Loading...
Agenda 09/23/2014 Item #16A 79/23/2014 16.A.7. EXECUTIVE SUMMARY Recommendation to approve the selection committee rankings and authorize staff to enter into contract negotiations with the number one ranked firm, Allied Engineering & Testing for RFP No. 14 -6319 "Materials Verification Testing Services for Collier Boulevard & Green Boulevard," for Proiect # 68056. OBJECTIVE: To approve the selection committee ranking and authorized staff to enter into negotiations with the number one ranked firm, Allied Engineering & Testing for RFP No. 14 -6319 for use by the Transportation Engineering Department (TE), Growth Management Division for Verification Testing Services for Collier Boulevard & Green Boulevard. CONSIDERATIONS: Collier Boulevard is scheduled to be widened from four lanes to six lanes from Green Boulevard to Golden Gate Boulevard. TE is seeking a firm that can provide Verification Testing services for the Collier Boulevard construction project. Verification is a process of comparing test data for determination of compliance with the contract requirements. This will be performed at the plant and in the field on split samples or independently obtained samples depending on the particular material specifications. RFP No. 14 -6319 for "Verification Testing Services for Collier Boulevard & Green Boulevard" was posted on July 2, 2014. A total of 1234 notices were sent and 36 vendors requested solicitation packets. Two (2) firms submitted proposals (Allied Engineering & Testing, and AMEC Engineering) by the July 30, 2014, due date. The Selection Committee reviewed the two proposals received and met on August 12, 2014, to rank the firms. The Committee's selection resulted in a tie. In accordance with standard RFP terms, in the event of a tie, the firm with the lowest paid dollars by Collier County to the Consultant within the last five (5) years will receive the higher individual ranking. Based on that information, Allied Engineering & Testing was deemed to be the number one ranked firm. FISCAL IMPACT: Funds for this project are available in gas taxes and/or impact fees. There is no incremental maintenance cost associated with this action. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. —SRT GROWTH MANAGEMENT IMPACT: There is no Growth Management impacts associated with this item. RECOMMENDATION: That the Board of County Commissioners approve the selection committee rankings and authorize staff to enter into contract negotiations with the number one ranked firm, Allied Engineering & Testing for RFP No. 14 -6319 "Verification Testing Services for Collier Boulevard & Green Boulevard." Prepared by: Kevin H. Dugan, Project Manager, Transportation Engineering Attachments: 1) Proposal; 2) Scoring: and 3) RFP Packet Page -1146- 9/23/2014 16.A.7. COLLIER COUNTY Board of County Commissioners Item Number: 16.16.A.16.A.7. Item Summary: Recommendation to approve the selection committee rankings and authorize staff to enter into contract negotiations with the number one ranked firm, Allied Engineering & Testing for RFP No. 14 -6319 "Verification Testing Services for Collier Boulevard & Green Boulevard," for Project # 68056. Meeting Date: 9/23/2014 Prepared By Name: LehmannJune Title: Operations Coordinator, Transportation Engineering & Construction Management 8/26/2014 3:14:16 PM Submitted by Title: Project Manager, Transportation Engineering & Construction Management Name: DuganKevin 8/26/2014 3:14:17 PM Approved By Name: RitterSteve Title: Manager - Road Construction, Transportation Engineering & Construction Management Date: 8/27/2014 2:56:30 PM Name: TaylorLisa Title: Management/Budget Analyst, Transportation Administration Date: 8/27/2014 3:58:49 PM Name: PutaansuuGary Title: Project Manager, Principal, Transportation Engineering & Construction Management Date: 8/28/2014 10:45:51 AM Name: MarkiewiczJoanne Title: Director - Purchasing /General Services, Purchasing & General Services Date: 8/29/2014 7:29:47 AM Packet Page -1147- 9/23/2014 16.A.7. Name: Evelyn Colon Title: Purchasing - Procurement Specialist Date: 8/29/2014 9:03:47 AM Name: JohnsonScott Title: Manager - Procurement, Purchasing & General Services Date: 8/29/2014 9:21:10 AM Name: KearnsAllison Title: Manager Financial & Operational Support, Transportation Administration Date: 9/2/2014 4:32:45 PM Name: LynchDiane Title: Supervisor - Operations, Road Maintenance Date: 9/5/2014 11:40:47 AM Name: ShueGene Title: Director - Operations Support, Transportation Administration Date: 9/5/2014 11:51:05 AM Name: MarcellaJeanne Title: Executive Secretary, Transportation Planning Date: 9/8/2014 9:37:53 AM Name: TeachScott Title: Deputy County Attorney, County Attorney Date: 9/12/2014 11:24:07 AM Name: KlatzkowJeff Title: County Attorney, Date: 9/12/2014 4:58:09 PM Name: UsherSusan Title: Management/Budget Analyst, Senior, Office of Management & Budget Date: 9/15/2014 10:59:50 AM Name: DurhamTim Title: Executive Manager of Corp Business Ops, Date: 9/15/2014 1:22:02 PM Packet Page -1148- Original VEP �s RIECA.TiopoTESINGSERVICES 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. CCNA Solicitation #14 -6319 Verification Testing Services for Collier Blvd. & Green Blvd. Nw, Table of Contents Cover Letter / Management Summary ....................... ............................... ............................Tab Firms Reliability and Availability ................................ ............................... ............................Tab 11 InspectorsCredentials .............................................. ............................... ...........................Tab III Facilities.............................................................................................. ............................... Tab IV References.......................................................................................... ............................... Tab V Acceptanceof Conditions ................................................................... ............................... Tab VI RequiredSubmittal Forms ................................................................. ............................... Tab VII Packet Page -1150- 9/23/2014 16.A.7. ELIO July 30, 2014 Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. RE: CCNA Solicitation #14 -6319 Verification Testing Services for Collier Blvd. & Green Blvd. 5850 Corporation Circle Fort Myers, Florida 33905 Office: 239- 334-6833 Fax: 239-334-6614 www. All ied- Engineeri ng.com www.Volkertcom Allied Engineering and Testing, Inc. (Allied) a Volkert Company is pleased to present this proposal to Collier County for the referenced Solicitation. Allied specializes in Geotechnical Engineering, Construction Materials Testing, Construction Engineering Inspection, Threshold Inspection, and Environmental Assessments and has been providing quality services for a variety of clients including Collier County since its establishment in 1982. The name was changed from Allied Testing Laboratories, Inc. to the current name of Allied Engineering and Testing, Inc. in March, 1993. Allied became a Volkert company in November2012. Allied operates a full- service construction materials testing laboratory in Lee County, offers a wide range of professional services, and is pre - qualified by the Florida Department of Transportation in Soil Exploration, Geotechnical Classification Laboratory Testing, Highway Materials Testing, Roadway Construction Engineering Inspection, and Construction Materials Inspection. In addition, Allied's lab is accredited through the Concrete Materials Engineering Council (CMEC) and is validated through the United States Army Corps of Engineers (USAGE) for soils, concrete and asphalt testing which enables our staff to provide efficient and cost effective engineering expertise in these highly specialized disciplines to our clients. Allied understands and shares the County's objectives of meeting the needs of its residents while protecting the interests of the public at large. We are aware that this contract will provide forvarious construction materials testing and inspection services related to the proposed roadway improvements and will require prompt assignment of qualified project personnel with strong organizational skills, as well as management personnel with the ability to resolve problems quickly and accurately. Allied has the staff as described herein to meet and exceed these requirements. We are also aware of the County's need to have confidence that the team(s) they select for this contract will be able to respond to their requests with minimal advance notice, while still providing quality personnel and services. Maintaining open lines of communication among ourown staff, Collier County, project designers and construction contractors will be considered a critical aspect of every project/task assigned and will be the focus of Allied on the services performed under this contract. For this contract, Mr. Cal Santarelli will serve as the Project Manager. In this role, he will be Packet Page -1152- 9/23/2014 16.A.7. Ailied Engineering & Testing, Inc. Tab CCNA Solicitation #14 -6319 Verification Testi2q Services for Collier Blvd. & Green Blvd. responsible for the contract administration and oversee the day to day staffing needs of the project. Mr. Paul J. (Jeff) D'huyvetter, P.E. will serve as the Project Engineer for this project. He will be responsible for the technical aspects of the testing and inspection needs of this contract. Both Mr. D'huyvetter and Ms. Paula McQueen will serve as an alternate Project Manager to Mr. Santarelli in the event of illness or vacation to oversee that the day to day needs of the projects are addressed. The contact information for all three is included below. Mr. Cal Santarelli will be the primary point of contact for this contract. However, all three of the undersigned may make representations on behalf of Allied for this contract. We look forward to continuing our relationship with Collier County on these projects. Sincerely, Allied Engineering & Testing, Inc. Cal Santarelli '" Paula McQueen, CPA Vice President Vice President calsantarellia- aetenp.net paulamcqueenOmeteng.net 239 - 633 -9358 (cell) 239 - 872 -0292 (cell) Packet Page -1153- JOff D'huyvetter, P.E. Ace President ieffdhuyvetterO- aeteng.net 239- 229 -0836 (cell) Page 2 of 2 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. Tab If CCNA Solicitation #14 -6319 Verification Testing Services for Collier Blvd. & Green Blvd. CONSTRUCTION QUALITY CONTROL SERVICES Project Approach Our general approach to this project will be based on the "ABC" concept of project management. The ABC's include: Allies with common goals; Belief in a proactive approach; Communication We approach our projects proactively, that is, trying to anticipate and solve potential problems before they mature. This proactive approach requires that we know the project inside and out, and that we have a good working relationship with all of the team members. We consider this a vital aspect of a successful project. The importance of communication cannot be overlooked in any design or construction project. We will make sure we fully understand the scope of the request, so that we can properly staff and equip the project. Communication must be open, honest and complete in order to keep the project rolling smoothly. The approach to each individual work order will consider the specific needs of the project. As discussed above, we will apply the ABC concept. This also incorporates the "belief" in the proactive approach and thorough "communication" to adequately address the task. We understand that a project of this type may not require full time staff as the project initially gets under way. Nor, will it require full time staff as it winds down at the end of the project. At these times, we anticipate that the County's on -site CEI and our Project Manager will be in daily contact with each other to determine staffing, inspection and testing requirements for the upcoming days and weeks. Once the project is fully under way, we anticipate that the project may require a full time, CTQP Roadway Inspector, on site, to perform the days necessary verification testing and inspections for the various operations the contractor has ongoing. It is our intent to assign one person to this role for the project. This person will then coordinate daily with the County CEI and Allied's Project Manager regarding scheduling upcoming testing and inspection needs. In addition, this person wily coordinate with personnel to ensure that the required QC testing (if being performed) has occurred. Assist the County CEI with resolution should CQC and VT have differing test results. And, provide the County CEI with review of the CQC and VT log density log books for the project. At this time, we propose that Mr. Tom Strickland perform in this capacity. He previously performed a similar role for CQC services associated with the Oil Well Road project. Upon completion of that project, he was the QC Manager for the Fort Lauderdale International Airport Runway Expansion structures project over US -1 in Broward County. In this role, he oversaw Allied's CQC staff and acted as a liaison between the contractor and the owner's QA staff. He is currently providing CEI services for the FDOT on various projects, some including Davis Blvd and Gulfshore to Banyon Blvd [refer to resume]) as part of our continuing service contracts with FDOT, District 1 Packet Page -1155- Page 1 of 3 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. Tab II CCNA Solicitation #14 -6319 Verification Testing Services for Collier Blvd. & Green Blvd. Mr. Strickland will be supported by additional staff that is CTQP qualified and completed numerous City, County and State QC, VT projects. Allied has 25 Nuclear Density Gauges along with all other appropriate equipment that is calibrated per FDOT spec's and is available for use. Project Performance Allied Engineering & Testing, Inc. (Allied) specializes in Geotechnical Engineering, Construction Materials Testing, Construction Engineering Inspection (CEI), Threshold Inspection, and Environmental Assessments. Allied has been providing quality services for a variety of clients since its establishment in 1982. Allied has been providing Contractor Quality Control (CQC) and Owner Verification Testing (VT) services since its inception in 1982. In addition, Allied has one of the largest CEI /CQC/VT staff in