on the ground. five years. KCA's designers can produce on aggressive schedules and work KCA is a local minority owned engineering firm and,as lead closely with key stakeholders to provide context-sensitive solutions. " designer,will manage the overall project design,perform the PROJECT EXPERIENCE AND RESOURCES roadway and structures design, coordinate utilities and The CAC/KCA Team is acutely aware of the imsortance of D/B experience as public involvement,and oversee all environmental permitting. a critical component of this project.CAC has KCA has served clients throughout Florida and the southeast since 1976 and participated in 26 DIB projects throughout Firm #of DIB Cost in has participated in 21 D/B projects,including the award-winning A.Max Brewer Projects Millions Bridge Replacement in Titusville. KCA prides itself in taking a proactive Florida with a value of $1.84 Billion. Our approach to design and post-design services,as demonstrated on the US 17 Team has completed 79 DIB projects with a CAC 26 $1,840 D/B project from CR 764 South to the Charlotte County Line and the recent US value over$2.9 Billion. KCA 21 $200 17 project from the Charlotte County Line to SW Collins Avenue.Furthermore, D/B Past Projects and Cost ZEP 14 $55 adding unique qualifications in support of the CAC/KCA Team, KCCS, Inc. The projects listed in Table 1:D/B Experience (KCCS), a subsidiary to KCA, will be available to provide construction exemplify the high-quality D/B projects CAC/ AAI 18 $809 engineering and inspection (CEI) insight and environmental oversight KCA Team members have successfully throughout design and construction. completed and delivered to their clients. Total 79 $2,904 TABLE 1: DESIGN-BUILD EXPERIENCE 1-95 Widening(SR 514 to SR 519)DIBIF SR 80 Widening DIE ' performed three separate projects on SR 'i '� 3 CAC reconstructed and widened from four to 80, including milling/resurfacing, widening from „.. four to six lanes, new agricultural crossings, -`' six lanes;construction of a new interchange at ", major earthwork/drainage, and two new bridge Pineda Causeway extension;reconstruction of ", g two interchanges and widening of two bridges. - _ lrpasseslnterchanges at Jog Road and US ��� Completion Date:2012 E, Completion Date:2007 4 Construction Cost:$196 Million ,� Construction Cost:$70 Million �^ Reference:FDOT D5, 1 Services included new pavement,retaining Services included roadway widening, Reference:FDOT D4. l wall,ITS,bridge widening/replacement,and Jennifer Vreeland resurfacing, drainage,and bridges. ScottBurrie I. drainage.Largest FDOT D/BIF to date. (386)943.5732 (561)432-4966 16560 Mass Court Fort Myers, Flori.PaCk2t Pa:e-1233- The CAC/KCA Design-Build Team SR 5/US 1 DIBiF(S of C-111 Canal to SW 344th Street)DIB SR 826 Palmetto 9/9/2014 16.A 28 Expressway,Section 5 DIB CAC is l int,,.,..,,..,., _ CAC reconstructed and widened over 13 miles o P y four-level interchange of SR 8 6/SR _` rural highway along an extremely environmentally- 1: . 836, arterial interchanges, and extensive V sensitive corridor. First "unsolicited proposal" `' ,� collector-distributor road system. Major -, - accented by FDOT, involving innovative financing - project items include bridge structures over to is ure. � roadways,canals,and railroads. �e Completion Date:2011 ' %' Construction Cost:$112 Million `"'' -:;;....._•.... Completion Date:Anticipated 201 Services included reconstruction and Reference:FDOT D6, Services include bridges,MOT,limited Construction Cost:$558 Million • widening of roadway,drainage,and Dari Vorce access roadway,miscellaneous Reference:FDOT D6, bridge widening, (305)525-4951 structures.Largest FDOTDB to date. Dori Vorce,PE;(305)499-2392 US 17 from CR764 South to DeSoto County Line DIB A.Max Brewer Bridge KCA served as subconsultant for D/B team to Replacement DIB design all the approach spans,substructure,and KCA was lead designer for the reconstruction . superstructure.This project included the design of 4.5 miles of a two-lane rural roadway to four of 3,207 feet of high-level budge over the Indian 4; -lane divided section, including the installation -1 River,a fishing pier, and a pedestrian bridge to h; �, of three new bridges. access the adiacent public park. This project I. ;� ,, :;` won first place for the People's Choice Award,a i r Completion Date:2005 , national contest sponsored by AASHTO. - Construction Cost:$17 Million -.P.191,� ,,' Completion Date:2011 Construction Cost:$45 Million El' Services included roadway,structures, Reference:FDOT D1, Reference:FDOT D5, and drainage design,permitting,utility Amy Shafer .Services included bridge,retaining walls, coordination,public involvement,MOT, &CEI. (863)519-2276 MOT,and drainage. Frank O'Dea ( ) (386)943.5478 F: 1.75 Widening D/B George Bean Parkway KCA was lead designer for this DiB project to KCA designed 8.5 miles widening from a 4-lane to Widen •• DIB widen and resurface George Bean Parkway at a 6-lane section,including ramp improvements at Tampa International Airport. The project also Q1,'- four interchanges,resurfacing of all existing lanes.'°--_ g g g . included the design of a new curved steel bridge `r-_ Completion Date:2006 r , Utility coordination and relocation was a major compon• .n• - • h.11• 'ins. Construction Cost:$33.2 Million "` ' Completion Date:2012 • 1 I r Construction Cost:$33.4 Million Services included new pavement,milling and Reference:GDOT � ' ,.. , ;; I resurfacing, drainage systems,box culvert David Norwood Services included roadway,,drainage,and Reference:HCAA, r extensions,signing and pavement markings, (404)463.3829 bridge design,walls,traffic studies,major Jeff Siddle traffic signals.g ._ , upgrading of landscaping,and signage. (813)870-7810 1-75 Jacaranda D/B EP widened/replaced decks for the bridges over 1-75 DiB:5 Bridge ZEP was the prime contractor and this projec, River Rd,Jackson Rd,Havana Rd,Jacaranda Blvd Widening and Deck required replacing bridge decks that had detenorated r, and Main A Canal.All bridges included a complete Panel Replacements to the .point where continual maintenance and g p monitonngg were required.The proposed widenings deck,approach slab,traffic railing replacements,and entailed facilitator MOT and providing future 1-75,....- guardrail replacements/upgrades at each bridge. . ' travel lanes.The bridges included NB and SB 1-75 Roadway work included improvements and widening over Sumter Blvd, Big Slough Canal and the NB f, :: of •e.•••ro. . r•.•,.y .r•i• t of �- •...e . Toledo Blade Blvd Overpass. ,,;;,, - - , I Completion Date:2008 " --" Completion Date:2005 Construction Cost:$18.4 Million Construction Cost:$8.8 Million ; Services included bridge widening, Reference:FDOT D1 Services included bride widening, r MOT,and roadway widening g Reference:FDOT D1 Phil Charini,PE,(941)359-7368 MOT,and roadway widening Phil Charini PE (941)359-7368 f 1 'SUMMARY OF:SIMILARWORK EXPERIENCE US 17 from Charlotte County Line to SW Collins,DeSoto County KCA designed 3.9 miles of a four-lane divided rural roadway to replace a two-lane undivided highway, including five stormwater f' i t management ponds,three floodplain compensation ponds, and one new bridge. Part of the existing roadway was used for the e ', southbound lanes and part was reconstructed. , - .�. Completion Date:2013 Services included survey,R/W mapping,geotechnical and Construction Cost:$17 Million contamination investigation,roadway,drainage and structures Reference:FDOT D1, design,signing and marking preparation,and utility coordination. Ray Porter,P.E.(863)519-2484 L. Lake Okeechobee Scenic Trail along The improvements by CAC SR-35(US 17)from Point E of CAC's improvements consisted of milling the Herbert Hoover Dike from Point under this contract consisted of Marlympia Way to Point W of and resurfacing, widening, base work, N of Canal Road to Point E of SR 78 construction of a shared use path, Copely Drive,Charlotte County shoulder treatment,drainage improvements t '. .: base work,sidewalk construction, curb and gutter,sgnalization,guardrail bike ` CR54 Wesle Cha'el Blvd. Pasco Count 9/9/2014 16.A.28. KCA widened approximately 4.5 miles of CR 54/Wesley Chapel Blvd.The project widened the existing two-lane undivided facility to a six-lane urban divided highway between SR 56 and Magnolia Blvd and from an existing four-lane to a six-lane urban highway between Magnolia and west of the I1-75 interchange.The project provide a full six-lane divided urban section with sidewalk,bikelanes, '•,., and a multi-use trail within a narrow 150-foot RAN corridor with an elevated profile over a high water table. Services included reconstruction and widening Completion Date:2011 Reference:Pasco County of roadway,drainage and bridge widening. Construction Cost:$35 Million Larry Ray Harris,(727)834-3604 1-95 at PGA Blvd. CR 516 Reconstruction - _∎weg CAC performed i g, the drainage,widening nd of 1-95 ru Mainline, CAC performed the complete reconstruction of ... this major business arterial, Palm Bay Road, in j ■ - with auger cast piles and MSE wall construction. the City of Palm Bay.The project included new r ® r �, drainage systems,soundwall reconstruction,and a Completion Date:2D10 -,---" - '',: bride widenin•over 1-95. Construction Cost:$46.2 Million Completion Date:2010 r' Construction Cost:$56.4 Million Services included widening,bridge Reference:FDOT D4 Services included earthwork soundwall Reference:FDOT D5, widening,new drainage,earthwork, ,Scott Burrie construction,culvert extension,and utility Jim Boughanem ,soundwall and MSE wall construction. (561)432.4966 works tinders Joint Participation Agreement. (321)690.3230 1-75 Sumter Blvd.to North River Road,Sarasota SR 60A from US 17 to 1 SR 60 Bartow KCA designed the widening and reconstruction from KCA is the Prime Consultant for the widening of 9.3 -_ } - a two-lane rural to a four-lane divided urban facility. ' miles of 1-75 from the existing four-lane section to -, ' 1' The reconstruction limits were about two miles and E"• an interim six-lane section.Drainage is designed to -- • " '' ,, :; included five intersections,two ponds,the removal accommodate the ultimate eight-lane section within - S ; of a railroad overpass, and replacement of the US 1 existing RAN. ___ 17 bridges over the railroad and SR 60. Completion Date:2013 __ . Construction Cost:$33 Million \ ,--"'r Completion Date:2005 , Services included, roadway and.bridge Reference:FDOT DI Services included roadway and bridge Construction Cost:$16 Million .design,ITS,noise walls,selective„clearing.and Richard Howard,RE. design,lighting,signalization,and Reference:Chuck Wood,RE l grubbing,landscape and utility coordination. (863)519-2769 signing and pavement marking. (863)519-2770 Contractor Experience Modification Rating (EMR) hand-picked subconsultants have worked together on numerous past projects CAC performance in the area of worker safety is exemplary, as reflected by and these proven relationships lead to innovative ideas and efficiencies that an EMR of 0.82. As a further commitment to safety, CAC has entered into translate into cost and time savings, and the ability to deliver a project with "''artnership with OSHA and the Association of General Contractors for exceptional safety.KCA is currently teamed with AAI and RWA for the design of .istruction Health and Safety Excellence"or CHASE program. Participants the Vanderbilt Drive Bridge Replacement in Collier County. aevelop and administer a comprehensive safety and health program to provide CAC owns and operates a substantial fleet of construction equipment,enabling excellent worker protection. CAC conforms to all policies, regulations, and them to avoid expensive rental services and enjoy lower operating costs. standards required by this partnership and received a White Level Participation During nearly 40 years of continuous successful operations,we have solidified Award from the group that recognizes its exceptional commitment to safety. In relationships with leading specialty subcontractors, resulting in improved addition, CAC received Special Recognition Awards or Awards of Excellence performance and greater pricing flexibility. With the addition of ZEP, the CAC/ from the Safety Council in the areas of Safety Initiatives, Vehicle Safety, and KCA Team offers the County one of the top local contractors in south Florida. Worker Safety. From the Florida Transportation Builders Association (FTBA), With knowledge and FDOT expertise in heavy highway construction,site-work, CAC received the Award for Superior Achievement in 2009 and, from USF drainage,and utility relocation/construction,our Team is uniquely qualified. Safety Florida, CAC received the Sunshine State Safety Recognition Award for the implementation of an effective injury and illness prevention process. Staffing Plan. CAC currently employs more than 700 personnel and has a These awards exemplify CAC's commitment to safety and our goal to be the bonding capacity of$3.1 Billion with an FDOT work limit of$1.1 Billion and a best in the industry.CAC's Safety Program focuses on inclusive comprehensive current workload backlog under 20%of our capacity. We have received many training and the philosophy that safety is the responsibility and priority of all FTBA"Best in Construction" awards over the years in recognition of our D/B personnel on a project. projects, community awareness, MOT, partnering, and alternative contracting. Peter Berrios,CAC's Safety Superintendent, will establish a specific safety We have an established reputation and record for completing construction plan in accordance with the County's requirements and consistent with CAC's projects within extremely tight schedules and budgets, while maintaining our corporate safety mandate. He will conduct independent safety inspections and core values that include safety, quality, honesty, integrity, and professionalism. report his findings to the Project Director, D/B Coordinator, and County Project CAC is eager to develop and foster a relationship with Collier County similar to Manager (PM). He will also conduct weekly safety meetings as part of the the trust and confidence we have established in Districts One, Four, Five, Six, implemented safety plan. and Florida's Turnpike Enterprise (FTE). Because of this project's importance Firm Organization,Staffing Plan, Resources, and Location to the Team,stakeholders,and Collier County,CAC's president,John Morris, Firm Organization. CAC, as Team Leader, will be responsible for will serve as the Project Director. John is an Executive Board member of the project management, coordination, traffic control, safety, testing and quality FTBA, and president of the East Coast Chapter of the Associated General control (QC), schedule adherence, contract administration, and overall Team Contractors of America. He has extensive experience in D/B, D/B/F, heavy performance. The CAC/KCA Team was hand-picked to provide technical highway construction, asphalt hot-mix production and paving, underground expertise,permitting,and significant local design resources. utility installation,and complete site work preparation. C and KCA have a working relationship that dates back to 1997.CAC was the Construction D!B Coordinator, Jeffrey Smith (CAC), has over 35 years of le contractor on the$25 million Rest and Recreation Area on 1-75 in Broward heavy civil experience in roles ranging from field supervisor to division director. bounty,and KCA was the CEI consultant for District Four.This complex project His diverse experience encompasses all aspects of heavy-highway civil related lasted almost three years and all project issues were settled without claims work, including rail, ports, marine facilities, bridge structures, water treatment or litigation. Most recently, CAC and KCA, through KCCS, worked together facilities, airports, foundations, site work, roadwork, and mass earthwork. Jeff on the construction of SR 713 (King's Highway) in Fort Pierce. "''" -----' :`-. --I, °+ Molding designers and constructors into a solid Team of disciplined -Packet Page -1235- Step 1:LOI I RFP 14-6289 I Page 3 of 6 cooperators working hand in hand with the owner. activities will require coordination with the Cc 9/9/2014 16.A.28. Construction DIB PM, Dennis Breuer(CAC), has over 40 years of heavy! occurring or planned along this corridor, such as future canal crossings at a-, highway construction experience. He is responsible for the $20+ million US Street NE and 16th Street NE.We will coordinate with County maintenance to 41 and SR/CR 951 (Collier Blvd.) intersection improvement project being assure proper coordination of any minor enhancement or maintenance work constructed for Collier County. Primary responsibilities include managing planned within this project's limits. milling/paving operations in addition to managing approximately 15 various (3) TTCP – Our Team TTCP will coordinate activities, including advanc— subcontractors in primary areas of excavation,storm drainage,utility installation warning signing,with other projects to provide a seamless transition betwee and excavation as well as secondary areas such as signals, lighting, signing, projects for motorists.We will specify and minimize construction related ingress and ITS. and egress points within the project limits in order to ensure the maximum Design PM and Roadway EOR, Chris Meares, PE (KCA), has 17 years of safety of the traveling public and our workers. For further elaboration see the experience in roadway design, site design, multi-use trail design, and project Project Approach and Understanding section. management. While serving as PM for the Hillsborough County General (4) Incident Management Plan (IMP)–The fourth key element to managing Engineering Consultant, Mr. Meares gained significant understanding: of transportation operations is the implementation of an IMP that emphasizes municipal government operations, which, combined with his background in prevention versus reaction. For instance, our IMP will address debris private development, strengthens his ability to interface between public and removal, dust control, temporary drainage, project maintenance, and "good private entities as well as local utilities and permitting agencies. housekeeping" practices to be maintained to help prevent incidents. Our Please see Exhibits A and B for more information on our key personnel IMP will also include services to assist stranded motorists and Collier County and Team's organizational chart. Sheriff's Office in clearing lane blockages after accidents to minimize the risk Resources and Office Locations of secondary collisions.Our plan will address milling and resurfacing and work The CAC/KCA Team is made up of major local firms. The projects will be efforts occurring near intersections to avoid operational issues. managed from the offices listed in the table below. CAC's state-of-the-art (5) Public Involvement – Our team will coordinate all public involvement asphalt manufacturing plant is in Fort Myers,this plant features Astec Industries activities, including development of a project-specific Community Awareness latest technology in asphalt manufacturing and the facility is rated at 450 tons Plan, coordination of public meetings and workshops, distribution of project per hour production. CAC is well positioned to flexibly provide appropriate information to key stakeholders,and management of all public data. resources to safely and efficiently execute the work within this .ro'ect. Approach and Understanding Firm Office Location Construction Equipment In 2008, Golden Gate Blvd. from Wilson Blvd. to DeSoto Blvd. was designed 16560 Mass Court Cranes 17 to be widened from two lanes to six lanes. Due to budgetary constraints and CAC Fort Myers,Florida 33912 Rollers 74 long range transportation needs,the project was redesigned to four lanes.The Y Graders,Dozers,Loaders,Excavators, g g p P 1 9 KCA 201 N Franklin Street,STE 400 andeBackhoes 144 12 four lane design was completed to 60% level in 2010 and the Environmental Tampa,Florida 33602 Tractors 27 Resource Permit (ERP) from the South Florida Water Management District KCA/ 1400 Colonial Blvd,STE 260 Asphalt Pavers 21 (SFWMD)was obtained;however,the environmental permitting through the US KCCS Fort Myers,Florida 33907 Asphalt Plants a1 Army Corps of Engineers(USACE)is pending and is anticipated to be complete 16560 Mass Court Distributors 11 by August of 2014.Additionally, a RAN permit from Big Cypress Basin for the CTI Utility Trucks 40 proposed Golden Gate Main Canal will be needed. -- Fort Myers, Florida 33912 Dump Trucks 410 proposed Water Trucks 14 This project consists of advancing the design of Golden Gate Blvd. throu ZEP 7802 Jean Blvd Tow Trucks a P J 9 9 g Fort Myers,Florida 33967 Pick Up Trucks 173 construction for the portion from east of Wilson Blvd. to east of 16th Street 6610 Willow Park Drive,STE 200 Trailers mpactors 53 NE with a project length of approximately 2.2 miles. As an alternate price RWA Naples,Florida 34109 Office Trailers 6 proposal,the terminus of the project may extend to just east of the 18th Street Compressor Pumps 26 NE intersection,with a total length of approximately 2.5 miles.An Alternate B 9970 Bavaria Road Generators 67 AA! Fort Myers,Florida 33913 Crushers 6 price proposal would include the milling and resurfacing of Golden Gate Blvd. Asphalt Liquid Tankers Trailer 4 beginning from Weber Blvd.and continuing through the project limits identified Environmental Record:CAC has Vacuum Trucks s above,adding nearly five additional miles of project length.The canal crossing an exceptional environmental record with a history of numerous successful at the Golden Gate Main Canal will be included. projects in environmentally-sensitive areas such as the Florida Keys, The existing bridge over the Main Canal was replaced with the future Loxahatchee Slough, and the Everglades. CAC requires and provides westbound bridge, which will be widened under this project to accommodate Stormwater Pollution Prevention Plan (SWPPP) training and certification the future eastbound lanes. In addition to the bridge widening,the design will for all of their personnel.Our Environmental Superintendent,Paul Wingard, also include boat ramp facilities at the Main Canal. PE, LEED AP (KCCS), will establish and implement a project-specific Roadway. Golden Gate Blvd. is classified as a principal arterial roadway environmental program. He will be responsible for the development of a from Collier Blvd.to DeSoto Blvd.The existing roadway has a four-lane urban program of procedures, compliance documentation, and "hands-on" typical section from Collier Blvd. to Wilson Blvd. and a two-lane rural typical training to eliminate any potential compliance issues. Environmental section east of Wilson Blvd. This project will continue the four-lane urban stewardship will be managed through various construction activities, typical section from Wilson Blvd. to the project terminus. The existing speed including the use of laser-guided grading technology and application of limit is 45 mph,except within the limits of the Wilson Blvd. intersection,which warm-mix asphalt for temporary pavement. CAC has never received an is posted at 35 mph.The proposed project design speed is 45 mph. environmental violation on any of their completed projects. The proposed typical section will consist of a four-lane divided roadway with 11-foot lanes and four-foot bicycle lanes with U-turn bays wherever left turn PROJECT UNDERSTANDING OF CRITICAL ISSUES lanes are proposed. Six-foot sidewalks are proposed on both sides of the Outline for Completing Work roadway.The roadway profile grade line is proposed to be approximately one Our Transportation Management Plan(TMP)consists of five components: foot or more above the existing profile grade line. (1)Acquire all available project information–This includes acquiring,reviewing, The Wilson Blvd. intersection is the closest signalized intersection near the and thoroughly understanding all available project information. We will verify project limits,but this project will have no effect on the existing signalization. existing conditions and review the approved design documents, to not just The project construction begins with milling and resurfacing the existir understand what is proposed, but why, in an effort to identify areas of cost roadway just east of Wilson Blvd. to eliminate existing pavement marking savings,commitments,and improved functionality. that transition the lanes from the four lane section west of Wilson Blvd. to (2)Coordinate with future or ongoing projects in the area–We will consider the the existing two-lane roadway. Construction of the six foot sidewalk will also immediate project limits and a regional corridor management strateay. Proiect connect to the existing sidewalks at Wilson Blvd. on the north side of the Packet Page -1236-id Lust east of Wilson Blvd. on the south side of the roadway. The Step 1: LOI l RFP 14-62891 Page 4 of 6 project will terminate east of the 16th Street NE intersection and will include Difficult pile driving conditions are anticipated '9/9/2014' - 6.A.28. all required FDOT Standard tapers to connect to the existing roadway. The As a result, preformed pile holes will be utiliz alternate price proposal will include terminating the project east of 18th Street pile driving operations and reduce the risk of construction delays. In addition, NE also utilizing the required FDOT standard tapers. The Altemate B price the CAC/KCA Team will consider the use of prefabricated bridge elements proposal will include roadway milling and resurfacing from Weber Blvd.to east; to reduce the construction schedule in accordance with Accelerated Bridge of Wilson Blvd. Construction(ABC)techniques. ^s segment of Golden Gate Blvd.is not currently served by Collier Area Transit''' Geotechnical. As the geotechnical consultant for the Vanderbilt Beach _AT);however,it is a school bus route for Palmetto Elementary School,Cypress Road (VBR) Extension project from Collier Blvd. to DeSoto Blvd., AAI Palm Middle School,and Palmetto Ridge High School.Our team will coordinate performed the Geotechnical Structures Reports for several canal crossings with CAT to determine if future service is proposed for Golden Gate Blvd.east including Golden Gate Main Canal and Faka Union Canal.The proposed VBR of Wilson Blvd.to ensure the facilities we propose today consider the needs of Extension alignment is approximately one mile north of Golden Gate Blvd.and tomorrow. the borings for these bridge projects revealed hard limestone at depths of 8 feet TTCP.The phasing of the Golden Gate Blvd.project is relatively straightforward. extending to 17 feet.The storm sewer borings performed as part of the original Two unique challenges will impact the success of this project: temporary design for the six-lane widening of Golden Gate Blvd. showed a similar hard drainage during construction and minimizing impacts to school buses. limestone profile at depths ranging from two-feet deep,extending to the 15-foot depth explored in the borings.The Structure Borings performed for the Golden Because the proposed roadway is higher than the existing roadway, it will be Gate Blvd.over Golden Gate Main Canal showed hard limestone occurring at important to maintain temporary drainage during all phases of construction so depths ranging from 12.5 feet deep (west bank)to 4.5 feet deep (east bank) trapped stormwater will not pond onto the existing roadway and storm drains with thicknesses nearing 10 feet. are properly staged to maintain positive stormwater conveyance across the The US Department of Agriculture Natural Resource Conservation Services R/W at all times. Soil Survey of Collier County(1988)was reviewed for major shallow soil types As part of our commitment to safety, and especially for motorcyclists, we will along the project alignment. Six soil map units were identified and all show limit any unprotected drop-off adjacent to the roadway to a maximum of 1.5 the top of weathered or unweathered rock occurring in the range of 2.5 to 5 inches in lieu of the three-inch maximum unprotected drop-off allowed by feet below the natural ground surface.The Soil Survey was also reviewed for Design Standard 600. muck (Chobee, limestone substratum and Dania mucks, depressional) along Drainage Design. Within the project limits from Wilson Blvd.to 16th Street the project alignment and it shows muck between 8th Street SE and the Golden SE, stormwater runoff from the existing roadway is captured by roadside Gate Main Canal,and in an area southeast of 15th Street SE and Golden Gate swales on both sides of Golden Gate Blvd. and discharged into the Golden Blvd..To confirm the presence of muck,AAI performed hand Auger borings and Gate Main Canal.East of 16th Street SE,existing runoff is discharged into Miller found muck up to 5 feet deep in the south R/W of Golden Gate Blvd.from about Canal.These existing swales will be relocated outside of the proposed roadway 200 feet west of 8th St. SE to just west of the canal.The storm sewer borings to maintain off-site stormwater conveyance to the canals.A closed stormwater and roadway soil survey borings performed for the original design of Golden management system with treatment and attenuation ponds will be constructed Gate Blvd.showed muck occurring in the south R/W of Golden Gate Blvd.from with the urban typical section.The County obtained an ERP from the SFWMD Wilson Blvd to 2nd St.SE,typically in the depths ranging from 3 to 4 feet deep for the four-lane section; however,the permit expires in October 2015 and an with thicknesses of approximately 2 feet. application for permit extension will need to be filed.The D/B Team would also AAI confirmed through site reconnaissance, records review, and its own required to secure dewatering permits, which will be a critical path to the experience from projects in the vicinity that rock and muck will indeed be I of construction. encountered. Rock occurring as hard limestone can be expected at depths I ne proposed stormwater management system maintains the existing drainage from 2.5 feet extending to17 feet.As much as 5 feet of muck is expected in the basin divides, outfalling the stormwater runoff from the new roadway to the south R/W of Golden Gate Blvd.between 8th St.SE and the Golden Gate Main same canals as the existing roadside swales.Considering 16th Street SE is the Canal,and 2 feet thick between Wilson Blvd.and 2nd St.SE. eastern basin boundary for this project, compensatory treatment would need Utilities. The CAC/KCA Team has extensive experience and familiarity with to account for the runoff from additional roadway improvements east of 16th the project corridor and will provide thorough and proactive utility coordination. Street SE.This could be done by modifying the existing ERP.The capacity of the ! There are seven Utilit Agency Owners (UAOs) identified with facilities existing roadside swales from 16th Street SE to Miller Canal would need to be UAOs along Corridor along the corridor. We are keenly aware of the verified.If the alternate bid option of extending the project to 18th Street NE were critical utility conflicts. The County owns and selected, an alternative approach for stormwater treatment east of 16t would Century Link Comcast operates a 36"sanitary force main along the north be to construct Pond No.4 to accept the additional runoff and outfall to Miller Florida side of the corridor. The sanitary force main is a Canal using the existing roadside swale or expanding the swale as needed.This Collier County Power& particular concern given its proximity to the will provide cost savings to the County by using fill material from Pond No.4 for School District Light(ution d draina e system. Given the size of the embankment. Distribution propose 9 Y Collier County FP&L force main, our team will work to avoid conflicts Other options for cost savings include over-excavating the proposed ponds and Traffic Transmission with proposed pipes and/or drainage structures. utilizing the additional soil for embankment.If rock is encountered in the ponds We will also coordinate with the County where the and it meets specification,it could be used for roadway base. Co�ierCounty City of force main is proposed under roadway widening P Y Public Utilities Naples sections to ensure proper protection of the pipe. Structures. The existing Golden Gate Blvd.Bridge over Main Canal(Bridge #034803)was replaced in 2013.It currently services two lanes of traffic and two The existing FP&L overhead electric distribution poles along the north side bicycle lanes.This project will widen this bridge to the south to accommodate of the corridor will require relocation. There are also multiple communication the four-lane Golden Gate Blvd.typical section.The bridge widening will match UAOs with lines running throughout the project. These lines have numerous the existing bridge geometry and construction. The span arrangement will conflicts with the proposed roadway improvements and will require relocation. consist of approximately three 51-foot spans.The concept plans currently show In the vicinity of the overhead electric lines,we will coordinate with the electric the proposed widening extending outside of the R/W easement This issue will companies to maintain all OSHA requirements when working around overhead be resolved through coordination with the Big Cypress Basin Drainage District. energized electric lines.We will begin coordination early with the UAOs in an All existing utilities are currently located along the north side of the existing effort to eliminate adjustments from occurring more than once. Our Team's bridge including a 36"force main attached to the bridge superstructure.These utility design coordinators, construction coordinators, and PMs have the utilities will not be impacted by the bridge construction to the south. specific expertise and insight to effectively manage utility coordination from final bridge typical section will service four 11-foot lanes with an inside design through construction. ..dian,outside bicycle lanes,and outside sidewalks.The bridge will consist of Wetlands/Protected Species/Permiffing. Because construction Florida-I 36"Beams with a cast-in-place deck founded on pile bents that utilize will impact wetlands, the County has obtained an ERP from the SFWMD 18" piles. Slope protection will consist of Shoreblock Mats and rubble riprap and is awaiting a 404 Dredge and Fill permit from the USACE. It