Florida. We have a staff consisting of over 70 technical personnel with over 1100 years of combined experience (see Staff Chart located in Tab 3). Providing CEI /CQC/VT staff for state, local and private clients is our business. Allied's main office in Fort Myers will be the managing office for this contract. The field and administrative staff for this contract will be utilized from this office. However, Allied has additional offices that can provide additional staff as needed for this contract. Allied has offices located in the following cities. A listing of services provided in those offices and the primary point of contact for each office is listed below: Fort Myers Lab Testing, CQC, VT, CEI Mr. Cal Santarelli 5850 Corporation Circle Fort Myers, FL 33905 (239) 334 -6833 Punta Gorda CEI Services Ms. Arleny Barrios 1897 Manzana Avenue Punta Gorda, PL 33950 (941) 637 -1534 Corporate Philosophy Sunrise Office Lab Testing, CQC, VT Mr. Alan Dickson 10072 NW 53 d Street Sunrise, FL 33351 (239) 916 -7589 Sarasota CEI Services Ms. Vay Scott, P.E. 2301 Cattlemen Rd., Unit C Sarasota, FL 34232 (941) 379 -6900 Tampa CEI Services Mr. Brian Pickard, P.E. 3016 US Hwy 301 N, St. 400 Tampa, FL 33619 (813) 621 -8288 Quality Assurance is the foundation that supports Allied. Allied's highly experienced professional, technical and administrative staff work together to accomplish needs of the Client. Accuracy, competitive budgeting and on -time reporting are our commitment to every project, whether it is a simple box culvert installation or a complex urban roadway project. The quality and experience of the personnel assigned to a project are the keys to completing a project successfully. The first thing to accomplish is to develop an understanding of the project. Then, personnel with the appropriate level of experience and the proper equipment can be assigned to the task. Packet Page -1156- Page 2 of 3 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. Tab 11 CCNA Solicitation #14 -6319 Verification Testing Services for Collier Blvd. & Green Blvd. Allied understands that the proper staff must be available to complete any task well. We strive to develop our teams with the depth of staff necessary to complete our projects successfully. Packet Page -1157- Page 3 of 3 9/23/2014 16.A.7. Allied Engineering & Testing, inc. Tab CCNA Solicitation #14 -6319 Verification Testing Services for Collier Blvd. & Green As mentioned in Tab II, Allied Engineering & Testing, Inc. (Allied) has over 70 technical staff available for this project. We understand the project will begin in early 2015. For this project, we have proposed the following staff. We have provided a brief description of their roles in this project and have attached their resumes in this Tab. In addition, we have included a total staff chart listing individual certifications and years of experience to show additional staff that may be drawn upon, as needed, for this project. Cal Santarelli — Mr. Santarelli will serve as Project Manager for Allied for this project. Jeff D'huyvetter, P.E. — Mr. D'huyvetter will serve as Project Engineer and as a back up to the Project Manager for this project. Paula McQueen — Ms. McQueen will serve as a back up to the Project Manager for this project. Tom Strickland — Mr. Strickland will serve as a Sr. Roadway Inspector and the Lead Inspector for Allied on this project. Mark Gibson — Mr. Gibson will serve as the lead Asphalt Plant Inspector for this project. He will oversee all Asphalt Plant VT services required for this project. Robin Gibson — Ms. Gibson is the Laboratory Manager for Allied's Fort Myers office. In this capacity, she will be responsible for all laboratory testing required for this project. The following inspectors will be available on an "on -call" basis for testing and inspections for this project. They will be scheduled, as needed, upon coordination between the County CEI and Allied's Lead Inspector. • Mr. Larry Burke • Mr. Hector (Manny) Mendez • Mr. Joe 'Monahan • Mr. Carlton Norton We do not anticipate the need for any sub - consultant services for this project. At this time, it is our intention to perform all testing and inspection for this project in- house. Page 1 of 1 Packet Page -1159- 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. CALVIN M. SANTARELLI Project Manager Aw„M"COM,M TIN S536- 113 -61 -207 -0 Education: Dunedin High School, 1979 Edison Community College AA, 1981 Louisiana State University, 1983 Certifications: CTQP: LBR Technician Qualified Sampler Technician Asphalt Paving Technician — Level l Asphalt Paving Technician — Level 2 Concrete Field Technician — Level 1 Concrete Field Technician — Level 2 Earthwork Construction Inspection — Level 1 Earthwork Construction Inspection — Level 2 Drilled Shaft. Inspection Pile Driving Inspection Final Estimates — Level I QC Manager ACI: ACI Concrete Field Testing Tech — Grade 1 ACI Concrete Transportation Construction Inspector ACI Aggregate Testing Technician Level 1 ACI Aggregate Base Testing Technician Level 2 Years of Experience: 26 Years Experience, 18 with Allied Cell No. (239) 633 -9358 Other: ADV Maintenance of Traffic IMSA Traffic Signal Technician — Level 1 FDOT LIMS Module -2 FDEPS U.S. Army Corps of Engineers CQMC Construction Management Academy C.P.N. Radiation Safety RSO N.A.U.I.Open Water Scuba Diver MSE Wall Inspector Augercast Pile Course Critical Structures Construction Issues Course FEMA IS 100.a, 200.a, & 700.a Vibration Control Specialist Mr. Santarelli performs and oversees Allied Engineering & Testing' daily operations. His responsibilities include writing and reviewing engineering reports, overseeing field and laboratory personnel, maintaining current FDOT, CMEC, Army corps of engineers lab and field certifications and reviewing all billings and timesheets. Some of the past projects of involvement were, Quality Control Manager for $180 million dollar Sanibel Bridge and Toll Replacement also setting up and recording Mass Concrete Temperature recordings and documentation, Quality Control Manager for ZEP Construction overseeing 13 Bridge deck replacements and widening on I -75 from Manatee County to Lee County. Mr. Santarelli was also the Quality Control Manger, overseeing the materials testing of the $590 million dollar Midfield Terminal at South West Florida International Airport. Project Manager / Senior Inspector for various contractor FDOT CQC projects. USACE Picayune and Merritt pump stations, project manager and responsible for setting up and recording Mass Concrete temperatures May 1996 to Present - Allied Engineering & Testins Inc Feb 2013 to March 2013 — D4 SR A1A Improvements, St Lucie County — Inspector/Drilled Shaft: SR AIA improvements will extend from just south of Shorewinds Drive to the St. Lucie County Line (approx 5.2 miles). Project consists of milling and resurfacing the existing roadway, widening the roadway and/or paved shoulders in select areas, installing new signing and pavement markings, installing mast arm signalization, and installing new corridor landscaping. Additional roadway improvements include constructing new sidewalks, guardrail, concrete bench pads, ditch pavement and slope protection in select areas. Reference: Josh Baker, FDOT Treasure Coast Ops, 772 -465 -7396 ( #C9647, FPID #423034- 1- 62 -01) June 2008 to December 2009 — I75 Design/Build, Lee & Collier Counties, ACCl/API Joint Venture — Inspector /QC: This project included widening of 30 miles (from Collier County to Colonial Boulevard in Lee County) of Packet Page -1160- 9/23/2014 16.A.7. Santarelli, Cal Interstate 75. Construction of more than 3.5 miles of pre -cast concrete panel and auger cast pile foundation noise wall, utilities inspection and in -place density test, roadway reconstruction, concrete testing for over twenty five bridge windings, NPDES monitoring. Reference: Crystal Gorman, URS Corp (frmly Ft. Myers Ops), 863- 674 -0401 (FIN #420655 -1) Aueust 1995 to May 1996 — Law Enzineerina. Inc. FIELD/LABORATORY SENIOR TECHNICIAN, THRESHOLD INSPECTOR, F.D.O.T. L.B.R., TECHNICIAN Mr. Santarelh performed all aspects of field and laboratory testing of commercial and F.D.O.T. projects, Special Inspector on numerous high -rise projects, inspection of steel placement and monitoring of concrete placement, pile monitoring, and pile load tests. July 1993 to June 1995 — Advanced Geomaterials Services, Inc. VICE PRESIDENT -Owner Mr. Santarelli was responsible for all aspects of laboratory testing, field procedures, and Threshold Inspections. He served as Radiation Safety Officer and was also responsible for scheduling and review of timesheets, payroll, and expenses. November 1987 to July 1993 — Alamo Saxena, Inc. SENIOR GEOTECHNICIAL/BNVIRONMENTAL ENGINEERING AIDE LABORATORY MANAGER June 1983 to March 1987 — Professional Baseball Player Cleveland Indians, Houston Astros - Pitcher Packet Page -1161- 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. is PAUL J. D'HUYVETTER, P.E. Project Engineer AV0LJ C0fiWW TIN D136- 690 -67 -291 -0 Years of Experience: 24 Years Experience, 12 with Allied EDUCATION Cell No. (239) 229 -0836 B.S.C.E.T., Civil Engineering, Southern College of Technology, 1992 M.S.C.E., Civil Engineering, Georgia Institute of Technology, 2002 Dalton High School, 1985 PROFESSIONAL REGISTRATIONS • Professional Engineer (Florida, 59716, Georgia, #026261(exp.)) • Building Inspector (Florida, #BN -0003667, SBCCI #7365) • Registered Environmental Property Assessor #818344757 PROFESSIONAL SUMMARY 5/2002 to Present Allied Engineering & Testing, Vice President. Oversee Geotechnical, Construction Materials Testing and Environmental Divisions. Responsible for day - today activities as well as long -term management of the CMT and Geotechnical groups. 1/2000 to 5/2002 ATC Associates, Atlanta, GA, Project Manaeer/Engineer for Construction Materials. Responsible for the review of field and laboratory reports for 50 plus engineering technicians and engineers. These reports included but were not limited to construction materials testing and inspection, subgrade and foundation evaluations. Oversaw the field training of new technicians and engineers. 3/1998 to 1/2000 ATC Associates, Field Engineer. Responsible for all aspects of field services for construction materials testing for multiple projects throughout Florida. 10/1997 to 3/1998 PEICO, Staff Engineer. Performed 3'd Party inspections for single and multi - family residences in Dade County, Florida. 1/1997 to 10/1997 ATC Associates, Miami, FL, Staff Engineer. Responsible for specialty inspections and testing. Performed or oversaw geotechnical investigations. 9/1992 to 1/1997 ATC Associates, Atlanta, GA, Staff Engineer. Responsible for all aspects of field services for construction materials testing for multiple projects throughout Georgia and Florida. 3/1989 to 9/1992 ATC Associates, Co-Op Student. Performed construction materials testing for various projects in the Atlanta area. 1/1988 to 1/1989 Timmerman Engineers, Marietta, GA. Performed inspections for various water main construction in Forsyth County, GA. References: Cal Santarelli — Allied Engineering & Testing, Inc. - 239 - 334 -6833 Cabot Dunn — Lodge Construction — 239 - 3324371 Mike Avoglia — Lee County Solid Waste Division — 239 - 533 -2111 PROJECT EXPERIENCE Packet Page -1162- 9/23/2014 16.A.7. PAUL J. D'HUYVETTEK P.E. • Ft Lauderdale International Airport, Ft Lauderdale, FL — 02/2012 to Present — est. contract value $1.7m: QC Management and Inspection services under Tutor Perini Corp. for the Fort Lauderdale Airport Expansion of Runway 9R -27L, Phase I project. Services include CQC services, NPDES monitoring, QC manager, earthwork and concrete inspection. Project consists of expand and elevate Runway 9R/27L to an overall length of 8,000 feet and width of 150 feet with an Engineered Materials Arresting System (EMAS) at both runway ends. Construct a new full - length parallel taxiway 75 feet wide on the north side of Runway. • Modification to SR 90 (US41), Miami/Dade County, FL — 10/2010 to Present — est. Project Cost $324m: Quality Control and inspection oversight under Kiewit Infrastructure South Co. on the Tamiami Trail project in Miami, Florida. Project consists of the construction of a one -mile, low profile bridge and the rehabilitation and/or reconstruction of nine miles of roadway as part of the Comprehensive Everglades Restoration Program (CERP). Services also include AASHTO beam inspections and pile inspections. • US Army Corps Site 1 Impoundment, Palm Beach County, FL — 01/2011 to 0612012 (on- going) — est. Project Cost $56m: Project consists of levee construction for purpose of water impoundment and retention. Services consist of QC Engineer for Material Testing. • US Sugar BT -13 Expansion, Clewiston, FL — 2006to2007 — est. Project Cost $300m: Project Manager for US Sugar Expansion project which consisted of the construction of Boiler #8 followed by a $300 million expansion of the refining facility. Services included geotechnical drilling and design services, site improvements, deep foundations, mat foundations and traditional shallow foundations. CMT services included soils, reinforced concrete inspection and testing as well as structural steel testing and inspection. • EAA A -1 Reservoir, South Bay, FL — 2010 — est. Contract Value $507k: Project Manager for the EAA A -1 Reservoir project which consisted of the design and construction of reservoir in the Everglades Agricultural Area. Levee construction utilized existing materials obtained from the seepage canal and from infield borrows areas. Allied set up an on -site laboratory as part of GMP 2 to provide onsite QC testing of the various aggregates produced at the rock crushing facility, which was built for this project. The rock plant operated 24 hours a day before the project was indefinitely postponed • Project Engineer for Geotechnical Projects including Metro Parkway and Three Oaks Parkway projects in Lee County, Florida; Suncoast Aluminum Furniture Manufacturing Facility in Fort Myers, Florida; FGCU Student Support Center at Florida Gulf Coast University; International Design Center (Miramar) in Estero, Florida and Page Field General Aviation Airport Expansion (new terminal, hangars and restaurant) in Fort Myers, Florida. • Pile Load Testing. Projects include North Fulton Regional Medical Center in Roswell, Georgia; Emory University Student Housing in Atlanta, Georgia; Doubletree Hotel in Gainesville, Florida; and multiple tests for the new terminal and parking garages at Southwest Florida International Airport. • Vibro- Replacement Monitoring. Projects include RAC Building at Southwest Florida International Airport and Bella Baia in Naples, Florida. • Roofing inspection and testing. Projects include various Dade County Public Schools in Florida; Carlton Terrace in Miami Beach, Florida. • Performed on site subgrade and foundation evaluation. Projects include U.S. Post Office in Oakland Park, Florida; Wal -Mart Supercenters in Fort Myers, North Fort Myers, Kissimmee, Panama City and Chipley, Florida, Anheuser Busch Can Plant in Rome, Georgia; and Makita Power Tools Manufacturing Facility (Phases III, IV and V) in Buford, Georgia. TRAINING AND CERTIFICATIONS CTQP / ACI / MOT / SIGNALS, etc: Specialty Certifications: Earthwork Construction Inspection - Level 1 AWS Certified Welding Inspector ( #10010131) Earthwork Construction Inspection — Level 2 US Army Corps of Engineering — Construction Quality Concrete Field Technician — Level 1 Management for Contractors Concrete Field Technician — Level 2 Drilled Shaft Inspector — pending project QC Manager ACT Concrete Field Testing Technician — Grade 1 ACI Concrete Transportation Construction Inspector ACI Concrete Construction Special Inspector Nuclear Gauge and Safety certificate PROFESSIONAL AFFILIATIONS merican Society of Civil Engineers American Welding Society American Concrete Institute Florida Engineering Society National Registry of Environmental Professionals Packet Page -1163- PAULA F. MCQUEEN, C.P.A. "Y Vice President l Project Manager Certifications: 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. Years of Experience: 30 Years Experience, 20 with Allied Cell No. (239) 872 -0292 Florida Certified Public Accountant, #24030 CPN Nuclear Gauge Certificate Florida Condominium Association Manager's Intermediate Maintenance of Traffic License, #4143 Seminars: FICE Project Mana ement Environmental Assessment Consultant #3876 FDOT Project Management ement g Lee County Test Boring Contractor's License #1071 J g Professional Experience: November 2013 to Present - Allied Engineering & Testing Inc. (A Volkert Company) Fort Myers FL Vice President Responsibilities include: FDOT Construction Engineering and Inspection staffing in Districts 1, 4 & 7, quality control and marketing June 1993 to October 2013 - Allied Engineering & Testing Inc Fort Myers FL C.E.O. / President / Owner Responsible for day -to -day management and policy decision making of all phases of Allied's operations. Responsibilities include: Construction Engineering and Inspection staffing and quality control, Geotechnical and Environmental drilling operations, financial decisions, signing of contracts, bidding and estimating, marketing and sales, hiring and firing of management personnel, together with, purchase of major items and/or supplies. Mrs. McQueen also handles the scheduling and management of all District 1 District Wide contracts (4C8E07, #C8I12, #C8M09, #C8M67, C8X71, #C9113 and #09116) and was the Project Manager for the Charlotte County Freeway Management System ( #C8S53). References, Mary Wiley, Ft Myers Operations, 239 - 707 -2359; Carl Harman, Sarasota Operations, 941 -359 -7366; Susan Hindman, Sebring Operations, 863- 386 -6112; Melanie Roberts, Bartow Construction, 863 -519 -2232 1990 to September 1994 - Webb, McQueen & Company CPAs CONSULTANT Mrs. McQueen provided financing and management advice to local Charlotte County Construction companies 1%6 to 1994 — PGI Incorporated PGI, Inc. (f/k/a) Punta Gorda Isles, Inc. was a southwest and Central Florida waterfront and golf course land developer and home building company located in Charlotte, Lee, Citrus and Hernando Counties. PGI developed more than 30,000 acres during Mrs. McQueen's tenure with the company and constructed 4,000 homes, 3 water and sewer utility companies, 6 golf courses and related amenities and one deep water Marina as well as numerous condominium projects and hotels. Mrs. McQueen's working career began at PGI and lasted for 25 years. Her career began in the engineering /accounting area where she was responsible for permit compliance, water quality control and subcontractor payments. Mrs. McQueen oversaw the construction of 3 utility plants including one of the first reverse osmosis water treatment plants constructed on the west coast of Florida and provided estimating services for the Company's building projects. Mrs. McQueen's ability and attention to detail resulted in promotions to Corporate Secretary, Vice President, Sr. Vice President, Treasurer, Chief Financial Officer and finally President of the publically held company. Minnesota Power & Light (currently known as Allete Inc) 1993 1999 In the early 1990s Minnesota Power became one of the largest non - governmental owned operating utilities in the State of Florida and with the acquisition of Lehigh Acres in Lee County, one of the largest land developers in the State. Mrs. McQueen, Paula Last saved by Teri Koehn Packet Page -1164- 9/23/2014 16.A.7. McOueen. Paula McQueen was elected to the Board of Directors of Minnesota Power & Light as a result of her expertise in land development and Florida utility operation. During her tenure with Minnesota Power she was instrumental in executive decisions regarding the power company's expansion in Florida with the acquisition of Palm Coast from ITT and various other land and utility acquisitions. Education: BA degree University of South Florida FDOT Business Management Construction Accounting Construction Mathematics & Estimating Plan Reading for FDOT Construction Contracts, Specifications and Law Scheduling for FDOT Construction Packet Page -1165- Education: East Jefferson High School, 1967 Certifications: 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. TOM STRICKLAND Senior Inspector / QC Manager TIN S362- 821 -49407 -0 CTQP: Asphalt Paving Technician — Level 1 Asphalt Paving Technician — Level 2 Concrete Field Technician — Level 1 Earthwork Construction Inspection — Level 1 Earthwork Construction Inspection — Level 2 Drilled Shaft Inspection Pile Driving Inspection Final Estimates — Level 1 Years of Experience: 25 Years Experience, 7 with Allied Cell No. (239) 822 -8897 Other: ACI Concrete Field Technician Level 1 Advanced MOT IMSA Traffic Signal - Level 1 (passed) IMSA Traffic Signal Field Electrician - Level 2 (registered) Nuclear Gauge Safety and Operation HAZMAT & Security Awareness Training LIMS / Site Manager Training NDEPS Stormwater Inspector MSE Wall Installation Inspection Augercast Pile Course CPPR Critical Structures Construction Issues Course FEMA IS 100.x, IS 200.a, IS 700.a, & IS 800.b Mr. Strickland has over 24 years of experience in crew supervision, paving operations, and MOT operations. Mr. Strickland has site manager and LIMS Data Entry training. December 2007 to Present - Allied Eneineerine & Testing Inc. Fort Myers, FL Jan 2014 to Present - CEI Support for DW Enhancement Projects — Sr Inspector: Mr. Strickland is providing inspection services on T1532 TWO - Gulfshore Blvd from Banyan Blvd to Mooringline Drive in Collier Co. Project consists of sidewalk improvements. Reference: Josephine Mak, FM Ops, 239 -656 -7840 ( #C9116, FIN #429842- 1- 62 -01) Sept 2013 to Present — CEI Services for I75 Freeway Management System (FMS) — Sr Inspector: Providing inspection services on I75 from the Charlotte C/L to Manatee C/L as well integration into the Manatee County Traffic Operations Center and Sunguide Center in Fort Myers. This 760 -day project will design, install, and integrate FMS field elements, including closed- circuit television (CCTV) cameras, dynamic message signs (DMS), a road weather information system (RWIS), highway advisory radios (HAR), non - intrusive microwave vehicle detectors, an emergency generator back -up system and fiber optics communications cable and transmission equipment along approximately 53 miles of I -75 throughout Sarasota and Manatee counties. His duties consist of inspection of installation of conduit and pull boxes. Estimated budget of $30 Million Reference: James Nichols, Sarasota Ops Center, 941 -359 -7333 ( #C9470, FIN# 414730- 1- 62 -01, 414732- 1- 62 -01, and 414736- 1- 62 -01) Oct 2013 to Jan 2014 — D1 GEC Contract: Tom provided part time Permit inspection services at SOC for the Intersection project at US 301 & Ft Hamer. Duties include performing technical assignments in the construction, maintenance and repair of highways, structures and facilities. Inspects and monitors the construction and maintenance of roadways performed within the ROW under contracts issued by the FDOT. Ensures that work performed is in accordance with the specifications and contract documents and that the materials used meet FDOT requirements. Serves as a liaison between contractors and local operation center staff to ensure that the contractor understands work procedures, scope of work and expected results. Provides technical guidance and resolves problems. Assists with plan reviews & maintains a daily diary for each contract, keeping accurate records of the contractor's operations. The assignment is anticipated to start around October 21, 2013 to February 6, 2014. Reference: Larry Zagardo, Project Manager, 813 - 477 -9506 (#09242, FIN #409988- 1- 62 -03) Packet Page -1166- 9/23/2014 16.A.7. Strickland. Tom February 2012 to August 2013 Ft Lauderdale International Airport — Sr Inspector: QC Management and Inspection services under Tutor Perini Corp. for the Fort Lauderdale Airport Expansion of Runway 9R -27L, Phase I project. Services include CQC services, NPDES monitoring, QC manager, earthwork and concrete inspection. Project consists of expand and elevate Runway 9R/27L to an overall length of 8,000 feet and width of 150 feet with an Engineered Materials Arresting System (EMAS) at both runway ends. Construct a new full - length parallel taxiway 75 feet wide on the north side of Runway. Project estimated $13M Ref Mike Hernandez, Tutor Perini, 954- 964 -6027 February 2010 to February 2012 — Oil Well Road, Collier County — Quality Assurance /Senior Inspector: Mr. Strickland's duties consisted of performing Quality Control testing and inspection for an eight mile roadway new and reconstruction and two new bridge replacement project. Some of his duties included earthwork material sampling, density testing, MOT inspection, storm drainage installation, installation of utilities both Force Sewer main and water main, coordination of construction activities, field books, asphalt roadway operations, testing structural concrete. Reference: Dean Greathouse, Allied Engineering & Testing Inc., 239 -334 -6833 (AET#30 -5014) December 2007 to January 2010 — I75 Design/Build, Lee & Collier Counties, ACCl/API Joint Venture — Sr. Inspector: This project included widening of 30 miles (from Collier County to Colonial Boulevard in Lee County) of Interstate 75. He was a Senior Inspector for stabilized sub -grade and jack and bore operations. Reference: Crystal Gorman URS (frmly DI FDOT Const P*, 863 - 674 -0401 (FIN #420655 -1) 2_004 to December 2007 - Wilson Miller, Inc., Naples, FL — CEI Inspector CR 864 (Rattlesnake Hammock) from Collier Blvd and Polly Ave., Collier County, FL — CEI Inspector: Earthwork material sampling, density testing, MOT inspection, storm drainage installation, installation of utilities both Force Sewer main and Water main, coordination of construction activities, field books, asphalt roadway operations, testing structural concrete. References: Jim Zuver, Collier County DOT, #239 - 774 -8192 SR 31 (Wilson Piggot) Bridge Repairs (N6031- 019 -035), Lee County, FL — CEI Inspector: Removal of lead paint on bridge structure, old steel brackets and installation of new brackets, adjusting Live Load Shoes and MOT inspection Reference: Wilfred Acebedo -Biaz, FDOTDistrict 1, #813 - 744 -6050 SR 80 Design/Build, Lee County, FL — CEI Inspector: Earthwork material sampling, density testing, MOT inspection, coordination of construction activities, field books, asphalt roadway operations, testing structural concrete, storm drainage installation, bridge inspection and sign installation and inspection. Reference: Brian Deboy, FDOT DI, #239 - 656 -7850 SR 5 (Olive Ave.) from Belvedere Road to Lakeview Avenue, Palm Beach County, FL — CEI Sr. Inspector: Senior inspector for materials sampling, density testing, MOT inspection, coordination of construction activities, field books and asphalt roadway operations. Reference: Dave Forkey, FDOTDistrict 4, #561- 432 -4966 2001 to 2004 - Better Roads, Inc., Fort Myers, FL - Asphalt Paving Superintendent FDOT District 1, I -78 Colonial Boulevard Ramps, Lee County, FL: Responsible for quality control of paving operations and supervising paving crews. Also coordinated with material suppliers to ensure a continuous supply of materials for paving operations, site manager and Lims Data Entry. Reference: Bob Wilson, FDOTDistrict 1, #239- 656 -7850 FDOT District 1, Martin Luther King Jr. Boulevard, Lee County, FL: Responsible for quality control of paving operations and supervising paving crews. Also coordinated with material suppliers to ensure a continuous supply of materials for paving operations. Reference: David Romano, Hole Montes - CEI #239- 985 -1246 FDOT District 1, SR 70, Desoto County, FL: Responsible for quality control of paving operations and supervising MOT operations. Reference: Rolando Luis, URS — CEI #863- 993 -2223 FDOT District 1, Metro Parkway/Hanson Boulevard, Lee County, FL: Responsible for correcting deficiencies of previously laid asphalt. Reference: Bob Wilson, FDOTDistrict 1, #239 -656 -7850 FDOT District 1, I -75 Bonita Springs Beach Road off - Ramps, Lee County, FL: Responsible for placing all structural asphalt. Reference: Bob Wilson, FDOTDistrict 1, #239 -656 -7850 1999 to 2001: Sun -Tex Paper and Chemicals, Naples, FL — Owner 1993 to 1999: Huey Stockstill. Inc., Picayune, MS — Superintendent 1991 to 1993: F.G. Sullivan, Inc., Baton Rouge. LA — Asphalt Foreman 1989 to 1991: Barber Brothers, Baton Rouge, LA — Asphalt Foreman Packet Page -1167- Qualifications Search 9/23/2014 16.A.7. .Florida Department of Transportation's Construction Training Qualification Program Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE S36282149 Asphalt Asphalt Paving Technician - Level 2 117114/2017 S36282149 Concrete -� Concrete Field Technician - Level 1 1 12/2/2014 IS36282149 