will be the with integrated wildlife crossings under the bridge superstructure along both ` responsibility of the selected D/B Team to obtain any modifications to these abutments. ulting from changes to the project's conceptual design. In order to Packet Page-1237 - Step 1:LOI I RFP 14-6289 I Page 5 of 6 obtain permit modifications in a timely manner, it will be critical to identify any equipment consisting of generators,pumps,a 9/9/2014 16.A.28. design changes and corresponding changes in wetland impacts as soon as ' will be readily available and staffed with pre-derennmeu persunnei. possible. To this end, the CAC/KCA Team's environmental scientists will work Performance Guarantee. CAC's stellar environmental compliance closely with project engineers to assess any proposed design changes and record allows us to make bold statements and guarantee compliance with our determine changes in wetland impacts.Our Team has extensive environmental environmental commitments. The CAC/KCA Team will offer Collier County permitting experience and will ensure that any needed revisions are developed $2,000 for any environmental violation from any permitting agency durinn---- quickly to minimize permitting times. construction. In addition to the ERP and 404 permits,a generic National Pollutant Discharge Contractor Cooperation and Dispute History. CAC has Elimination System(NPDES)permit pursuant to Section 403.0885,F.S.will be ! successfully completed numerous local projects and has a commitment to required from the Florida Department of Environmental Protection(FDEP).The partner and resolve all outstanding issues without litigation, arbitration, or CAC/KCA Team will develop the project's SWPPP, updated Erosion Control mediation. We have a strong reputation for honesty and fairness by working Plan,and submit it with the required application to the FDEP prior to the start of with the County to resolve issues at the lowest management level possible. construction.Our Team will also coordinate with the SFWMD on the relocation CAC will continue to work through issues and to resolve them quickly to the of their monitoring wells#C-1951 and C-953, which are in the vicinity of the County's complete satisfaction by utilizing a proactive approach to identify Main Canal Bridge. potential issues prior to schedule impacts. The potential for the presence of federal and/or state listed protected species DBE Participation. The CAC/KCA Team is committed to maximizing within the project corridor is moderate.Potential species include the Big Cypress opportunities for DBEs. CAC has an outstanding reputation exceeding FDOT fox squirrel, Florida panther, Florida black bear,and Eastern indigo snake.An DBE participation goals and we will maintain that reputation with Collier County. assessment of potential habitat for protected species will be undertaken early KCA's dedication to DBE utilization is the reason they received the Florida in the project schedule to determine if additional permitting is required. If Big Institute of Consultant Engineers award for highest DBE usage. KCA also Cypress fox squirrel nests are found within 150 feet of construction areas,our received letters from FDOT Secretary Prasad commending them for achieving environmental scientists will coordinate with the FWC to obtain a nest take DBE utilization grades of A+for their DBE utilization in the past three years. permit.The CAC/KCA Team will also implement standard Eastem indigo snake construction conditions in accordance with US Fish and Wildlife Service(FWS) ABC. Our team will utilize ABC techniques to widen the bridge and minimize approved guidelines. inconvenience to local residents and the traveling public.The ABC philosophy D/B Coordination Plan has been embraced by the FDOT and FHWA as DIB Coordination Plan part of their Every Day Counts Initiative as a way Our Team implements a well-thought-out to increase quality, reduce costs and construction coordination plan to provide our clients Project - Website will serve as a secure location to time, while maintaining a focus on safety.best project development experience . SharePoint store,organize,share and access project info g tY from the beginning of the design phase all Site Provides up to date design files to all DB team Investigating the use of prefabricated elements 9 9 9 P members,CEI,and County personnel versus cast-in-place construction helps determine the way throughout end of construction. the best balance between direct and indirect costs We combine state-of-the-art project ' while delivering the bridge project in a timely collaboration websites with time tested Project - Integrated design and construction schedule manner. techniques like CPM scheduling and Schedule - Communicate design submittals to DB Team Construction Quality Initiative (CQI). weekly coordination meetings to promote CAC promotes motivational activities sue'—' a continuous stream of information - Begin at Anticipated Award Date and continue as rewarding and recognizing employees ft. between all project partners.This constant Design weekly throughout DB process their contribution to successful project quality collaboration assists our Team in value ; Coordination County personnel,CEI,UAOs,and other and development. CAC will implement a CQI engineering during the design and Meetings stakeholders will be invited to participate that rewards personnel for outstanding quality enhancing constructability throughout the z`_ achievements including outstanding ride numbers construction phase. - Design to avoid utility conflicts (4.0) in our final pavement course, minimal Utility - Coordinate utility conflicts where unavoidable , OTHER CONTENT Coordination Develop relocation schedules and incorporate concrete rejections, and a zero field accident into project schedule program.This program will yield lower construction QA/QC. Construction Testing and and maintenance costs and an improved ride Inspection (CTI) will provide construction - Identify constructability issues early experience for customers. QC inspection and testing services to our Constructability - Constructability issues can be identified and Summary and Team Commitment Team.With over 20 years of experience in Reviews corrected early,before costs are incurred or The CAC/KCA Team is a proven and experience d QC,CTI provides a staff certified in asphalt, ; design changes necessary P concrete, earthwork, and testing. CTI has `" team, committed to deliver a high-quality provided exclusive QC testing for CAC, product for Collier County. Our Team's project Design solutions compatible with TTCP management, professional engineering, and including over 1,000,000 tons of asphalt - Minimize traffic disruptions and traffic shifts g and hundreds of thousands of cubic yards TTCP to reduce construction schedule construction staff will work with you to provide of concrete and earthwork the community minimal disruption and maximum KCA places great emphasis on design safety during construction,and enhanced mobility p g p g Design Plans Component submittals to advance County's once the project is delivered. We will deliver all QC procedures. All design documents reviews,material aaccqquisitions Component . Accelerate design schedule County Project Commitments to stakeholders as will be reviewed by independent, qualified Submittals . Advance construction quickly as possible. We have completed design professionals prior to every submittal. . and construction on many similar D/B projects and Paul Foley, PE will serve as the design we understand the D/B process.Manager and will verify every design - Design QA Manager,Paul Foley,PE,will be p ocess. The CAC/KCA submittal from every design partner has QAIQC responsible for QA of the design Team is the best choice to complete the design QA/QC will be performed on every document and construction of this project. We welcome the been fully reviewed in accordance with incorporated into the design submittals opportunity to fully demonstrate our capabilities the project QA/QC plan. KCA worked with and approach to this important project following FDOT Central Office and the FHWA to establish the QA Review process that the scoring of the Letter of Interest phase. has been undertaken in Districts and consultant offices throughout the state. Sincerely, Hurricane Preparedness and Response Plan. Our Team will Community Asphalt Corporation Kisinger Campo&Associates,Corp. develop a project-specific Hurricane Preparedness and Response Plan with '. zi4 guidelines and procedures to be implemented before, during, and after the ` threat of a major storm affecting the project area.With our proactive approach r/ ' ?- we ensure the roads will be fully operational during a storm. -------•• • • -• •;'President Paul G. Foley, PE, President -Packet Page-1238- Step 1:LOI I RFP 14-6289 I Page 6 of 6 II 9/9/2014 16.A.28. ED TAB 2 • EXHIBITS • a ca.. Q =} N * Community -A •' Asphalt THE CAC/KCA TEAM .a s. Packet Page-1239- EXHIBIT A I ORGANIZATIONAL CHART 9/9/2014 16.A.28. IIIIIESIIIIIOL- Resume Provid: Executive Committee I I John Morris(CAC) � e r avinty r Local Resident Stephen H.McGucken,PE(KCA) Key Personnel Bios L D113 Team Project Director Construction Safety Superintendent I John Morris(CAC) I E Jeffrey Smith(CAC) i 1 --- - Responsible for the overall management and implementation! l_ Peter Berrios(CAC) [ of the project including the Quality Management Plan. Design Quality Assurance(QA)Manager Construction QA Manager Paul G.Foley,PE(KCA) I IEI Keith Sloane(CU) Responsible for QA of the project design. Responsible for QA of the construction. I- I. Design Project Manager(PM)&Roadway FOR ' Construction Project Manager Chris Meares,PE(KCA) I i Eel r Dennis Breuer(CAC) Responsible for design development and QC of the Responsible for QC inspection and testing of the design work construction work. 1 Design Constructability Design Stormwater FOR(RV►A) Quality Testing Supervisor Construction Environmental - QA Manager (KCCS) _: _ ,_-_:__ ._.-_ __-_ -.__ ___ -- Compliance Superintendent _.. ,_.- - _ - 1 f Barry Jones PE ! i Danny Sheffield(CTI) Trey Barclay Responsible for overseeing all ,, _--- �1 Paul Wingard,PE,LEED AP j materials testing on the project. j Roadway Design Support ' Design Stormwater Support(RW A) �__� __� ` Mike Pappas,PE Michael Campo,PE(KCA) ( Construction Roadway Construction on Structures �" Dan Garner,EI Erin Lawson,PE(KCA) ,_.,_ ` _ Superintendent(CAC) Superintendent(ZEP) INIf Chris Wright,PE RWA Ell g t, (RWA) Lm iromnental Permitting l 7 Bobby Reaburn I 7i. Kirk Scribner 7'Barry Jones,PE(RWA) (KCA) . f Mike Pappas,PE(RWA) 1 I Mark Easley i 1 Construction Specialty Construction Estimator - 1 Sarah Johnson i TTC Superintendent(CAC) (C AC) Design Specialty TTCTOR(KCA) __ _V ___. ______. ___ 7'Todd Weaver I I Mike Graf - . �.- -_, . ___.. -._ Darren Brandes,PE Design Structures FOR(KCA) - - + .- __._ _ MOT Manager 1---7 I Jason LaBarbera,PE (g ob ti Barricades) Signing and Pavement Marking i a _ (KCA) i r Laura Briggs Structures Design Support(KCA)r' . Fathy Abdalla,Ph.D.,P.E.,PTOE s Patrick Mulhearn,PE THE CAC/KCA TEAM Sarah Futral,EI Sure cy&Mapping(RVsA) j r . O H L 1 hlih Coordination(KCA) Community ' TI "�` Michael Ward,PLS _ �� - 70 Dennis Miller,PSM Chris Meares,PE Asphalt Community Asphalt ZEP Construction,Inc. Construction Testing Geotechnical 1Al Right-of-Way 1 lapping R11 A Corporation(CAC) (ZEP) and Inspection,Inc. Gary I ary Drew,P E ! i Mike Ward 1 �,. r t'S. l!LTING Kisinger Campo&Associates, RWA Consultants,Inc. Ardaman&Associates, Corp.(KCA) (RWA) Inc.(AAI) Packet Page F240-CI I RFP 14-6289 I Exhibit A: Organizational Chart EXHIBIT B I KEY PERSONNEL BIOS 9/9/2014 16.A.28. Name and Role Role/Responsibility and Experience Relative to the Company Jeffrey Smith (CAC) Mr. Smith's diverse experience encompasses all aspects of heavy-highway civil related work, Construction D/B Coordinator, including rail, ports, marine facilities, bridge structures, water treatment facilities, airports, 35 Years of Experience foundations, site work, roadwork, and mass earthwork. Jeff excels at molding designers and constructors into a solid Team of disciplined cooperators working hand in hand with the owner. Mr. Breuer has over 40 years of heavy/highway construction experience. He is responsible 1.0 Dennis Breuer(CAC) for$20+million US 41 and SR/CR 951 (Collier Boulevard)intersection improvement project Construction PM, being constructed for Collier County. Primary responsibilities include managing milling/ 40 Years of Experience paving operations in addition to managing approximately 15 various subcontractors in primary areas of excavation, storm drainage, utility installation and excavation as well as secondary areas such as signals, lighting,signing,and ITS. Mr. Reaburn has participated in numerous D/B projects and is currently serving as Project Bobby Reahurn (CAC) Superintendent on CR/SR 951 & SR 90/US 41 Intersection Improvement Project and, RRR Construction Roadway Superintendent, Roadway Improvements on CR/SR 951 for Collier County. Supervision of CAC self- 15 Years of Experience performed work in addition to scheduling and supervision of approximately 15 major and minor subcontractors. Mr. Scribner has over 28 years experience in the heavy civil,bridge,and marine construction It Kirk Scribner(CAC) industry including work in the United States and Canada. He has over 15 years of FDOT Construction Structures bridge construction experience on projects throughout the state and is familiar with all aspects Superintendent, of pile driving, forming, and pouring concrete, soil anchors, cofferdam construction and 28 Years of Experience dewatering, embankment construction, deck forming and pouring and any other aspect of bridge construction. TPaul Wingard, PE, LEED AP Mr.Wingard was the engineer responsible for the oversight of the design and construction of Construction Environmental the Midpoint Bridge. Paul will perform similar duties on this project, ensuring our product Compliance Superintendent meets Collier County's needs while assisting the coordination with local UAO's. He will also 40 Years of Experience ensure environmental compliance. Todd Weaver(CAC) Mr. Weaver has participated in numerous FDOT projects including the 1-75 IROX Project. Construction Specialty His work record and experience are exemplary with respect to safety and quality and his TTC Superintendent, qualifications include hazmat and incident investigation and management. Mr. Weaver will 30 Years of Experience lead our team as the Construction TTC Superintendent. In addition to his project management experience,Mr.Meares was the roadway design engineer Chris Meares(KCA) for the US 17 D/B in Charlotte County from CR 764 South to DeSoto County Line for District Design Project Manager and One as well as the lead design engineer on the Upper Tampa Bay Trail Underpass at Waters Roadway EOR Avenue(D/B)for District Seven.He also will be the Roadway Design EOR for the Vanderbilt 17 Years of Experience Drive Bridge Replacement project and is currently assisting Mr.Putaansuu at Collier County with the evaluation of the design and administration of the Oil Well Road widening. Mr. Barclay's years of experience in management, inspection, and QC of bridge and road construction projects have earned him the reputation as one of the most proactive problem rir Trey Barclay(KCCS) solvers in the industry. Mr. Barclay has an extensive range of experience with all types of Design Constructability construction projects in FDOT Districts 1,4,and 6.His broad experience includes construction QA Manager and design management,CEI experience,bridge maintenance inspection,surveying,roadway 30 Years of Experience design, prestressed concrete piling, and segmental bridge construction. He is experienced in all phases of construction, from constructability review and original survey to submittal and acceptance of the final estimate package. Mr.LaBarbera's expertise includes design of cast in place/prestressed/steel bridges,bridge load ratings,box culverts,mast arms, sign structures,retaining walls, and structural rehabilitation. He has served as the EOR for several projects along US 27 and SR 80. The SR 80 projects Jason LaBarbera,PE(KCA) were very similar to this project as they consisted of widening SR 80 from a 2 lane highway Design Structures EOR, to a 4 lane divided highway which included the construction of 6 bridges over the C-1, C-2, 13 Years of Experience C-3 and C-4 Canals.Jason has also been involved in many D/B projects including the A.Max Brewer Bridge Replacement and the George Bean Parkway and has played a key design role in larger projects such as the I-4/Lee Roy Selmon Crosstown Expressway Connector and the I-75/SR 50 Interchange. Mr. Jones is a result oriented, budget conscious, experienced PM with more than 25 years of Barry Jones,PE(RWA) civil engineering expertise across a broad spectrum of the civil engineering discipline. Mr. Drainage FOR Jones'experience includes utility management and engineering,private sector developments, 25 Years of Experience public sector projects, and developer representative. His diverse background provides him with a broad base to draw upon when challenges need to be met and lines of communication need to be clear. Packet Page yep is DI RFP 14-6289 I Exhibit B: Key Personnel Bios 9/9/2014 16.A.28. 4 TAB 3 : APPENDIX ''' ,,,, - III 'II witson Blvd i +e T ED cr e X a .� . , � '3" . ,y‘4,F4.4,..- x sa to _ OHL k Community T _ _u .u1 Asphalt THE CAC/KCA TEAM ,,' gal Packet Page-1242- STEP L• LETTER OF INTER : 9/9/2014 16.A.28. Co er County D/B Golden Gate Boulevard 4-Lane, East of Wilson Boulevard APPENDIX I TABLE OF CONTENTS TABLE OF CONTENTS ADDENDUM ADDENDUM NO.1 SIGNED ADDENDUM NO.2 SIGNED ADDENDUM NO.3 SIGNED ADDENDUM NO.4 SIGNED ADDENDUM NO.5 SIGNED KEY PERSONNEL RESUMES(PER THE 8zA) CONSTRUCTION D/B COORDINATOR PAGE 1 CONSTRUCTION PROJECT MANAGER PAGE 2 CONSTRUCTION QA MANAGER PAGE 3 CONSTRUCTION ROADWAY SUPERINTENDENT PAGE 4 CONSTRUCTION STRUCTURES SUPERINTENDENT PAGE 5 DESIGN PROJECT MANAGER&ROADWAY EOR PAGE 6 DESIGN QA MANAGER PAGE 7 DESIGN CONSTRUCTABILITY QA MANAGER PAGE 8 ROADWAY DESIGN SUPPORT PAGE 9 DESIGN SPECIALTY TTC EOR PAGE 10 GEOTECHNICAL ENGINEER PAGE 11 /""! DESIGN STORMWATER EOR PAGE 12 ENVIRONMENTAL AND PERMITTING PAGE 13 ENVIRONMENTAL AND PERMITTING SUPPORT PAGE 14 DESIGN STRUCTURES EOR PAGE 15 Packet Page-1243- 1:LOI RFP 14-6289 I Table of Contents I Appendix 9/9/2014 16.A.28. it? tel' Count,y Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Administrative Services Division FAX: (239) 252-2810 Purchasing ADDENDUM 1 Memorandum Date: May 7, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 1 Solicitation #and Title 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following requirement is issued as an addendum for the referenced solicitation: In order to obtain copies of the Bridge Plans for this project you must fill out the Exempt Documents/Security System Plan Distribution Form (see attachment). A completed form must be submitted to the Purchasing Department in order to receive a CD containing the Bridge Plans. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delete Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. .-~"- June 06, 2014 (Signature) Date Community Asphalt Corporation (Name of Firm) Addendum#1 Packet Page-1244- 9/9/2014 16.A.28. C( 7i1' County Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Administrative Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #2 Memorandum Date: May 21, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #2: Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until May 30th, 2014. • The question and answer period for this solicitation has been extended until May 27th, 2013 • In response to a question on the online bidding system the following files have been posted to the online bidding system as an attachment to this addendum. O 14-6289—A2 071102-5 Application O 14-6289 —A2 SFWMD Permit • The following statement is added to this RFP and made part of the solicitation "The use of vibratory rollers shall not be permitted in the vicinity of the City Of Naples Raw Water Main along the north side of Golden Gate Boulevard east of Wilson Boulevard during the project construction phase. Consultation with the City of Naples Utilities Department is required prior to the initiation of any construction work on the project." • The following statement is added to this RFP and made part of the solicitation specifically Exhibit C — Price Proposal Page. "In Exhibit C- Price Proposal Page, Alternate A and Alternate B pricing proposals are add alternates, and as such are additive to the Base Proposal. The County reserves the right to award the Base Price Proposal, and any Addendum#1 Packet Page-1245- 9/9/2014 16.A.28. combination of Alternate A and Alternate B Price Proposals, or not award the .--, project at all, depending on funding at the time of award." • The following statement is added to this RFP and made part of the solicitation specifically Step III — Evaluation and Selection of Design-Builder. "In Step III of the RFP, Evaluation and Selection of Design-Builder, the Final Ranking of the Design-Build proposers will be evaluated on the Technical Proposal score and the Base Price Proposal score only, and not evaluated on the Alternate A and Alternate B Price Proposals score." • An "Alternate B" has been added to this solicitation and included as part of this addendum. The following file should be completed and submitted to the County in a sealed envelope with your technical proposal: o 14-6289 —A2 Alternate B Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation )e?' (Signature) Date (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Packet Page-1246- 9/9/2014 16.A.28. n Co County Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Administrdtive Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #3 Memorandum Date: May 28, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #3: Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 2, 2014. • The following statement from Addendum #2 is now corrected to read as follows: The following statement is added to this RFP and made part of the solicitation specifically Step III — Evaluation and Selection of Design-Builder. "In Step III of the RFP, Evaluation and Selection of Design-Builder, the Final Ranking of the Design-Build proposers will be evaluated on the Technical Proposal score and the Base Exhibit C - Price Proposal page, score and not evaluated on the Base Proposal along with Alternate A and Alternate B Price Proposals score." The additions in the solicitation are shown herein by underlining; deletions are shown by strikethroughs. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. ( ignature) Date (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Addendum#3 1 Packet Page-1247- 9/9/2014 16.A.28. Co it*er County Email: evelyncolon @colliergov.net �..� Telephone: (239) 252-2667 Adninistrative Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #4 Memorandum Date: May 30, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #4 Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 6, 2014. • The following corrections and additional language are made part of solicitation 14-6289 through this addendum: Paqe 14 and 15: 1. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number _ - - - - - - - _- 28 2013-69 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three (3)firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 2. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. The County's procedure for selecting is as follows: Addendum#4 1 Packet Page-1248- 9/9/2014 16.A.28. 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 at toast ono(1) day in advance of all such meetings; 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. cite visits, and obtain guidanco from third party subjoct matter oxperts. The final • 7. Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, interviews, or oral presentations. 8. The Selection Committee, as approved by the County Manager or designee, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members will score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. Consultant(s) shall have an opportunity to discuss their qualifications, approach to the project and ability to furnish services for the scope of work outlined in this solicitation during the publicly announced Selection Committee Meeting prior to the final ranking. This discussion does not preclude the County from having additional presentations by ranked firms at the County's sole discretion. 9. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. 10. Negotiations shall begin with the top-ranked firm(s) in accordance with Florida Statute 287.055. 11. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Packet Page -1249- 9/9/2014 16.A.28. Page 7 and 8: STEP II: TECHNICAL & PRICE PROPOSALS (Only the Short listed Firms Resulting From Step One Will Be Invited to Provide Technical&Price Proposals) Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. The utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and when required, separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Step II includes both Technical and Price Proposals. Final scoring is as follows: Technical has a maximum 40% of total score and the Price Proposal is valued at a maximum of 60% of total score (see section III for more details). The items listed below shall be the evaluation criteria for the Technical proposals and must be reflected in each proposal and should be submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a proposer to include all listed items may result in the rejection of its proposal. Proposer shall ensure that all TABS in his Technical Proposal in STEP II of the RFP process include information relating to the Resurfacing component (Alternate B) of the project. Tab I: Project Approach. (40 points, 10 pages maximum; note: Only 2 pages can be 11 X 17 formats)The proposal will be assessed -1 point for each additional page over the described limit. 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 certification that the Proposer will accept any awards made as a result of said submission of the terms contained therein. The Proposer shall include a description of how the design of the project will be approached. The proposal will include options to be considered and the issues to be resolved in the preparation of project specific standard drawings. Specifically address how the design team will approach BCB permitting and right of way plans to comply with the project requirements. Provide the methods to be used to avoid construction conflicts. The Proposer will present concepts in their ability to develop cost effective solutions through innovative design and contracting methods to speed up the construction. In this tab, include a detailed plan of approach (including major tasks and sub-tasks). Construction staging will be highly critical to this approach. • Describe proposed Traffic Control concept for the Resurfacing component of Golden Gate Boulevard West, including avoiding peak travel times. Page 37 and 38: PROJECT INFORMATION A. Introduction The purpose of this Exhibit is to describe the scope of work and the responsibilities of the Design-Build (DB)firm in connection with the preparation of a Request for Proposal package Packet Page-1250- 9/9/2014 16.A.28. for the design and preparation of a complete set of construction plans and special provisions, and construction of: • Roadway improvements to the transportation facility described herein, and the • Bridge/structural improvements for the structure identified herein. In December of 2008, a design was completed for the 6-lane widening of Golden Gate Boulevard (CR 876)from Wilson Boulevard to DeSoto Boulevard. Due to budget constraints and long range transportation needs projections, the County determined that Golden Gate Boulevard would only need four lanes. It was further determined that Transportation Engineering (TE) Department would pursue a redesign of the project to four lanes in a four- lane right-of-way section. The redesign would be taken to 60%plans and all permits (except for BCB permitting)would be obtained so that the County may, at a future date, pursue final design plans, or construct the project as a Design-Build, when construction funding becomes available. By March 2010, the 60% redesign was completed; however, the environmental resource permit for the project is still pending, and should be obtained by August, 2014. The original design and subsequent 4-lane 60% re-design included the replacement of three bridges: 1)the Golden Gate Main Canal (Bridge#034026), 2) Miller Canal (Bridge#034028), and 3)the Faka Union Canal (Bridge#034030). Bridges No. 034026 and 034028 have since been reconstructed with a previous construction project. This project also included the preliminary design (4-lane) of the two bridges which shall be used for this DB project. This new project is for the 4-lane widening of Golden Gate Boulevard east of Wilson Boulevard, excluding the Wilson/Golden Gate Boulevard intersection, including the Golden Gate Main Canal Bridge. The project begins at the beginning of the two/four-lane transition east of Wilson Boulevard. The project terminus is the 16th Street NE intersection, including all required FDOT standard tapers east of the intersection. An alternate price proposal for this project with a terminus of 18th Street NE is included. FDOT standard tapers east of the intersection are included also. An alternate price proposal (Alternate B)for the Resurfacing of Golden Gate Boulevard West is included also. A Notice to Proceed (NTP) shall not be granted to the DB firm until after issuance of the USACOE permit and after all right-of-way has been acquired. B. Purpose The County is requesting Letters of Interest(LOl's) and Technical& Price Proposals from interested firms for Design-Build services include the final design, permitting and construction of Golden Gate Boulevard 4-Lane, east of Wilson Boulevard. An alternate price proposal (Alternate B)for the Resurfacing of Golden Gate Boulevard West is included also. It is the intent of the County to select and contract with one firm to perform all aspects of the design, permitting and construction of this project. The County reserves the right to stop work before, during or after this project and is not obligated to the DB to continue the project. This solicitation is intended to comply with Chapter 287.055, Florida Statute. Pape 39: 3. Construction Services for Resurfacing of Golden Gate Boulveard West (Alternate B) a. The DB shall provide construction services for the Resurfacing of Golden Gate Boulevard West including traffic control plans (MOT). Project includes milling of existing roadway and disposal of millings, storm sewer inlet debris protection, sweeping, tack coat, level any areas prior to surface course to provide smooth dip free ride, temporary and permanent restripinq with thermoplastic, 1 '/2" asphalt resurfacing, Maintenance of Traffic (MOT), replacement of all traffic signal loops prior to final lift of asphalt being placed, Packet Page-1251- 9/9/2014 16.A.28. smooth transitions with all existing concrete, brick and asphalt driveways or a 2 linear foot asphalt turnouts at all other type driveways, and 50 linear foot resurfacing down side streets. 3 4. Property Acquisition The County may request the DB to assist with providing legal sketches and descriptions for temporary construction, and permanent easement and right-of-way acquisition for the 2-lane Bridge project and any other parts of the roadway project. The County is in the process of acquiring other right-of-way for the project and a Notice to Proceed (NTP) shall not be issued to the DB firm until this process is complete. The County is using the 4-lane 60% Design right-of-way maps as the basis of the real estate acquisition. Any deviation from these maps caused by the 100% Design of the DB firm shall be remedied by the DB firm. The additions in the solicitation are shown herein by underlining; deletions are shown by strikethroughs. Please sign below and return a copy of this Addendum with your submittal for the above referen ed olicitation. (Signature) Date (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Packet Page-1252- 9/9/2014 16.A.28. CO, itrCounty Email: evelyncolon @colliergov.net Telephone: (239) 252-2667 Adrninistrattve Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #5 Memorandum Date: June 5, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum #5 Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 11, 2014. • For Price Proposal Alternate B, the limits of the western end of the Resurfacing Project will terminate at Station 38+56.78, which is near Weber Boulevard and is the beginning of the Collier Boulevard (Green Boulevard to Golden Gate Boulevard) road widening project. Please see attached plan sheet S-18 (Signing and Pavement Markings Plan) for reference. • The DB firm shall coordinate with the South Florida Water Management District (SFWMD) on the relocation of their monitoring wells # C-1951 and C-953, which are in the vicinity of the Main Golden Gate Canal Bridge. The existing monitoring wells are within the footprint of the roadway widening, and shall be properly abandoned and shall be relocated by SFWMD outside the new roadway footprint. The additions in the solicitation are shown herein by underlining; deletions are shown by strikethroughs. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. )7 ;;' -~ June 9, 2014 Date (Signature) Community Asphalt Corporation (Name of Firm) Addendum#5 1 Packet Page-1253- 9/9/2014 16.A.28. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Packet Page-1254- STEP 1: LETTER OF INTER : 9/9/2014 16.A.28. C0L1l16Y County /S Golden Gate Boulevard 4-Lane, East of Wilson Boulevard KEY PERSONNEL RESUMES JEFFREY SMITH '`).0 Construction D/B Coordinator PROFESSIONAL,EXPERIENCE YEARS OF EXPERIENCE: Jeff has over 35 years of Heavy Civil experience,in roles ranging from field supervisor to Divisional Director • 35 and encompassing all aspects of Heavy-Highway Civil related work, including rail, ports, marine facilities, EDUCATION: bridge structures,water treatment facilities,airports,foundations,site work,roadwork,and mass earthwork. • BSCE, University of Kentucky, 1981 PROJECT EXPERIENCE Collier County,Golden Gate Parkway:Airport Pulling Road,Naples,Florida:Project consisted of the new construction of a 517'long multi —lane structural steel curved tub girder bridge over the existing heavily traveled intersection,including one of the longest tub girder spans in the State of Florida,and 300'of double barrel box culvert to divert a SFWMD Canal. The bridge approaches required new construction of six major MSE walls ranging in height from 2 to 30 feet. In addition,two miles of Golden Gate Parkway and an associated raw water main system were reconstructed with new widening construction including massive dewatering and demucking on the exterior right of way. One mile of Airport Pulling Road was also reconstructed including extensive new construction in the existing canal of permanent sheet and H piling combination wall and Maccaferri gabions. The project also included major signing, lighting, signalization, pavement marking,landscaping,and wetland mitigation planting packages.Contract Value$32.9 million. FDOT#415456-1-52-01 Contract E6E48: 1-95/1-195 Managed Express Lanes, Miami-Dade, Florida—This project entails construction of managed express lanes from the existing HOV lanes of 1-95 inclusive of outside widening of mainline 1-95 with grading, drainage, and concrete paving,the reconstruction of the 1-95/1-195 multi-level flyover bridges,widening of 6 bridges on mainline 1-95,and substructure modifications of the HOV connector ramp bridge from SR 112 to 1-95. This existing bridge's superstructure of AASHTO beams and deck were removed and replaced with steel plate girders and a new concrete deck. The substructure was Class IV mass Concrete which included horizontal and vertical post tensioning of the piers and caps.Contract Value$138 million. FDOT##200732-1-52-01:Golden Gate Parkway:1-75 Interchange, Naples.Florida—This project consisted of three new curved structural steel girder bridges with cast in place concrete decks and integral pier caps requiring transverse post-tensioning over the 1-75 Canal, the widening and renovation of the existing Golden Gate Parkway Bridge, and the installation of a sound wall and several cast in place concrete retaining walls. Approximately 2000' of 1-75 multi — lane northbound and southbound as well as the existing Golden Gate Parkway roadway and approaches to the interchange were reconstructed or constructed new inclusive of major fencing, guardrail, signing, lighting, signalization, pavement marking,and landscaping packages.Contract Value:26.5 million. FDOT#250141-1-52-01: LeJeune Road/Okeechobee Road Reconstruction and Flyover Bridge: Reconstruction of SR 953 LeJeune Road, between NW 36th Street and Okeechobee Road.The new construction involves replacing the existing LeJeune Road Bridge at the Miami Canal with two new bridges,one southbound and the other northbound.Contract Value$14.5 million FDOT#249985-1-52-01:SR 934:Hialeah Expressway Reconstruction:Widening and Reconstruction of SR 934 consisting of the following: Addition of 1 lane each way,widening the road from four to six lanes.Widening of bridges over the FEC Railroad at NW 69th Ave and W. 5th Way.Construction of new bridge at the cross.Contract Value:22.1 million. MDX Miami-Dade Expressway Authority: SR 836 Auxiliary Lanes, Miami, Florida: DESIGN-BUILD: S.R.836 Auxiliary Extension design/ build project,which consists of a new and reconstruction to the existing S.R.836 main line and ramps.The project includes the construction of new and reconstructed roadways,two bridge widening, retaining walls, and drainage basins.Contract Value$16 million. HEFT AET Phase 1 and 2 (design-build) — FL Turnpike Authority, Homestead Extension of Turnpike, Miami-Dade County, Florida; The Design, widening and reconstruction of the HEFT(SR-821)to accommodate the future needs for capacity, operational and safety improvements from Homestead to SW 184th Street(Eureka Drive).Work entailed roadway resurfacing and new widening construction as well as existing Toll Plaza renovation and new ITS system.Contract Value$33 million. Packet PaY-1255- RFP 14-6289 Key Personnel Resumes Page 1 of 15 Jl 1.LVL STEP 1: LETTER OF INTER : 9/9/2014 16.A.28. Cor Count y ®/B Golden Gate Boulevard 4-Lane, East of Wilson Boulevard KEY PERSONNEL RESUMES DENNIS BREUER Construction Project Manager PROFESSIONAL EXPERIENCE YEARS OF EXPERIENCE: Mr. Breuer has over 40 years of heavy/highway construction experience. He is responsible for$20+million • 40 US 41 and SR/CR 951 (Collier Boulevard) intersection improvement project being constructed for Collier EDUCATION: County. Primary responsibilities include managing milling/paving operations in addition to managing • BSCE,Finlay approximately 15 various subcontractors in primary areas of excavation, storm drainage, utility installation Engineering College, and excavation as well as secondary areas such as signals,lighting,signing,and ITS. 1977 PROJECT EXPERIENCE AND WORK HISTORY October/2013 to Present:Project Manager.Accountable to Division Manager. P&L responsibility for$20+million intersection improvement project in Naples,FL being constructed for Collier County,FL. Primary responsibilities include managing our own milling/paving operations in addition to managing approximately 15 various subcontractors in primary areas of excavation, storm drainage, utility installation and excavation as well as secondary areas such as signals, lighting, signing, interconnect, etc. Design of Maintenance of Traffic plans for detour routing for drainage installation. Tracking quantities for payment estimate submittals on monthly basis. Generating baseline project schedule and working with Project Superintendent in planning and schedule implementation. Coordination with CE&I and Collier County personnel in proactive discussions regarding cost saving measures as well as public information updates and notifications. May/2008 to September/2013: Vice President/Area Manager/Estimator. Accountable directly to the President. P& L responsibility for $30 - 50 million heavy/highway construction operation consisting of asphalt production/paving, concrete work and grading, with total personnel of approximately 120+ employees. Work directly with operational managers regarding staffing, scheduling, estimating and billing/collections for projects ranging in size of up to $30+ million. Projects consist of a mix of public as well as private commercial projects within an 80 mile radius of Fort Myers. Prepare estimates and serve as Project Manager on larger FDOT and other public works projects. Worked with Design Engineer/Consultants on several Design/Bid/Build projects constructed in the past few years November//2007 to May/2008: Served as Senior Project Manager for all construction operations for the Cape Coral Transportation Program. The BBC Cape Coral Division office operates as the Program Manager and Construction Manager at Risk for a 5-year infrastructure construction program for the City of Cape Coral, FL. Primary responsibilities included preconstruction design and constructability reviews for upcoming projects as well as managing ongoing current construction projects. August/2007 to November/2007: Market analysis for future business expansion along the 1-75 corridor. This work Involved conducting research into land use, zoning, permitting for future plant sites in selected target market areas as well as mapping potential sites as related to competitor's sites. July/1996 to April/2000:Vice President, Estimating.Division had average annual revenue of approximately$45 MM.Revenue generated by five asphalt plants with associated grading, drainage and base operations. Primary responsibilities consisted of preparation and review of estimates for FDOT,Air Force,Corps of Engineers,as well as other various public and commercial projects. Coordinating with field operation personnel in planning, scheduling and administration of projects awarded May/1979 to July/1996: Chief Engineer/Quality Assurance Manager Annual average revenues of$30 MM from grading,cold milling and asphalt paving operations produced from four HMA facilities. Prepared bid proposals for both public and private sector, with emphasis on public works projects for MoDOT, KCMO (Public Works/Aviation Dept.) and other City/County projects. Project management and coordination with asphalt plants and field supervision on awarded projects. Worked on other special internal company projects involving plant sites,equipment capability, mix designs and related items. May/1979-November/1986.Construction Engineer.Engaged in grading,drainage,concrete paving and bridge construction projects with annual revenues in excess of$100 MM. Responsibilities included estimate preparation, planning/pre-bid analysis on grading/drainage projects for the DOT and other sitework projects. Served as project manager on contracts awarded. October/1972- May/1979: Contract Administrator. Responsibilities included estimate preparation and project administration of projects awarded. Projects included grading and asphalt paving work for DOT,local City and County governments. Packet PaY 11. 56 6 25 -I RFP 14-6289 I Key Personnel Resumes I Page 2 of 15 Jl' STEP 1: LETTER OF INTER : 9/9/2014 16.A.28. Co _Urer County S Golden Gate Boulevard 4-Lane East of Wilson Boulevard !� s KEY PERSONNEL RESUMES KEITH SLOANE CTI Construction QA Manager PROFESSIONAL EXPERIENCE ............... YEARS OF EXPERIENCE: Mr. Sloane has over 21 years of experience in Geotechnical & Materials Testing and Inspection. He is • 21 experienced in all phases of construction with special emphasis on paving projects. His responsibilities CERTIFICATIONS include: managing the daily operation of the company, performing yearly training evaluations on all • CTQP Asphalt Paving employees, (EAR) Engineering Analysis Reports, Corporate Radiation Safety Officer, review all sampling Technician,Level 1&2 •and testing reports,and Quality Control Manager of FDOT construction projects. CTQP Asphalt Plant Technician,Level 1&2 PROJECT EXPERIENCE AND WORK HISTORY • CTQP Earthwork Construction Inspector Branch manager/Corp. Radiation Safety officer (2001-Present) Level 1&2 • • Direct daily operations of Vero beach&West Palm Beach Operations CTQP Concrete Field • Scheduling of technicians and jobs Inspector • CTQP Drill Shaft • Coordinate hiring,training and all aspects of personnel management Inspector • Monitoring Quality Control testing and field inspections on numerous projects from Palm Beach County • ACI Concrete Field to Brevard County. Testing Technician, • Reviewing all testing which includes Quality Control, Verification and Independent Verification results, Level 1 coordinating with the Contractor and FDOT representative to ensure proper construction within the • Radiation Safety Officer specifications for each project. Training • Project QC Manager for FDOT projects • Qualified Storm Water • Maintain all Radiation Materials License records and equipment for all locations Management Inspector • Nuclear Density Gauge / ■.Senior Field Inspector(2000-2001) Safety &Hazmat • Performed FDOT testing as required by the job guide schedule • Radiation Safety Officer • Completion of FDOT Asphalt Roadway and Concrete reports Training • Monitored contractors daily operations and man power • Recorded quantities of materials used Quality Control Manager/Radiation Safety Officer(1998-2000) • Key person in layout&start up of lab • Wrote quality control plans • Scheduled lab and road QC Staff • Maintained all Radiation Materials License records Asphalt Plant QC Technician(1998) • Performed daily materials testing and reporting for FDOT projects • Assisted with new mix designs • Maintained lab equipment Field Technician(1996-1998) • Performed daily materials testing and reporting for FDOT Asphalt projects • Tested soils and concrete on various projects and in multiple counties • VT inspections and testing on FAA projects both in FL and GA • Performed soils and concrete lab testing as needed Aggregate Technician(1993-1996) • Key person in layout&start up of soils lab at redistribution terminal • Certified 7 different stockpile for FDOT use • Maintained FDOT testing and records for approved products and soils lab equipment • Assisted concrete lab department with concrete designs as needed Packet Pan-.1.257-1 RFP 14-6289 I Key Personnel Resumes I Page 3 of 15 ip STEP 1: LETTER OF INTER : 9/9/2014 16.A.28. _flier County O Golden Gate Boulevard 4-Lane, East of Wilson Boulevard D/B s KEY PERSONNEL RESUMES BOBBY REABURN Construction Roadway Superintendent. PROFESSIONAL EXPERIENCE YEARS OF EXPERIENCE: Mr. Reaburn has participated in numerous D/B projects and is currently serving as Project Superintendent . 15 on CR/SR 951 & SR 90/US 41 Intersection Improvement Project and, RRR Roadway Improvements on CR/SR 951 for Collier County. Supervision of CAC self-performed work in addition to scheduling and supervision of approximately 15 major and minor subcontractors. PROJECT EXPERIENCE AND WORK HISTORY 01/2014-Present,Community Asphalt Corp. Reports to Project Manager,duties include: Serving as Project Superintendent on: • CR/SR 951 &SR90/US41 Intersection Improvement Project • RRR Roadway Improvements on CR/SR 951 for Collier County, Florida • Supervision of Community Asphalt Corp.self-performed work in addition to scheduling and supervision of approximately 15 major and minor subcontractors. 04/2012-01/2014 Astaldi Construction U.S. Serving as Roadway Superintendent for SR 84&SR951 Intersection Improvement for Collier County. Florida Duties included: • Supervision of all Subcontractors and roadway construction through final completion and acceptance. 02/2011 —04/2012 Better Roads, Inc. Serving as General Superintendent for various projects in the Southwest Florida area. Projects include: • Drainage improvements,grading and milling/paving near Arcadia on SR 17, Charlotte County. • Median improvements and milling/paving on Viscaya Parkway in Cape Coral, Florida • Shoulder widening on SR 78 from SR 17 to SR 31, Charlotte County, Florida. 06/2010—01/2011 City Excavating Serving as General Superintendent on various projects in the Southwest Florida area. Projects include: • Swale Rehabilitation in Jupiter, Florida • Various roadway projects in Lee and Sarasota Counties. Packet Pale-.1.258-l RFP 14-6289 Key Personnel Resumes Page 4 of 15 Jl i _- STEP 1: LETTER OF INTER : 9/9/2014 16.A.28. Co eY County /B Golden Gate Boulevard 4-Lane East of Wilson Boulevard KEY PERSONNEL RESUMES KIRK SCRIBNER /= Construction Structures Superintendent PROFESSIONAL EXPERIENCE YEARS OF EXPERIENCE: Mr. Scribner has over 28 years experience in the heavy civil, bridge, and marine construction industry • 28 including work in the United States and Canada. He has over 15 years of FDOT bridge construction EDUCATION: experience on projects throughout the state and is familiar with all aspects of pile driving, forming, and • A.A.Drafting Design, pouring concrete, soil anchors, cofferdam construction and dewatering, embankment construction, deck Ifred Ag-Tech.Wellsville forming and pouring and any other aspect of bridge construction. Campus,Wellsville, New York WORK HISTORY ZeD Construction. Inc., Ft. Myers,Florida, 1987-Present Senior Superintendent, Vice President, Responsible for field operations associated with the construction of major, intermediate, and minor bridge projects throughout the state of Florida. Major bridge experience was a project containing curved steel girders. Pitts Engineering Construction, Ltd.. 1975- 1987 Foreman promoted to Superintendent in 1981,Responsible for all labor aspects of excavation process. Well versed in all equipment used on job sites. Foreman over three to twenty-five laborers. Worked as General Foreman with three or more other foreman. Experience concentrated on excavation, backfill,and grading operations. Knowledgeable on sewer and water main work. PROJECT EXPERIENCE 1986-1987 Hurdman Bridge-Ottawa. Labor-Excavation Foreman ^Responsible for equipment used in demolition of old bridge,equipment used in widening piers and abutments, all aspects of labor on project. Dealt with cofferdam,dewater,and rock excavation(hand and machine),forming and pouring concrete,stripping,preparation of grade and erect scaffold falsework for deck widening, concrete deck pouring and finishing (using Bidwell screed), housing, curing, and strip deck form. 1985-1986 East Transit Way&417 Interchange at St. Laument, Excavation Grade Foreman Responsible for equipment used in the excavation and disposal of overburden rock required on site. Coordination of drilling and blasting operation performed by subcontractors. Rock excavation,surface preparation and installation of storm and sewer catch basins and manholes. Involved with the installation of temporary rock anchors used to support the formwork system for the poured walls. Jan.85-Aug. 85, Hunt Club Bridge Responsible for all aspects of labor and equipment for the project concentrating on fill placement,final grading,and cleanup. Dec.83-May 84 Service Tunnel of Chateau Laurier Responsible for all aspects of labor and equipment associated with the underpinning of the old CFR Tunnel.This involved the installation of permanent rock anchors needed to stabilize the existing rock formation. Jan.82-Jan.83, Power House,Sault Ste. Marie, General Foreman Responsible for all pressure grouting, rock bolting,and rock stabilization. Supervised four lower tier foreman. Seat.80-Jan.82, Innisfall,Alberta Responsible for excavation, backfill, rock bolting,portal faces,grouting, and shot creting in tunnel. Oct.77-Jan.80,Wesleyville Dredge foreman responsible for final excavation prior to placement of a 20 foot diameter pipe into lake Ontario in conjunction with a generating station. Apr.77-Oct.77, Douglas Point Responsible for labor and equipment involving rock excavation, site preparation, and the installation of post tensioned permanent rock anchors required to stabilize the surrounding rock formation for generating station. "Packet Pale .259 59-� RFP 14-6289 Key Personnel Resumes 1 Page 5 of 15 Jl 1 STEP 1: LETTER OF INTER : 9/9/2014 16.A.28. 9runty D/B Golden Gate Boulevard 4-Lane, East of Wilson Boulevard KEY PERSONNEL RESUMES CHRIS MEARES PE Design Project Manager and Roadway FOR PROFESSIONAL EXPERIENCE YEARS OF EXPERIENCE: Chris has 17 years of experience in roadway design, site design, mufti-use trail design, and project • 17 management.While serving as PM for the Hillsborough County General Engineering Consultant, Mr. Meares EDUCATION: gained significant understanding of municipal government operations, which, combined with his background • BSCE,University of in private development, strengthens his ability to interface between public and private entities as well as South Florida,1999 local utilities and permitting agencies. In addition to his project management experience, Mr. Meares was REGISTRATIONS: the roadway design engineer for the US 17 D/B in Charlotte County from CR 764 South to DeSoto County • Professional Engineer, Line for District One as well as the lead design engineer on the Upper Tampa Bay Trail Underpass at Waters Florida,62955 Avenue (D/B) for District Seven. He also will be the Roadway Design FOR for the Vanderbilt Drive Bridge • FDOT Maintenance Replacement project and is currently assisting Mr. Putaansuu at Collier County with the evaluation of the of Traffic advanced, design and administration of the Oil Well Road widening. TTCM62oign Exception g • FDOT Design Excepp tion PROJECT EXPERIENCE &Design Variation 1__ .__.., Workshop US 17 from CR 764 South to DeSoto County Line Reconstruction,D/B—This D/B project,located in Charlotte AFFILIATIONS: County north of Punta Gorda, involved the reconstruction of a two-lane urban facility to a four-lane facility • American Society of that would accommodate widening to the median to a six-lane ultimate section.The southern two miles was Civil Engineers,398238 constructed to a suburban section with a curb and gutter on the outside.The northern 2.5 miles was constructed • Florida Institute of to a rural section.Three new bridges were designed and constructed next to the existing structures that were Consulting Engineers modified and upgraded. Environmental and drainage issues included gopher tortoises, scrub jays, FEMA no- (FICE),Corporation rise certification,floodplain impacts,and wetland impacts. KCA was responsible for all aspects of the project including utility coordination with the owners, obtaining permits, lighting design,traffic control, signing and marking, structures,and CEI. Role on project: Roadway Design Engineer Performed design of horizontal alignment, vertical alignment, and cross sections; Utility relocations, drainage analysis;Maintenance of traffic design. CR 39 over The Little Manatee River—This project included replacing the existing two-lane bridge carrying CR 39 over the Little Manatee River with a new 120-foot bridge with sidewalks in southeast Hillsborough County.KCA designed bridge,roadway,and traffic control plans for the staged construction of the new bridge.The project also included hydraulic and scour analyses as well as floodplain compensation and permitting. Role on project: Roadway Design Engineer Performed design of horizontal alignment, vertical alignment, cross sections, and pavement design including all roadway plans production; Utility relocations, drainage analysis; Maintenance of traffic design which included the staged reconstruction of two lane,two way bridges undergoing vertical realignment. Suncoast Bikeway and Pedestrian Bridge over SR 50:FDOT Turnpike Enterprise—This project consisted of plans preparation for 12 miles of a 12-foot-wide bikeway paralleling the Suncoast Parkway, including the design of an 833-foot-long pedestrian bridge over SR 50.TCP plans used innovative pilot cars to lead emergency vehicles through detour site while traffic on SR 50 was closed to set the girders. Role on project: Roadway Design Engineer Maintenance of traffic design for entire bike trail from SR 50 to Centralia. George Bean Parkway Widening and Return to Terminal Recirculation Bridge at Tampa International Airport—This project included the design and construction of the widening of the George Bean Parkway to provide an additional lane into and out of Tampa International Airport, as well as around the terminal. It also included the design and construction of the Red Side Recirculation Bridge along with drainage improvements,signing and pavement marking,milling and resurfacing of all asphalt surfaces,and coordination of the complicated relocation of numerous utilities.Additionally, the project included a traffic study and concept layout for the transportation improvements necessary to support the proposed north terminal. Role on project: Utility coordination and relocation designs Coordination of SUE efforts along the project, locating all existing utilities within the project boundaries; Design of the relocation of public water and sanitary sewer lines servicing the terminal;Post design services included attending construction progress meetings and site inspections. SR 60A (US17 to SR 60). FDOT District One — This project consisted of the preparation of construction plans for the widening and reconstruction of SR 60A(Van Fleet Drive)from Wilson Avenue to SR 60 in Bartow. This project consists of 1.2 miles of four-lane rural roadway design including traffic control plans, signing and marking, right-of-way plans, and drainage improvements. KCA was also responsible for all environmental permitting including SWFWMD applications and a three span, stage constructed AASHTO beam bridge carrying US 17 over SR 60A. Role on project:Roadway Design Engineer Responsible for the maintenance of traffic design and assisted with roadway plans production. Packet PaY-1260 1.260-I RFP 14-6289 Key Personnel Resumes Page 6 of 15 Jl STEP 1: LETTER OF INTER : 9/9/2014 16.A.28. Co e"lr County D/R Golden Gate Boulevard 4-Lane East of Wilson Boulevard KEY PERSONNEL RESUMES PAUL FOLEY, PE Design QA Manager PROFESSIONAL EXPERIENCE YEARS OF EXPERIENCE: Mr. Foley has extensive engineering and project management experience. He started his career at KCA EDUCATION: in the structures department, where he served as chief structures engineer and department manager for • MCE, University of 10 years. Mr. Foley provides support for KCA's transportation,environmental,and civil design services.He Florida,1985 serves as both project engineer and project manager for a wide variety of projects involving interstates,rural • BSCE,University of and urban roadway construction,and structural design. Mr. Foley joined KCA in June 1988. Florida, 1983 REGISTRATIONS: PROJECT EXPERIENCE. • Professional Engineer, 1-75 at US 301 Interchange, Manatee County, FDOT District One—This project consists of widening 1-75 Florida,40978 to an eight lane section with major modifications to the interchange. The project length is four miles.The • professional Engineer, •interchange modifications involve reconstruction of the partial cloverleaf to a diamond interchange. This Georgia,22263 requires two new 4,000-foot-long structures for two legs of the diamond interchange to span the Manatee North Carolina,a, 5736 North Carolina,25736 River. Two additional 1,000-foot-long structures over Salt Marsh will also be widened. All stormwater is CERTIFICATIONS: being treated within the existing right of way. Role on project: Project Manager and Engineer of Record • ATSSA Florida Advanced (Roadway) MOT Training US 17 from CR 764 South to DeSoto County Line Reconstruction, Design-Build, FDOT District One — PROFESSIONAL This design-build project required the reconstruction of a two-lane rural facility to a four-lane facility that AFFILIATIONS:oa Institute Institute of would accommodate a six-lane ultimate section.The southern two miles were constructed to a suburban Consulting Engineers section with a curb and gutter on the outside; the northern 2.5 miles were constructed to a rural section. (FICE),Corporation / Environmental and drainage issues included gopher tortoises, scrub jays, FEMA no-rise certification, • National Council and floodplain and wetland impacts. KCA was responsible for all aspects of the project including utility of Examiners for coordination, obtaining permits, lighting design, traffic control, signing and marking, design of three new Engineering& structures, and CEI.Role on project: Project Manager and Engineer of Record(Roadway/S&PM) Surveying, 18247 • American Council of US 17 from Charlotte County Line to SW Collins, FDOT District One — This 4.5 mile project included Engineering Companies reconstruction of the existing two-lane roadway to a four-lane divided rural roadway with depressed median of Georgia,Corporation and roadside ditches. Project included a bridge hydraulics report for Thornton Branch where a parallel • American Council of bridge structure was constructed. Pond siting included survey, wetlands, threatened and endangered Engineering Companies species,geotechnical,historic resources,archaeological and right-of-way coordination.Permitting included of North Carolina, SWFWMD and USACE. Role on project: Project Manager and Engineer of Record(Roadway/S&PM) Corporation • Florida Engineering 1-75 Widening from Sumter Boulevard to River Road, FDOT District One—This project consists of widening Society/National a four lane interstate to six lanes while allowing for the ultimate eight lane section. The project length is 9 Society of Professional miles.The embankment in the median is being graded for the eight lane section and the storm ponds are Engineers,9000038 designed for eight lanes. The stormwater treatment is completed within the existing right of way using a combination of 27 wet and dry ponds.One bridge is widened and high mast lights are being improved and both interchanges.Construction cost is estimated at$33 million. Role on project: Project Manager/Engineer of Record(Roadway) George Bean Parkway Widening and Retum to Terminal Recirculation Bridge at Tampa International Airport(TIA), Hillsborough County Aviation Authority—This project included the design and construction of the widening of the George Bean Parkway to provide an additional lane into and out of TIA,as well as around the terminal.It included the design and construction of the Red Side Recirculation Bridge along with drainage improvements,signing and pavement marking,and milling and resurfacing of all asphalt surfaces.Additionally,the project included significant coordination of critical utilities which could not be impacted or be out of service for any length of time. The overall project design and construction cost was$30 million. Role on project: Project Manager and Engineer of Record(Roadway) Packet PagY 1261-�"RFP 14-6289 I Key Personnel Resumes I Page 7 of 15 STEP 1: LETTER OF INTER 9/9/2014 16.A.28. Co er County D/B Golden Gate Boulevard 4-Lane, East of Wilson Boulevard KEY PERSONNEL RESUMES TREY BARCLAY - Design Constructability QA Manager PROFESSIONAL EXPERIENCE YEARS OF EXPERIENCE: CR 951, from US 41 to Golden Gate Canal, Collier County — Project includes roadway widening and • 30 reconstruction from four lanes divided to six lanes divided.Also includes retention pond,drainage installation, CERTIFICATIONS: curb and gutter, signals, milling and resurfacing, and overbuild existing roadway services and construction TIN: B624333650970 of widening areas. Cost$25 million. Role on project: Project Administrator(December 2008—January • FDOT Consultant 2010) Contact: Tad Pluc, Collier County T.E.C.M., Project Manager(239)253-2885. CEI Project Manager Training Golden Gate Parkway. Grade Separated Overpass, Collier County — Construction of a major grade • FDOT Project Engineer separated intersection of Golden Gate Parkway and Airport Pulling Road, including a 513 span tub girder School bridge,utility relocation of the primary raw water supply for the City of Naples,street lighting,storm drainage, • Critical Structures and a 370-foot triple box culver redirecting Airport-Pulling canal.Cost$39 million. Role on project: Project Construction Issues, Administrator(June 2004—June 2008) Self-Study • CTQP QC Manager Contact:Jim Zuver, Collier County T.E.C.M., Project Manager(239)253-1999. • 2009 Construction Golden Gate Parkway Sections A and B. Collier County—Reconstruction of an existing roadway from two Academy • to four lanes and installation of new sidewalks, roadway, lighting, signals, interconnect system, and new CTQP Final Estimates, eis 1&2 drainage storm system. Cost$5.9 million.Role on project: Pro j ect Administrator (November 2003—April •• CTQP Drill Shaft 2005) Contact: Steve Ritter, Collier County Manager Road Construction, T.E.C.M. (239)253-1154. Inspector •Davis and Collier Boulevards, Collier County, Florida— Project included roadway widening, three left turn T Asphalt Levels Technician Asphalt Levvels 1&2 lanes, retention pond, drainage installation, curb and gutter, milling, resurfacing, and overbuild roadway • Planning and services. Cost $.7 Million. Role on project: Project Administrator (September 2003 — March 2004) Scheduling with Contact:Steve Ritter, Collier County Manager Road Construction, T.E.C.M., (239)253-1154 Primavera P6 • IMSA Traffic Signal Livingston Road Phase II,Collier County—Construction of a six lane urban facility located from Golden Gate Technician,Level 1 Parkway to Pine Ridge Road.Work included construction and relocation of existing utilities with lighting and • IMSA Traffic Signal intersection improvements.Cost:$10 million.Role on project:Project Administrator(July 2001—February Inspector,Level 1 2003) Contact:Steve Ritter, Collier County Manager Road Construction, T.E.C.M.(239)253-1154 • Advanced Maintenance of Traffic Livingston Road Phase I. Collier County— A design build six-lane urban facility. This project is located • FDOT 2014 Construction between Radio Road and Golden Gate Parkway. Work included a bridge over the main Golden Gate canal. Conference Construction and relocation of existing utilities with intersection improvements, and roadway modification • Design Build Workshop adjacent to the project. Cost:$10.6 million. Role on project: Project Administrator(January 2001 —June 2001) Contact:Steve Ritter, Collier County Manager Road Construction, T.E.C.M. (239)253-1154 Boca Grande Swing Span Rehabilitation, Charlotte County—Project included foam injection at end bents and bridge approaches. Role On project: Project Administrator/Senior Inspector SR 776 from East of Sunnybrook Boulevard to West of CR 771 —This project was 2.78 miles long and consisted of reconstruction of an existing three-lane rural facility with a two-way turn lane down the middle of a four lane divided rural facility. It included 140 drainage structures,one double(10X5) bridge culvert at Blueberry Waterway,four detention ponds, and placing sidewalk along the access roads on the north and south sides of SR 776. Lighting for the entire length of the project and one JPA with Verizon was also included.Role on project:Project Administrator(January 2000—April 2001)Contact:Tommy Tyner,FDOT Project Manager(239)656-7800—since retired Miami Canal Rest Area and Recreation Area—This$25 million rural rest area project included construction of a sewer treatment plant, water treatment plant with associated drainfields,wetland mitigation, concrete bridge widening, new bridge construction, pile and panel retaining walls,MSE walls,high mast lighting with drill shaft foundations,and construction of an 8,900 square foot building and associated ,--. structures. More than 1.3 million cubic yards of fill was deposited on site. Oversight of construction of boat ramps, floating docks, curb and gutter, many drainage structures, paving, striping, signing, and landscape planting. Role on project: Senior Inspector(February 1998-December 1999) Contact:Melvin Finch, FDOT(954) 776-4300 Packet Page -1262-� RFP 14-6289 1 Key Personnel Resumes 1 Page 8 of 15 STEP 1: LETTER OF INTER : 9/9/2014 16.A.28. Coiner County D/B Golden Gate Boulevard 4-Lane East of Wilson Boulevard KEY PERSONNEL RESUMES CHRIS WRIGHT, PE Roadway Design Support 1\t !1 1 PROFESSIONAL.EXPERIENCE YEARS OF EXPERIENCE: Mr.Christopher Wright,PE is a co-founder and the current CEO of RWA,Inc.With 25 years of civil engineering • 25 expertise, Mr. Wright focuses on infrastructure, utility,transportation, and water resource related projects; as EDUCATION: well as municipal-use facilities and master-planned communities. Recognized for his efficient and effective • BSCE, University of project management ability in the development of numerous large-scale, mufti-million dollar projects, Mr. Florida,1989 Wright's track record in the successful completion of hundreds of Florida projects lends credibility to his REGISTRATIONS: demonstrated leadership, management,and technical prowess. Spanning several of the state's counties and • Professional Engineer communities, his project work has typically required the flexibility to tailor the approach to accommodate not Florida,#47059 only the diversity of each location, but also of each client's unique objectives. AFFILIATIONS: • Urban Land Institute, PROJECT EXPERIENCE .._.