71 Earthwork Ea; ork Construction Inspection - Level 2 6!712019 1 S36282149 Earthwork Earthwork Construction Inspection - Level 2 8/4/2014 S36282149 S36282149 Geotech Drilled Shaft Inspection 12!712016 -� Geotech Pile Driving Inspection 1 1/16/2016 S36282148 Management Final Estimates - Level 1 511312015 -, Back ; 134215 Packet Page -1168 - http: / /ctgpflorida.com/ctgp_ data /xxxyy23q.asp ?search =s362 -821 -49 -401 -0 7/30/2014 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. MARK GIBSON Asphalt Plant Inspector TIN G125- 556 -53 -144 -0 Years of Experience: 26 Years Experience, 17 with Allied Cell No. (239) 633 -9360 Education: William A. Wirt High School, 1971 Certifications: CTQP: Other: Asphalt Plant Technician — Level 1 FDOT - LIMS — Specialized Training Asphalt Plant Technician — Level 2 Troxler Radiation Safety and Use of Nuclear Density Gauges CPPR Currently serving as Allied's Asphalt Plant Coordinator and in -plant Asphalt Plant Inspector (FDOT), on -call for numerous projects under the District Wide CEI Contracts in Districts 1, 4 & 7. His duties include performing laboratory tests on asphalt, concrete, soil, and base course material, including LBR's, proctors, carbonates, marshaM, gradations, and specific gravity. Mr. Gibson has acquired twenty-three (23) years experience in the surveillance and inspection of hot mix asphalt plant operations. Mark has experience in performing asphalt plant inspections for the FDOT. Mark is familiar with the reporting requirements and expectations and ensures that all asphalt is properly tested and reported on every project. Since 2008 Allied's asphalt plant inspectors have provided more than 53,000 hours of plant inspection service to Districts 1 and 7. All of Allied's core group has producer experience and know the strengths and weaknesses of asphalt plant operations, from checking the Producer's adherence to their QC plan, inspecting the aggregate stock pile and truck inspection to verifying the volumetric properties of the mix July 1997 to Present - Allied Engineering & Testinn. Inc.. Fort Myers, FL Mr. Gibson provides Asphalt Plant inspection services on various projects in Districts 1, 4 and 7. References: Phil Chiarini, FDOT Project Manager, Sarasota Ops, 941 - 359 -7368 (Wilson Miller #C8V38, FIN #'s 422401162 01); Alan Wheeler, Sarasota Ops, 941 -359 -7370 (Genesis #C8V18, FIN #198010- 4- 62 -01); Nikesh Patel, Sarasota Ops, 941 -584- 6890 (Volkert #C9070, FIN#411042- 1- 62 -01) References. Chris Mollitor, Asphalt Plant Coordinator, Fort Myers Operations Center, 239 -656 -7883; David Dawley, Asphalt Coordinator, Bartow Operations Center, 863 -519 -4118; Rick Korloch, D7 RAC Clearwater Construction, 727- 725 -7950; and Tony Campisi, D7 RAC Tampa Construction, 813- 744 -6062 June 1988 to January 1997 - Commercial Testins, Inc. — Lab Technician Responsibilities included laboratory testing for all phases of soil, asphalt, concrete sampling and testing, quality control, with emphasis on in -plant Asphalt Inspection (FDOT) April 1981 to June 1984 - U.S.Steel — Ouality Assurance Technician Responsibilities included sampling, testing, quality control of raw materials, and processes in blast furnace operations. June 1971 to December 1974 - U.S. Steel — Chemical Technician Packet Page -1169- Qualifications Search FD06r) Florida Department of Transportation's Construction Training Qualification Program. Qualifications Search Qualifications TRAINEE MATERIAL GROUP II QUALIFICATION G12555653 Asphalt Asphalt Plant Technician - Level 1 G12555653 Asphalt - -1 Asphalt Plant Technician - Level 2 Back 134215 9/23/2014 16.A.7. EXPIRATION DATE 6/5!2015 5/16/2017 Packet Page -1170- http:// ctgpflorida .com/ctgp_data/xxxyy23q .asp ?search =G125- 556 -53 -144 -0 7/30/2014 ,FK• Education: North Fort Myers High School, 1979 Certifications: CTQP: Aggregate Base Testing Technician Aggregate Testing Technician Asphalt Plant Technician — Level 1 LBR Technician Qualified Sampler Technician LIMS Data Entry 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. ROBIN GIBSON CMT Laboratory Manager TIN G125- 724 -61 -596 -0 Years of Experience: 28 Years Experience, 11 with Allied Cell No. (239) 229 -3772 Other: ACI Aggregate Testing Technician — Level 1 ACI Aggregate Base Testing Technician Nuclear Gauge Operation & Radiation Safety HAZMAT October 2010 to Present — Allied Engineering & Testing, Inc., Fort Myers, FL Mrs. Gibson is currently serving as Allied's Laboratory Manager. Robin is very knowledgeable with current FDOT, ASTM & AASHTO testing procedures. Her current responsibilities are training and reviewing all Lab technicians testing procedures, reviews paperwork for accuracy, overseeing of daily activities and employee responsibilities. Ms. Gibson has performed all manner of construction materials testing including lab and field concrete sampling and testing, soil density testing, concrete coring, proctor testing and LBR testing and Lims data entry. May 2009 to Oct 2010 - Bonita Grande, Florida Lab Manager Duties consisted of pulling and running aggregate and base samples, turn into FDOT. Sent 2008 to April 2009 - Allied Engineering & Testing, Inc., Fort Myers, FL Lab Technician Duties consisted of running aggregate and base samples. Dec 2005 to May 2008 - Vulcan Materials, Georgia Office Manager Duties consisted of safety records, MSHA Compliance, invoicing, HR, payroll and general office skills. Sept 1998 to Oct 2005 - Allied Engineering & Testing, Inc., Fort Myers, FL Senior Laboratory Technician/Dispatcher Duties included performing laboratory tests on concrete, soil, and base course material, including LBR's, proctors, carbonates, gradations, and specific gravity. Responsibilities included scheduling and dispatching field technicians, as well as preparing reports of soils and concrete testing results. 1985 to Aug 1998 - Florida Rock Industries, FL Lab Technician Responsibilities included performing gradations, specific gravity, carbonates, Los Angeles Abrasions, sampling, testing, and quality control. Packet Page -1171- Qualifications Search 9/23/2014 16.A.7. Florida Department of Transportation's Construction Training Oual iication Program Qualifications Search 134215 Packet Page -1172 - http: / /ctgpflorida.com/ctgp 4ata /xxxyy23q .asp ?search= G125724615960 7/30/2014 Education: East Carter High School, 1981 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. LARRY BURKE Inspector / Technician TIN B620- 539 -61 -321 -0 Certifications: CTQP: Asphalt Paving Technician — Level 1 Concrete Field Technician — Level 1 Earthwork Construction Inspection — Level 1 Earthwork Construction Inspection — Level 2 (registered) Final Estimates —Level I Years of Experience: 16 Years Experience, 16 with Allied Cell No. (239) 633 -9362 Other: ACI Concrete Field Testing Technician — Grade 1 DEP Qualified Stormwater Management Inspector Nuclear Gauge Training & Safety HAZMAT MSE Wall Inspector Critical Structures Construction Issues Course FEMA IS 100.a Larry Burke has served as an inspector on various projects since 1998 for Allied. He has worked on several bridge projects as well as a roadway Inspector on District wide CEI projects. He performs in -place density tests, concrete testing, threshold inspections, and asphalt roadway inspections. January 1998 to Present — Allied Eneineerine & Testina, Inc., Fort Mvers, FL February 2012 to Present — Mr. Burke is currently providing inspection services for Allied's CMT Division. Reference: Cal Santarelli, Allied Engineering (239- 334 -6833) July 2011 to February 2012 — Modification to SR 90 (US41), Miami/Dade County - Inspector: Mr. Burke provided inspection services under Kiewit Infrastructure South Co. on the Tamiami Trail project in Miami, Florida. Project consists of the construction of a one -mile, low profile bridge and the rehabilitation and/or reconstruction of nine miles of roadway as part of the Comprehensive Everglades Restoration Program (CERP). Mr Burke's duties consisted of concrete and earthwork inspection. Reference: Russell Dingman, Kiewit, 305 -553 -1099 February 2010 to April 2012 — Oil Well Road, Collier County — Inspector: Mr. Burke's duties consisted of inspection of roadway construction, placement of fill materials, pipe placement and sampling. Reference: Dean Greathouse, Allied Engineering & Testing, Inc., 239 -334 -6833 (AET#50 -3014) June 2009 to August 2009 — Santa Barbara Widening Phase III, Lee County — Inspector: Mr. Burke was assigned to the Lee County Santa Barbara Boulevard Widening project under Balfour Beatty, Inc. His responsibilities consisted of milling, widening, paving, and drainage improvement. References: Dean Greathouse, Allied Engineering & Testing, Inc., 239 - 334 -6833 (AET #38 -0143) January 2009 to June 2009 — I75 Design/Build, Lee & Collier Counties, ACCl/API Joint Venture — Inspector: This project included widening of 30 miles (from Collier County North to Colonial Boulevard in Lee County) of Interstate 75. Mr. Burke's duties consisted of monitoring installation of drainage and testing of backfill. Reference: Crystal Gorman, URS Corp (frmly Ft. Myers Ops), 863 -674 -0401 (FIN #420655 -1) August 2008 to December 2008 — Wilson Pigott Bridge #120064 @ SR 31 over Caloosahatchee River, Eisman Russo, Inc. — Inspector: Elements of this project included replacing steel grating, removing rivets and replacing with dgh strength bolts, changing out hydraulic pump motors and upgrading electrical service, replacing all bridge pads, and replacing bridge locking system. Reference: Timothy Hendrix, Ft. Myers Operations Center — 239- 656 -7854 (C-8P29, FEE #196141- 2- 62 -01); Scott Case, Eisman Russo, Inc. (239) 690 -5103 Packet Page -1173- 9/23/2014 16.A.7. Burke, Lane July 2008 to August 2008 - I75 Design/Build, Lee & Collier Counties, ACCl/A.PI Joint Venture — Inspector: This project included widening of 30 miles (from Collier County North to Colonial Boulevard in Lee County) of Interstate 75. , Mr. Burke's duties consisted of monitoring installation of drainage and testing of backfill. Reference: Crystal Gorman, URS Corp (f mly Ft. Myers Ops), 863 - 674 -0401 (FIN #420655 -1) Packet Page -1174- Qualifications Search 9/23/2014 16.A.7. Florida Department of Transportation's Construction Training Qualification Program Qualifications Search Qualifications TRAINEE 71 MATERIAL GROUP QUALIFICATION EXPIRATION DATE B6205396171 Asphalt Asphalt Paving Technician - Level 1 612012018 136.20539617 Concrete 1 Concrete Field Technician - Level 1 11!3012016 862053961 Earthwork Earthwork Construction Impaction- Level 1 102912018 862053961 Management - Final Estimates- Level 1 7W015 -� Back 134215 Packet Page -1175- http: / /ctgpflorida.com/ctgp_ data /xxxyy23q.asp ?search =B620- 539 -61 -321 -0 7/29/2014 D'I', Education: Riverdale High School, 1996 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. MANNY MENDEZ Inspector TIN M532- 333 -7M50-0 Certifications: CTQP: Asphalt Paving Technician — Level 1 Asphalt Paving Technician — Level 2 Concrete Field Technician — Level 1 Earthwork Construction Inspection — Level 1 Earthwork Construction Inspection — Level 2 Final Estimates — Level 1 QC Manager Years of Experience: 12 Years Experience, 12 with Allied Cell No. (239) 229 -3315 Other: ACI Concrete Field Testing Technician Intermediate Maintenance of Traffic IMSA Traffic Signal Inspector Nuclear Gauge Safety Training CPPR Critical Structures Construction Issues Course FEMA IS 100.a, FEMA IS 200.a Mr. Mendez has 12 years Construction Materials Testing experience. He serves as an Engineering Technician in Allied Construction Materials Testing Division. His inspection responsibilities have included performing density testing, concrete testing, daily reports preparation, and monitoring contractor for contract compliance. He has also done inspection services under several district wide contracts that include Bridge Widening & Deck Panel Replacements. Mr. Mendez has performed Contractor Quality Control on US41, SR29, SR31, and I -75. Duties have consisted of testing concrete, soils, and asphalt. September 2001 to Present - Allied Engrineerine & Testing Inc Fort Myers FL Oct 2012 to Present — SWF -A, Parallel Runway Program — Inspector: Manny is providing inspection services on the 82.10 acre project site located within the Southwest Florida International Airport ( SWFIA) property in Fort Myers, Lee County, Florida. The SWFIA is located south of Daniels Boulevard, north of Alico Road and east of Treeline Avenue. The project site is specifically located southeast of the existing airport runway and northeast of the existing main terminal complex. The proposed project consists of the construction of an additional 38.8 acres of impervious areas within basins 7 and 10. The improvements involve the construction of terminal and taxiways (aircraft operation) areas and a surface water management system. Manny's duties consist of inspection of steel, paving and pre -cast on rebar of structures. He is performing densities from pipe to baserock, concrete testing and stringline on subgrade to baserock. Reference: Cal Santarelli, Allied OM, 239 - 334 -6833 ( #32 -8191) June 2012 to Sept 2012 - District Wide CCEI Support A Contract — Inspector: Mr. Mendez provided inspection services on the PUSH BUTTON CONTRACT — ROADWAY TWO #12, SR 78 at Skyline / SW 10`s Place. The project consists of construction of Dual Directional Median Opening Intersection improvements at SR 78 (Pine Island Road) at Skyline Blvd/ SW 10'` Place in Lee County. FIN #427321- 1 -52 -01 ( #C9113) Reference: Gerald Byrne, Ft Myers Ops, 239 -656 -7800, ( #C9113) July 2011 to Present — Mr. Mendez is currently providing inspection services for Allied's CMT Division. Reference: Cal Santarelli, Allied Engineering (239- 334 -6833) March 2007 to June 2011- Del Prado Widening, Lee County —Sr Inspector: Mr. Mendez served as a QC Inspector on this new construction project which included five (5) new bridges and four to six -lane widening of Del Prado Boulevard from Pine Island Road to Kismet in Cape Coral. The project involved milling and resurfacing, earthwork, drainage, utility work, sidewalks, curb and gutter, guardrail, signing and pavement marking, drilled shafts for mast arms, signalization, installing new fiber optics, controller cabinets, cameras, landscaping improvements (ie, trees, grass, sod, plants, etc.), new Packet Page -1176- 9/23/2014 16.A.7. Mendez, Manny light poles and installation of conduit, pull boxes, electric service poles, and wiring. Mr. Mendez' duties included materials testing and sampling, earthwork, concrete & asphalt inspection, inspection of pile driving on all 5 bridges, reinforcing steel inspections, drainage utilities, roadway and MOT inspection. Reference: AIM Engineering and Surveying, Inc. Jerron Hull / Balfour Beatty (AET #38- 04191#39 - 0381), Laurie Lagos, PM, 239 -242 -0879 I -75 RTMC Building, C -81794 — HTNB Corp. — Inspector: Mr. Mendez served as an Inspector for verification of densities for this project. Reference: Tony Chin, (239) 561 -7940 — FIN# 414733- 1 -62 -01 I -75 Bridge Widening & Deck Panel Replacements (10 Bridges) — Zep Construction: Mr. Mendez served as a QC Inspector of concrete and earthwork for this project. Reference: Mr. Phil Chiarini, Sarasota Operations Center, 941 -359- 7300, (E -ID88) (FIN #412844, 412845, 412846) US 41— Better Roads: Mr. Mendez served as a QC Inspector of concrete and earthwork on this project. Ref Fort Myers Ops, 239 -656 -7800 I -75 Bridge Widening & Deck Panel Replacements, (Myakka River, Big Slough, Toledo Blade, and Sumter Blvd.) — Zep Construction: Mr. Mendez served as a QC Inspector of concrete and earthwork on this project. Reference. Phil Chiarini, Sarasota Operations Center, 941 -359 -7300 Moccasin Wallow and SR80 — Inspector serving under Zep Construction's Design Build projects: W. Mendez performed density testing, concrete testing, prepared daily reports, and monitored contractor for contract compliance. Reference: Fort Myers Operations Center, 239 -656 -7800 November 2000 to August 2001— Wilson Miller, Inc. — Instrument Man Instrument man on a survey crew November 1996 to November 2000 — United State Marine Corps - E5 Serzeant Issued Ammunitions Packet Page -1177- Qualifications Search 9/23/2014 16.A.7. 1.0i'm 14 Florida Department of Transportation's Construction Training Qualification Program Qualifications Search Qualifications TRAINEE 71 MATERIAL GROUP QUALIFICATION EXPIRATION DATE M53233378 Asphalt -- III Asphalt Paving Technician -Level 1 118/5/2015 M53233378 Asphalt Asphalt Paving Technician - Level 2 8/5/2015 -1 M53233378 Concrete Concrete Field Technician - Level 1 4 /28/2017 M53233378 Earthwork Earthwork Construction Inspection - Level 1 8125/2018 M53233378 Earthwork Earthwork Construction Inspection - Level 10/13/21)14 M53233378 Earthwork Earthwork Construction Inspection - Level 2 81712019 M53233378 Management Final Estimates - Level 1 712017 M53233378 Management QC Manager Does Not Expire Back ' 134215 Packet Page -1178- http:/ Ictgpflorida .com/ctgp_data/xxxyy23q.asp ?search =M532- 333 -78 -050 -0 7/29/2014 Education: High School Graduate, 1978 Certifications: 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. JOE MONAHAN Inspector TIN M550- 496 -60 -225 -0 CTQP: Asphalt Paving Technician — Level 1 Asphalt Paving Technician — Level 2 (scheduled) Concrete Field Technician — Level 1 Earthwork Construction Inspection — Level 1 Earthwork Construction Inspection — Level 2 Final Estimates — Level 1 Years of Experience: 13 Years Experience, 13 with Allied Cell No. (239) 344 -6458 Other: ACI Concrete Field Testing Tech Grade I Intermediate Maintenance of Traffic IMSA Traffic Signal Technician — Level 1 Radiation Safety and Use of Nuclear Gauge / HAZMAT Basic Florida Soils Training Augercast Pile Course MSE Wall Inspector CPPR NDEPS Inspector Critical Structures Construction Issues Course November 2003 to Present - Allied En$ineerine & Testina. Inc.. Fort Myers, FL March 2014 to Present — CEI Services for Sarasota Continuing Services — Inspector: Mr. Monahan is providing mpection services on SR 758 (Bee Ridge Road) from West Cattlemen Road to East of Phillippe Creek, Sarasota Co. Project consists of resurfacing 0.7 miles. Reference: Marlena Gore, 941 - 359 -7335 (C9B65, # #429119- 1- 52 -01) June 2013 to March 2014 - CEI Services for Specific Projects Managed by Tampa & Brooksville Construction Offices — Inspector: Joe provided inspection services on US 92 (SR600/D Mabry) from Kennedy Blvd to Hillsborough Ave ramps and on US/USB 301 (SR35/700) from N of Pioneer Museum Road to S of Mosstown Rd in Hillsborough County. Projects consisted of resurfacing in Hillsborough County. His duties include inspection of all roadway items such as underground utilities, storm sewers, grading, embankment, stabilization, base and surface course, inlets, manholes, box culverts, and any other related items to road work, milling and resurfacing asphaltic concrete. Making out job reports of work performed, keeping and recording quantities. Ref.- Thomas A. Curley, Jr., PA, 813- 612 -3300 ( #C9714, #427145 -1- 62- 011427165- 1 -62 -01 Various) Dec 2012 to April 2013 - DI DistrictWide CEI Support Contract C — Inspector: Mr. Monahan provided inspection services under RKKs contract on I -75 (SR 93) from Collier County Line to Bonita Beach Road in Collier County. Project consists of MOT, auger cast piling, drilled shaft and sound wall construction. Reference: Gerald Byrne, DI Ft Myers OPS, 239 - 656 -7800 (C8T23), FIN#431776- 1- 52 -01) CMT- Mr. Monahan works on a variety of projects both FDOT and commercial serving as an inspector for Allied's Construction Materials Inspection Division. His duties include performing contractor QC of in -place density tests, concrete testing, inspection of pipe placement, roadway construction, foundation construction, NPDES reporting and maintenance and recordings of the earthwork records system. Mr. Monahan has an extensive background in inspection and testing of underground utilities construction. Some in which were built in extreme conditions such as deep de- watering situations, single and multiple lane closures and the awareness of time management as to re -open and not impeding traffic, flowable fill conditions when performing penetrometer testing as necessary to continue construction, backfilling with aggregates when such conditions would not allow conventional construction, witnessing the videoing of `IDPE pipe after installation, verifying the wrapping of pipe joints with filter fabric and bedding stone, performing flow .me elevations checks. He is also experienced in laboratory tests on concrete, soil, and base course material, including proctors, carbonates, gradations, and specific gravity. Mr. Monahan has also performed vibration monitoring for sheet Packet Page -1179- 9/23/2014 16.A.7. Monahan.Joe pile installation for the City of Naples Utilities Improvement project. Reference: Cal Santarelli, Allied Engineering and Testing, Inc., 239- 334 -6833 July 2012 to Sept 2012 — D1 DistrictWide CEI Support — Inspector: Mr. Monahan provided inspection services on SR 684 (Cortez Rd.) from 51$` St. W. to 261h St. W. in Bradenton. Project consists of replacing three (3) Cross Drains Reference: Carl Harman, Sarasota Ops, 941 -359 -7300, FIN#431005- 1- 52- 01(C9522) May 2012 — District One CEI US 27 Hybrid Contract — Inspector: Mr. Monahan served as an inspector under Metric Engineering on the US 27 @ US 17/92 Interchange Ramps in Polk County. His duties included concrete inspection for drilled shaft installations. Reference: Kirby Radford, PA FDOT Bartow Operations, 863 -519 -4107 (C9359, #424815 -1) February 2012 to April 2012 — Ft Lauderdale International Airport Inspector: Mr Monahan provided QC Management and Inspection services under Tutor Perini Corp. for the $175 million Fort Lauderdale Airport Expansion of Runway 9R -27L, Phase I project. Services include CQC services, performing in -place density testing of new underground utilities, tree removal and relocation inspection, NPDES monitoring, earthwork and concrete inspection. Project consists of expand and elevate Runway 9R/27L to an overall length of 8,000 feet and width of 150 feet with an Engineered Materials Arresting System (EMAS) at both runway ends. Construct a new full - length parallel taxiway 75 feet wide on the north side of Runway. Ref: Mike Hernandez, Tutor Perini, 954- 964 -6027 December 2009 to June 2011 — Santa Barbara Widening Phase I, Lee County — Inspector: Mr. Monahan was assigned as the Sr. Inspector to Balfour Beatty construction group for the City of Cape Coral Santa Barbara Boulevard Widening project. Project included widening 2.8 miles of a four lane road to a six lane road. The improved roadway also had three 12 -ft travel lanes in each direction, six foot sidewalks, median, new signals, street lighting and landscaping. An enclosed curb and gutter storm sewer system replaced the existing open swale ditch drainage system. Some of his responsibilities consisted of inspection and compaction testing for all new utilities, roadway inspection, drill shaft inspection, maintain the earthwork records system, milling & resurfacing, paving inspection, widening, drainage improvement and pipe lining of existing storm drain system. Reference: Dean Greathouse, Allied Engineering & Testing, Inc., 239 - 334 -6833 (AET #38 -0143) June 2008 to December 2009 — I75 Design/Build, Lee & Collier Counties, ACCl/API Joint Venture — Inspector: This project included widening of 30 miles (from Collier County to Colonial Boulevard in Lee County) of Interstate 75. He was an Inspector for the construction of more than 3.5 miles of pre-cast concrete panel and auger cast pile foundation noise wall, utilities inspection and in -place density test, roadway reconstruction, concrete testing for over twenty five bridge windings, NPDES monitoring. Reference: Crystal Gorman, URS Corp (frmly Ft. Myers Ops), 863 -674 -0401 (FIN #420655 -1) May 2004 to June 2008 — Sanibel Bridge #A, B & C, Lee County, FL — Inspector: Mr. Monahan performed inspection services on the Sanibel Bridge project. His duties included pile driving, earthwork densities, compliance with NDEPS, drainage improvements, concrete testing and daily monitoring and weekly reports. Reference: Cal Santarelli, Allied Engineering & Testing, Inc., #239- 334 -6833 ( #34 -0402) November 2003 to May 2004 Mr. Monahan was an Engineering Technician in Allied's Construction Materials Testing Department. His duties consisted of nuclear density testing and compressive strength testing. Reference: Cal Santarelli, Allied Engineering & Testing, Inc., #239 - 334 -6833 April 2003 to November 2003 - Storage on Wheels — Truck Driver Operate hydraulic truck for deliveries of storage containers. December 1997 to February 2003 - Callaehan Tire — Truck Driver / CSR / Sales Deliver tires in south Florida, load and order stock, billing, and sales. January 1993 to December 1997 - ITCO Tire Comnanv — Truck Driver / CSR / Sales Deliver product, order, and services customer base. Packet Page -1180- Qualifications Search 9/23/2014 16.A.7. 1 • Florida Department of Transportation's Construction Training Qualification Program Qualifications Search Back 134215 Packet Page -1181 - http:// ctgpflorida .com/ctgp_data/xxxyy23q.asp ?search =M550- 496 -60 -225 -0 7/29/2014 Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE M55049660 Asphalt Asphalt Paving Technician - Level 1- 313/2015 M55049660 Ea thwork�I Earthwork Construction Inspection - Level 1 11/10/2014 M55049660 Earthwork Earthwork Construction Inspection -Level 2 9!2712017 M55049650 7FManagernent Final Estimates - Level 1 7/912019 Back 134215 Packet Page -1181 - http:// ctgpflorida .com/ctgp_data/xxxyy23q.asp ?search =M550- 496 -60 -225 -0 7/29/2014 Education: The Academy High, 2000 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. CARLTON NORTON Inspector TIN N635- 105 -82 -327 -0 Certifications: CTQP: Concrete Lab Technician — Level 1 Concrete Field Technician — Level 1 Earthwork Construction Inspection — Level 1 Years of Experience: 6 Years Experience, >1 with Allied Cell No. (239) 707 -8386 Other: ACI Concrete Strength Technician cert ACI Concrete Field Testing Tech Grade 1 Nuclear Gauge Safety October 2013 to Present - Allied Engineering & Testing Inc Fort Myers FL Mr. Norton is serving as an inspector for Allied's Construction Materials Inspection Division. His duties include in -place density tests and performing all manner of construction materials testing including field concrete sampling and testing, soil density testing, concrete coring. Reference: Cal Santarelli, Allied Engineering and Testing, Inc., 239- 334 -6833 March 2013 — September 2013 - OldCastle Building Products QC / Lab Technician - inspections pre/post of product concrete testing at plant & lab. September 2010 — March 2013 - Ave Ave Island Injections Inspect and inject Palm Trees for lethal yellowing and evaluate conditions. March 2010 — May 2010 - Lamar Associates LLC Quality Control For VA Clinic of Cape Coral FL. on Diplomat Pkwy. With Lamar Associates LLC _March 2005 — January 2010 - Inspector Aide Allied Engineering & Testing FT Myers Fl Serving as an inspectors aide for Allied Construction Materials Inspection Division. Duties included in -place density tests and concrete testing for commercial/residential projects. Projects included US Sugar Expansion and Cape Coral Utilities and Del Prado widening. April 2004 — March 2005 - Design A.ide/ScheduHng Gulf Coast Truss Company, Ft Myers FL Duties included scheduling, production and delivery of trusses and overseeing completion of projects. Packet Page -1182- Qualifications Search 9/23/2014 16.A.7. Florida Department of Transportation's Construction Training Qualification Program Qualifications Search BackW 134215 Packet Page -1183- http: / /ctgpflorida. corn /ctgp_&ta/xxxyy23q.asp ?search =N635- 105 -82 -327 -0 7/29/2014 Qualifications TRAINEE 71 MATERIAL GROUP QUALIFICATION EXPIRATION DATE N63510582 71 Concrete Concrete Field Technician - Level 1 7/13/2018 H63510582 71 Concrete Concrete Lab Technic,, -Level 1 4/6/2018 N63510582 Earthwork Earthwork Construction Inspection - Level 1 12/4/2018 -� BackW 134215 Packet Page -1183- http: / /ctgpflorida. corn /ctgp_&ta/xxxyy23q.asp ?search =N635- 105 -82 -327 -0 7/29/2014 9/23/2014 16.A.7 ALLIED ENGINEERING & TESTING, INC. - STAFFING QUALIFICATIONS A Volkert Company NAME x W o y County of Residence CTQP QUALIFICATIONS o S c u H h F- u H f e m u . 