__ ,� _,�—..._.._ .._ .._..�... ..__ 2009—Present • Florida Engineering Bayview/Lunar Pedestrian Streetscape Improvements 1 Bayshore Gateway CRA,FL-Principal in Charge and Society 1989–Present Project manager responsible for working with the Bayshore Gateway CRA and MSTU to assist in providing American Society of the planning, engineering, landscaping and surveying services associated with the renovation of the Lunar Civil Engineers, Street and Bayview Drive rights of way. The project is a part of the MSTU's efforts for the beautification and • 1989–Present revitalization of the Bayshore Drive corridor to enhance the area's overall appeal. • National Society of Golden Gate Parkway Six-Lane Improvements 1.4-Mile Reconstruction-Conversion of Four-Lane Rural to Professional Engineers, Six-Lane Urban Roadway 1 Collier County Transportation Department 1 Naples. FL- Principal-in-charge and • 1993-Present Florida Institute of Engineer-of-record for planning, civil engineering design, transportation consulting and permitting for the Consulting Engineers, roadway reconstruction project.Scope of work included stormwater management design,SFWMD permitting, 1997-Present 'access management,roadway design,utility relocations,lighting,construction document preparation and sub- consultant administration. Golden Gate Parkway Grade-Separated Overpass 11.6-Mile Reconstruction-Conversion of Four-Lane Rural to Six-Lane Urban Roadway with a Single-Point Elevated Urban Interchange 1 Collier County Transportation Department I Naples. FL- Principal-in-charge and Engineer-of-record for planning, civil engineering design, transportation consulting and permitting for the roadway reconstruction project and interchange design.Scope of work included stormwater management design,SFWMD permitting,access management,bridge design, roadway design, utility relocations, lighting,signalization,construction document preparation,and sub-consultant administration. Treeline Boulevard 1 1.25 Mile 4-lane Divided Rural Roadway I WCI Communities, Inca Lee County Department of Transportation 1 Fort Myers,FL-Principal-in-charge,Project Manager and Engineer-of-record for the planning,civil engineering design,permitting,construction document preparation and construction administration for a new four-lane rural roadway. Related infrastructure improvements included the preliminary design for the ultimate six-lane divided urban roadway section. This project also included the design of a large diameter potable water main, sanitary sewer force main and effluent water transmission main to support the Sun City Master Planned Community. Sun City Boulevard 1 1.4 Mile Four-lane Divided Urban Roadway I WCI Communities, Inc. I Fort Myers, FL- Principal-in-charge, Project Manager and Engineer-of-record for the planning,civil engineering design,permitting,construction document preparation and construction observation for a new four-lane urban roadway and related infrastructure improvements. Project design included a large diameter potable water main,sanitary sewer main and effluent water transmission main to support Sun City Master Planned Community. CAT Intermodal Transfer Station at Collier Government Center I Collier County, FL(New project in progress with CAT)-Project Manager for the site related design and infrastructure improvements as well as the Engineer of Record.Additionally, Mr. Wright acted as Advisor during the project planning and concept level design phase of the project.The Transit Intermodal Transfer Station will be an infill facility with modem,high-quality amenities and level of service at the existing Collier County Government Center Courthouse Annex Parking Garage. Collier County Fleet Maintenance Facility j Improvements to ExistinQlO-Acre Multi-Building Commercial Facility for Use as New Collier ■,County Fleet Facility I Disney&Associates I Collier County Board of County Commissioners I Collier County, FL-Principal-in-charge and Engineer-of-record for the planning, civil engineering design, transportation consulting, and environmental permitting services for land development and related infrastructure improvements. Scope of work included site planning, zoning petition, water management design, infrastructure design, permitting,construction document preparation and construction management services. Packet Page 11263- RFP 14-6289 1 Key Personnel Resumes I Page 9 of 15 STEP 1: LETTER OF INTER : 9/9/2014 16.A.28. Co;l er C01471-ty D/B Golden Gate Boulevard 4-Lane, East of Wilson Boulevard KEY PERSONNEL RESUMES DARREN BRANDES, PE , -- Design Specialty TTC FOR PROFESSIONAL EXPERIENCE YEARS OF EXPERIENCE: Darren has 26 years of engineering experience and presently oversees Temporary Traffic Control (TTC) • 26 development for KCA.His background includes highway design,TTC design,constructability reviews,highway EDUCATION: construction inspection,bridge maintenance inspection, Dispute Review Board participation,and international • BSCE,University of project management and design experience. He has experience on all sides of transportation projects,having South Florida,1995 served as a design engineer,engineer working directly with contractors,and as a contractor himself. REGISTRATIONS: PROJECT EXPERIENCE • Professional Engineer, �.. � Florida,53982 1-75 from the Pasco/Hemando County Line to North of SR 50—This project consists of widening 9.09 miles CERTIFICATIONS: along 1-75 from the Pasco/Hemando County line to north of SR-50 (Cortez Boulevard) in Hernando County. • ATSSA Florida Advanced The proposed improvements call for widening the existing four-lane divided interstate highway to six-lanes Work Zone Traffic and resurfacing the existing lanes. This project also includes the reconstruction of the I-75/SR-50 (Cortez Control Course,#37 Boulevard)interchange to include dual left hand turn lanes from SR-50 to 1-75,and the addition of a northbound • ACI Concrete Field 1-75 to westbound SR-50 flyover ramp and a southbound 1-75 to eastbound SR-50 flyover ramp. Role on Testing Technician, project:Traffic Control Plan Engineer Grady I • Safety&Use of Nuclear 1-275 Bridge Shoulder Widening—This project consists of widening to provide 10-foot wide shoulders. Project Gauges limits extend from SR 600/Hillsborough Avenue to Yukon Avenue along SR 93(1-275).This project also includes adding under deck lighting to the bridges,widening the outside shoulders to match the new bridge shoulders and adjusting the roadway lighting to accommodate the bridge widening. Other features include the addition of ITS conduit within the barrier wall for connection to existing ITS facilities,overhead signage and pavement markings,and resetting of guardrail.All median guardrail will be removed and replaced with median concrete barrier wall.Role on project:Traffic Control Plan Engineer US 19 (SR 55)from Whitney Road to South of Seville Boulevard, FDOT District Seven—This project involves the reconstruction of US 19 to a six-lane limited access divided highway with two-lane one-way frontage roads on each side.A complex traffic control plan was required to maintain traffic during staged construction of the new bridges. The first three spans of the mainline bridge utilize FUB-72 beams and the last three spans utilize a three-span continuous steel box girder section,resulting in a total bridge length of 1,015 feet.The substructure consists of rigid frame piers with an inverted tee cap at the point of minimum vertical clearance.All of the piers are founded on 24"prestressed concrete piles.The frontage road bridges utilize prestressed deck panels with a cast-in-place concrete topping.Role on project:Traffic Control Plan Engineer Veterans Expressway — This project included the design of 2.75 miles of four-lane expressway on a new alignment including two interchanges, a mainline toll plaza, two ramp toll plazas, and eight bridges. Roadway geometrics were established to minimize impacts to existing subdivisions and wetlands and to traverse a sinkhole-prone area. Stormwater management used 12 on-line detention ponds. Littoral areas on some ponds were planted with native plants and used as partial mitigation credit. Right-of-way was optimized using land- locked parcels for treatment and attenuation. Role on project: Designed the Traffic Control Plan Suncoast Expressway.Section 4—This project involved the design of 8.3 miles of a four-lane expressway on new alignment. Included were one major interchange, mainline and ramp toll plazas, and 8.6 miles of frontage and access roads.The alignment crosses many wetland areas and many closed drainage basins necessitating extensive stormwater management design. Ten dry retention ponds, three wet retention ponds, and eight large retention ditches were designed to meet SWFWMD permitting requirements. Five bridges were included on the project, including three,two-span prestressed concrete structures and two,two-span continuous steel plate girder structures.The construction cost was approximately$34,000,000. Role on project: Designed the Traffic Control Plan Homestead Extension to Florida's Turnpike (HEFT) — This project consisted of preparing the PD&E studies along with all applicable construction plans and specifications for the improvements required at four separate interchanges along Florida's Turnpike. Improvements included adding off and on ramps with associated mainline widenings and coordinating four new ramp toll plazas. KCA was responsible for performing all services including evaluating alternative alignments, existing drainage facilities, and associated environmental impacts for preparation and completion of a final engineering report prior to final design. Structures improvements included widening a two-span AASHTO girder bridge utilizing drilled shafts for the widening. Packet Page-1264- 1.LVl i AFP 14-6289 I Key Personnel Resumes I Page 10 of 15 STEP 1. LETTER OF INTER : 9/9/2014 16.A.28. COQ! 'er County D/B Golden Gate Boulevard 4-Lane East of Wilson Boulevard 9 KEY PERSONNEL RESUMES GARY DREW, PE �` Geotechnical Engineer PROFESSIONAL EXPERIENCE YEARS OF EXPERIENCE: • 34 Mr. Drew is Vice President and Branch Manager of the Fort Myers/Naples office of Ardaman&Associates, EDUCATION: Inc. since 1985. Responsibilities include determining and performing scope of services for quality control/ • Masters of Science,Civil quality assurance,geotechnical and geohydrological projects,and geoenvironmental projects;supervision Engineering, University of engineering, laboratory, field, drilling and office staff. Mr. Drew serves as project manager for FDOT, of Nebraska, 1984 city, county and school boards continuing services agreements for geotechnical, materials testing and • BSCE, University of environmental services. Nebraska, 1979 REGISTRATIONS: Mr.Drew is a licensed professional civil engineer with 34 years experience in materials testing,geotechnical • Professional Engineer, and geoenvironmental work.Mr.Drew's project experience in southwest Florida includes foundation design Florida 1985,No.35504 recommendations and materials testing evaluation for industrial, commercial and residential low to high- • Special Inspector of rise structures, transportation facilities (bridges, roadway soil surveys, pavement evaluation and design), Threshold Buildings, airports,water and wastewater treatment facilities, park and recreation facilities,and mining activities. Florida No 833 AFFILIATIONS PROJECT EXPERIENCE _.. • Florida Engineering SWFIA Access to 1-75,Lee County,Florida,FDIP#416649-2-52-01–Served as Project Engineer responsible Society 1985 to Present ty' g p • Florida Engineering for conducting a geotechnical study for The Lee County Port Authority to aid in construction of a new Leadership Institute access road between the Southwest Florida International Airport(SWFIA) terminal and 1-75. The project Alumni included approx.3 miles of new Northbound and Southbound collector–distributor(CD)roads between the HONORARY AWARDS Alico Road and Daniels Parkway interchanges and extending the existing airport access road westward to • Southwest Florida —connect to the C-D roads. Five bridges were required as part of the project and include Terminal Access Branch of South Florida Road bridges over 1-75 and Treeline Avenue and Northbound and Southbound C-D Road bridges over the Section,ASCE Engineer South Conveyance Channel,as well as a new off-Ramp bridge over the South Conveyance Channel. of the Year,1994 • The"George E. S.R. 951, U.S. 41 to the Marco (Jolley) Bridge; Collier County, Florida– Mr. Drew was the geotechnical Wingerter Award" consultant for Westwind Contracting and responsible for installing and monitoring the geotechnical for Extraordinary instrumentation for the geotextile reinforced embankment over soft ground(muck).Instrumentation included Meritorious Service settlement platforms, vertical and horizontal inclinometers, piezometers, and geotextile strain gages. Mr. to the CMEC,Inc., Drew was also the project manager for the roadway soil survey and geotechnical investigation for the September 23,1998 • bridges over Mcllvane Bay and Creek.As part of this program, an intense study of the shear strength and Florida Engineering compressibility characteristics of the mangrove muck deposits was completed,which allowed design of the En Engineer of f the C eapter, he Year, roadway embankment using geotextile for reinforcement and surcharge for settlement acceleration. 1998-1999 • Midpoint Memorial Bridge over the Caloosahatchee River, Ft. Myers, FL– Mr. Drew was the geotechnical Florida Engineering and construction materials testing consultant and part of the CEI team led by KCCS. Mr. Drew, and his Society r of the Chapter, g p y Engineer of theYear,' subconsultant GRL,performed the test pile program which included dynamic testing using a PDA on 18 and 2008-2009 24-inch prestressed concrete test piles in the end bents and each pier across the river to monitor pile driving stresses and pile capacity development.Set-checks were performed on a varying time frame to verify skin friction development at critical pier locations where pile uplift was concem from ship impact The PDA data,CAPWAP data and Wave Equation data were evaluated to establish the pile driving criteria. Packet Page-1265- ,,« 1.LVl AFP 14-6289 I Key Personnel Resumes I Page 11 of 15 STEP 1: LETTER OF INTER : 9/9/2014 16.A.28. Co Y County O B Golden Gate Boulevard 4-Lane, East of Wilson ulevard KEY PERSONNEL RESUMES BARRY JONES, PE ?«T1 Design StormwaterEOR A... TA. PROFESSIONAL EXPERIENCE YEARS OF EXPERIENCE: Mr.Jones is a result oriented, budget conscious,experienced Project Manager with more than 25 years of • 25 civil engineering expertise across a broad spectrum of the civil engineering discipline.Mr.Jones'experience EDUCATION: • BSCE,University of includes utility management and engineering, private sector developments, public sector projects, and Florida,1990 developer representative. His diverse background provides him with a broad base to draw upon when • AA,University of challenges need to be met and lines of communication need to be clear. Florida, 1987 As Regional Engineer for Avatar Utilities provider he leamed the challenges that public utilities face when REGISTRATION • Professional Engineer, designing, accepting, and maintaining water and sewer infrastructure. Working closely with the City of Ft. Florida#52675 Myers during the downtown redevelopment, Mr. Jones learned how to keep a city open while rebuilding the critical infrastructure that the city relied upon. His experience on public sector projects includes but is not limited to roadway design,stormwater infrastructure,bridge rehab and replacement,public utility design and permitting,traffic signal design, pedestrian improvements,and bike lane development around SW Florida. PROJECT EXPERIENCE Burnt Store Road I Lee County Department of Transportation I Cape Coral, FL- Engineer of Record responsible for the design and permitting of the six lane limited access roadway and multi-use pedestrian paths from Pine Island Road to Kismet Parkway in northwest Lee County.The project spanned four plus miles and involved five canal crossings that all incorporated elevated bridges to facilitate at grade pedestrian movement throughout the design corridor while minimizing vehicle and pedestrian conflicts. Downtown Fort Myers Streetscape Improvements I City of Ft. Myers I Fort Myers, FL - Project Manager and Engineer of Record. Provided project management services, CEI, and engineering design services for the replacement of the utility, storm, roadway and pedestrian access infrastructure associated with the downtown Fort Myers Streetscape Improvements. Traffic Signal Plans I Lee County Department of Transportation I Three Oaks Blvd and Williams Road:Corkscrew Road and Stoneybrook Golf Drive:Edgewater Drive and Harbor Drive Fort Myers.FL-Project Manager and Engineer-of-record for the design of the traffic signal plans and the related pedestrian improvements at the above referenced intersections. North Collier Boulevard Bridge over Smokehouse Bay I Marco Island Public Works I Marco Island, FL-Project Manager and Engineer- of-Record for the design and permitting of the roadway, utility and pedestrian improvements for the replacement of the North Collier Boulevard Bridge over Smokehouse Bay.Responsible for the coordination of the architectural,landscape,hardscape,lighting,and public utility consultants for the project. Sanibel Toll Plaza I Lee County Department of Transportation I Sanibel Island. FL- Project Manager and Engineer-of-Record for the bike lane and pedestrian improvements to facilitate safe pedestrian and bike movement at the approach to and exit from the Sanibel Toll Plaza and boat ramp. Improvements included additional parking at the adjacent boat launch facility as well as the design of bike lanes along two plus miles of Summerlin Road. Summerlin Road Corridor Pedestrian Improvements I Lee County Department of Transportation I Fort Myers, FL -Project Manager and Engineer of Record for the design of the bike lane and pedestrian improvements along approximately 3.5 miles of the Summerlin Road Corridor from Gladiolus Drive to Pine Ridge Road in south Lee County. Littleton Road Sidewalk Improvements I Lee County Department of Transportation I North Ft.Myers,FL-Project Manager and Engineer- of-Record for the design and permitting of the sidewalk construction along Littleton Road from US 41 to Old US 41 and the related intersection improvements at the Littleton Road/US 41 intersection. Plantation Road CEI and Utility Coordination I Lee County Department of Transportation j Fort Myers. FL-Project Engineer responsible r� for the CEI and utility Packet Page-1266- - - ,Lep 1. AFP 14-6289 I Key Personnel Resumes I Page 12 of 15 STEP 1: LETTER OF INTER : 9/9/2014 16.A.28. Cod er County O/S Golden Gate Boulevard 4-Lane East of Wilson Boulevard ,/ f KEY PERSONNEL RESUMES MARK EASLEY W., Environmental and Permitting PROFESSIONAL EXPERIENCE —a YEARS OF EXPERIENCE: Mr.Easley manages scientific investigations required for environmental assessment of a wide variety of project • 33 types, including surface, air and water transportation, industrial and mixed-use complexes, and agricultural EDUCATION: development. He is also active in regional-scale drainage studies, as well as research of marine coastal and • BS Biology,University of freshwater wetland systems and federal and state listed species. His technical expertise includes biological South Florida' and ecological investigations and impact analyses as well as preparation of related reports and permit CERTIFICATIONS applications, mitigation plans, and conservation measures. He has also been involved in the development of • 1987 Habitat Evaluation National Environmental Policy Act(NEPA)documents ranging from Categorical Exclusions to Environmental Procedures(HEP)/ Impact Statements (EIS) for multiple federal agencies. He has an in-depth knowledge of all federal, state, US Fish and Wildlife regional and local environmental criteria and associated agency procedures, including federal 404 Dredge Service and Fill Permitting,Sections 7 and 10 Consultations for Protected Species, and state wetlands and protected • 1988/Wetlands species permitting. Evaluation Technique (WET)/US Army Corps PROJECT EXPERIENCE of Engineers • Project Manager, US 41 Trail, Collier County. Florida. Project Manager for the development of environmental 2004/uniform Mitigation Assessment documents for an approximately 2.3 mile bike path/trail extending from 6L Farm Road and CR 92 in Collier Method/State of County. The project extends through the Collier Seminole State Park. Project issues include wetlands, Florida federal and state listed species and section 4(f)lands. Tasks included the development and review of PD&E • 2009/Authorized documents, management of subconsultants, and review of project design plans. This project was a Local Gopher Tortoise Agent Agency Participation project between the FDOT and Collier County. /Florida Fish and Project Manager. US 41 from SR 29 to Collier/Dade County Line,Collier County. Florida: Responsible for the Wildlife Conservation �7versight of the development of environmental documents and Type II Categorical Exclusion associated with Commission(GTA 09 proposed guardrail and safety shoulder improvements on approximately 32 miles of US 41 in Collier County. 00263) Specific tasks included development of the project description and purpose and need statement, oversight AFFILIATIONS • National Association of consultant data collection, review of environmental documents, project scheduling, and coordination with of Environmental federal and state regulatory and review agencies and local project stakeholders. Professionals Environmental Task Manager and Deputy Project Manager, Environmental Impact Statement. SR 29 • Florida Association Expansion, Collier County, Florida: Responsible for the oversight of the natural environmental sections of of Environmental the NEPA document for the expansion of an 18-mile section of SR 29 in Collier County. Project alternatives Professionals included the widening of the existing roadway as well as new alignments east and west of the existing roadway. Specific tasks included the oversight of data collection,development and review of environmental documents, and coordination with federal and state regulatory and review agencies. Environmental documents developed for the project included wetlands, protected species,hazardous materials,drainage, noise and archaeological/historical reports,as well as the EIS developed for the Federal Highway Administration and the FDOT. Environmental Task Manager and Senior Environmental Scientist, US 41 Widening, Categorical Exclusion, Collier County, Florida: Responsible for the oversight of the natural environmental sections of the NEPA document for the expansion of an existing eight-mile section of US 41 in Collier County. The project included widening segments of the existing two-lane roadway to four and six lanes. Specific tasks included the oversight of data collection,development and review of environmental documents,and coordination with federal and state regulatory and review agencies. Environmental documents developed for the project included wetlands, protected species, hazardous materials, drainage, noise and archaeological/historical reports, as well as the Environmental Assessment for the Federal Highway Administration and the FDOT. Environmental Task Manager,SR 93/1-75 from Sumter Boulevard to River Road, Sarasota County. Florida: Responsible for the permitting of the widening of approx. 9.1 mile section of 1-75 in Sarasota County.The project consists of the widening of this segment of 1-75 from four to six lanes and the development of a stormwater management system to address water quality concerns. Specific tasks included 'he assessment of the project area for the presence of federal and/or state listed protected species,determination of wetland jurisdictional boundaries using federal and state guidelines, a quantitative assessment of existing wetland values. and wetland values lost using the UMAM. Additional tasks include obtaining USACE 404 dredge and fill permit, FDEP National Pollutant Discharge Elimination System permit,and Southwest Florida Water Management District Environmental Resource Permit. Packet Page-1267-ZFP 14-6289 I Key Personnel Resumes I Page 13 of 15 i� STEP 1: LETTER OF INTER : 9/9/2014 16.A.28. Col er County WE Golden Gate Boulevard 4-Lang: East of ilson Boulevard KEY PERSONNEL RESUMES SARAH JOHNSON `' Environmental and Permitting PROFESSIONAL EXPERIENCE YEARS OF EXPERIENCE: As a scientist for 9 years, Ms. Johnson has extensive experience in managing and conducting public and . 9 private sector projects, biological assessments, GIS, photo interpretation, and related studies. She has EDUCATION: experience with NEPA documentation, Wetland Evaluation Reports and Endangered Species Biological • MS Zoology, University Assessments, and environmental assessments. Ms. Johnson has managed projects with entities such as of Oklahoma,2004 private development,SWFWMD,SFWMD, HCEPC, Florida Turnpike Enterprise, FDOT Districts One, Seven, • BS Zoology,Ohio and Five,as well as Lee, Collier, Hillsborough, Pinellas,Sarasota,and Nassau Counties. Wesleyan University, 2000 PD&E Design, Re-evaluations. Design-Build and NEPA — Ms. Johnson has participated in numerous SPECIALIZED TRAINING studies which required the development and evaluation of project alternatives, particularly in the field of • FDOT PD&E Manual transportation. Her experience on transportation projects has focused on environmental data collection and Process Training Class analysis, development and evaluation of project alternatives, compiling required environmental documents, Basic Processes in and conducting public involvement programs. She has participated in studies for Intracoastal Waterway Hydric Soils Course, bridge replacements,roadway widening projects,and development of new roadway corridors and alignments. March 2008 She has also completed several design, permitting, re-evaluations, and design-build projects. Ms. Johnson • USACE Wetland is knowledgeable of the PD&E guidelines used for development of transportation projects by the Florida Delineation and Department of Transportation and the NEPA process. Management Training Program, May 2007 Habitat and Protected Species Studies — Ms. Johnson has participated in projects for both habitat and • Growth Management protected species,providing environmental coordination and support to FDOT,various Florida counties,FWC, and Environmental and USFWS. Projects centering on habitat management have included habitat mapping,photointerpretation, Permitting Short identifying areas for habitat restoration/enhancement/creation, and regional offsite mitigation plans. course, February 2006 Additionally, Ms.Johnson has direct experience conducting protected species surveys for the Florida panther, • Introduction to GIS, t' crested caracara and nests, Florida scrub jay, Big Cypress and Sherman fox squirrel, gopher tortoise, red- ESRI,July 2001 cockaded woodpecker, wood stork, West Indian manatee, Florida mouse, Florida sandhill crane nests, CERTIFICATIONS protected wetland dependent birds, and burrowing owls. Ms. Johnson also has extensive knowledge on the • Gopher Tortoise mitigation requirements for each of these protected species. Authorized Agent, FWC, #GTA-10-00080 PROJECT EXPERIENCE • Small Mammal Developing a Regional Offsite Mitigation Area for Pepper Ranch Preserve. Collier County This project scientific correcting Permit Holder FWC,# involved prioritized wetland areas to be enhanced or modified to generate wetland credits for Collier County LSSC-1-oo139 to use on projects. Role on Project: Project Manager. Ms. Johnson coordinated with the engineer, geotech, • FWC Approved Florida and survey companies to develop a mitigation plan that would identify wetland mitigation projects within the Manatee Observer Pepper Ranch property;also developed a credit ledger and release schedule to determine when credits will • FDEP Stormwater be available for release as well as calculated the wood stork prey biomass to determine habitat credits within Management Inspector, the enhanced wetland areas. #23835 Stormwater Management Inspector SR 29 PD&E Study from north of SR 82 to south of CR 80A. Collier and Hendry Counties — This project • Certified Ecologist, ESA involved an impact analysis and study of design altematives for the widening of 23 miles of SR 82 from two ORGANIZATIONS lanes to six lanes. Environmental concerns include wetlands and protected species such as the Florida . Ecological Society of panther, gopher tortoise, indigo snake, wading birds, bald eagle, wood stork, and crested caracara. Role America on Project Assistant Project Manager. Ms. Johnson assessed wetland impacts and evaluation impacts • Society of Wetland of wetlands for various alternatives; also compiled the PD&E documents for the wetlands, coordinated with Scientists various agencies, and created GIS documents for the report. • Tampa Audubon Society •CR 876 from Golden Gate Blvd from Wilson Blvd to DeSoto Blvd, Collier County— This project involves Survey Participant the widening of a six-mile stretch of Golden Gate Boulevard from Wilson Boulevard to DeSoto Boulevard. • Florida Christmas Bird Stormwater management for water quality treatment and water quantity(attenuation)will be provided by the count Participant construction of wet detention ponds. Environmental concerns included protected species, specifically the • Clearwater Aquarium Florida Panther, and wetland impacts. Role on Project Project Manager. Ms. Johnson assisted in habitat Sea Turtle Nest assessment, land use verification and compilation of permits Observer Packet Page-1268- �« RtFP 14-62891 Key Personnel Resumes , Page 14 of 15 STEP 1: LETTER OF INTER : 9/9/2014 16.A.28. CEO er County P/B Golden Gate Boulevard Lane% East of ilson Boulevard KEY PERSONNEL RESUMES JASON LABARBERA, PE '- Design Structures FOR PROFESSIONAL EXPERIENCE YEARS OF EXPERIENCE: Mr. LaBarbera, PE, brings 13 years of structures design experience to this project. With a majority of • 13 his experience on District One contracts, his expertise includes design of cast in place/prestressed/ EDUCATION: steel bridges, bridge load ratings, box culverts, mast arms, sign structures, retaining walls, and structural • BSCE, University of rehabilitation. Jason has served as the Engineer of Record for several FDOT District 1 projects along US27 South Florida,2001 and SR 80. The SR 80 projects were very similar to this project as they consisted of widening SR 80 from a REGISTRATIONS 2 lane highway to a 4 lane divided highway which included the construction of 6 bridges over the C-1, C-2, ' Professional Engineer, C-3 and C-4 Canals. Jason has also been involved in many D/B projects including the Max Brewer Bridge Florida,64004 Replacement and the George Bean Parkway and has played a key design role in larger projects such as • American Co • American Concrete the I-4/Lee Roy Selmon Crosstown Expressway Connector and the 1-75/SR 50 Interchange. Institute-Suncoast, PROJECT EXPERIENCE Corporation ��. _._._ • American Society of SR 80 from Birchwood Parkway to Dalton Lane, Hendry County. FDOT District One—This project consists Civil Engineers(ASCE) of reconstructing the existing rural, undivided two-lane SR 80 typical section into a rural,four-lane divided highway. The proposed eastbound lanes will be constructed to the south of the existing roadway allowing for a 64-foot median. This reconstruction requires the replacement of a multi-directional,six span,flat slab bridge with two single span Florida-I Beam bridges.The proposed bridges will utilize FIB-63 beams to span 126 feet over the C-1 Canal.The bridges will contain a combination of rubble riprap and sand cement riprap to provide the slope protection and proposed animal crossing.The project also includes two phase-constructed, three-barrel bridge culverts.Critical temporary sheet pile walls will be required for the phased construction of the culverts.Role on project: Engineer-of-Record/Structures Project Manager Responsible for all aspects of plans production, overseeing all design efforts, and 'coordination with all other disciplines SR 80 from Dalton Lane Indian Hills Drive, Hendry County. FDOT District One—This project consists of reconstructing the existing rural, undivided two-lane SR 80 typical section into a rural,four-lane divided highway.The proposed eastbound lanes will be constructed to the south of the existing roadway allowing for a 64-foot median.This reconstruction requires the replacement of the existing box culvert over the C-2 Canal with two new flat slab bridges that service both the eastbound and westbound traffic along with new parallel structures over the C-3 and C-4 Canals. Both of these structures are also comprised of flat slab superstructures founded on pile bents. Role on Project: Engineer-of-Record/Structures Project Manager Responsible for the supervision, quality control, and coordination of all activities related to the design of the bridges and the miscellaneous structures. Districtwide Load Ratings. FDOT District One—The intent of this contract was to provide up-to-date thorough load ratings for existing locally and state owned bridges in Southwest Florida. Over 400 bridge load ratings were executed during the contract. Plans were not available for approximately half of the structures so KCA's expertise and experience with Florida bridges proved important.Assumptions were made based on historical FDOT structures standards,related bridges,and familiarity with historical FDOT practices.Time constraints were of importance in executing tasks due to rigid FDOT deadlines. Role on project: Engineer Responsible for LRFR and LFR Analysis 1-75 from the Pasco/Hemando County Line to North of SR 50 (Cortez Boulevard)—This project consists of widening 9.09 miles along 1-75 from the Pasco/Hernando County line to north of SR 50. The proposed improvements call for widening the existing four-lane divided interstate highway to six lanes and resurfacing the existing lanes.This project also includes the reconstruction of the 1-75/SR 50 interchange to include dual left-turn lanes from SR 50 to 1-75,and the addition of a northbound 1-75 to westbound SR 50 flyover ramp and a southbound 1-75 to eastbound SR 50 flyover ramp. Role on project:Structures Designer A. Max Brewer Bridge Replacement over the Indian River. FDOT District Five—This design-build project involves the design of a high- level replacement bridge over the Indian River. The replacement bridge has an overall length of 3,200 feet, with a 170-221-170-foot three-span continuous unit over the navigation channel,and high-level approaches comprised of 147-foot spans with a continuous deck slab incorporating three span units between expansion joints.This project also involves the construction of an independent pedestrian bridge that spans across a relief channel, and the construction of a fishing pier that will be of great value to the very active local fishing community. Role on project: Bridge Engineer Responsible for the design and detailing of the beam build-up,beam, bearings,and finish grade elevations for all approach spans. Packet Pa a -1269- �« AFP 14-6289 Key Personnel Resumes I Page 15 of 15 9/9/2014 16.A.28. • ` P x G` ° *t``kb i*°° 5s i 'yg rS C 4 n 7r �' d: ' Za t . i h Uiuc` r. i , -._._ �'`°` .._..ate.. .. - ;. °:, -- x^ sz ,ty�,195 .