1. CL E d r S t a m A s N d }i m v c a m O eo c` °_' d R 'm ° PROFESSIONAL ENGINEER Fhuyvetter, Jeff 24 Lee 1/2 1 112 1 X Pickard Brian 11 1HIlisborousth 1/2 1/2 1 1/2 1 X X 1 1/2 Scott, Vay 1 28 Hllisborou h 1 1/2 1 Adv SEMOR INSPECTOR Batdorf, David 7 Charlotte 1/2 1/2 1/2 X 1 Int X 1 Best Alan 35 Highlands 1/2 1 1/2 1 Adv 1 Brownlle, Norman 15 Lee 1/2 1 1/2 1/2 X X 2 Irrt 1 11/2 Dickson Alan 9 Broward 1 1 1/2 1/2 X X X X Edge, Michael 17 Sarasota 1/2 1/2 1/2 X X 1/2 Adv x-1 1 Foutch Chris 9 Polk 1/2 1 1/2 X 1 Int X 1 1 Garcia, Ted 14 Polk 1/2 1 1/2 X 1 1 Adv X 1 1/2 George, Tony 10 Hilisborou h 1/2 1/2 1J2 X X 1 Int X 1 Graves, Shane 18 Hillsborough 1/2 1 1/2 1/2 X X 1/2 Adv Guthrie, Scott 16 Hilisborou 1/2 1 1 1/2 X 1 Adv Hicks Matt 11 Charlotte 1/2 1/2 1 1/2 X X 1 Int X 1/2 Karunatilake, Sam 14 Pasco 1/2 1/2 1/2 X 1/2 Adv Landrum Dense[ 21 Polk 1/2 1 1/2 1 Int X 1 Losh, Rick 31 Polk 2 1/2 1 112 1 Adv McCrumb Robert 21 Lee 1/2 1 1/2 1/2 X 1 1/2 Int X Morris, Chris 13 112 1 1 112 X 1/2 X 1/2 Permenter, Billy 16 Lee 1/2 1 1/2 I 2- Int X Preszler, Matt 9 Hillsborough 1/2 1 1/2 X X 1 Int X Santarelli, Cal 26 Lee 1/2 1/2 1/2 X X 1 Adv 1 X X X X Strickland, Tom 25 Lee 1/2 1 1/2 X X 1 Adv 1 Wall, Steve 27 Lee 1/2 1/2 1/2 X X 1/2 Int Walters, Mark 37 37 Polk 1/2 1 1/2 X 1/2 Int X Weakle , Lori 24 Sarasota 1/2 1 112 1 1 1/2 1 Int g12 Woodrum, Tim 40 St Lucie 1/2 1 1/2 112 Int INSPECTOR Bemis, Charles 8 Charlotte 1/2 1/2 1 1 1 Int Boisseau Mike 15 Palm Beach 1 1/2 X X X X Burke, Larry 16 Lee 1 1 1/2-p 1 Greathouse Dean 29 Lee 1 1/2 X 1 Harvey, Brian 7 Sarasota 1/2 1 1/2 1 Int Large, Tim 5 Palm Beach 1 1 1/2 X Mendez, Manny 12 Lee 112 1 1 1/2 1 Int X Miller, Charlie 9 Okeechobee 1/2 1/2 1/2 X 1 Int X 1 Monahan, Joe 13 Lee 1 1 1/2 1 Int 1 Paredes, Mike 3 Broward 1 1 1/2 X I X X Schultz, Robert 12 Pinellas 1 1 1/2 1 int Scott, Ryan 6 Charlotte 1/2 1 1/2 X 1 Int I X 1 St ner Steve 7 Lee 1/2 1 1/2 1 Int Suarez, Frankie 2 Hillsborough 1 1 1 X Ulmer Bud 44 Pinellas 1/2 1 1 Adv Wilson, Rick 13 Broward 1 1/2 X X Zu ras, Michael 7 Hernando 1/2 1 1 1/2 1 Int 1 Packet Page -1184- Page 1 of 2 4*1.1 9/23/2014 16.A.7. ALLIED ENGINEERING & TESTING, INC. - STAFFING QUALIFICATIONS Packet Page -1185- Page 2 of 2 CTQP QUALIFICATIONS C % u d d ^J C6 sn W 1. .di r C .. .. u A F. iE y A Vaikert Company W m - LL -' m E g t d +; d IL a "' a d H .o 41 : W 12 County of a a .'' d NAME y Residence '" W I ? 5 c INSPECTORS - MATERIALS TESTING / LABORATORY Case, Tim 33 Lee Cueto, Ed 26 Broward 1/2 1 X X I X X X Erzah, Isaac 12 Sunrise Gibson Robin 28 Lee 1 X X X X McCormick, Brad 21 Hendry X Norton Carlton 6 Lee 1 1 X X Permenter, Jeremy_ 2 Hendry X X X X X X Usher, Robert 2 Lee 1 Int X ASPHALT PLANT INSPECTOR Gibson, Mark 25 Lee 1/2 Grindle, Mike 16 Highlands 1/2 Mason Philip 6 Pasco 1/2 Owens, Sonja >1 Manatee 1/2 Sam le , Christine 23 Manatee 1/2 1/2 1/2 Int Varela, An'el 6 15t Lucie 1/2 Wilferth John 14 lPolk 1/2 PROJECT ADMIMSTRATOR / CONTRACT SUPPORT SPECIALIST Barrios, Arleny 28 Sarasota Adv X Rice, Judy 26 Hillsborough 1/2 White, Debra 21 Lee V1/2 White, James 30 Lee 1/2 1/2 1/2 Adv X Wiseman, Mark 23 Volusia 1.2 1 1/2 Adv Za orski Pam 33 Pinellas Packet Page -1185- Page 2 of 2 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. Tab CCNA Solicitation #14 -6319 IV Verification Testing Services for Collier Blvd. & Green Blvd. — Allied's Fort Myers and Sunrise office's are both accredited through the Concrete Materials Engineering Council (CMEC) and validated through the United States Army Corps of Engineers (USAGE) for soils, concrete and asphalt testing. As previously mentioned, our Fort Myers laboratory will be the primary laboratory for this project with Sunrise serving as a back -up, if needed. Our Fort Myers laboratory facility is fully equipped to complete all routine testing required for this project. Allied's laboratory has been inspected by the U.S. Army Corps of Engineers and the Concrete Materials Engineering Council (CMEC) and was deemed to conform to ASTM C 1077 specifications, "Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation ". Our concrete testing facility includes an isolated constant humidity, temperature controlled cure room with capacity to store 1500 6" x 12" concrete test cylinders. The temperature is monitored 24 hours a day with a recording thermometer and the relative humidity is maintained at 100 %. Our compression testing machines are equipped with a calibrated dual range system so that low strength and normal strength concrete and other cementitious materials may be tested. Allied is a full service organization operating its own field and full service laboratory testing facilities. Allied is pre - qualified by the FDOT in the following work groups. 9.1 - Soil Exploration 9.2 - Geotechnical Classification Laboratory Testing 9.3 - Highway Materials Testing 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 – Minor Bridge and Miscellaneous Structures CEI Copies of our Certificate of Authorization and the CMEC accreditation, USACE Laboratory validation and FDOT Prequalification letter are attached within this tab. Allied has been providing CEI, CQC and VT services for a variety of clients and projects since its inception in 1983. A brief synopsis of some of these projects is attached demonstrating our capabilities and client diversity. Also attached within this tab are sample reports for testing provided on the 1 -75 IROX project. Similar testing forms will be utilized for this project. Page 1 of 1 Packet Page -1187- 9/23/2014 16.A.7. i Stoic of noridu liiwrd of Prnfcssionul rn8inecrc 26," North kionmc Srrua, Suirc 11.112 ?i•3 . ° °' 'I'uliulw%scc, IT 3230 -5268 Allied Engineering & Testing, Inc. 5850 CORPORATION CIRCLE FORT MYERS, FL 33905 Each licensee is solely responsible for notifying the Florida Board of Professional Engineers in writing the licensee's current address. Name changes require legal documentation showing name change. An original, a certified copy, or a duplicate of an original or certified copy of a document which shows the legal name change will be accepted unless there: is a question about the authenticity of the document raised on its face, or because the genuineness of the document is uncertain, or because of another matter related to the application. At least 90 days prior to the expiration date shown on this license, a notice of renewal will be sent to your lost known address. if you have not yet received your notice 60 days prior to the expiration date, please call (850) 521 -0500, or write, Florida Board of Professional Engineers, 2639 North Monroe Street, Suite B- 112,1-allohossee, FL 32303 -5268 or e-mail: board@fbpe.org. Our website address is http: / /www.fbpe.org. State of of Board of 'professional Engineers Attests that Allied Engineering & Testing, Inc. is authorized under the provisions of Sec.EO 71023, Florida Statutes, to offer engineering services to the public through a Professional Engineer, duly licensed under Chapter 471, Florida Statutes. Expiration: 2!28/2015 CA Lic. No: Audit No: 228201503390 Certificate of .Authorization 4698 Packet Page -1189- C OA O C tsv C p� U rw(� -° Y ° V .;-4 0 W E E ri p a 0 w w u C p O �. •p• cD p O i w ° Y` u h u V .r � Y o -Y co U O Y .r H ,G 'p v p C 1.� uo C C °+ o� aYp � Q r. O •C U o eci by ^� p C ti •p N ^ a ry. au+ � y u O a U 7 W O W N , E n C rw(� V .;-4 W a 0 w w .r H d 1.� � Q "v o .�u a d Po Q �4-) 4=J CL vJ sa� C rw(� w .r H d 1.� � Q o .�u Q 4=J CL vJ Packet Page -1190- y C p� n W Ln v� L w w Q V r�r , 'w ,a y u ca.. O rn N � Ln y O v�00 N y � O O U a "- 'a"v �=w6 9/23/2014 16.A.7. 9/23/2014 16.A.7. Al i 1 '114 OD N 111 R� (� r aDr �y y T Q V t� Co N p C ad u_ W W r LM m T tf E" G w $d i V� LU apC V t— s yT V (O r- itz T : r cri � � C3 OD q� L1 '.r Q r "' W 0 M Y to 4M ED r CQ C? b O 1 ` d i3 !� i r tai rp+. O Co W U �v cc r 9/23/2014 16.A.7. AOi C6 OD N � � r aDr �y v V t� Co N p u_ W W 9/23/2014 16.A.7. Packet Page -1191- .'1 a _ � r rt 4 i t k K r: f - A� 3 AOi N CL A Co M p 13 W r m T tf E" G $d i V� LU U V t— yT V (O r- itz T r cri � � C3 OD q� L1 '.r Q r "' W 0 M Y to 4M ED r CQ C? b O 1 ` d 0i !� i r tai rp+. O Co W U �v Packet Page -1191- .'1 a _ � r rt 4 i t k K r: f - A� 3 9/23/2014 16.A.7. DEPARTMENT OF THE ARMY ENGINEER RESEARCH AND DEVELOPMENT CENTER, CORPS OF ENGINEERS GEOTECHNICAL AND STRUCTURES LABORATORY WATERWAYS EXPERIMENT STATION, 3909 HALLS FERRY ROAD VICKSBURG, MISSISSIPPI 3916o -6199 Reply W the Attention of: July 3, 2014 Concrete and Materials Branch Jeff D'Huyvetter, PE Allied Engineering & Testing, Inc. 58501 Corporation Circle Fort Myers, FL 33905 Dear Mr. D'Huyvetter : An inspection of your materials testing laboratory was performed on April 23-24, 2014. You provided deficiency corrections to the Materials Testing Center (MTC) on July 1, 2014. These deficiency corrections were compared to the ASTM Standards for compliance and found to be satisfactory. Your Quality System meets the requirements of the U.S. Army Corps of Engineers. The material test methods that you are validated to perform for the U.S. Army Corps of Engineers are: Aggregate Tests: ASTM C40, C117, C127, C128, C136, C29, C88, 0131, C142, C535, 0566, C702, D75, D2419, D4791, D5821, CRD -C104, and CRD -C171. Bituminous Tests: ASTM D140, D979, D2726, D2950, D3203, D3665, D3666, D5444, and E329. Concrete Tests: ASTM C31, C39, C138, C143, C172, C173, C231, C1064, C42, C157, C192, 0470, C495, C511, C617, C805, C1077, C1231, and E329. Masonry, Mortar, & Grout Tests: ASTM C109 and C1019, Rock Tests: ASTM D5312 and D5313. Soil Tests: ASTM D421, D422, D698, D854, D1140, D1556, D1557, D1883, D2168, D2216, D2434, D2487, D2468, D2974, D3740, D4318, D6938, and E329. We will add your laboratory to the list of commercial laboratories qualified to conduct material tests for the U.S. Army Corps of Engineers; see the MTC page at http llwww.erde.usace.army.miliMec ia/ FactSheets/ FactSheetArtioleView ltabid/9254 /AA" dcle /47ssU a eri als- testing- center.asox. All Corps offices will be notified of this decision and will have the opportunity to use your services. Allied Engineering & Testing, Inc., Fort Myers, FL will remain on our list of laboratories qualified to conduct material tests until April 24, 2017 three (3) years from the date of the inspection. Sincerely, �PAfted B. Crawley, PE Director Materials Testing Center Copy Furnished: Bruce Tappmeyer / Jacksonville District Packet Page -1192- 9/23/2014 16.A.7. FD97T Florida Department of ' Transportation RICK SCOTT 605 Suwannee Street ANANTH PRASAD, P.E. GOVERNOR Tallahassee, FL 32399 -0450 SECRETARY June 30, 2014 Paula McQueen, Vice President ALLIED ENGINEERING & TESTING, INC. 5850 Corporation Circle Fort Myers, Florida 33905 Dear Ms. McQueen: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 9 - Soil Exploration, Material Testing and Foundations 9.1 - Soil Exploration 9.2 - Geotechnical Classification Laboratory Testing 9.3 - Highway Materials Testing Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until June 30, 2015 for contracting purposes. Facilities Home /Branch Field Capital Cost Overtime Office Office of Money Premium Direct Expense Indirect Cost 186.85% 130.19% 0.263% Excluded 17.04% (Home) 16.00% (Field)* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Should you have any questions, please feel free to contact me by email at carliayn.kell @dot.state.fl.us or by phone at 850 - 414 -4597. Sincerely, Cadiayn Kell Professional Services Qualification Administrator WW Packet Page -1193- CQC Services for 1 -75 Caloosahatchee Bridge Project Limits: 1 -75 from North of 5R 80 to South of SR 78 in Lee County Florida FDOT FM No: 41306616201 Owner. Florida Department of Transportation D1 Construction 801 N. Broadway Bartow,FL33830 Contractor/Client: de Moya /Leware, Joint Venture Contact: Nikesh Patel, P.E., Interstate Construction Project Manager 184061st Street, Sarasota, Florida 34243 Cell: (941) 465 -0411 Email: Nikesh.Patel@dot.state.fl.us Construction Time / Current Time: 890 Days / Ongoing Starting Date: January 2013 Completion Date: July 2015 Bid Price: $71,757,500.00 Key Personnel: Cal Santarelli, Larry Burke, Joseph Monahan, Henry Rodriguez 9/23/2014 16.A.7. A VOLKERT COMPANY Service Provided: Volkert (Allied) is performing all Contractor Quality Control duties in accordance with FDOT specifications.. CQC Fee: Project Description: 1-75 Caloosahatchee Bridge Widening in Lee County Florida — Volkert (Allied) will perform the Contractor Quality control (CQC) for de Moya /Leware, Joint Venture on 1.6 miles of I -75 from North of SR 80 to South of SR 78 in Lee County Florida This Design /Build /Finance project will widen 1 -75 (S.R. 93) from a four -lane section to an eight -lane section with six through lanes plus an auxiliary lane in each direction. The capacity improvements will be accomplished by adding two12 -ft lanes and a 12 -ft shoulder (10-ft Paved) to both north and south bound 1 -75. The major item of work will be the widening of 4 bridge pairs, or a total of 8 bridges, including the Category Two Caloosahatchee Bridge, a major water crossing. Sound Barrier Walls will be constructed along the Morse Shores and Dos Rios communities located along the SR 80 1 -75 Southbound exit, and northbound entrance ramps. The project includes approach roadway improvements, milling and resurfacing of the mainlines and applicable ramps, median crossover closure, signing and pavement markings, construction of stormwater management facilities, SR 78 drainage Improvements, structural accommodation for ITS conduits, and a median barrier system. Volkert (Allied) will be providing a full time QC Tech for concrete and earthwork inspection and lab testing. In addition, we will be installing settlement plats and monitoring of such for retention ponds. Bridge Cons=l;1jJn_ The two Caioosahatchee River Bridges are 3,928 ft long, high -level structures that were constructed in 1976. There are four types of substructure under each bridge. The superstructure consists of: simple spans of AASHTO Type II, Type III and Type IV beams; and a three span curved, continuous steel girder unit over main channel. The six Tidal Creek, Tidal Marsh, and Popash Creek Bridges are all low -level structures that were constructed in either 1997 / 1978, and all six bridges are supported by concrete pile bents. The superstructure of the four Tidal Creek and Tidal Marsh Bridges consist of Type 11 AASHTO beams; while the two Popash Creek bridges are cast -in -place continuous flat slabs. Packet Page -1195- CQC / CMT City of Fort Myers Downtown Utility and Streetscape Improvements Project: Downtown Utilities Improvements, K1 -1B Client: City of Fort Myers Contact Saeed Kazemi, P.E. Information: 2200 2nd Street Fort Myers, FL 33907 239461 -2689 Scope of Construction Materials Testing Services: Allied is providing full time testing and inspection services for this project. The project consists of the upgrading of underground utilities, roadway resurfacing and landscaping downtown Fort Myers. By providing a full time technician, we have been able to accommodate the contractor's busy schedule without interfering with the overall project schedule. This eliminates costs associated with downtime while awaiting testing or inspection results. Total billed $26,722.00 Project: City of Fort Myers Streetscape Improvements I & II Client: City of Fort Myers Contact Bret Martin Information: Kraft Construction 239 -337 -9705 Scope of Construction Materials Testing Services: and Geotechnical Services This project encompassed the design and renovation of streets and upgrading City utilities aiding the downtown revitalization. Allied performed all materials testing and inspection services including soils, concrete and asphalt throughout multiple locations for this project in the downtown area. Representative field samples were tested in Allied's laboratory. 9/23/2014 16.A.7. A VOL =T COMPANY Allied worked with the Kraft Construction, Inc. team being aware and considerate of all the small businesses along these streets, working to facilitate traffic congestion and implements all safety protocol for a busy metropolitan area. Testing was reported quickly and efficiently to all parties. Total billed $223,230.88 Packet Page -1196- CQC Services for IROX (1 -75 Road Expansion Project) Project Limits: 1 -75 from Golden Gate Parkway to Colonial Boulevard (SR 884) in Lee and Collier counties, Florida. FDOT FM No: 420655- 1- 5A/52/72, 420655 -2 -58, and 421490 -7 -52 Owner: Florida Department of Transportation D1 Construction 801 N. Broadway Bartow, FL 33830 Client /Contractor: Anderson Columbia Corporation / Ajax Paving Industries, Joint Venture Contact: ]on Sands, District Construction Engineer (863)519 -2223 Starting Date: Completion Date: Bid Price: May 2007 September 2010 $458 million Key Personnel: Robert McCrumb, QC Manager Matt Hicks, Sr Inspector /PA Tom Strickland, Sr Roadway Inspector Brad McCormick, Geotech Inspector (Pile Inspector) Joe Monahan, Geotech (Sound Wall Inspector) Steve Styner, Roadway Inspector Service Provided: Allied performed all Contractor Quality Control (CQC) duties in accordance the FDOT Specifications 9/23/2014 16.A.7. A VOl XERT COMPANY CQC Fee: $4,185,404 1U IROX (1 -75 Road Expansion Project) - 1 -75 in Lee and NMI Collier Counties Florida — Volkert (Allied) performed the Contractor Quality control (CQC) for Anderson Columbia Corporation / Ajax Paving Industries, Joint Venture on the widening of 30 miles of 1 -75 from Golden Gate Parkway to Colonial Boulevard (SR 884). This Design /Build /Finance project widened 30 miles of 1 -75 from 4 to 6 lanes (from Golden Gate Parkway to Colonial Boulevard (SR 884)) and includes 24 bridges, North and South 12 each way and 60 lane miles improved. Also provided pile monitoring, full time QC manager, 14 full time QC inspectors and auger cast pile monitoring of 3.5 miles of sound wall. The notice to proceed with the contract was issued in June 2007. The project was executed on May 30, 2007 with ACCT /API, a joint venture. The new lanes opened December 23, 2009, one year ahead of the contract schedule, and the entire project was completed on September 22, 2010, three months ahead of the original contract time. The capital cost was $458 million with the final payment made in October 2011. Packet Page -1197- CQC /CEI Services for Ft. Lauderdale International Airport Project: Ft Lauderdale International Airport, Ft Lauderdale, FL Client: Tutor Perini Fort Lauderdale - Hollywood Venture Contact: Mike Hernandez 954 - 4149063 Project Cost: $1.7m 9/23/2014 16.A.7. A VOLKERT COMPANY Scope of Services: 02/2012 to Present —CEI services on a project with a construction cost in excess of $600 million: QC Management and Inspection services under Tutor Perini Corp. for the Fort Lauderdale Airport Expansion of Runway 9R -27L, Phase I project. In addition to regular materials inspection, this project included the inspection of a dual purpose poured in place "tunnel system" for automobile traffic through the "tunnel" with the top surface of the tunnel utilized by aircraft as a taxiway. The "tunnel system" elevated Runway 9R/27L and added an additional 8,000 feet in length for a width of 150 feet with an Engineered Materials Arresting System (EMAS) at both runway ends. Allied is providing Contractor .Quality Control, which includes NPDES monitoring, earthwork and concrete inspection. In addition to the tunnel /taxiway, Allied also inspected the construction of a new full - length parallel taxiway 75 feet wide on the north side of Runway 9R/27L. Packet Page -1198- CEI Services for 1 -75 Luckett Road to SR 80 Project Limits: 1 -75 from South of Luckett Road to North of SR 80 in Lee County Florida FDOT FM No: 411038- 1 -62 -01 & 411042- 1 -62 -01 Client: Florida Department of Transportation D1 Construction 801 N. Broadway Bartow, FL 33830 Contractor: Ajax Paving Ind. of Florida Contact: Nikesh Patel, P.E., Interstate Construction Project Manager 1840 61st Street, Sarasota, Florida 34243 Cell: (941) 465 -0411 Email: Nikesh.Patel@dot.state.fl.us Construction Time / Current Time: 750 Days / 794 Days Starting Date: June 8, 2011 Completion Date: December 22, 2013 Bid Price / Current Cost: $ 29,177,793.55 / $ 29,451,996.38 Key Personnel: Robert McCrumb, Sr. Inspector (Allied) Steve Wall, Sr. Bridge Inspector (Allied) Debre White, Contract Support Specialist (Allied) Denise Ciancaglini, Administrative Assistant (Allied) Service Provided: Allied performed CEI and contract administration duties on this project. CEI Fee: $4,185,404 9/23/2014 16.A.7. A VOL =T COMPANY Project Description: The 1 -75 at Luckett Road project milled, resurfaced, and widened 1.98 miles of 1 -75 from south of Luckett Road to South of SR 80 (Palm Beach Road). The inside lanes of north and south bound 1 -75 were widened 24', which added a 12' lane and a 12' shoulder (10' paved) in both directions. The entrance and exit ramps at the Luckett Road Interchange were also milled and resurfaced. In order to accommodate the roadway widening, Bridge Nos. 120091 (NB) and 120090 (SB) were widened to the inside, and the existing bridge decks were replaced. Extensive drainage improvements were also constructed. At the Luckett Road interchange, storm water will be collected in median and roadside swales and a new closed drainage system and conveyed to four infield ponds, with an eventual outfall into the FPL Ditch. In the area between the Luckett Road and SR 80 interchanges, storm water will be collected in median and roadside swales and a new closed drainage system and conveyed to four off site ponds. These new ponds add a significant amount of storage capacity improvingthe overall drainage in the area. The I -75 at SR 80 Interchange Improvement project widen 1 -75 between the Luckett and SR 80 interchanges to an 8 lane section by the addition of an outside 12' lane and a 12' shoulder (10' paved) in both directions. The northbound exit Ramp was reconstructed and widened to accommodate two left and three right turn lanes onto SR 80. An Accident Investigation Site was also be constructed for use by disabled motorists and law enforcement personnel. The southbound entrance Ramp was reconstructed at the SR 80 intersection, and widened to carry two lanes onto I -75. The existing 1 -75 bridges over SR 80 did not need to be widened. However, in order to accommodate major improvements on SR 80, the existing 44' -7" Span # 3 of Bridge Nos. 121)093(NB) and 120094 (SB) were replaced with new 81' -11" spans. This required the removal of the existing bridge deck, beams, slope pavement, embankment, and End Bents. Due to the increased loading of the new longer span, the foundations of Pier 311 and 3L were strengthened with additional 18" pile and the Pier Cap was reconstructed. Packet Page -1199- CEI /CMT Services for Toledo Blade Road Improvements Project Limits: Five -mile corridor included expanding Toledo Blade Blvd. from two to four lanes from Cranberry Blvd. to US 41 in Charlotte County, Florida Client: City of North Port 4970 City Hall Blvd North Port, FL 34286 Contractor: Benderson Development Contact: Ben Newman, PE, Project Engineer City of North Port Public Works 4970 City Hall Blvd, North Port, FL 34286 Direct: (941) 240 -8320 Email: bnewman@citvofnorthaort.com Construction Time / Current Time: 750 Days / 794 Days Starting Date: October 2007 Completion Date: August 2011 Bid Price / Current Cost! $ 24,000,000 / $ 16,000,000 Key Personnel: Mike Edge, Sr. Bridge Inspector (Allied) Ryan Scott, Inspector (Allied) 9/23/2014 16.A.7. A VOLKMT COMPANY Larry Burke, CMT Inspector (Allied) Manny Mendez, CMT Inspector (Allied) Service Provided: Allied performed Construction Engineering Inspection (CEI) and Construction Materials Testing (CMT) duties on this project. CEI Fee: $537,000.00 Project Description: Allied provided full time CMT and CEI services for this project which consists of the widening and rebuilding of Toledo Blade from 1 -75 to US 41. It is a public - private joint venture between Benderson Development, the City of North Port and Charlotte County. This joint project consisted of conversion of a two lane undivided to a four lane divided evacuation route arterial, two fixed span minor traffic bridges, two structural steel pedestrian bridges and new signalization and utilities over five miles of roadway, and reconstruction of existing roadway cement stabilized shell base and asphalt. Daily duties consisted of monitoring of the site work, coordination of inspection and testing and compiling T & M sheets in addition to corresponding with the design engineer and owners to ensure the project is being built to the standards and specs. Other duties included inspecting and testing of contractors work and helping with adjustments to the clients needs and concerns. Packet Page -1200- CQC Services for Oil Well Road in Collier County 9/23/2014 16.A.7. A V01M ERT COMPANY Project Limits: Road widening from Immokalee Road to Oil Well Grade Road in Collier County, Florida Owner: Collier County Contractor: Mitchell & Stark Contact: David Scafidi 239 -597 -2165 Starting Date: Feb 2010 Completion Date: Feb 2012 Bid Price $39M Key Personnel: Tom Strickland, Sr Roadway /Sr Bridge Inspector Service Provided: Allied performed Quality Control testing and inspection including earthwork material sampling, density testing, MOT inspection, storm drainage installation, installation of utilities both Force Sewer main and water main, coordination of construction activities, field books, asphalt roadway operations, testing structural concrete CQC Fee: $514,578.75 Project Description: The first phase begins at Immokalee Road, increasing the road from two to four lanes for about 3 miles to just west of Everglades Boulevard. Then, it expands the road from two lanes to six between Oil Well Grade Road to just east of Ave Maria Boulevard. The second phase of the project targets the 3 -mile middle area, from Everglades Boulevard to Oil Well Grade Road, widening the two travel lanes by 2 feet and adding paved shoulders on the roadway. It also replaces the guardrails at the Faka Union Canal Bridge and the culvert at the east end of the project Packet Page -1201- 9/23/2014 16.A.7. REPORT OF CONCRETE CYLINDER TEST ALLIED ENGINEERING & TESTMG, INC. 6850 CORPORATION CIRCLE, FT. MYERS, FLORIDA 33906 PH. 239 - 334 -6833 FAX 239- 334 -6614 Report Date: 7 / 2 9 / 14 Project Number: 37 -1558 Report Number: 10 Project: 1 -75 EXPANSION Client: ACCI /API JOINT VENTURE Address: 12751 WESTLINKS DRIVE SUITE #1 & #2 FORT MYERS, FLORIDA 33913 Attn: FIELD TEST CONDITIONS AND RESULTS Date Placed: 3/14/2008 Time Sampled: 9: 5 5 AM Location of Sample: INTERMEDIATE Supplier: CEMEX Truck Number: 4620 Mix Number: 01- 0754 -01 CLASS Design Strength: 5500 Time Batched: 8 : 28 AM Batch Size: 10 C. Y. Slump: 3" Concrete Temp. 81 Water Added: NONE Plasticizer Added: NONE END BENTS # 2 & 4 @ STA 850 +32 * IV Ticket Number: 63623346 Air Content: 2.0 Ambient Temp: 72 Technician: A. FLYNN LABORATORY TEST RESULTS Remarks: * & 850 +92 @ 850 +32 OFFSET 321 RT TYPES OF FRACTURE COCOHATCHEE BRIDGE SAMPLE AB4004Q Type 1 Type 2 Type Copies to: 11 F1 a a Type 4 Type 6 Type 6 Reported by: Packet Page -1203- Test Percent of Type of Specimen Date Age Load Diameter Area Strength Design Fracture 1388 A 4/11/2008 28 92045 4.05 12.88 7150 1304, 3 1388 B 4/11/2008 28 96043 4.06 12.95 7420 135% 3 1388 C 4/11/2008 28 97165 4.06 12.95 7510 1374, 5 Remarks: * & 850 +92 @ 850 +32 OFFSET 321 RT TYPES OF FRACTURE COCOHATCHEE BRIDGE SAMPLE AB4004Q Type 1 Type 2 Type Copies to: 11 F1 a a Type 4 Type 6 Type 6 Reported by: Packet Page -1203- 0 3 w c o. v U X N N U 7 2 n N cu .2 0 c M t N 0 n P w F- COMPACTION TEST REPORT Curve No.: 1 Project No.: 37 -7500 Project: I -75 EXPANSION Client: ACCI /API JOINT VENTURE Location: SUBGRADE ElevJDepth: Remarks: CERT. OF RUTH. #4698 Sample No. AS128Q Reviewed By: PAUL J. D'HUYVETTER, P.E. FL LIC 59716 Description: BROWN SAND WITH TRACE OF CLAY & WITH ROCK & SHELL Classifications - USCS: AASHTO: Nat. Moist. = Sp.G. = Liquid Limit = Plasticity Index = % < No.200 = 14C 13C 120 n. 110 a .N c (D p 100 •O M 70 TEST RESULTS Maximum dry density = 115.2 pcf Optimum moisture= 10.0 % 9/23/2014 16.A.7. Date: 03/20/09 Water content, % D Fmr= iuGC0'1Jra A rGeTING, INC. Figure Packet Page - 1204 Allied Engineering and Testing, Inc. Geotechnical Engineering, Materials Testing, Construction Inspections and Environmental Services Report of Limerock Bearing Ratio and Modified Proctor (FM 5 -515) AET Certificate of Authorization No. 4698 Client: ACCl/API Joint Venture 12751 West Links Drive Ft. Myers, Florida 33913 Attn: Test Date: 1/21/09 Project Name: I -75 Joint Venture Sample # BS076Q Project No.: 37 -1558 Report Date: January 21, 2009 9/23/2014 16.A.7. ■ ■ ■ ■■ ■ ■ ■ ■■ ■ ■ ■ ■■ ■ ■ ■ ■■ ■ ■ ■ ■■ ■ ■ ■ ■■ NONE ° a�amaaanam•� a�a�aa�aa�a� n.���� ����� ����� ���s•s, �==no ° li•a�a�ia� iia�a�a�..a�aa�a�af, a�aa�aa�a�a� I•affa�ii• af•A.a�.a�a� a����s>, ws>,a��s• s>,s>,a�s>,a� �s>,��i• swis>,s>,s>• a�a�s>,i•� �a�s>,s�i• �i•i•s�a� a�•�a�a�a� �s>,i.•�� ��s�s>,a� �i•i•i•i• �i•rs�a� a�a��a�ae i•s>•ZZZ �i.►��s� ►—.ms>•s>,i• i•s's>,�a� a�t•aa�a�aa� aas.aa�a�a�aa� iiarati/ �ii�ia� iii..'