�s.r`.. . .,..aW ,. a*..v..so. + 'i ,. . ,. ...,:;-_--,,,,,z., .. ...a Kai_.,—....;..... a OHL / Community <x>NSi_�.r�vc, %;:-. Asphalt �� Packet Page -1270- j` 'j yr'" 9/9/2014 16.A.28. on vi as U.S.A. tic Juan Hernandez DESIGN-BUILD/CONSTRUCTION COORDINATOR Juan has more than 20 years of experience in heavy construction from estimating, planning and scheduling through supervising Design-Build projects and project management. His expertize includes working with Designers to minimize cost and maximize solutions to best built projects. His experience includes construction of EDUCATION hardbid projects as well as Design build and PPP projects. Florida International University PROFESSIONAL EXPERIENCE (FIU), Miami, FL Contract and Planning Director Conalvias USA- FDOT—District 1 SR 93(1-75)Alligator Alley$4.7M (Civil Engineering) Supervised this project to guarantee the time accuracy, working with project Schedules. Tracked and monitored production costs. Negotiated with FDOT change Member of Florida Transportation orders and reviewed subcontracts. Builders Association General Manager ARTBA Project Management Dragados USA- FDOT-Design Build Finance 1-595$1.3Billion Academy General Manager who managed a Project Management team as well as Engineering Staff. Involved in the constructability review during the design phase. Managed and coordinated field operations, prepared and track project schedules.Also, was involved CERTIFICATIONS in Value Engineering Proposals. Project Manager FDOT Quality Control Manager Community Asphalt FDOT District 6-Design Build Widening &Reconstr. US-1 in Florida City—$41 M Qualified Stormwater As a project manager won the No Excuse Bonus for Early Completion and '^'igement Inspector communicated with designers to build the fastest project possible. Supervised field work, schedules and cost control in order to achieve the bonus. A i SSA—Advanced Training FDOT District 4 - Design Build Widening & Reconstr. Sawgrass Expressway $35M Responsible for communication with Designers and company. Supervised schedules, cost control, subcontractors and crews in order to complete the project and got the No Excuses bonus. FDOT—District 4-SR 7/US 441 —Commercial Blvd to Oakland Park$4.8M Responsible for tracking and maintaining project costs and budgets. Managed and coordinated field operations, prepared and checked project schedules. Project included widening and reconstruction of the road. Project Manager Ranger Construction Turnpike Authority:FL Turnpike—Atlantic Ave to Lantana Toll This project consists of widening and reconstruction of 7.5 Miles. Responsible for reviewing daily production costs, project schedules, and addressing design changes and extra work issues, coordination of project activities to avoid delays and monetary impacts. Turnpike Authority— FL Turnpike MP 109 PGA Ramp and Sunpass Toll Lanes - $11.8M Responsible for the Widening and reconstruction of the project and included Budget, Schedule and Cost control, conflict resolutions and change orders. FDOT— District 4, US-1 from Silverlakes Blvd to N. of Palm Beach Lakes Blvd - $7.9M Project Manager responsible for the widening and reconstruction of this project including Schedule, Cost Control, Subcontracts contracts, and negotiation of issues that occurred there. Packet Page-1271- �/' 9/9/2014 16.A.28. Cona vi as u.s.A. Bill Miller CONSTRUCTION PROJECT MANAGER Bill has extensive experience and very thorough understanding of the heavy civil construction industry. He worked as a US Navy Seabee in several military bases such as Japan and Guantanamo Bay Cuba. As a civilian, he had the opportunity to work on a wide variety of projects in various roles for some of the biggest contractors in the heavy highway EDUCATION construction industry. United States Navy- PROFESSIONAL EXPERIENCE SEABEES Project Manager—Conalvias USA But-E-5 Honorably Coordinated with designer, New Millenium, to change Bridges plans and saved $1 Million to Discharged FDOT. Also, he maintained project schedules and budget, created subcontracts and purchase orders. Prepared pricing proposals for change orders and negotiated their CERTIFICATIONS acceptance with owner's representatives. This project included new roadway and bridge construction, widening, drainage and improvements: Quality Control Manager • FDOT District 1 -SR-739 Metro Parkway—CSI Project -$22.1 M —Florida DOT Project Manager—Astaldi Construction Corp. FDOT Asphalt Paving Worked with Designers including BHA in order to give the best solution to construction of the Level I and Level II bridge. Collaborated to the preparation of the Technical proposal. OSHA 30-hour Course • FDOT District 1: (Design-Build Project) —Technical Proposal Phase - 1-75 from N.of SR 80 to S. of SR 78 (Caloosahatchee River Bridge) Competent Person Manager responsible for construction of this roadway project consisting of widening of nine Training miles of 1-75 in Northbound and Southbound directions. Project included widening of six existing bridges and the ground-up construction of two new bridges. CPR/First Aid Training • FDOT District 1: 1-75 from North River Rd to SR 681 -$31.7M Completed Project Manager-Total Engineering Fall Protection Training Responsible for creating and maintaining project schedules and budget from award through final acceptance. Managing all submittals, timekeeping and scheduling of internal and subcontractors crews as well as material deliveries.Worked on various projects included: • Kent County: Kent County Community Center - $1.5M — Site work and utility installation consisting of storm drain, sanitary sewer and waterline installation. • City of Salisbury: Waverly Drive Storm Drain Improvements — $4.3M - Storm Drain improvement consisting of the installation of over 3,5001f of 72" and 1,3001f of 42" RCP pipe over 17'deep within the footprint of several city streets, including all associated storm drain structures. Project Manager—Hubbard Construction Company Responsible for accuracy of time and cost and compare with budget proposed. Attended progress meetings with owner's representatives to resolve field conflicts and ensured that the project ran smoothly. Projects include: • Polk County - County Line Road from Ewell Rd to West Pipkin Rd $3.9M - Project included roadway widening of approximately 1 mile from 2 lanes to 4 lanes and 400LF bridge widening over English Creek. ▪ FDOT District 1 - US-41 from SR 681 to Bird Bay Dr. - $35M - Widening of approximately 3 miles of US-41 from an existing 4 lane divided roadway to a 6 lane divided roadway. This project included demolition and new construction of 2 bridges; a flat slab bridge over Dona Bay and a concrete girder bridge over Shackett Creek.. Packet Page-1272- y/' 9/9/2014 16.A.28. Cona vial U.S.A. tic Brian W. Best CONSTRUCTION ROADWAY SUPERINTENDENT Brian has extensive experience with roadway and drainage structures. He started his career working with US Army in Jacksonville, NC for five years. After that, he worked his way to be a Roadway Superintendent going from Pipe layer, equipment operator to Roadway Superintendent. Also, he has good knowledge in surveying which helps him to catch any EDUCATION problems related. Florida International PROFESSIONAL EXPERIENCE University(FIU) Studied Architecture Project Superintendent—Conalvias USA Responsible for organizing the project in order to have multiple subs and self performed US Army activities in a timely manner which includes site prep, ordering materials, scheduling Tank Gunner equipment, and contracting subs. Worked together with the project manager in regards of Battalion Training N.C.O. change orders and modifications of the project. Project includes: Palmetto Sr. High School • FDOT District 1 - SR-739 Metro Parkway - $22.1 M - New roadway and 790LF of bridge construction, milling and resurfacing, widening, drainage improvements, lighting, signalization, signing and pavement marking. CERTIFICATIONS • FDOT District 1 - SR 93 (1-75)Alligator Alley- $4.7M —construction of a recreational access facility, including a boat ramp and parking lot with fencing and lighting, OSHA Trenching and roadway widening, milling and resurfacing, drainage improvements, signing and Excavation pavement marking, intelligent transportation system components, fencing and a high- tension cable barrier system on SR 93. 'ic First Aid Underground Superintendent—Ranger Construction CPR and AED Responsible for coordinating with designer, changes in the project and conflicts that Bloodborne Pathogens happened during construction, and for supervision of the road water and sewer crews, subcontractors, and finish projects on a timely manner. Projects included: • Private Sector - Design Build Gulfstream Park — site preparation, and drainage improvements • Port Everglades in Fort Lauderdale — FL - Design Build Vecenergy Petroleum Terminal - Site preparation, grading, paving, Water/Waste Water, Underground Fire Lines, Drainage and Underground Lining and protective concrete coating. • FDOT District 4 - Design Build SR 845 Powerline Rd — Broward Co Line to Glades Rd - Road widening, drainage improvements, bridge rehabilitation and Mill and resurface Project Superintendent—Wolverine Engineering Superintendent responsible for coordinating all conflicts and issues related to design build projects. Supervised crews and subcontractors in order to minimize time and costs. Project included: • Private Sector- Design Build Rick Case Smart Cars in Sunrise FL—Site preparation portion of the project which included Grading, Paving, Water System and Drainage. • FDOT — Design Build US 441 — 1-595 to Broward Blvd — Water/Waste Water and vacuum Sewer System • Private Sector — Rick Case Hyundai in Sunrise FL — Drainage and underground power/telecommunication, Off-site Water and Sewer and Jack and Bore • Private Sector — Bank of Florida — Site Preparation, Drainage, Water/Waste Water and paving Packet Page-1273- 9/9/2014 16.A.28. Conalvias u.s.A. LLC Daniel Veillette STRUCTURES SUPERINTENDENT Daniel has extensive experience as structures Superintendent / General Superintendent with over 20 years of experience on FDOT/ DOT Roadway and Bridge projects of up to $200M. Has strong knowledge of civil engineering principles and concepts and DOT regulations and standards. Construction Management Professional with more than 25 years of experience leading teams of general contractors and subcontractors on large scale residential and commercial construction projects. Adept at finding engaging ways to motivate construction teams to exceed expectations and maintain high standards. Provides clear direction and explains plans and contract terms in a clear and understandable way. He is highly effective at finding the best methods possible to complete exceptional construction projects on time. Safety- conscious and detail-oriented. PROFESSIONAL EXPERIENCE Project Structures Superintendent-Conalvias USA CERTIFICATIONS Responsible for coordinating company's work force with job strategy and evolving work schedule and subcontractors, keeping track of budget and cost control. OSHA Competent • FDOT—District 1 —SR-739 Metro Parkway—CSI Project -$22.1 M Person General Superintendent- Blythe Development First Aid and CPR Responsible for the construction of several bridges throughout Virginia, North and South Certified Carolina including the coordination of all sub-contractors, ordering and management of all materials for the various projects, and scheduling and management of all subcontractors and Level II Certified vendors.Wrote subcontract for all subcontractors. Erosion and Sediment Control General Superintendent- Haskins Inc. and Stormwater Site Responsible of all field operations from preconstruction to final acceptance. Primary scope of Manager work was the installation of water distribution systems, sanitary sewer systems, lift stations, expert in dewatering, blasting.Also, responsible for supervision of over five mainline crews. Project Superintendent-The DeMoya Group Project Superintendent on two major FDOT interchange projects in Palm Beach County: . 1-95 and Okeechobee Blvd • Southern Blvd./ 1-95 Australian Ave. Projects consisted of heavy earth moving and construction of multiple bridges. Both projects were successfully completed ahead of schedule. Estimated value of projects: $92M. Project Superintendent-SJ Groves and sons—Minneapolis, MN Responsible for 28 Miles of Interstate Highway including 5 Bridges: • 1-95 project from Fort Pierce to Donald Ross Rd -$85 Million Started working with SJ Groves as a laborer and through the years advanced to party chief on survey crew, then advanced to supervisor. Worked in company's overseas division for five years in Bahrain Saudi Arabia, Bogata Columbia and Bolivia. Worked throughout the United States building interstate highways, bridges and dams. Packet Page-1274- '"� 9/9/2014 16.A.28. Cona vias U.S.A. uc J ohn H. Wiggins, J r. CONSTRUCTION SPECIALTY SUPERINTENDENT John has extensive experience in Drainage structures, pipes including pvc, hdpe, dip, price brothers, interpace, concrete pipe including 12" to 12x12 RCB, ERCP, RCP AND Sanitary sewer including all phases 6" to 54", slip lining and lift stations. Also, one of his expertise is Wall work which includes MSE, seawall, retaining wall and channel lining. PROFESSIONAL EXPERIENCE Project Superintendent-Conalvias USA CERTIFICATIONS Responsible for coordinating company's work force with job strategy and evolving work schedule and subcontractors, keeping track of budget and cost control. OSHA Competent • FDOT—District 7-SR 688 (Ulmerton Rd)Add lanes& Rehabilitate Pavement-$21.5M Person General Superintendent-A&L Underground OSHA Confined Act as liaison between consulting engineers, inspectors and clients and responsible for site Spaces visits and inspections, preconstruction meetings, project scheduling and coordinating with project manager.Worked on various projects included: ATSSAAdvanced • Tampa Bay Water - 36" Water main at NWHTP - 11,000 LF of 36" water main, MOT directional drilling, 2 jack and bores and roadway construction. • Pasco County - Decubellis Widening - 12,000 LF of 30" force main 5,500 LF of 12" water main, fiber optic conduit, jack and bores, roadway construction and directional drills under Cottee River. • Hillsborough County and FDOT - S.R. 674 - 13,000 LF of 30" force main, 9 jack and bores and 1 creek crossing. Project Superintendent - Kimmins Contracting Responsible for effectively completing projects in a timely manner which includes site prep, ordering materials, scheduling equipment, contracting subs with ability to calmly work under fast pace and high pressure situations. Projects include: • Pinellas County-Sewer Rehab- Relocation of 3 Lift stations. • City of St Petersburg - 54" Sewer Rehab - Slip lining, 1,600 LF of 54" sanitary sewer and rehabbing 3 man holes. • Hillsborough County and City of Tampa - Cargo Rd - New storm drain installation, water, sewer, ponds, communications, signalization and roadway construction. • FDOT - S.R. 580 West — Excavation of 2 ponds, storm drainage, water, sewer installation,communications, signalization, retaining walls and roadway construction. General Superintendent-Kamminga & Roodvoets, Inc Responsible for project inspections, coordinating with project managers, scheduling equipment with crews, change order negotiations, submittal reviews, and subcontractor management Worked on some project which includes: • FDOT and Polk County - S.R. 540A Widening - 3,000 LF of M.S.E wall, new storm drainage, water, sewer installation, retaining walls and roadway construction. • Hillsborough County- Duck Pond Area Improvements -5,000 LF of 4 x 8 box culvert, excavation of 1 pond, water and sewer relocate and roadway construction. • City of St Petersburg -Jordan Park Area Improvements- 17,000 LF of 10x5 box culvert, water and sewer relocates, 300 LF retaining wall, brick streets and granite curb removal and replacement. • FDOT-66th and Park Blvd Intersection Improvements-Water and sewer, box culvert, roadway construction and mono tube over intersection carrying signalization. .-� Foreman-S & E Contractors/Pepper Contracting Duties included topman, pipelayer, punch out foreman and pipe foreman. Packet Page-1275- 9/9/2014 16.A.28. _ Resume Eugenio L. Ochoa, P.E. LAKE Design Project Manager Education Experience and Qualifications Bachelor of Science in Civil Engineering, 1991,Florida Mr. Ochoa has over twenty-three (23) years of experience specializing in the design, International University rehabilitation and construction of numerous types of major budges structures. His -Adv.Graduate Course Work experience includes the full range of bridges types from curved structural steel bridges to -Adv.Structural Analysis precast post-tensioned concrete members. Mr. Ochoa has served as Responsible Charge, -Adv.Geometric Design of Highways and Bridges Project Manager, and Lead Engineer for a multitude of high profile FDOT bridge projects Years of Experience: 23 requiring considerations ranging from railroads and airports to coastal projects and major p Florida waterways. Projects include: Big John Monahan Bridge Replacement Design-Build Professional Registration Project,MacArthur Causeway,and Ringling Causeway Bridge. Professional Engineer: Florida#53199 Professional Engineer: Texas#111934 National Cert.as Professional Engineer:#37045 Professional Engineer: Puerto Rico#24082 Professional Engineer: North Carolina#039379 Professional Engineer:New Jersey#24GE05087400 PROJECT EXPERIENCE: Metro Parkway, Lee County CSIP, FL Chief Bridge Engineer— Responsible for professional engineering services to prepare a Cost Savings Initiative Proposal (CSIP) Construction Documents for two separate bridges. The southern bridge (Bridge B), a single 161'-0" span over the North Colonial Waterway and a future bike trail, consisted of prestressed FIB-78 with conventionally reinforced concrete deck for the Superstructure. The northern bridge(Bridge C)over the railroad and the Ten Mile Canal,included 3 spans(170'-154'-88'),also with FIB-78 at Spans 1 &2)and FIB-36 at Span 3 for the Superstructure. Substructure consisted of multicolumn piers on 24"prestressed concrete pile foundations. SR 269(Quincy By-Pass)from SR 10(US 90)to SR 12 CSIP,Gadsen County,FL Chief Engineer—Responsible for the complete redesign of the bridge super and substructure of the 13-span bridge over Quincy Creek while maintaining the horizontal and vertical geometry as originally designed. Foundations were redesigned to use 30-inch prestressed piles in lieu of drilled shaft foundations. Analysis was based on additional geotechnical investigations conducted by PSI. Superstructure was also redesigned to consist of 4-FIB 54 beams with a 9"deck and eliminate diaphragms. Big John Monahan Bridge Replacement Project(Design-Build), Martin County, FL. Project Manager/Project Engineer- Responsible for the complete design of all superstructure and substructure elements of the Category 2 Big John Monahan Bridge (SR-710) over the St. Lucie River Canal and Kanner Highway. This Design-Build Project consists of the replacement of the existing structurally deficient bridge structure. Bridge consists of two skewed six-span high level bridge structures with main spans of 186 ft. The bridge superstructure consists of a conventionally reinforced concrete deck on prestressed Florida I Beams. The substructure consists of reinforced hammerhead piers supported on pile foundations. This project required heavy coordination with the following agencies: US Coast Guard,Army Corps,South Florida Water Management District, DEP, Martin County,Indian Town,CSX.Project also included:Rail Road Coordination, Existing Bridge Demolition, Lead Paint,Wetland impacts,Hydraulic analysis,Category II structure and Peer Review. NW 25TH Street East,Miami-Dade County, Florida. Responsible for the construction engineering of a 1-mile viaduct along NW 25th Street from Miami to SR- 826. Project consists of curved steel plate girder made composite with a convention reinforced deck. Responsible in charge for redesign foundation of pier foundations from Drilled Shafts to Prerstressed concrete piles. Foundation Design was analyzed using FB Pier. Responsible for generating all Gravity Dead and Live Loads and all Lateral Loads both wind and time dependant by hand. MDX-SR-836 Extension,Miami-Dade County,FL. Responsible Charge-The project consisted of several steel box girder bridges. Responsible in Charge for the complete design and plans preparation of bridges 6 and 7, that consisted of a 232 ft box girder bridge over 127th avenue and CSX rail Road. Designed the bridge with MDX Steel Design Software LRFD and verified the design by Hand. The designed was done in accordance to AASHTO's LRFD Specification. Also responsible in assisting in the design of bridges one, two, three, eight , and nine that consisted of multiple curved continuous box girder bridges with steel integral caps on multidirectional bearings supported by single column piers on shallow foundations. The spans varied but in some cases were in excess of 200 ft. Responsible for the complete review and design of construction staging of these bridges, which included temporary stability towers. Designed was verified in Accordance with AASHTO's Standard Specification and AASHTO's Guide Specification for Horizontally curved Bridges. 1-75 over Snake Creek,Broward County,Florida.Senior Structural Engineer-The project consisted of preparing comprehensive design plans and analysis for the replacement of 1-75 Northbound over Snake Creek: replacing existing precast panels with a conventional concrete deck. Provided designs for lighting, utilities, MOT, roadway work, signalization (mast arms), and bridge deck reconstruction. This Project also required special considerations for a TCP that insured that detours were avoided and allowed for continuous traffic flows during bridge construction. SR112 Eastbound On-Ramp Fly Over, Miami-Dade County,Florida Lead Designer-Responsible for the design and plans preparation of a one- lane ramp parallel to Miami International Airport, and over a major Miami arterial, LeJeune Road. The structure consisted of a two-span continuous structure (spans were approximately 145 feet each), made up of steel plate girders on double reverse curves at the abutments. Steel girders were analyzed with V-Load Theory for curved girders and designed by hand. Substructure was analyzed by hand and designed by hand. SW 127 Avenue over C-6 Canal (Design-Build), Miami-Dade County, FL Responsible in Charge - for the construction engineering design services of single span cast-in-place bridge over the C-106 Canal on conventional pile bents. Project included design of a bulkhead tie-back system n retaining wall,environmental permitting and construction engineering design services. 4870 SW 72ND AVENUE, MIAMI, FLORIDA 33155 • PHONE 305.667. 1657 Packet Page-1276- 9/9/2014 16.A.28. Resume _AKES Christopher P. Meszler, P.E. ENGINEERING,INC. Design Roadway Engineer of Record Education Experience and Qualifications Bachelor of Science in Civil Engineering Throughout his career Mr. Meszler has demonstrated his ability to develop design criteria and University of Texas at Austin—2007 recommendations that best serve our clients. His experience with transportation projects includes roadway, bridge/structures, structures inspection, design and plans preparation, Years of Experience: 7 drainage, and traffic control. Mr. Meszler has provided project design and inspection services for multiple projects and has been responsible for preparing project documents, reports, and Professional Registration submittals. Additionally, he has significant experience in coordinating with our project partners Professional Engineer:TX#112052 such as governments,contractors,permitting agencies,and the public. Professional Engineer: FL #74718 Certifications: Certified Bridge Inspector(FDOT)#00500 Qualified Stormwater Management Inspector(FDEP)#25644 Certified Advanced MOT Designer(FDOT) PROJECT EXPERIENCE: Indian Creek Bridge Rehabilitation, Miami-Dade County, FL. Design Engineer responsible for the design, plans preparation, and construction administration of the rehabilitation of the existing bridge over Indian Creek. Project includes the design and preparation of plans, specifications, environmental permitting, for the proposed rehabilitation of the existing structure built in 1930 and roadway approaches. Project goal is to use innovative preservation strategies and actions to extend its useful life and provide the Village with ample time and opportunity to prepare for its eventual replacement. Required heavy coordination with municipality,fire&police,utility coordination,and public involvement for this is the Village's sole means of access. =verglades Agricultural Area A-1 Flow Equalization Basin Project Engineer of Record responsible for the design of two culvert structures essential for the operation of the equalization basin. Structures consist of approximately 2,700 LF of 10ft diameter Steel reinforced polyethylene pipe anchored to resist complete evacuation while submerged. Design includes connections to concrete pump control structures, existing concrete box culverts,and open channel flow protection.Also includes civil site design for the outflow canal passing under an inflow channel. SW 137th Avenue from US 1 to SW 200th Street,Miami-Dade County,Florida(Design-Build Project).Project Engineer of Record responsible for the design, permitting, complete plans preparation, and all submittals to Miami-Dade County Public Works. This project consists of new construction of SW 137th Avenue which will be initially constructed as a four-lane divided facility between US 1 and SW 248th Street and a two-lane undivided facility between SW 248th Street and SW 200th Street, 3.2 mile long corridor. The roadway and drainage is designed to accommodate future expansion to a six-lane divided facility.This project includes horizontal and vertical design,drainage,traffic control, bridge design,signing and pavement markings, lighting, environmental, specifications and coordination with DERM and SFWMD. (Client: Central Florida Equipment Rentals, Inc. Contact:George Brewster(305)888-3344) SR-934/NW/NE 81st Street from NW 13th Court to Biscayne Blvd, Miami-Dade County, FL. Roadway Design Engineer responsible for the design, plans preparation, specifications, public involvement and electronic submittals to FDOT. This project consisted of resurfacing, restoration, and rehabilitation of NW/NE 81st and 82nd Street which is the secondary leg of SR-934 (2.32 miles) and is one of the major arterials linking the coastal barrier islands to Miami-Dade County. (Client:FDOT D6, Contact:Jason Chang,P.E. (305)470-5331) NE/NW 87th Street from NW 2nd to Park Dr., Village of EL Portal, FL. Roadway Design Engineer responsible for the complete design and development of construction documents for this LAP Project. This project consisted of roadway widening and milling and resurfacing, placing appropriate traffic pavement markings, and retrofitting pedestrian ramps to meet ADA's requirements. NE 87th Street is an urban collector of approximately one-mile, undivided two lane two way road located within the Village of El Portal in Miami-Dade County. This project included cross- slope correction,drainage,traffic control,signing and pavement markings,specifications,and quantities. (Client:Village of El Portal, Contact:Jason Walker(305) 795-7880) NW 33rd Street Widening&Reconstruction from NW 97th Avenue to NW 87th Avenue(Design-Build), Miami-Dade County, FL. Roadway Design Engineer responsible for the complete design and development of construction documents for the widening and reconstruction of approximately 1-mile of urban arterial from 3-lanes, undivided to a 5-lane divided typical section. The project consisted of horizontal and vertical design, pavement design, drainage, traffic control, lighting, signalization and signing and pavement marking plans and environmental permitting �rDERM(RER),tree relocation permitting etc.).. (Client:City of Doral, Contact: Jose Olivo,P.E. (305)593-6740) 4870 SW 72ND AVENUE, MIAMI, FLORIDA 33155 • PHONE 305.667. 1657 Packet Page-1277- 9/9/2014 16.A.28. Resume Kathy Herrera, P.E. LAEKES' Design Structures Engineer of Record Education Experience and Qualifications Masters of Information Technology,2002,American Ms. Herrera is a senior structural engineer with extensive experience in the design and Intercontinental University analysis of various types of structures for highway, bridge and transit facilities. She has Bachelor of Science in Civil Engineering, 1996, served as Structures Department Manager, Project Manager and Lead Structural Florida International University Engineer in various types of projects, mostly involving highway and bridge structures, retaining walls and miscellaneous structures (i.e., overhead sign structures, mast arms, Years of Experience: 18 etc.). Ms. Herrera's knowledge of various software programs, such as SAP 2000, STAAD Pro, Conspan, MDX, FB MultiPier, MathCAD, EXCEL, Microstation and Professional Registration AutoCAD allows her to use them for the analysis of structures, to facilitate design Professional Engineer: FL#63068 calculations and to detail design structures. She has been involved in the design of various types of bridge structures such as AASHTO Type(Prestressed) Girder Bridges, Steel I-Girder Bridges,Flat Slab Bridges,Steel Box Girder Bridges,and Bascule Bridges. PROJECT EXPERIENCE: Metro Parkway, Lee County CSIP, FL Lead Structural Engineer—Responsible for the leading the professional engineering services to prepare a Cost Savings Initiative Proposal(CSIP)Construction Documents. Project consists of the replacement of two spans of the originally designed 6-span Metro Parkway Bridge with an earth plug conformed of MSE walls and fill creating two separate bridges, the southem bridge (Bridge B) over the North Colonial Waterway and a future bike trail and the northern bridge(Bridge C)over the railroad and the Ten Mile Canal through the approved Cost Savings Initiative Proposal(CSIP)Concept.Bridges consist of simply supported prestressed girders supported on multi-column piers. SR 269(Quincy By-Pass)from SR 10(US 90)to SR 12 CSIP,Gadsen County,FL Engineer of Record—Responsible for the complete redesign of the bridge super and substructure of the 13-span bridge over Quincy Creek while maintaining the horizontal and vertical geometry as originally designed. Foundations were redesigned to use 30-inch prestressed piles in lieu of drilled shaft foundations. Analysis was based on additional geotechnical investigations conducted by PSI. Superstructure was also redesigned;eliminating one of the 5-Florida I-Beams 54 prestressed girders using a 9"deck and eliminate diaphragms. Ocean Avenue Bridge in Lantana over Intercoastal Waterway CSIP,Palm Beach County,Florida Lead Structural Engineer—Project consisted of the replacement of existing Bascule Bridge over the Intercoastal Waterway in lantana with a new bascule bridge. The bridge consists of 7 spans including one bascule span of 245'-0"(180'-0"c.to c.trunnions);overall bridge length of 785'-0".The bride will rise 21 feet at its highest point,almost twice the height of the existing bridge, and includes four omamental 35-foot towers. The wider bridge will allow for separation of pedestrians and traffic by a barrier and wider sidewalks so pedestrians and bicyclists can cross safely. Responsible for the substitution of the approach span Florida Bulb T-beams with FIB-54 prestressed girders and for the final bascule leaf balance calculations and counterweight shop drawings in accordance with the technical specifications. Big John Monahan Bridge Replacement Project(Design-Build), Martin County, FL.—Lead Structural Engineer- responsible for leading the Structural Design Team in the design and development of complete contract documents for twin high-level bridges over St. Lucie Canal (Okeechobee Waterway). Design-Build Project consists of the replacement of the existing structurally deficient bridge structure with twin bridges each consisting of 6 simple spans(130'-130'-138.67'-185'-185')with an overall length of 953'-8". The skewed span configuration includes spans of 185' which categorizes bridges as Category 2 Structures. Superstructure consists of 63" and 84" Florida I-Beams (prestressed girders) with a composite reinforced concrete deck. Substructure consists of reinforced hammer head piers with approximately 28' cantilevers supported on 24" prestressed concrete piles foundations. Responsible for design, plan preparation, specifications, public involvement, coordination with permitting agencies,and CSX Railroad N.E. 27th Terrace Bridge Replacement (Design-Build Project), City of Pompano Beach, FL. Engineer of Record- responsible for the design and development of construction documents for the replacement of the existing structurally deficient bridge structure over the Wisteria Canal of this Design-Build Project. Proposed bridge consists of a 38'-4"single span bridge, with an overall bridge width of 36-0"to accommodate 2-11' lanes, shoulders and raised sidewalk. Superstructure consists of prestressed slab units with concrete overlay. Substructure consists of conventionally reinforced cast-in-place caps supported on shallow spread footers. Responsible for client coordination, permitting coordination, specification, and post design services. 1-95 Interchange at Ives Dairy Road, Miami-Dade County, Florida. Engineer of Record— Responsible for the analysis and design of minor bridge widening to connect two parallel AASHTO Girder bridge structures. Project consisted of widening of the parallel 4-span bridge structures involved removal of existing median and portion of existing deck. Load generation and bridge analysis was developed using STAAD. Existing AASHTO Type II and III girders was conducted using CONSPAN to verify additional live loading resulting from widening. NW 25th Street Viaduct(Foundation Redesign), Miami-Dade County, Florida. Structural Engineer—Responsible for assisting in the foundation redesign of a major Steel viaduct bridge in Miami-Dade. The structure consists of steel plate girders supporting a conventionally reinforced deck. The substructure elements consists of various reinforced concrete hammer-head, multi-column bents, and steel box straddle cap elements on pot bearings supported by conventionally reinforced columns. 1-75 over Snake Creek,Broward County,Florida. Senior Structural Engineer-The project consisted of preparing comprehensive design plans and analysis for the replacement of 1-75 Northbound over Snake Creek: replacing existing precast panels with a conventional concrete deck. Provided designs for lighting, utilities, MOT, roadway work, signalization (mast arms), and bridge deck reconstruction. This Project also required special considerations for a TCP that insured that detours were avoided and allowed for continuous traffic flows during bridge construction. Southwest 2nd Avenue Bridge, Miami-Dade County, Florida. Bridge Engineer-assisting in the design of the structural components of a double n bascule leaf over the Miami River. The leaf superstructure consists of two steel box girders supporting a stringer floor beam system. The bascule piers are supported on prestressed concrete piles.Work included seal and footing design of Bascule Pier,re-design of floor beams and stringers,bolt- connection design,counterweight analysis and production of steel details. 4870 SW 72ND AVENUE, MIAMI, FLORIDA 33155 • PHoNE 305.667. 1 657 Packet Page-1278- 9/9/2014 16.A.28. MADRID ENGINEERING GROUP, INC. 2030 State Road 60 East M< ►` Bartow, Florida 33830 863.533.9007 phone 863.533.8997 fax www.madridengineering.com Tie Mk7W 804443.,/• LARRY D. MADRID, MSc, P.E., D.GE, PRESIDENT e. s^,,..::.,.mla>.:'( . z �...�. n 't...k.4 a" 7i ct ,' �..-'"°w f �,>< e r..._ .�.... yh xt.� rv. _. .' ?," Sae as .r..4 Y., EDUCATION PROFESSIONAL PROFILE B.S.- Colorado State University Larry D. Madrid, P.E., has extensive experience in the fields of civil and geotech- 1982-Civil Engineering nical engineering, construction management, environmental compliance and M.Sc.- Colorado State University water quality issues, and has 25 years of technical and managerial responsibility 1984/Civil Engineering,Geotech- over a wide range of projects. He has managed senior and staff-level personnel nical Engineering Program including engineers,contractors,geologists,hydrogeologists,field and laboratory technicians, drillers, CADD designers, and environmental scientists. Mr. Madrid REGISTRATION is a specialist in the geotechnical and environmental needs in central and south Florida,having been involved a broad range of technical activities such as design- Florida Professional Engineer No. build projects, foundation design and monitoring, water quality testing, con- 39559 struction monitoring, right-of-way corridor studies and investigating sinkholes. Diplomate,Geotechnical He has conducted or supervised over 2000 geotechnical explorations and worked Engineering,D.GE, 2010. Board on projects in Florida,South Carolina,Colorado,Utah,and Wyoming. In 1992,he Certified by the Academy of Geo- founded Madrid Engineering Group,Inc.,a consulting engineering firm and gener- Professionals. al contractor based in Florida,which emphasizes civil/geotechnical engineering, construction, and water quality issues. Mr. Madrid has participated in Value En- CONTINUING EDUCATION gineering exercises and expert testimony. Mr. Madrid's responsibilities include: Seepage and Piping Analysis for Overall planning, direction, and organization of Madrid Engineering Group Inc. Dams, FDEP Dam Safety Technical Workshop—Tampa,August 2001 Provide leadership to Senior Staff and all segments of business Florida Lake Management Society Annual Meeting,Tallahassee, May Technical review/oversight of all engineering projects and designs 2001 Grouting and Ground Treatment, Engineering and environmental training of technical staff 3rd International Conference, February 2003 Geotechnical&Materials En- Program Leader for the development of Phos-PhilterTM,an innovative, water gineers Council(GMEC) 2000, quality product to reduce phosphorus TMDL's in surface water runoff Orlando May 2000 Sinkholes and the Engineering and Provide technical direction, research and development of PhosCreteTM,an new Environmental Impacts of Karst, and innovative method to economically chemically stabilize waste phosphatic 9th Multidisciplinary Conference, clay 2003 Formulation, development and implementation of marketing strategies AREAS OF EXPERTISE Final and ultimate responsibility for financial, legal, and regulatory obligations Project Management of the company Geotechnical Engineering Geotechnical Specialty Construc- tion Sinkhole Evaluation Chemical Soil Stabilization Tech- nologies 906 7 one �W .... Page 1279 Packet a e- - 9/9/2014 16.A.28. 1111.1.1.1 Resume LAKES Esen Y. Tokay, P.E. ENGINEERING,INC. Quality Assurance Manager Education Experience and Qualifications M.S.Civil Engineering, Mr. Tokay serves as a Senior Structural Engineer and QA/QC Manager for Lakes Engineering. Northwestern University, 1960 He has over 45 years of experience in the design of bridges, buildings and other specialty structures. Mr.Tokay began his career in Chicago. He has worked on both complex and major Years of Experience: 45 structures for bridges and buildings and has specifically 18 years of experience in the analysis and design of bridge and transportation structures including movable bridges. Mr. Tokay Professional Registration specializes in the design and rehabilitation of concrete structures. Professional Engineer: FL#32197 Special Inspector,FL#274 PROJECT EXPERIENCE: SR 69(Grande Ridge Highway)Bridge Replacement Over Stafford Creek Calhoun County,FL. QNQC Manager responsible for QA/QC of the construction documents for the complete redesign of the bridge foundations and substructure of the 7-span bridge over Stafford Creek. Foundations were redesigned to use 18-inch prestressed piles in lieu of 24-inch steel pipe piles. Analysis was based on additional geotechnical investigations conducted by PSI. Indian Creek Bridge Rehabilitation, Miami-Dade County, FL. QNQC Manager responsible for QA/QC of the construction documents for the design,plans preparation,and construction administration of the rehabilitation of the existing bridge over Indian Creek a pristine navigable waterway. Project includes the design and preparation of plans, specifications, and environmental permitting, for the proposed rehabilitation of the existing structure built in 1930. Project goal is to use innovative preservation strategies and actions to extend its useful life and provide the Village with ample time and opportunity to prepare for its eventual replacement. Required heavy coordination with municipality,fire&police, utility coordination, and public involvement for this is the Village's sole means of access. SR 269(Quincy By-Pass)from SR 10(US 90)to SR 12, Gadsden County, FL QNQC Manager responsible for QA/QC review for the complete redesign of the bridge super and substructure of the 13-span bridge over Quincy Creek. Foundations were redesigned to use 30-inch prestressed piles in lieu of drilled shaft foundations. Analysis was based on additional geotechnical investigations conducted by PSI. Superstructure was also redesigned to consist of 4-FIB 54 beams with a 9"deck and eliminate diaphragms. Bear Cut Bridge Rehabilitation, Key Biscayne, FL. Structural Engineer responsible for the review of documents prepared by the Design-Build Team for the proposed rehabilitation including the foundation evaluation report. Bear Cut Creek is a low profile coastal bridge, originally constructed in 1947 and connects the Village of Key Biscayne to Virginia Key. Corrosion of the reinforcing steel in the concrete deck and supporting structural steel girders resulted in structural deficiency requiring rehabilitation.The rehabilitation of the bridge would also incorporate a bridge widening in order to improve bicycle and pedestrian traffic. Venetian Causeway Bascule Bridge Structural Rehabilitation, Miami-Dade County, FL. Structural Engineer. This project consisted of the rehabilitation of a bascule bridge over the Biscayne Bay. Responsible for the preparation of 60%plans and contract documents for the replacement of the main girder track, electrical conduits, boxes, temporary shoring of the bascule leaf and maintenance of traffic plans. Services included field review,permitting(USCG),specifications,quantities and cost estimates. MacArthur Causeway Bridge Port of Miami Tunnel Civil Works Miami-Dade County, FL.Project Manager responsible for the design of several site facility components. Beam Erection Schemes, Load Rating Analysis, Engineering Methods, and complete load rating and erection analysis. NMDC was also responsible for a detailed pre-construction inspection,post-construction inspection and analysis,and NBI inspection of the 18 span, 2,468 feet,continuous post-tensioned prestressed concrete girder bridge over the Atlantic Intracoastal Waterway. Big John Monahan Bridge Replacement Project (Design-Build), Martin County, FL. Structural Engineer responsible for the design and development of complete contract documents for the twin high-level bridges over the St. Lucie Canal (Okeechobee Waterway). This Design-Build Project consists of the replacement of the existing structurally deficient bridge structure with twin bridges each consisting of 6 simple spans(130'- 130'-138.67'-185-185') with an overall length of 953'-8". The skewed span configuration includes spans of 185' which categorizes bridges as Category 2 Structures. Superstructure consists of 63"and 84"Florida I-Beams with a composite reinforced concrete deck. Substructure consists of reinforced hammer head piers with approximately 28'cantilevers supported on 24"prestressed concrete piles foundations. Miami International Airport Upper Vehicle Drive Rehabilitation Project,Miami-Dade County,FL. QA/QC Manager responsible for QA/QC of the construction documents for the bridge rehabilitation, milling & resurfacing plans, signing and pavement marking and traffic control plans for the rehabilitation effort. Rehabilitation included replacement of expansion joints, repair and rehabilitation of structural steel bents and frames, repair of spalling wearing surface, painting of structural steel elements to protect from further damage. Project consists of complete professional engineering services for the restoration of the Miami-International Airport Upper Drive Bridge Structure(FDOT Bridge No. 874635). Project included preparation of rehabilitation plans,specifications,cost estimate,permitting,and coordination with Miami-Dade County and procurement services. MIA Bridge Rehabilitation Project, Miami-Dade County, FL.QA/QC Manager responsible for the QA/QC of the construction documents for the complete rehabilitation of the existing two steel bridges(3062B&3062C)at the Miami International Airport. Existing one-span bridges span from the upper drive to the temporary parking garage. The structural steel bridges consist of two through steel plate girders with reinforced concrete deck, supported on columns and roof slab of existing Consumer Services Building. Shoring system consisted of a two structural steel hollow tubes on spread footing. 4870 SW 72ND AVENUE, MIAMI, FLORIDA 33155 • PHONE 305.667. 1 657 Packet Page-1280- 9/9/2014 16.A.28. MICHAEL DICKEY, P.E. Serving as the firm's director of the utilities market group, Mike has 17 years of experience on utility Director of Utility Services projects. His project experience includes master planning, hydraulic modeling design of water distribution systems, wastewater collection systems, irrigation systems, and pumping facilities. Prior to joining Johnson Engineering Mike worked for a local utility contractor which gave him a unique perspective of how the utilities he designs today come together in the field. With both utility design and construction experience, Mike has a comprehensive understanding of the entire utility development process from planning to design, to permitting through construction. He knows how to develop a design that works both in theory and in practice. Relevant Experience -1 Phase III-C Utility Improvements, City of Fort Myers, Fort Myers-This project consisted of the design of approximately 60,000 linear feet of gravity sewer main, 40,000 linear feet mdickeyr johnsoneng.com of potable water main and 21,000 linear feet of storm drain. The project was 23946 I 2455 approximately one square mile in size and involved improvements within existing residential, mufti-family, commercial and light industrial properties. In total the project consisted of approximately $21 million of improvements. Johnson Engineering provided Years Experience survey, design, permitting, hydraulic modeling bidding assistance and construction phase 17 years services.Johnson Engineering also assisted Cella Molnar with public awareness by providing website updates and responding to resident concerns. Education/Training •' Southwest 6&7 Utility Expansion Project Areas I &2, City of Cape Coral -This project B.S.Civil Engineering(1997), includes providing utility improvements to approximately I,100 existing residential University of South Florida properties in Cape Coral. Design included approximately 53,000 linear feet of gravity sewer main, 56,000 linear feet of potable water main, 58,000 linear feet of irrigation main Licensing& Registration and 5,400 linear feet of storm drain improvements. The estimated construction cost for all Florida Professional Engineer, improvements is $12.5 million. Johnson Engineering is providing the value engineering License No. 60057 design, permitting bidding assistance and construction phase services. Professional Affiliations " Gravity Expansion 2, Phase 7, Bonita Springs - This project consisted of the design of approximately 13,000 linear feet of gravity sewer, multiple pump stations, 13,500 linear feet American Water Works of potable water main and 5,000 linear feet of drainage improvements. The project was Association located along various neighborhoods in Bonita Springs near Bonita Beach Road that consisted of mainly residential homes. In total the project consisted of approximately$3.5 million in improvements. Johnson Engineering provided survey, design, permitting hydraulic modeling bidding assistance and construction phase services. Hickory Boulevard Water Main for Bonita Springs Utilities, Inc, Bonita Springs - This project consisted of the design for replacing approximately 12,500 linear feet of 16"water main along Hickory Boulevard in Bonita Springs.Johnson Engineering provided the survey, design, permitting bidding services and construction phase services. Johnson Engineering also assisted BSU with public awareness by holding block meetings to discuss construction activities and responding to resident concerns. -' Aqui Esta Drive, Punta Gorda - This project consisted of the design of approximately 2 miles of roadway, drainage, and potable water and wastewater improvements along Aqui Esta Drive in Punta Gorda. Our team provided the survey, design, permitting, bidding services and construction phase services for all improvements. - San Carlos Estates Water Main (Design-Build), Bonita Springs Utilities - This project consisted of the design for replacing approximately 85,000 linear feet of potable water main within the San Carlos Estates subdivision located in Bonita Springs. San Carlos Estates consist of approximately a 1.5 square mile with 900 residential lots. Johnson Engineering was responsible for the design, survey, and permitting and construction administration for this project.The design also included two miles of 24"force main and a directional drill to cross the existing railroad tracks near the Strike Lane and Business 41 intersection. The approximate cost of construction for this project was$3.8 million. - RSW 24" Water Transmission Line from Fiddlesticks to Old Gladiolus — This project consisted the route analysis, preliminary design, survey, subsurface utility engineering (SUE), design, permitting bidding assistance and construction phase services for approximately 25,000 linear feet of water transmission line from Fiddlesticks to Old Gladiolus. The scope also included design for a 30"directional under US 41 just south of Six Mile Cypress. Fort Myers 1 Naples 1 LaBelle 1 Port Charlotte 1 Land O'Lakes T(�u N S ;*�►�1 1.866.367.4400 1 v,�ww.johnsonengineering.com J�J 1 1 S ENGINEERING Packet Page-1281- Equal Opportunity/Affirmative Action Employer 9/9/2014 16.A.28. LAURA HERRERO As an ecologist, Laura's duties include SFWMD and ACOE wetland jurisdictional determinations, protected species surveys, habitat and species management plans, biological monitoring, Ecologist coordination and permitting with the FWS, FWS Biological Assessments and Biological Opinions, wetland/listed species mitigation proposals and mitigation monitoring, Environmental Resource Permit and Federal Dredge and Fill applications, as well as follow-through to permit issuance and post-permit compliance. She is also an Authorized Gopher Tortoise Agent with the FWC(GTA- 13-00022), Laura has served as the project manager and/or environmental lead for the permitting of many private and public sector projects, has provided expert witness testimony regarding ecological issues related to Lee and Collier County zoning cases,and currently serves as the chair person for the City of Fort Myers Planning Board. Laura has provided wetland delineations, wildlife surveys, eagle monitoring and coastal construction control line permitting with the FDEP for the ongoing design/build utility improvement project for the Town of Fort Myers Beach (subconsultant to Mitchell & Stark) and conducted gopher tortoise and burrowing the rero@joh 39461g.com owl surveys and will be conducting gopher tortoise relocations, as necessary,for the +/- 50-mile 23946 1 2457 long design/bid utility improvement project for the City of Cape Coral (subconsultant to Tetra Tech). Years Experience 20 years Relevant Experience Habitat for Humanity of Collier County - Wetland delineations, wetland functional Education/Training assessments, mitigation proposals, listed species surveys, and State and federal permitting B.S. Ecology(1993), for Charlee Estates I and 11; permitting oversight of Kaicasa; Regal Acres. University of Illinois -1 District School Board of Collier County - Wetland delineations, wetland functional Certified Ecologist assessments, mitigation proposals, listed species surveys, and State and federal permitting for Middle School EE; Section 25 Consistency Review; and Conditional Use for the MSHA New Miner Certification DeSoto Satellite Transportation Facility. (5000-23) " Living Word Family Church - Collier County Conditional Use, Collier County Environmental Impact Statement, wetland delineations, wetland functional assessments, Authorized Gopher Tortoise mitigation proposal, listed species surveys, State and federal permitting and consultation Agent with the FWC(GTA-13- with the FWS. 00022) Lee County DOT - Wetland delineations, wetland functional assessments, mitigation Professional Affiliations proposals, listed species surveys, and State and federal permitting for Gladiolus Drive Widening; Six-Mile Cypress Parkway Widening Alico Road Corridor Study; and Ecological Society of America permitting of the Section 33 Regional Mitigation Site. Florida Association of -' Collier County DOT - Wetland delineations, wetland functional assessments, mitigation Environmental Professionals(Past proposals, listed species surveys, and State and federal permitting for Phases II and III of Chapter President) Livingston Road Corridor and expansion of Goodlette-Frank Road. FDOT-Wetland delineations,wetland functional assessments, mitigation proposals, listed City of Fort Myers Planning Board species surveys, and State and federal permitting for the Expansion of S.R. 776 and the current S.R. 31 widening application in Charlotte County, S.R. 64 in Manatee County, and S.R.70 in DeSoto County. Babcock Ranch Community - Assisted with wetland delineations and functional assessment of both wetland impacts and mitigation areas on approximately 17,800 acres; freshwater biomonitoring utilizing fish and macroinvertebrates; wildlife surveys; and assistance with Environmental Resource Permitting. Brighton Seminole Indian Reservation Audubon Crested Caracara Surveys -Conducted crested caracara surveys at the Brighton Seminole Indian Reservation between February- April 2010. The survey area encompassed approximately 3,200 acres. Fort Myers I Naples 1 LaBelle 1 Port Charlotte 1 Land OLakes T \a 1.866.3674400 I www.johnsonengineering.com JOHNS ENGINEERING Packet Page-1282- Equal Opportunity/Affirmative Action Employer 9/9/2014 16.A.28. BARRY SYREN, P.S.M. Barry has been surveying for Johnson Engineering for 36 years and has managed the firm's Naples n Professional Surveyor surveying group for the last 16 years. He joined Johnson Engineering in 1978 as a rodman, shortly and Mapper thereafter became an instrumentman,and was then promoted to field crew party chief. He is a licensed professional surveyor and mapper and his experience in the field is extensive. He has r provided field information for subdivision and condominium record plats, mean-high water Ai•4', determinations, roadway alignment and topographic surveys for public and private clients. He has i + performed and managed construction staking, boundary surveys,topographic surveys, design surveys. He has provided staking for Florida Power and Light distribution and transmission lines and has prepared sovereign submerged lands leases and easements. Barry regularly provides design surveys for all market groups within the company. bsyren©johnsoneng.com Relevant Experience 239.280.4333 ' Marco Executive Airport -Topographic surveys - Naples Airport-Boundary and topographic surveys of various parcels Years Experience -1 Cleveland Clinic (Physician's Regional) - Boundary and topographic survey and 36 years construction layout " Creekside Commerce Park-Plat and construction layout for infrastructure Licensing& Registration " Pine Air Lakes Unit 2, 3 &4- Replats Florida Professional Surveyor& ' Pine Air Lakes-Boundary surveys and construction layout Mapper, License No. LS5365 ' Progressive Auto Storage-Boundary and construction layout - Goodlette-Frank Road- Design survey Education/Training -r Livingston Road&Goodlette Frank Road-Right of way mapping and control surveys B.S.Agriculture(1977), University of Florida Treviso Bay-Construction layout and surveys City of Naples-Parking garage -1 Naples Player's Theatre-Survey and construction layout FP&L- Channel and docking facilities,soundings and topographical mapping, pole and right of way surveys " Boca Grande Club Marina-Channel dredging permits and topographic maps - City of Naples-Stormwater basins,topographic surveys " Treviso Bay- Plat and construction layout of infrastructure and homes - Aviano-Plat and boundary survey - Habitat For Humanity-Boundary surveys,construction layout and plats - Humane Society of Collier County-Boundary surveys and construction layout Firano-Subdivision plat - St. Leo the Great Catholic Church and Covenant Presbyterian Church - Construction layout for - Tigertail Beach-Topographic survey Relevant School Work Performed boundary and topographic surveys for design and construction layout - Estates Elementary School, Sabal Palm Elementary School and -' Community School of Naples, Lorenzo Walker Technical High School and Career Center, Golden Gate Middle School and - Cypress Palm Middle School Fort Myers 1 Naples 1 LaBelle I Port Charlotte I Land O'Lakes JOHN S \J 1.866.367.4400 I www.johnsonengineering.com ENGINEERING Packet Page-1283- Equal Opportunity/Affirmative Action Employer 9/9/2014 16.A.28. RICARDO ACOSTA, P.E.,C.F.M. Rick joined Johnson Engineering in 2006. He is currently working in the Surface Water Management Water Resource Engineer Department He has designed and permitted surface water management systems for roadway, site development and assorted environmental and drainage projects through the South Florida and Southwest Florida Water Management Districts. Before then, he produced plans and documentation } for development order permits in accordance with Lee County and the City of Fort Myers, Florida Prior to joining Johnson Engineering, he served as an office engineer in the design and construction management of the Southwest Florida International Airport expansion project. He worked four years in Colombia, South America in the construction of large infrastructure projects such as power plants, wastewater treatment plants and hydroelectric plants, There, as a civil engineer, he collected backup documentation for contractor claims preparation and was part of the team that implemented the ISO 9001 standards in the construction activities of the projects. lacosta @j ohn soneng.com 239461.3324 More recently he has become a Certified Floodplain Manager and is accomplished in backwater profile modeling for adjustments to FEMA FIRMs. His modeling experience also analyzes water quality for Years Experience treatment facilities related to municipalities achieving their obligations under the TMDL program. He is 12 years currently designing one for the City of Fort Myers following the construction of one for Lee County. He has modeled many residential sites for floodway adjustments and recently completed a roadway Licensing & Registration alteration for an FDOT CSIP. Florida Professional Engineer, License No. 69121 Relevant Experience - Town of Fort Myers Beach Basin Based Neighborhood Drainage Improvements - Education/Training Designed, permitted and assisted the construction of storm water improvements within 17 B.S.Civil Engineering(I 998), roads, serving a 90-acre contributing area Universidad Nacional de Colombia - Powell Creek Preserve Filter Marsh - This project will provide pollutant removal and reduction of existing impairments to the Powell Creek watershed by pumping flows into a created 20-acre fitter marsh system. Also, the trails adjacent to the marsh will provide educational opportunities. Our team preformed a wide variety of design and permitting activities, including wetland delineation, protected species surveys, mitigation design, environmental permitting and modeling and design of the surface water management system and permitting through SFWMD,ACOE, FWC and Lee County. - State Road 739 Bridge Alteration, Conalvias, USA, City of Fort Myers - Provided modeling to allow a bridge to be replaced with a land fill within MSE walls within a FEMA floodway. - Fort Myers Country Club, City of Fort Myers - Provide design of a storm water treatment system to improve onsite and offste water quality for areas currently without treatment to meet requirements of BMAP and SFWMD. - City of Naples Basin III Stormwater Improvements-Assisted in the design and permitting of storm water improvements serving approximately 480 ac in the downtown Naples area. This project involves installation of pipes and construction of detention areas along approximately 1.5 miles of roadways - City of Naples Basin III Stormwater Improvements-Assisted in the design and permitting of storm water improvements serving approximately 480 ac in the downtown Naples area This project involves installation of pipes and construction of detention areas along approximately 1.5 miles of roadways - State Road 3 I, Lee and Charlotte Counties -Assisted in the design and permitting of the surface water management system for the approximately four mile roadway expansion project Persimmon Ridge Road Bridge Replacement, Lee County - Assisted in the design and permitting of the bridge replacement on a tributary to the Spanish Creek - Collier Parkway Widening, Pasco County - Assisted in the permitting of the surface water management system for the approximately two mile roadway expansion project - Sanibel Causeway Boat Launch Drive Modifications, Sanibel — Assisted with the design and permitting of the improvements to eliminate Fort Myers I Naples I LaBelle I Port Charlotte I Land O'Lakes T H N O S ;jE 1.866.367.4400 I www.johnsonengineering.com J 1 1 j ENGINEERING Packet Page-1284- Equal Opportunity/Affirmative Action Employer Maricelle Venegas ri 9/9/2014 16.A.28. Bilingual I Public Information Officer! District Manager Experience—19 Years Quest Corporation of America Maricelle Venegas is a veteran in the public involvement profession with extensive experience in community relations; media relations; and working with print and electronic media, both locally and nationally. She has an excellent track record in establishing successful public involvement programs through hard work and dedication. Ms. Venegas possesses a strong work ethic and enjoys working with different populations and demographics. She is sensitive to special projects, deadlines,and excels in completing projects with the utmost professional standards. Quest Corporation of America, Inc. Tampa FL (2002—Present) Ms. Venegas serves as a district manager overseeing contracts and business development in Southwest Florida. She has been praised as a seasoned dedicated bilingual public information officer who diligently and successfully completes an array of tasks for a variety of projects from design to construction. Ms. Venegas' public information skills have assisted in bridging the relationship between communities and road construction businesses nationwide. She has coordinated and facilitated dozens of public meetings,special events and has worked closely with community sensitive issues. RELEVANT PROJECT EXPERIENCE FDOT District One, CEI Services for SR 78 I Pine Island Improvement Projects Lee County, FL (2013— Present) Ms. Venegas is providing public involvement services on two road construction projects in Cape Coral: SR 78 / Pine Island Road Resurfacing Project from Santa Barbara Boulevard to Del Prado Boulevard,and SR 78 I Pine Island Road four-Lane project from Burnt Store Road to Chiquita Boulevard. Her responsibilities include assisting to establish a stakeholder database,facilitating the project's public involvement meeting, and creating and distributing all collateral materials throughout each project's limits. Ms.Venegas' responsibilities also include attending weekly progress meetings, submitting weekly Road Watch Updates,responding to citizen inquiries,and preparing media advisories as needed. FDOT District One,CEI Services for SR 84/Davis Boulevard from Santa Barbara Boulevard to Radio Road Widening Project Collier County, FL (2012—2014) Ms. Venegas is currently providing public involvement services for this$11-million project consisting of widening SR 84/Davis Boulevard from two to six lanes. She facilitated the project's public involvement meeting, presented at various homeowners' association meetings and distributed collateral materials throughout the community. Ms.Venegas works extensively with project staff,local business owners and residents to provide pertinent construction updates and respond to inquiries and concerns in a proactive and timely manner. FDOT District One, Lee County Incident Management System (IMS) Project Lee County, FL (2010— 2012) Ms. Venegas provided public information services for the Lee County Incident Management System Project, which involved installing information systems, signage, cameras, highway advisory radio transmitters and more to keep traffic flowing on the Caloosahatchee River and Edison Bridges. Ms.Venegas assisted in the development of the project website, staffed the project hotline and managed public inquiries. She was responsible for preparing project collaterals, maintaining a project database,providing weekly lane closure updates,helping to resolve issues and coordinating with the project team. City of Cape Coral,CEI Services for Five-Year Transportation Improvement Project Cape Coral, FL (2004— 2012) Under the project,the City widened several major corridors to help enhance traffic flow through the rapidly growing area. As a public information officer for this project, Ms. Venegas worked to keep the public, media, elected officials, and other stakeholders informed about the construction by handling phone calls, conducting public meetings, and providing project newsletters,fact sheets, weekly progress updates, and a project Web site. QCA also designed a ^logo,newsletters,and letterhead for this project. :DOT District One— 1-75 Design / Build Interchange Improvement Projects Sarasota, FL (2009— 2010) Ms. Venegas served as the public information specialist for these Interstate 75 interchange design build improvement projects in Sarasota. Ms. Venegas relayed ongoing questions and concerns from residents and businesses to the project team and FDOT. She also attended the weekly progress meetings, published media releases and Road Watch on a weekly basis. Ms. Venegas worked to keep the FDOT, public, media, elected officials, and other stakeholders informed about the construction by handling all media relations,phone calls,drafting and distributing fact sheets,and other outreach strategies. Collier County, Rattlesnake Hammock Road Construction Project Collier County, FL (2005—2008) Ms. Venegas provided full service public information services for this construction, paving, drainage, installation, lighting, signalization, and utility improvements project. With high visibility and the potential for changing impacts to the driving public,these services included,but were not limited to,the preparation and distribution of media releases and newsletters as well as ongoing road alerts distributed for use by the driving public concerning lane closures, traffic switchovers, and detours. Tampa Hillsborough Expressway Authority (THEA), Selmon Crosstown Reversible Lanes Project Tampa, FL (2002— 2007) Ms. Venegas served as the public information officer(PIO)for this contract, which dealt with the construction of the reversible lanes over the Selmon Crosstown Expressway/SR 618. She coordinated with the media, making sure that the Expressway Authority's message was accurately communicated. She prepared media clips for the monthly THEA Board of Directors meetings, maintained a daily log of incoming calls from the traveling public,followed up on public concerns and complaints, and maintained the community database. Ms. Venegas relayed ongoing questions and concerns from residents and businesses to the project construction managers and the THEA team.She also attended the weekly progress meetings,and published media releases and newsletters on a weekly basis. FDOT District One, Ringling Causeway Bridge Replacement Project Sarasota, FL(2002—2003) For this design I build project which replaced the Ringling Causeway Bridge/S.R. 789, Ms. Venegas worked closely with the project administrator and resident engineer, as well as the design- build team. She published and distributed a monthly Bridge Bulletin,assisted with project Web site updates,created media lists, and prepared media releases. Ms. Venegas worked closely with the local U.S. Coast Guard, Yacht Clubs, and Marinas and communicated all navigational channel closures on the project. Ms. Venegas participated in the weekly District One media conference call and was actively involved with the Sarasota community, including the Metropolitan Planning Organization. Ms.Venegas helped coordinate the Bridge's grand opening event by organizing a"5k &10k Ringling Bridge Run"over the new bridge drawing. There were more than 2,300 participants. EDUCATION • Business Management,St. Petersburg Junior College PROFESSIONAL DEVELOPMENT • Construction Plans Reading Self Study Certification,FDOT • Publisher Training,University of South Florida • Public Involvement Training,FDOT • PowerPoint Training, University of South Florida • Media Training, FDOT&Up Front Communications • FHWA — National Transit Institute, Public Involvement in • ACT!Training, University of South Florida Transportation,Decision Making Rutgers University AWARDS I HONORS • FTBA's "Urban Award for Florida's Best in Construction — Community Awareness Award" for Public Information for the SR 436 reconstruction project(Curry Ford Road to the Orlando International Airport)in Orange County—Public Information Officer,2006 • CMAA's "Silver Award of Excellence" for the Del Prado Boulevard improvement project in the City of Cape Coral — Public Information Officer,2009 Packet Page-1285- 9/9/2014 16.A.28. LETTER OF INTEREST(L01): June 11,2014 Design-Build Golden Gate Boulevard 4-Lane,East Conalvias of Wilson Boulevard Ms.Evelyn Colon,Procurement Strategist USA to RFPTM 14-6289 Collier County Government PROJECT C Purchasing Department PRO PRO Hernandez CONTACT:O eT 3327 Tamiami Trail E Juan Design-Build/Construction Coordinator Naples,Florida 34112 Conalvias USA,LLC Dear Ms.Colon, 1001 NW Cypress Creek Road,Ste.200 Conalvias USA, LLC and Lakes Engineering, Inc. (Conalvias-Lakes DB Team) respectfully Fort.Lauderdale,Florida 33309 submit this Letter of Interest to provide design-build services for the Golden Gate Boulevard 4-Lane, Phone: 954-332-6635 East of Wilson Boulevard Project in Collier County. Fax: 954-332-6634 Email: jhernandez @conalviasusa.com PROJECT UNDERSTANDING Eugenio Ochoa,P.E. The purpose of this project is to widen Golden Gate Boulevard from 2 lanes to 4-lanes from east of Eugenio Project Manager Wilson Boulevard to the Northeast 16th Street intersection including all tapers; this excludes the Lakes Engineering, Wilson Boulevard/Golden Gate Boulevard Intersection.This project includes two alternates,Alternate 4870 Engi West , Inc.In Avenue A to end the project at Northeast 18 Street and Altemate B for milling, resurfacing &thermoplastic Miami,Florida 33155 striping of Golden Gate Boulevard West from Collier Boulevard to east of Wilson Boulevard. This Phone: (305)667-1567 project includes the design, preparation of plans, permitting, specifications and technical special Fax (305)667-1790 provisions and construction of the roadway and bridge widening along Golden Gate from 2-lanes to 4- Fax, (305)6 7-1790eng.com lanes between Wilson Boulevard east to NE 16th Street. Design and construction of this project will need to be in accordance with FDOT and Collier County requirements. We understand the FDOT PREQUALIFICATIONS/ROLE importance of this project to the local community and recognize the need to design and construct the CONTRACTOR: bridge and roadway in the least amount of time possible to minimize impacts to the community, Conalvias USA,LLC traveling public,and environment. Drainage Roadway: The roadway widening of Golden Gate Boulevard was initially designed to provide a 6- Flexible Paving lane undivided typical section. Due to budget cuts and future transportation needs of the corridor it Grading was determined that the roadway would be redesigned to 4-lanes and will include a median, bicycle Minor Bridges lanes and sidewalks. The project corridor is approximately 2 miles and is currently an undivided 2- SUBCONTRACTORS: lane roadway with 12 foot lanes and 8 foot shoulders.Our Team will utilize the 60%plans provided by Preferred Materials,Inc. the County for the 4-lane design of the roadway to provide final design and construction plans. In Grassing,Seeding,and Sodding order to accommodate the 4-lane typical we will match the horizontal and vertical alignments Portland Cement Concrete configured for the recently constructed roadway. This will help harmonize the projects and minimize throw-away. We also understand that running on the north side of Golden Gate Boulevard is the McShea Contracting,LLC Naples raw water main. Due to the location of the water main coordination with the utility owner will Pavement Marking be required, as vibration rollers will not be Design and Construction Criteria Highway Safety Devices,Inc. permitted. Roadway Signing Bridge: The existing 3-span bridge over the • FDOT Structures Manual Guardrail Main Canal was recently constructed, under • FDOT Design Standards• AASHTO LRFD Bridge Design Specifications PRIME CONSULTANT: a previous county project,as a 2-lane bridge • FDOT Standard Specifications for Road and Lakes Engineering Inc.(DBE) with an out-to-out width of 51'-8". To 9 9 ( ) Bridge Construction 3.1 Minor Highway Design accommodate the proposed 4-lanes typical • FDOT Plans Preparation Manual 4.1.2 Minor Bridge Design section, this project will widen the existing • AASHTO Manual for Condition Evaluation bridge to provide 4-11' lanes with a median SUBCONSULTANTS: width of 22' 0", 5'4" bike lanes and 6' 8" and Load Resistance Factor Rating (LRFR) Johnson Engineering,Inc. raised sidewalks in each direction. Our of Hi•hwa'Brides 8.1 Controlled Survey team will utilize the 90% bridge plans provided to us by the county to develop the final design and 8.2 Design,Right of Way,&Const.Survey construction plans for the widening of the Golden Gate Main Canal Bridge. The bridge will be 8.4 Right of Way Mapping widened 48'-4"towards the south to provide an overall bridge width of 96-8". The superstructure will Environmental Permitting be widened using Florida 1-36 Beams spaced at widening 11'-0" with a continuously reinforced Utility Coordination concrete deck matching the existing structure and will supported on by 18"prestressed concrete pile Madrid Engineering Group,Inc.(DBE) bents. 9.1 Soil Exploration Traffic Control and Constructability: Safety to the traveling public, pedestrians/bicyclist and 9.2 Geotechnical Classification Lab Testing workers is the number one goal of our Traffic Control Plan(TCP)development. Also important during 9.4.1 Standard Foundation Studies construction is minimizing the potential disruption to traffic. This corridor serves local traffic as well as access to residential homes and businesses. Therefore, close coordination with applicable Quest Corporation of America(DBE) jurisdictional agencies is required to develop traffic control plans that minimize impact to users. Public Involvement Drainage: The existing drainage system currently serving the project corridor consists of open drainage swales and ditches. Based on the approved SFWMD Environmental Resource Permit there are 3 basins within this project corridor(1W, 1E, and 2W); each of these basins gathers stormwater by means of curb and gutter and flows to the wet detention areas before draining into existing roadside systems or existing Canals. Basins 1W, 1 E,and 2W flow into ponds 1, 2,and 3,respectively. Ponds 1,2,and 3 all discharge into Golden Gate Canal. Survey: Our team's surveyor, Johnson Engineering, Inc. (JEI) has prepared right-of-way maps for portions of Livingston Road and Goodlette-Frank Road. JEI has also performed construction layout and obtained as-built information for Goodlette-Frank Road and Golden Gate Parkway overpass and roadway improvements. Therefore our team is very familiar with right-of-way mapping and all types of topographic surveying for roadway and utility designs in the area,which will be helpful for this project. Geotechnical: The field work portion of services to be performed and potential hazards (typically overhead or underground utilities, unstable soil conditions,site access,and maintenance of traffic)have been identified and addressed, interested parties and regulatory agencies will be notified of the Packet Page-1286-lid Golden Gate Boulevard 4-Lane,East of Wilson Boulevard 9/9/2014 16.A.28. proposed work schedules in the area,as applicable. Our team's geotechnical engineer, Madrid Engineering Group, Inc. (MEG)has worked closely with agency staff,and local property and business owners to ensure minimal impacts to the public while the work is being performed. Environmental Permitting: Our team will obtain the Big Cypress Basin(BCB) right-of-way permit for the Golden Gate Main Canal Bridge. The existing vironmental Resource Permit(ERP)will expire January 4, 2015 and an extension request should be submitted prior to expiration of this permit. Our tm understands that the permit must be modified should we change any portion of the design. The County is currently waiting on the US Army Corps Engineers (USACOE) permit to be issued; the expected release of this permit is August 2014. Should any assistance be required to finalize the USACOE permitting and/or consultation, we have experience working through these often lengthy permitting processes. This permit may also need to be modified based on the final design.Although the SFWMD ERP has already been obtained for the widening of Golden Gate Boulevard from Wilson to Desoto Blvd. (Permit No.11-01770-P; Application No.: 071102-5), there remains a myriad of special conditions related to adjacent wetlands protection and listed wildlife issues that must be addressed before groundbreaking can occur. In addition, coordination with SFWMD will be required for the relocation of the monitoring wells (C-1951 and C-953)that are in the vicinity of the planned roadway widening. Specific to this project, pre-construction surveys need to be conducted for the Big Cypress fox squirrel,gopher tortoise,and scrub jays.The modified acoustic survey methodology could be used to address the bonneted bats in an efficient and cost-effective manner, if it is included as a condition of the pending USACOE permit. Further permitting may be necessary with the wildlife agencies if direct utilization by any of these species is found within the project footprint and associated buffer zones of each species. Utility Coordination: Our team also has experience working with the Collier County roadway utilities and we are familiar with the utility providers and their representatives. Our team frequently coordinates with them on Collier County projects to ensure proper relocations are performed. JEI Utility team is very familiar with the process needed to coordinate relocations of these facilities and have done so on their recent project US 41 from Greenway Road to 6L Farms Road. Prior to initiation of any construction,coordination with the City of Naples will be necessary due to the 36"raw water main along the north side of the bridge.Additionally,the existing BFO line will need to be located to ensure no conflict during the pile installation and coordination with the utility owner will be critical. Public Involvement: Public information is a critical element on this Design-Build project since construction activities will take place adjacent to residential properties. This project team is adept at designing public information programs to facilitate open, productive communication between Collier County, community stakeholders, organizations, property owners and citizens to ensure positive, and constructive community outreach. Our Team is experienced in providing accurate and timely information in a clear and concise manner to project stakeholders which will be vital to this project's success. EXPERIENCE OF FIRM Key Advantages&Added Values of the Conalvias-Lakes DB Team: Conalvias USA, LLC has a tremendous amount of design-build project History of Innovative Design and Construction Methods experience,for instance the Buenaventura-Loboguerrero Design Build project proven Bridge Expertise Under Complex Constraints which consisted of a 6.65 mile four lane divided highway with three main Strong Design-Build Background bridges: Bendiciones Bridge (Cantiliver 1,903 ft. long), Boqueron Bridge Capability to Accelerate Construction Schedule (Post-tensioned beams 296 ft. long)and the Chorros Bridge(Post-tensioned Experience with Building Bridges over Waterways beams 164 ft. long). The project also included seven other bridges with „_1„engths between 40 ft. and 91 ft. Further, Conalvias has worked on several 'nsportation projects throughout the State of Florida as noted in the Similar Project Experience table on page 5.Conalvias'pervious scores from FDOT .;monstrate their ability to do the job right, as mentioned under Previous Performance. More importantly, the Conalvias Design-Build/Construction Coordinator, Mr. Juan Hernandez, has been the leader of several Construction Design Build Teams and has led the way from project award to Final Acceptance on several Design Build projects such as US-1 in Florida City and the 1-595 project in Broward County. Mr. Hernandez has received numerous FTBA,Pat Bolton,ARTBA and NAPA awards as well as achieved all early completion bonuses. Preferred Materials, Inc. (PMI) has provided ready mix to countless projects in southwest Florida including the current I-75/RSW Airport Exit project in Lee County. Some of PMI's paving projects include Immokalee Rd and the current county wide paving contract. PMI is a leading supplier of Ready Mix Concrete, Building Materials, and Concrete Block in the State of Florida. With 32 locations statewide, they have the capability to meet any project requirement,and as part of the Oldcastle family of companies,they can supply most building material needs.PMI is also the leader in production of high- quality hot mix and warm mix asphalt. PMI has a team of contracting professionals that offer design-build and conventional bid-build solutions. PMI also performs asphalt and concrete paving,grading,grassing and related services for roadway and civil construction projects. Our team's Pavement Marking Subcontractor McShea Contracting (MSC)has over thirty years of experience in the pavement marking industry. MSC has performed hundreds of jobs with in District One ranging from large construction projects to large maintenance thermoplastic and painting contracts. For example MSC provided the pavement markings for the FDOT Design Build that included Rock Ridge Road from US 98 to Dean Still Road in Polk County. Highway Safety Devices(HSD)will be responsible for the roadway signing and guardrail for this project. Since 1991, Highway Safety Devices has been an industry leader in the installation of traffic signals, street lighting, roadway signage, guardrail, drilled shafts, and intelligent transportation systems. HSD has performed projects throughout the State of Florida, such as the 1-75 Median Guardrail Improvements for Collier and Lee Counties. HSD was the Design-Build Prime Contractor on this project,which included design and construction services for the installation of a guardrail median barrier at 10 interchanges on 1-75 in FDOT District 1. The Design Team will be led by Lakes Engineering,Inc.,(LAKES). LAKES is a multi-disciplined engineering firm that is committed to providing quality engineered solutions that consider site-specific constructability constraints while adhering to approved state and local government standards for public infrastructure projects.The principals and lead technical staff have worked on some of the most significant transportation projects in Florida including the Big John Monahan (BJM) Bridge Replacement in Indian River County, Florida.The BJM bridge is over a major water way and the project consisted of the design and construction of a twin 6-span skewed major bridge with main spans of 185'. The substructure consists of reinforced hammerhead piers supported on pile foundations. The BJM Bridge project involved aggressive environmental permitting, public involvement, and railroad coordination. Another notable project is the MDX-SR-836 Extension Bridges in Miami–Dade County. This MDX project consisted of 8 bridges; most of these bridges were steel bridges that had integral piers associated with them. LAKES specializes in developing bridge and structural solutions that work for both their clients and the contractor. As our Team's design partners, LAKES has the experience, resources, and dependability to successfully complete this —coject. The professional engineers LAKES has assigned to this Team will rely on their design-build experiences to help ensure that all of the County's licies and procedures are incorporated into every component of this Project from design through construction. Johnson Engineering, Inc. (JEI) has a team of more than 100 professional engineers, ecologists, scientists, geologists, surveyors and mappers, certified land planners and landscape architects throughout Florida. JEI will be responsible for the Utilities, Survey and Environmental Permitting for this project. Their surveying and mapping group specializes in subsurface utility location and mapping (SUE), transportation surveying, hydrographic Packet Page-1287-ild Golden Gate Boulevard 4-Lane,East of Wilson Boulevard I 2 9/9/2014 16.A28. surveying, and geographic information systems. JEI's water resource management group provides environmental consulting, surface water management,water quality studies,and water supply services.The Johnson Engineering team was recently selected by Collier County for their General Consulting Contract for CEI project management and value engineering; civil, road, and bridge study, planning and design; environmental study, planning and design; GIS; ground penetrating radar, underground surveying and location; modeling and simulation; permitting; stormwater study, planning and design;surveying and mapping,testing;traffic study, planning and design; public utilities facilities;and wellfield study, planning and design. Madrid Engineering Group,Inc.'s(MEG)expertise is based on the technical knowledge and experience of its employees,whose diverse backgrounds include the specialties of geotechnical engineering, structural engineering, materials science and geology, studied and applied throughout Florida and at locations in the U.S. and internationally. MEG's professional staff is complimented by soils, construction field and lab technicians; a versatile fleet of company owned drill rigs; a full-service geotechnical laboratory and a full-service construction materials testing (CMT) laboratory. MEG's geotechnical and CMT laboratories and test performed are certified under AASHTO R18 and accredited by the Construction Materials Engineering Council (CMEC). MEG's lab performs compressive strength tests for cementitious materials, soils and aggregate testing. MEG's lab also performs geotechnical index testing,compressibility and permeability. Field testing capabilities include field density testing by nuclear, drive sleeve and sand cone method, in-place moisture content, concrete slump, air content and temperature. The certification by CMEC, AASHTO R18 compliance, and approval by Florida Department of Transportation (FDOT) require a minimum of two inspections of the laboratory facilities and personnel every year. MEG's skilled drillers are efficient and committed to getting the job done,while ensuring an outstanding safety record. MEG has drilled over 7,000 project sites. Quest Corporation of America (QCA) has vast experience in providing quality public information and community outreach services throughout the State of Florida including Collier County. These projects include the Florida Department of Transportation (FDOT) — CEI Services for SR 84 / Davis Boulevard Road Widening Project, CEI Services for SR 78 I Pine Island Improvement Projects, Lee County Incident Management System (IMS) Project, 1-75 Design/Build Interchange Improvement Projects and the Collier County,Rattlesnake Hammock Road Construction Project. You can rest assured that the combined individual and collective design-build experiences of our Team Members and sub-consultants will result in a finished product that is constructed in a cost-effective manner and provides the community and traveling public a safe and sustainable transportation facility. The following projects demonstrate our Team's expertise in providing design-build services, as well as some of our proven experience on other conventional projects. RELATED SERVICES AND EXPERIENCE Buenaventura-Loboguerrero between Altos de Zaragoza (PR29+000) and 1-75 from Miami-DadelBroward County Line to Miramar Parkway Triana (PR39+700) Valle del Cauca, Colombia Design-Build (Conalvias) Design-Build,Broward County,Florida(Lakes Staff)Project consisted of Design adjust and complementation (including Environmental Studies and improvements to 17 miles of 1-75 including widening for new auxiliary lanes License) and construction of the four lane divided highway. Total length of between the entrance ramps at Miramar Parkway and the HEFT roadwork 6.65 miles, including excavation, embankments, sub-base, base, interchanges, dual left-turn lanes and widening of EB Miramar Parkway to asphalt, retaining walls, landscaping, drainage work and 3 main bridges : NB 1-751 entrance ramp. Project also consisted of the replacement of the Bendiciones Bridge(Cantiliver 1,903 ft. long), Boqueron(Post-tensioned beams precast panel deck of the 1-75 Bridge over Snake Creek Canal with a 296 ft long) and The Chorros(Post-tensioned beams 164 ft long) and also 7 conventional concrete deck, requiring special considerations to avoid other bridges with lengths between 40 ft.and 91 ft.3/2007—11/2012 detours and allow for continuous traffic flows.9/2010—9/2012 Construction Cost:$45 Million Construction Cost:$13 Million Big John Monahan Bridge Replacement, Indian River County, FL Design- High Capacity Segregate Corridor - Cosac I and Construction of the Build (Lakes Staff) Construction of a twin 6- span skewed major bridge with North Corridor, Peru Design-Build (Conalvias) Rehabilitation and new main spans of 185'. Substructure consists of reinforced hammerhead piers construction of approx. 4.7 miles of 8 lane divided city highway, including supported on pile foundations. Aggressive environmental permitting, public excavation, embankments, subbase, base, concrete and asphalt paving, involvement,and railroad coordination. 2011—2014 renovation of utilities(aqueduct,sewer and electrical), and a 361'long post- tensioned beam bridge. 11/2008—1/2010 Construction Cost:$31.9 Million Construction Cost: $31 Million Ricarco J.Alfaro Avenue-La Paz Avenue and Transismica Road•San Isidro SR 739 (Metro Pkwy) Lee County, FL CSIP (Conalvias& Lakes Staff) Entrance, Panama City, Panama, Design-Build (Conalvias) Studies, design Handled similar to a Design-Build this CSIP Project consisted of the and construction OFTWO elevated road intersections. 52 post-tensioned improvements of a new roadway and bridge construction, milling and beams type NU 135,with lengths between 82 and 117 ft.Total bridge span 590 resurfacing, widening, drainage improvements, lighting, signalization, ft.Total 8"deck area:39,966 sf.Approaches with MSE walls.1/2008—2/2013 signing and pavement marking on SR 739. CSIP was done with Lakes Engineering Staff changing bridge plans and saving FDOT $1 million. 6/2012-Present Construction Cost:$36 Million Construction Cost:$22.1 Million NE 27th Terrace Bridge Replacement, Broward County, FL Design-Build MDX SR-836 Extension, Miami-Dade County, FL Design-Build (Lakes (Lakes Staff) Construction of a 38'-4"single span bridge,with an overall bridge Staff) Construction of the SR 836 Expressway from NW 107th Ave. to NW width of 36'-0" to accommodate 2-11' lanes, shoulders and raised sidewalk. 137th Ave. Project consisted of 2 interchanges, bridges(steel box girder& Superstructure consists of prestressed slab units with concrete overlay Florida U-Beams), roadway drainage, earthwork, walls, retention ponds, supported on shallow spread footers. Responsible for client coordination, lighting,sign structures&landscaping.2003-2006 permitting coordination,specification,and post design services.9/2011-8/2013 Construction Cost:$1.1 Million Construction Cost:$137 Million US 41 Utility Relocations from CR 951 to Greenway Road, Collier County, Tampa Hillsborough Expressway Authority (THEA), Selmon FL(Johnson)Project consist of relocating a wastewater force main and potable Reversible Lanes Project, Tampa, FL (Quest) Construction of the water main along US 41 from CR 951 to Greenway Road to accommodate for reversible lanes over the Selmon Crosstown Expressway / SR 618. QCA roadway and drainage improvements proposed by FDOT. Design includes coordinated with the media, making sure that the Expressway Authority's relocating approximately 19,968 linear feet of wastewater force main, 19,221 message was accurately communicated.QCA prepared media clips for the linear feet of potable water main and over 1,000 linear feet of directional drill's monthly THEA Board of Directors meetings, maintained a daily log of under various canal crossings. Assisted Collier County with the preparation a incoming calls from the traveling public,followed up on public concerns and Utility Work by Highway Contractor Agreement.9/2012-1/2014 complaints,and maintained the community database. 2002-2007 Construction Cost:$4.5 million Construction Cost:$375Million EXPERTISE OF DESIGNATED STAFF The Conalvias-Lakes DB Team has assembled a highly talented multi-disciplinary team to address and resolve any issues that may arise during design and construction; and our Team is ready to serve Collier County on this Project. We have extensive similar experience in both construction and engineering on transportation projects in Florida. The Conalvias-Lakes DB Team will be led by Design-Build/Construction Coordinator, Juan Hernandez, who will be the County's primary point of contact. Juan Hemandez, will have full authority and oversight of all Project design and construction activities and their timely completion. The Construction Project Manager, Mr. Bill Miller will manage all site construction activities. Design Project Manager, Mr. Eugenio L. Ochoa PE,will lead the design team and sub-consultants. Packet Page-1288-ild Golden Gate Boulevard 4-Lane,East of Wilson Boulevard I 3 9/9/2014 16.A.28. Key Personnel Experience Name Role Yrs DIB Experience Exp Exp p Key Proposed Personnel Design-Build/ 4 `' ignificant experience in heavy construction from estimating, planning and scheduling through uan Hernandez g M %'' supervising Design-Build projects and project management. His expertise includes working with Construction 26 _'Yes}' (CVIAS) Coordinator Designers to minimize cost and maximize solutions to best built projects. His experience includes construction of hard bid projects as well as Design build and PPP projects. s Extensive experience and a very thorough understanding of the heavy civil construction industry. He Bill Miller Construction 23 Yes worked as a US Navy Seabee on several military bases such as Japan and Guantanamo Bay Cuba. (CVIAS) Project Manager As a civilian, he had the opportunity to work on a wide variety of projects in various roles for some of .: the biggest contractors in the heavy highway construction industry. Brian Best Construction Extensive experience with roadway and drainage structures. He started his career working with US (CVIAS) Roadway 18 W Army in Jacksonville, NC for five years. He worked his way to be a Roadway Superintendent going Superintendent from Pipe layer,equipment operator to Roadway Superintendent. Construction - °= Extensive experience as structures Superintendent/General Superintendent with experience on FDOT Daniel Veillette f J DOT Roadway and Bridge projects of up to $200M. Has strong knowledge of civil engineering Structures 15 (CVIAS) Superintendent principles and concepts and DOT regulations and standards. He is highly effective at finding the best methods possible to complete construction projects on time. Construction Extensive experience in the construction of drainage systems inclusive of drainage structures, pipes, John Wiggins,Jr Drainage 24 ' 'culverts,etc. His experience also includes construction of water and sewer utilities. (CVIAS) Superintendent Specializes in the design, rehabilitation and construction of numerous types of major bridge structures. Eugenio Ochoa,PE Design Project His experience includes the full range of bridge types from curved structural steel bridges to precast (LAKES) Manager 23 ost-tensioned concrete members and has served as Responsible Charge,Project Manager,and Lead Engineer for a multitude of high profile FDOT bridge projects requiring considerations ranging from ' railroads and airports to coastal projects and major Florida waterways. Chris Meszler,PE Design Roadway ' Experience with transportation projects includes roadway, design and plans preparation, drainage, (LAKES) Engineer of 7 i traffic control, water quality, paving design, underground utility relocation, lighting, and signing and Record pavement marking. Design Extensive experience in the design and analysis of various types of structures for highway,bridge and Kathy Herrera,PE Structures 18 transit facilities. She has been involved in the design of various types of bridge structures such as (LAKES) Engineer of AASHTO Type (Prestressed) Girder Bridges, Steel I-Girder Bridges, Flat Slab Bridges, Steel Box Record Girder Bridges,and Bascule Bridges. Larry Madrid,PE Design Engineer .. Extensive experience in the fields of civil and geotechnical engineering, construction management, (MEG) of Record 30 environmental compliance and water quality issues, and has 30 years of technical and managerial Geotechnical W resionsibili over a wide ranee of'ro'ects. Additional Personnel Designee uti sties or venous developments, private uti sty companies, and municipa sties. is uti ity 'lichee'Dickey,PE Utility 17 experience includes master planning, hydraulic modeling, design of water distribution systems, JEI) Coordinator wastewater collection systems,irrigation systems,and pumping facilities. i ,SFWMD and USACOE wetland jurisdictional determinations, protected species surveys, habitat and Laura Herrero Environmental/ species management plans, biological monitoring, coordination and permitting with the FWS, FWS (JEI) Permitting 20 `_ j Biological Assessments and Biological Opinions, wetland/listed species mitigation proposals and mitigation monitoring, Environmental Resource Permit and Federal Dredge and Fill applications, as „well as follow-through to permit issuance and post-permit compliance. r .Extensive experience performing and managing construction staking, boundary surveys, topographic Barry Syren,PSM Survey 36 surveys, and design surveys. He has provided staking for Florida Power and Light distribution and (JEI) transmission lines and has prepared sovereign submerged lands leases and easements. Rick Acosta,PE Extensive experience designing and permitting surface water management systems for roadway, site (JEI) Drain/Hydraulics 12 . development and assorted environmental and drainage projects through the S. Florida and SW. Florida e ;Water Management Districts. Maricelle Venegas Public . Bilingual communications specialist with extensive media relations experience, facilitated numerous (QAC) Involvement 19 public meetings, presentations and special events, has an excellent track record in establishing . , >successful public information programs(PIP) PREVIOUS PERFORMANCE ON SIMILAR JOBS Conalvias USA, LLC. (Conalvias)has a proven track record of a number of successfully completed projects in Florida and abroad. Conalvias is led by an experienced Vice President with over 20 years of international Design Build experience as well as a number of local experienced upper and mid-level managers that have worked with the FDOT in different capacities for a number of years. In order to maintain its integrity and commitment to the FDOT, Conalvias holds firm to its philosophy of organic growth with local talent. Conalvias has consistently scored in the 100's, with a respectable average FDOT CPPR of 99.6. Conalvias' averaged CPPR and its increase bonding and bidding capacity speaks for their continued commitment to quality and to their clients. Conalvias' major projects have been constructed under difficult site restraints with the majority located over Florida Waters. In addition Conalvias' safety and environmental records also demonstrates that while meeting anticipated production levels in the field and schedules milestones are important,we understand and follow the order of priorities in construction. LAKES, being a new company, has not yet earned performance grades from FDOT. However, the staff proposed for this project has received excellent past performance grades from the Department while working for New Millennium Design Consultants(NMDC). We are referencing the grades our staff achieved under NMDC to demonstrate that the LAKES Design Team has the ability to be successful on this project. This Team, while working for NMDC,earned an average FDOT performance grade of 4.9 out of 5.0 in Quality over the last five years. The Conalvias-Lakes DB Team members assigned to this contract are a talented group of professionals that have the individual knowledge,experience, resources, and unmatched credentials to deliver a successful project that is constructed and designed in a safe and cost effective manner. Our Team ls been responsible for the construction and/or design of complex projects valued between$1 and$137 Million. Conalvias and members of the LAKES Jam have worked together in the past and those previous relationships will allow us to quickly establish a teamwork environment. Currently Conalvias and Lakes are working on a new roadway and bridge construction project on SR 739 (Metro Parkway) in Lee County, this project is on schedule and on budget. Our team understands how important Past Performance is to the County in selecting Design-Build Teams, and we trust it is equally important to consider the type and difficulty of bridge construction completed as an indicator of our performance capabilities. The Conalvias- Packet Page -1289-lid Golden Gate Boulevard 4-Lane,East of Wilson Boulevard I 4 9/9/2014 16.A.28. Lakes DB Team was specifically put together based on the individual team members' ability to complete similar projects to the satisfaction of their Clients. The following table presents the Team's experience on similar projects,which include bridge replacement and demolition over water,significant environmental permitting,utility coordination,drainage,bridge hydraulic reports,substantial MOT/TCCP,milling/resurfacing,and phased construction. SIMILAR PROJECT EXPERIENCE Const Relevant Similarities Cost r.?-.11779,T7 2011–Present: S .;• Imerton -. i sborough i ounty, ona vlas e mprovements una er't Is ontract 'seen g consist of widening, milling and resu acing of SR 688 from Lake Seminole Bypass Canal to El Centro/Ranchero Environmental Permitting $21.4M Boulevard.The project also includes improvements to roadway,drainage, signing and pavement marking, signalization, Phased Construction lighting and utilities. Implemented 2012 – Present: SR 739 (Metro Pkwy) Lee County, FL (Conalvias & Lakes Staff) The improvements under this Widening contract consist of new roadway and bridge construction, milling and resurfacing, widening, drainage improvements, Bridge Over Water $22.1M Lighting, signalization, signing and pavement marking on SR 739. CSI was done with Lakes Engineering Staff changing Environmental Permitting bridge plans and saving$1 million to FDOT. Implemented 2013 – Present: SR 93 (1-75) from Sumter Blvd to E of River Rd, Sarasota County, FL (Conalvias) The Bridge Over Water improvements under this contract consist of adding lanes and rehabilitating pavement including, milling and resurfacing, Roadway widening, improving drainage, installing guardrail and a high tension cable barrier system, widening of existing bridges Environmental Permitting $35•6M and approaches, providing intelligent transportation system components, lighting and signing and pavement marking on Implemented SR 93(1-75). 2013– Present: SR 269 (Quincy By-Pass)from SR 10 (US 90)to SR 12, Gadsen County, FL (Lakes Staff) The project consists of 1.6 miles of new roadway that will intersect US 90 just west of the Gadsden Regional Medical Center Bridge Over Water at Ralph Strong Road. The facility will be a two-lane, undivided roadway for the entire length. The travel lanes are 12' Roadway $13.5M wide and there will be ten foot shoulders, five of which will be paved, and includes a 1,241 foot long bridge spanning Quincy Creek. 2011–2013: SR 35/700 (US 98),POLK County,FL (Conalvias)The improvements under this contract consist of new Widening construction, adding lanes, widening, milling and resurfacing, drainage improvements, signing and pavement marking, Environmental Permitting $4.3M signalization and lighting on SR 35/700. Implemented 2011–2013: SR 93(1-75)(Alligator Alley)Collier County,FL(Conalvias) The improvements under this contract consist Widening of constructing a recreational access facility,including a boat ramp and parking lot with fencing and lighting,and roadway Environmental Permitting $4.7M widening, milling and resurfacing,drainage improvements,signing and pavement marking, ITS components,fencing and Implemented a high-tension cable barrier system on SR 93. 2006 – 2009: NW 25th Street Viaduct, Miami-Dade County, FL (Lakes Staff) The project consists of multilane Bridge Over Water continuous steel plate girder girders supported on steel cross bents and supported on pile foundations. Construction Environmental Permitting $121M engineering design services for the complete redesign of foundations from drilled shafts to prestressed concrete piles. Phased Construction Involved design of pier foundations within canal,environmental permitting and phased construction. 2007 - 2009: SR-9/I-95 Interchange at Ives Dairy Road, Miami-Dade County, FL (Lakes Staff) Widening and Roadway&Bridge operational improvements of the interchange. Included widening of 4 ramps, mainline improvements, line and grade Widening $6M development,drainage,walls and railroad coordination. Environmental Permitting Phased Construction 2009–2010: SW 127th Avenue over C-6 Canal, Miami-Dade County, FL(Lakes Staff) Project consisted of a single Bridge Over Water span cast-in-place bridge on conventional pile bents. Project included a bulkhead tieback system. Environmental Permitting $1M Phased Construction 2010–2012: 1-75 from Miami-Dade/Broward County Line to Miramar Parkway (Design-Build), Broward County, Florida (Lakes Staff) Project consisted of improvements to 17 miles of 1-75 including widening for new auxiliary lanes Bridge Over Water between the entrance ramps at Miramar Parkway and the HEFT interchanges, dual left-turn lanes and widening of EB Environmental Permitting $13M Miramar Parkway to NB 1-751 entrance ramp. Project also consisted of the replacement of the precast panel deck of the Phased Construction 1-75 Bridge over Snake Creek Canal with a conventional concrete deck, requiring special considerations to avoid detours and allow for continuous traffic flows. Staff)Resurface g9restorati n,and rehabilitation ehabilit tion of NW/NE 81st and t82nnd Street Boulevard, ch is the secondary leg of (Lakes R-934 Roadway Widening $3.5M (2.32 miles)and is one of the major arterials linking the coastal barrier islands to Miami-Dade County. Permitting OFFICE LOCATION AND RESPONSIVENESS Conalvias USA,LLC Lakes Engineering,Inc. Highway Safety Devices,Inc. Preferred Materials,Inc. 2714 Oak Ridge Court,Suite 604 4870 South West 72"d Avenue 16125 Old US 41 990 5th Street SW Fort Myers,Florida 33901 Miami,Florida 33155 Fort Myers,Florida 33912 Naples,Florida 34117 McShea Contracting,LLC Madrid Engineering Group,Inc. Johnson Engineering,Inc. Quest Corporation of America 508 Owen Ave.North State Road 60 East 2350 Stanford Court 17220 Camelot Court Lehigh Acres,FL 33971 Bartow, Florida 33830 Naples,Florida 34112 Land 0'Lakes,Florida 34638 4 Conalvias will provide a field office in close proximity to the project if selected. Design Resources: Our design resources are available to the County immediately upon award. Our team's resources include Professionals who have collaborated on the successful completion of several significant structures,including Big John Monahan Bridge Replacement Project in District 4 and 1-75 over Miramar Parkway, NE 27th Terrace Bridge Replacement,as well as vast experience as the contractor's specialty engineer on major bridge projects such as NW 25th Street Viaduct. Lakes uses and is heavily invested in state of the art computer software for design and plans production. Our staff is trained and experienced in the use of all the latest technology and 3D graphical advancements. The design team utilizes the latest software such as STAAD Pro, Leap Conspan, MathCAD, FB Multi Pier, and AutoCad Civil 3D. In addition our geotechnical subconsultant MEG currently operates an in- — house fleet of up to seven drill rigs designed for depths in excess of 100 feet below ground surface and owns several low ground pressure, tracked rigs to meet difficult access requirements often found in roadway widening and drainage pond areas. Contractor Resources: Conalvias along with their subcontractors will provide the required resources needed for this project. These requirements include, but are not limited to bid, payment and performance bonding, professional liability and all required insurances, and the labor and equipment Packet Page-1290-ild Golden Gate Boulevard 4-Lane,East of Wilson Boulevard I 5 9/9/2014 16.A.28. necessary to complete this Project in a professional and timely manner. The figures below provide the County a glance at some of our major equipment and personnel resources available. The Conalvias teams' vast experience in heavy civil construction management is further strengthened by the use of a number of different software packages such as; HeavyJob by HCSS which deliver PERSONNEL RESOURCES real-time cost control and efficiency measures and analysis. Furthermore, the construction management team 22 Person Full Bridge Crew ---dicated to this project are experts in Primavera P6 for the project scheduling. (carpenters,steel,form and .A/QC Plan: The Conalvias-Lakes DB Team is dedicated to providing Collier County a high quality product. Our concrete finishing crew) Quality Control efforts will be led by Mr. Esen Tokay, PE as Quality Assurance Manager. Mr. Tokay will develop a 65 Person Full Roadway detailed Quality Management Plan which will outline the procedures, and define the role and responsibilities of all QC Crew(drainage, utility and personnel. Details of our QMP will be included in our Phase II submittal. We acknowledge that the concept of lessons roadway earthwork, learned only works if the lessons are shared throughout the team. Our QA/QC plan encompasses this idea by pavement marking and base continuously updating our QA/QC Plan with lessons learned from previous projects via a project punch list. Within our crew) plan we have established procedures to document lessons learned and train staff appropriately by holding quality assurance meetings. Our QA/QC plan thrives on proper documentation of decisions made and lessons learned. Our EQUIPMENT RESOURCES staff is trained to be methodical and meticulous during our plans preparation and production processes. As we Cranes,Excavators,Tractor recognize the first line of defense for quality plans is to do it right the first time. To improve our design we continuously Trailers,Graders,Bulldozers, incorporate comments from reviewers in our production of future submittals which is the responsibility of the Project Loaders,Vibratory Rollers, Manager. During construction, Conalvias uses a structured in-house Quality Assurance (QA) system which is Rollers(Compactor), comprised of surprise project visits from a corporate level QA person to randomly oversee any number of field and Maintenance Trucks,Pile administrative operations and report back to the Vice President and Project Manager with their findings and Hammers,Incidental recommendations with specific time frames for any necessary corrective actions. Concise direction and constant Vehicles,Bridge Deck supervision from the task leaders and project manager ensures that the team is effective and efficient with design and Screed,Pile Hammer. production. Cranes,Pile Leads,Pile Schedule: Conalvias has completed a large number of projects across the state on time and within budget. Many of Driving Templates,Steel these projects earned early completion and completion bonuses. Our team will strive to find ways to enhance and Barrier Wall Forms,Steel accelerated the project schedule to save the County time and money. The Conalvias-Lakes DB Team believes in the Foundation Forms.Subgrade philosophy of NO TIME WASTED, the project starts the minute it is won; our team does not wait until the contract is Mixer,Dump Trucks,Curb signed to allocate resources. Machines,Water Blasters, Cost Control: Our team is committed to bringing innovative ideas and adding value to the project with the overall goal Grinder Trucks,Paint Truck of accelerating the schedule and reducing overall costs. The Conalvias team has a Cost Control Engineer(CCE) who Stripers,Thermoplastic Truck uses various software packages and is dedicated to assisting the PM and PE in tracking and optimizing operations in Stripers. real-time. We are able to perform what if scenarios and analysis to maximize the efficiency of the entire operation from the crew, subcontractor operations,equipment and even the timing and coordination of material deliveries. We are currently working with the various software companies to look for ways to combine the cost control analysis with our scheduling to be able to address not only cost but the efficiency of our operations as it relates to reducing overall contract time on every project. Our solid relationships and understanding of the Design-Build process will result in our team's ability to ,..quickly develop creative cost saving approaches that will provide the County with the highest quality project. lue Engineering: Having already saved the FDOT a significant amount of money with an approved structural Value Engineering (VE), aka; Cost savings Initiative Proposal (CSIP), the Conalvias Team is a firm believer in the VE process.We approach VE as a win-win for all and we will constantly be looking for ways to save money and benefit the overall project, especially if we can turn over a completed project ahead of schedule. Our team's primary design consultant LAKES excels at providing constructability analysis and design options that offer our clients alternative approaches to accomplishing their construction objectives at a lower cost. Our alternative designs are intended to reduce costs without reducing value,shorten project schedules without sacrificing contractor performance, mitigating environmental impacts of construction activities, and increase sustainability and maintainability of the finished product. We understand that the functionality and cost of a project plays a major role in determining its ultimate value and success. We have the experience to analyze every discrete element of a project to determine how each will function and interrelate as a finished product; evaluate available options while utilizing the contractor's equipment in fabrication and construction to accomplish the same objectives; and present owners with a comprehensive array of innovative value engineered designs that are easy to understand and will accomplish the desired outcomes. In fact, the Metro Parkway Project Conalvias and Lakes Engineering are currently working on is a Cost Saving Initiative Proposal (CSIP) in Fort Myers. Under this CSIP, Lakes staff redesigned the original 6 span bridge structure over North Colonial and the Ten Mile canal with two separate structures which eliminated the need for two spans which were replaced by an earth plug.The reduction of foundations,substructure, superstructure and redesign of the proposed foundations afforded the Department an overall savings of approximately$1M. Construction Management System Operation: Conalvias has a tailored system to keep all personnel and clients on the same page about the project's progress. In order to keep the project on track the following is an overview of our construction management system operations. Monthly Narrative Reporting-Our team has developed its own comprehensive monthly reporting system to update clients. Monthly Schedule Control-Our team uses the latest scheduling software, Primavera 6. Cost Control,and Estimating-Estimating and Cost Control are performed and monitored with HCSS Heavy Bid and Heavy Job. Project Accounting-is Controlled on a daily,weekly and monthly basis using Heavy Job and Accubuild. Action Reports-Conalvias has created its own action reporting,tracking and logs. Daily Quality Control/Inspection Reports—These reports are managed in HCSS Heavyjob which tracks all issues,resources and change orders. The Conalvias-Lakes DB Team is fully committed to providing the professional and financial resources required to successfully design and build this important project. We appreciate the opportunity to submit the enclosed information and look forward to providing Collier County and all stakeholders with a quality project, in the shortest duration with the least amount of impact. We are confident that the Conalvias-Lakes DB Team is the best choice for the design and construction of the Golden Gate Boulevard 4-Lane, East of Wilson Boulevard Project and look forward to working with Collier County as partners on this important project. Sincerely, /`onalvias USA,LLC Lakes Engin ang,Inc. .Juan'Hemaridez Eugenio/L.Ochoa, PE Design-Build/Construction Coordinator Principal Packet Page -1291-lid Golden Gate Boulevard 4-Lane,East of Wilson Boulevard I 6 9/9/2014 16.A.28. w= _ °i a CD V N 3; ti 1011! CCS- d O O .,.4. p co c 0 U ti A et I S Cle ,_ c U 4 _ 2 „ , ----- R N N m c '� J a m '1 E E. -`.LA CO y to CI y7! O & p = U p Y� 4 .- Z °, ., N i L N O 9N Jo V .r- a -=ono . _ C -a.z a H o U aw 3 p , ..;: N W. wL W.. �w .. a +� wa = m ili Z E 3� a O..g„.2 g ? . O aCD 'x ', CD ,..._..... O 1112 .r W Y co Y co--..._, I O 2 gp � J W aw l nLJ L" n m o o to R - � , _ a a a OU _ d >LT m 0 afu Q f4 rn p A11,,=,p1rn = . H g n w Y °> _� v N ��m U=J ti a- �: u) y—= 0 C7 _ �t9.. Z J d 6 i = _ a m J V .p = d i O (D o, U Y g - - v L,d m a� a /- a CO D w = osa = = EDa N 3 w ='� a::- a ° m V rn� L- L �+ N n Li r°- mrn � ` L 6 = V) s _ L G w CI cu 0 m Packet Page -1292- 9/9/2014 16.A.28. Colter County Email: evelyncolon @colliergov.net Telephone: (239)252-2667 Administrative Seances Division FAX: (239) 252-2810 Purchasing ADDENDUM 1 Memorandum Date: May 7, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum# 1 Solicitation#and Title 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following requirement is issued as an addendum for the referenced solicitation: In order to obtain copies of the Bridge Plans for this project you must fill out the Exempt Documents/Security System Plan Distribution Form (see attachment). A completed form must be submitted to the Purchasing Department in order to receive a CD containing the Bridge Plans. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate —. (Signat re)'r-7 (Date) Conalvias USA, LLC (Name of Firm) Addendum#1 I Packet Page-1293- 9/9/2014 16.A.28. C r C ytC Email: evelyncolon @colliergov.net Telephone: (239)252-2667 Administrative Services Division FAX: (239)252-2810 Purchasing ADDENDUM #2 Memorandum Date: May 21, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum#2: Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until May 30th, 2014. • The question and answer period for this solicitation has been extended until May 27th, 2013 • In response to a question on the online bidding system the following files have been posted to the online bidding system as an attachment to this addendum. O 14-6289—A2 071102-5 Application O 14-6289—A2 SFWMD Permit • The following statement is added to this RFP and made part of the solicitation "The use of vibratory rollers shall not be permitted in the vicinity of the City Of Naples Raw Water Main along the north side of Golden Gate Boulevard east of Wilson Boulevard during the project construction phase. Consultation with the City of Naples Utilities Department is required prior to the initiation of any construction work on the project." • The following statement is added to this RFP and made part of the solicitation specifically Exhibit C— Price Proposal Page. "In Exhibit C- Price Proposal Page, Alternate A and Alternate B pricing proposals are add alternates, and as such are additive to the Base Proposal. The County reserves the right to award the Base Price Proposal, and any Addendum#1 1 Packet Page-1294- 9/9/2014 16.A.28. combination of Alternate A and Alternate B Price Proposals, or not award the project at all, depending on funding at the time of award." • The following statement is added to this RFP and made part of the solicitation specifically Step III — Evaluation and Selection of Design-Builder. "In Step III of the RFP, Evaluation and Selection of Design-Builder, the Final Ranking of the Design-Build proposers will be evaluated on the Technical Proposal score and the Base Price Proposal score only, and not evaluated on the Alternate A and Alternate B Price Proposals score." • An "Alternate B" has been added to this solicitation and included as part of this addendum. The following file should be completed and submitted to the County in a sealed envelope with your technical proposal: o 14-6289—A2 Alternate B Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. / -7 % May 30, 2014 (Signature) Date Conalvies USA, LLC (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Packet Page-1295- 9/9/2014 16.A.28. Gol1 Email: evelyncolon @colliergov.net Telephone: (239)252-2667 Adn nstratnre Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #3 Memorandum Date: May 28, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum# 3: Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 2, 2014. • The following statement from Addendum #2 is now corrected to read as follows: The following statement is added to this RFP and made part of the solicitation specifically Step Ill — Evaluation and Selection of Design-Builder. "In Step III of the RFP, Evaluation and Selection of Design-Builder, the Final Ranking of the Design-Build proposers will be evaluated on the Technical Proposal score and the-Base Exhibit C - Price Proposal page,sere-o d Base Proposal along with Alternate A and Alternate B Price Prepesals-scare" The additions in the solicitation are shown herein by underlining.,deletions are shown by strikethroughs. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. - >r r,,,,,_ ____ -- May 30, 2014 (Signature) Date Conalvias USA, LLC (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Addendum#3 1 Packet Page-1296- 9/9/2014 16.A.28. Co[I Comity Email: evelyncolon©colliergov.net Telephone: (239) 252-2667 Administrative Semis Division FAX: (239) 252-2810 Purchasing ADDENDUM #4 Memorandum Date: May 30, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum#4 Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 6, 2014. • The following corrections and additional language are made part of solicitation 14-6289 through this addendum: Paste 14 and 15: 1. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three(3)firms,the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 2. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants'Competitive Negotiation Act. The County's procedure for selecting is as follows: Addendum#4 1 Packet Page-1297- 9/9/2014 16.A.28. 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 r� Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing proiects of this type, including,without limitation, additional information Collier County may request, interviews, or oral presentations. 8. The Selection Committee, as approved by the County Manager or designee. will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members will score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. Consultant(s) shall have an opportunity to discuss their qualifications. approach to the project and ability to furnish services for the scope of work outlined in this solicitation during the publicly announced Selection Committee Meeting prior to the final ranking. This discussion does not preclude the County from having additional presentations by ranked firms at the County's sole discretion. 9. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. 10. Negotiations shall begin with the top-ranked firm(s) in accordance with Florida Statute 287.055. 11. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications. addendums, and/or amendments as it may deem appropriate, including. but not limited,to requesting supplemental proposal information. Packet Page-1298- 9/9/2014 16.A.28. Page 7 and 8: STEP II: TECHNICAL&PRICE PROPOSALS (Only the Shortlisted Firms Resulting From Step One Will Be Invited to Provide Technical&Price Proposals) Proposals should be prepared simply and economically, providing a straightforward concise description of the Vendor's approach and ability to meet the County's needs, as stated in this RFP. All proposals should be presented as described in this RFP in PDF or Microsoft Word format with Tabs clearly marked. The utilization of recycled paper for proposal submission is strongly encouraged. The items listed below shall be submitted with each proposal and should be submitted in the order shown. Each section should be clearly labeled,with pages numbered and when required, separated by tabs. Failure by a Vendor to include all listed items may result in the rejection of its proposal. Step II includes both Technical and Price Proposals. Final scoring is as follows: Technical has a maximum 40% of total score and the Price Proposal is valued at a maximum of 60% of total score (see section III for more details). The items listed below shall be the evaluation criteria for the Technical proposals and must be reflected in each proposal and should be submitted in the order shown. Each section should be clearly labeled,with pages numbered and separated by tabs. Failure by a proposer to include all listed items may result in the rejection of its proposal. Proposer shall ensure that all TABS in his Technical Proposal in STEP II of the RFP process include information relating to the Resurfacing component(Alternate B) of the project. n Tab I: Protect Approach. (40 points, 10 pages maximum; note: Only 2 pages can be 11 X 17 formats)The proposal will be assessed-1 point for each additional page over the described limit. 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 certification that the Proposer will accept any awards made as a result of said submission of the terms contained therein. The Proposer shall include a description of how the design of the project will be approached. The proposal will include options to be considered and the issues to be resolved in the preparation of project specific standard drawings. Specifically address how the design team will approach BCB permitting and right of way plans to comply with the project requirements. Provide the methods to be used to avoid construction conflicts.The Proposer will present concepts in their ability to develop cost effective solutions through innovative design and contracting methods to speed up the construction. In this tab, include a detailed plan of approach(including major tasks and sub-tasks). Construction staging will be highly critical to this approach. • Describe proposed Traffic Control concept for the Resurfacing component of Golden Gate Boulevard West.including avoiding peak travel times. Page 37 and 38: PROJECT INFORMATION A. Introduction The purpose of this Exhibit is to describe the scope of work and the responsibilities of the Design-Build (DB) firm in connection with the preparation of a Request for Proposal Packet Page-1299- 9/9/2014 16.A.28. package for the design and preparation of a complete set of construction plans and special provisions, and construction of: • Roadway improvements to the transportation facility described herein, and the • Bridge/structural improvements for the structure identified herein. In December of 2008, a design was completed for the 6-lane widening of Golden Gate Boulevard (CR 876) from Wilson Boulevard to DeSoto Boulevard. Due to budget constraints and long range transportation needs projections, the County determined that Golden Gate Boulevard would only need four lanes. It was further determined that Transportation Engineering (TE) Department would pursue a redesign of the project to four lanes in a four-lane right-of-way section. The redesign would be taken to 60% plans and all permits (except for BCB permitting) would be obtained so that the County may, at a future date, pursue final design plans, or construct the project as a Design-Build, when construction funding becomes available. By March 2010,the 60% redesign was completed; however, the environmental resource permit for the project is still pending, and should be obtained by August, 2014. The original design and subsequent 4-lane 60% re-design included the replacement of three bridges: 1) the Golden Gate Main Canal (Bridge #034026), 2) Miller Canal (Bridge #034028), and 3) the Faka Union Canal (Bridge #034030). Bridges No. 034026 and 034028 have since been reconstructed with a previous construction project. This project also included the preliminary design (4-lane) of the two bridges which shall be used for this DB project. This new project is for the 4-lane widening of Golden Gate Boulevard east of Wilson Boulevard, excluding the Wilson/Golden Gate Boulevard intersection, including the Golden Gate Main Canal Bridge. The project begins at the beginning of the two/four-lane transition east of Wilson Boulevard. The project terminus is the 16th Street NE intersection, including all required FDOT standard tapers east of the intersection. An alternate price proposal for this project with a terminus of 18th Street NE is included. FDOT standard tapers east of the intersection are included also. An alternate price proposal (Alternate B) for the Resurfacing of Golden Gate Boulevard West is included also. A Notice to Proceed (NTP) shall not be granted to the DB firm until after issuance of the USACOE permit and after all right-of-way has been acquired. B. Purpose The County is requesting Letters of Interest(LOPs)and Technical&Price Proposals from interested firms for Design-Build services include the final design, permitting and construction of Golden Gate Boulevard 4-Lane, east of Wilson Boulevard. An alternate price proposal (Alternate B)for the Resurfacing of Golden Gate Boulevard West is included also. It is the intent of the County to select and contract with one firm to perform all aspects of the design, permitting and construction of this project.The County reserves the right to stop work before, during or after this project and is not obligated to the DB to continue the project. This solicitation is intended to comply with Chapter 287.055, Florida Statute. Page 39: 3. Construction Services for Resurfacing of Golden Gate Boulveard West (Alternate B) a. The DB shall provide construction services for the Resurfacing of Golden Gate Boulevard West including traffic control plans(MOT). Proiect includes milling of existing roadway and disposal of millings. storm sewer inlet debris protection, sweeping.tack coat, level any areas prior to surface course to provide smooth dip free ride.temporary and permanent restnoing with .-. thermoplastic. 1 '/Z"asphalt resurfacing, Maintenance of Traffic(MOT). Packet Page-1300- 9/9/2014 16.A.28. replacement of all traffic signal loops prior to final lift of asphalt being placed smooth transitions with all existingconcrete. brick and asphalt driveways or a 2 ^ linear foot asphalt turnouts at all other type driveways, and 50 linear foot resurfacing down side streets. 3 4. Property Acquisition The County may request the DB to assist with providing legal sketches and descriptions for temporary construction, and permanent easement and right-of-way acquisition for the 2-lane Bridge project and any other parts of the roadway project. The County is in the process of acquiring other right-of-way for the project and a Notice to Proceed (NTP) shall not be issued to the DB firm until this process is complete. The County is using the 4-lane 60% Design right-of-way maps as the basis of the real estate acquisition. Any deviation from these maps caused by the 100% Design of the DB firm shall be remedied by the DB firm. The additions in the solicitation are shown herein by underlining; deletions are shown by strikethroughs. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signatur ; Date f e �or A/ra .3 C./..SA „L.1;C (Name of Firm) If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Packet Page-1301- 9/9/2014 16.A.28. C..00 7 T' County Email: evelyncolon@colliergov.net Telephone: (239) 252-2667 Administrative Services Division FAX: (239) 252-2810 Purchasing ADDENDUM #5 Memorandum Date: June 5, 2014 From: Evelyn Colon, Procurement Strategist To: Interested Bidders Subject: Addendum # 5 Solicitation: 14-6289 Design Build Golden Gate Blvd 4 Lane, East of Wilson The following information/requirements are issued as an addendum for the referenced solicitation: • The end date for this solicitation has been extended until June 11, 2014. • For Price Proposal Alternate B, the limits of the western end of the Resurfacing Project will terminate at Station 38+56.78, which is near Weber Boulevard and is the beginning of the Collier Boulevard (Green Boulevard to Golden Gate Boulevard) road widening project. Please see attached plan sheet S-18 (Signing and Pavement Markings Plan) for reference. • The DB firm shall coordinate with the South Florida Water Management District (SFWMD) on the relocation of their monitoring wells # C-1951 and C-953, which are in the vicinity of the Main Golden Gate Canal Bridge. The existing monitoring wells are within the footprint of the roadway widening, and shall be properly abandoned and shall be relocated by SFWMD outside the new roadway footprint. The additions in the solicitation are shown herein by underlining; deletions are shown by strikethroughs. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. -- 06/09/2014 (Sig natu re) —' = Date Conalvies USA, LLC (Name of Firm) Addendum#5 Packet Page-1302- 9/9/2014 16.A.28. If you require additional information please post a question on the Online Bidding site or contact me using the above contact information. c: Joseph Delate Packet Page-1303-