�ai a�aai•a�a�ai s>,�s>,s>.a� s�s>,s'�s>• a�a��s>'I ��s'�s>, s,a�a�a�a� �s>•�s>•s� i•�a�a�� �sa�i•�i• a��a��I� ��i•�a� i•i•��ilr i•�i��� ��ai•�� a�aa■aa�aa�a� i♦:♦ri�a� a�aa�a�s>•� ����� i�a�a�aaa•a� ° , ° Saa•a�a�afal af•aa�i�a�aa� aaalaaalaa�a�aa� ia�a�a�� iiia�� s!f♦afsa�a� aaaa�a�_��_ a�a��a>!a� as,s.a�a�a� a��_a�a�as• a�a�a�a�a� �a�as•s�a� ��i•�i mum==== i• �@�i•iti>I aaa WEEM i•a MMM ��i•�� aa�aa�a� i��a�a�a� a�a�i•aa�a� a�a��•a�a� a�n�i• • • asa�a�a�nw a�s>,a�a�a� a��a�a�s>, a�a�a�a�a� a�a�a�a�a� a�a�a�a�a� ����� i•�i•�i• i� �i•� iri•�� a�iiiiii•� �� aa/a� i•��a�� ����ir a��aaal�a� a�aa�a�a�s>! �aaalaa��� iasfi•ii•i• ����� ��i•i•� ia1�i•�� �i��iia/ ��iaa�� ��i•�� SUMMARY OF TEST RESULTS MAXIMUM LBR VALUE ( %): 60 MAXIMUM DRY DENSITY (pct): 112.0 OPTIMUM WATER CONTENT ( %): 12.0 Sample Description: Brown Sand with Trace of Rock, Shell, Sample Location: St& 1494 +16 Reviewed By: Paul J. D'huyvetter, P.E. Proposed Use: Stabilized Subgrade Fl. Registration No.: 59716 Sampled By: R. McCrumb Date: 1/20/09 Date: Remarks: Corporate Office 5850 Corporation Circle Ft Myers, FL 33905 (239) 334 -68331 (239) 334-6614 Fax Packet Page -1205- Branch Office 8120 Uzim Drive Sarasota, FL 34240 (941)379 -6900 / (941) 379 -6911 Fax #14 -6319, Reference Ouestionnaire for Aiiied Enaineerina & Tesdno. Inc. Aitachinerrt 8: Ref,&-ence CmaeastioraWre A Greer` 9/23/2014 16.A.7. (Name of Company Requesting Reference information) Jeff D'huvetter and Cal Santarelli (Name of Individuals Requesting Reference Information) Name:? ;:� °,v r' a r ,.? Company* Hendry County I (Evaluator completing reference questionnaire) (Evaluator's Comdr completing reference) Email: sparker0handryNa.net FAX: (863)674 -2941 Telephone: (863)675 -5222 Coiner County is implementing a process that collects reference information on tiro and their key personnel to be used in the selection of firms to perform this project. The Name o! 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 dial you were very satisifed (and would hire the firmnndividual again) and 1 representing that you were very unsatisfied (and would never hire the firm indlvdival again). If you do not have sufficient knowledge of past performance in a particular area, leave ft blank and the item or form will be scored 40." Project Description: CR835 from, 7.66 -miles to 6.65 miles south of US27 Project Budget: $709.499.00 Completion Date: Final completion date per Notice to Proceed that was issued by Hednry County is Seot. 29 2014 Project Number of Days: 150 -days to final completion of all work ksm 1 Muria TAbility to manage the project costs (minimize chants ord_ ers to scope). I ^ 10 � 3 Ability to maintain project seheda9e (complete on -time or early). ^ »'4 10 Ouatity of work. j 14 I 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. - 10 6 Project administration (completed documents, final invoice, final product turnover, invoices; ,manuals or going forward documentation, etc.) 0 current as job is ongoing/10 on past 7 Ability to verbal6y communicate and document information clearly and succinctly. 10 B Abiltity to manage risks and unexpected project circumstances. 10 9 ~T 10 Ability to foPow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). ! -��10 I U 1 AL tiG:UHt OF ALL I1 EM14 i Please FAX this completed survey to: 239 334 -3761 By 7/29/14 Packet Page -1207- 9/23/2014 16.A.7. Attachment 8: Reference Questionnaire Reference Questionnaire for: Allied Engineering & Testing, Inc. (Name of Company Requesting Reference Information) Jeff D'huvetter and Cal Santarelli (Name of Individuals Name:Eunice Usher, P.E. (Evaluator completing reference questionnaire) Eunice. usher @dot.state.fl.us FAX: on) Company: Florida Department of Transportation (Evaluator's Company completing reference) Telephone: 239 - 656 -7852 Collier County is implementing a process that collects reference information on firms and their key personnel to be used in the selection of firs 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 firmrndividual again) and 1 representing that you were very unsatisfied (and would never hire the firmrndivdival 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: Consultant, Eng & Inspection Services Project Budget: $1,500,000 Completion Date: 2012 Project Number of Days: 365 Item Criteria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: 239 334 -3761 By 7/29/14 Packet Page -1208- 9/23/2014 16.A.7. Attachment 8: Reference Questionnaire Solicitation: #146319, Verification Testing Services for Collier Boulevard & Green Boulevard : T Reference Questionnaire for: Allied Engineering & Testing, Inc._ ,--- , (Name of Company Requesting Reference-J4 ation) Jeff D'huvetter and Cal Santarelli j Name:Felipe Jaramillo, FE, CBI (Evaluator completing rei Email: fjaramilio@ajaxpaving.com ') (5 _::� -51 H Company:Ajax Paving Industries of Florida, LLC (Evaluator's Company completing reference) FAX: 941 -486 -3500 Telephone: 941- 486 -3600 Collier County is implementing a process that coiiects 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 firmAndivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: 1-75 Design Build Finance 0ROX1 Completion Date: Sentember 22, 2010 Project Budget: $430.000.000.00 Project Number of Days: 1,000 Days Item Citeria Scare 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 j 3 Quality of work. i 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10M7 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 j 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 OF ALL ITEMS 761 By 7129114 Felipe Jaramillo, PE, DB/A Alternative Contracting Project Manager ' Ajax n °ping Industries of Florida, LLC 13 9nbackor Pkwy - Fort Myers, rL33913 CO), ,e4 -9282 - Main: 239.936.9444 Far: 239.936 9415 fl aramillooajaxpa ving.com- www.Waxp wopoom Packet Page -1209- Solicitation: Attachment 8: Reference Questionnaire cation Testing Reference Questionnaire for: Allied Engineering & Testin , Inc. (Name of Company Requesting Reference Information) Jeff D'huvetter and Cal Santarelli Her Boulevard & Green 9/23/2014 16.A.7. (Name of Individuals Requesting Reference Information) Name:Eliau vuiiyiai5, rr",L Company:Lee County DCT (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: Eguirguis @leegov.com FAX: Telephone: 239 - 533 -9400 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: Project Budget: Completion Date: _07/29/2014 Project Number of Days: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on -time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Please FAX this completed survey to: 239 334 -3761 By 7/29/14 Packet Page -1210- 9/23/2014 16.A.7. Attachment 8: Reference Questionnaire #146319, Verification Testing ;nce Questionnaire for: Enaineerina & Testina. Inc. (Name of Company Requesting Reference Information) Jeff D'huvetter and Cal Santarelli (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) Email: FAX: & Green Boulevard (Evaluator's Company completing reference) 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 satisfied (and would hire the firmrndividual 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: Project Budget: Completion Date: Project Number of Days: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: 239 334 -3761 By 7/29/14 Packet Page -1211- 9/23/2014 16.A.7. Allied Engineering & Testing, Inc. Tab CCNA Solicitation #14 -6319 W� Verification Testing Services for Collier Blvd. & Green Blvd. Allied does not take any exception to the general terms and conditions of this RFP. Packet Page -1213- Page 1 of 1 9/23/2014 16.A.7. Cpier Co sty AdmidwaluveSfmces Imo. msm C °ittt".1 ozr"q Attachment 2: Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: ZThe Proposal has been signed. RI/ 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. dThe mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist CCNA Solicitation: #14 -6319, Verification Testing Services for Collier Boulevard & Green Boulevard [� The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. [[]� The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) 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: Allied Engineering & Testing, Inc. 5850 Corporation Circle Fort Myers, FL 33905 (239) 334 -6833 Representative Name: Paul�'huyvetter Date 7129/14 #146319, CE Services for Collier Boulevard & Green Boulevard 26 Packet Page -1215- 9/23/2014 16.A.7. C dale te sty Attachment 3: Conflict of Interest Affidavit By the signature below, the firm (employees, officers and /or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the firm (employees, officers and /or agents) has a possible conflict have been fully disclosed. Additionally, the firm (employees, officers and/or agents) agrees to immediately notify in writing the Procurement Director, or designee, if any actual or potential conflict of interest arises during the contract and/or project duration. Firm: Allied Engineering & T Signature and Date: Print Name Paul J. D Title of Signatory VP State of Florida County of Lee SUBSCRIBED AND SWORN to before me this 29th day of July, 2014, by Paul D'huyvetter, who is personally known,to me to be the Vice President for the Firm, OR who produced the following identification ry Public v My Commission Expires 4..Q..�K r�� -Z6 ZV 1 DENISE CIANCAGLINI MY COMMISSION #FF09448a FIRES February 20, 2018 t 39"IS3 FloddaNOtaiY3wioe.com" #14 -8319, CEI Services for Collier Boulevard & Green Boulevard Packet Page -1216- 27 9/23/2014 16.A.7. Admineval,ue Semaes Dmsion �� �rrh�si°sG Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: #14 -6319, Verification Testing Services for Collier Boulevard & Green Boulevard Dear Commissioners: The undersigned, as Consultant declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Consultant agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced CCNA Solicitation. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 29th day of July, 2014 in the County of Lee, in the State of Florida. Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number CCR # or CAGE Code Telephone: FAX: Signature by: (Typed and written) Title: Allied Engineering & Testing, Inc. 5850 Corporation Circle Fort Myers, FL 33905 4698 59- 2236460 (239) 334 -6833 (239) 334 -3761 Paul J. D'huyve VP #14 -6319, CE Services for Collier Boulevard & Green Boulevard Packet Page -1217- 28 Additional Contact Information Send payments to: Same as above (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: FAX: Email: Office servicing Collier Same as above County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: 9/23/2014 16.A.7. #14 -6319, CE Services for Collier Boulevard & Green Boulevard 29 Packet Page -1218- 9/23/2014 16.A.7. 0 AemriVatNe Services CaNim Attachment 5: Immigration Affidavit Certification CCNA Solicitation: #14 -6319, Verification Testing Services for Collier Boulevard & Green 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, Consultants / Bidders are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verify program may deem the Consultant / Bidder's proposal as non - responsive. Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Consultant attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Consultant's / Bidder's proposal. ,ompany Name Allied Engineering & Testing. Inc. Print Name Signature State of Florida County of tee Title VP Date 7129114 The foregoing instrument was signed and acknowledged before me this 29th day of July, 2014, by Paul J. D'huwetter o'is' personall; sown or has produced (Print or Type e} Notary Public Signature (Type of Identification and Number) Denise Ciancaglini Printed Name of Notary Public FF094466 / February 20, 2418 Notary Commission Number /Expiration DENISE CIANCAGLINI phi ; Al MY COMMISSION #FF094486 „��� EXPIRES February 20, 2018 (407) 3984153 FloridallotarvServioe.com as identification. 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. #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 30 Packet Page -1219- 9/23/2014 16.A.7. ComC... r Col%y Attachment 6: Consultant Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name Allied Engineering & Testing. Inc. (as shown on income tax return) Business Name (if different from taxpayer name) Address 5850 Corporation Circle State FL City Fort Myers Zip33905 Telephone 239 334 -6833 FAX 239 3343761 Email Order Information Remit / Payment Information Address 5850 Comoration Circle Address 5850 Corooration Circle City Fort Myers State FL Zip 33905 City Fort Myers State FL Zip 33905 FAX 239 334 -3761 I FAX 239 334 -6614 Email marketingO- aeteng.net Email 2. Company Status (check only one) _Individual / Sole Proprietor X Corporation -T-`�:Partnership Title VP _Tax Exempt (Federal income tax- exempt entity _ Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification D = Mare arded Entity, G = Corporation, P = Partnership 3. Taxpayer identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 59-2336460 (Consultants who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form: ation: Under penalties of perjury, l certify that the information shown on this form is correct to my knowledge. /�Zxx Signature Date 7/29L Title VP Phone Number 239334-6833 #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 31 Packet Page -1220- 9/23/2014 16.A.7. Fut; vr—mve SeMoes Oi sion Attachment 7: Insurance and Bonding Requirements Insurance / Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $500,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1.000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the 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 parry or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. Z Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned /Non -owned /Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $1,000.000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 32 Packet Page -1221- 9/23/2014 16.A.7. ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 6. ❑ Sid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A - -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty (30) Days Cancellation Notice required. Consultant's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of firm Allied Engi Testing, Inc. Date 7/29114 Consultant Signature �- --- Print Name D'huyvett6 `'--► �/ Insurance Agency ` Cl- Agent Name c SCC Telephone Number m �- GvL Couniv A�t.i�t^;t� Servioe, G'vkslon #146319, CEI services for Collier Boulevard & Green Boulevard 33 Packet Page -1222- 9/23/2014 16.A.7. ,4. o CERTIFICATE OF LIABILITY INSURANCE �-� lt/3 MiDO013 10/31/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS •ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT: H the certificate holder Is an ADDITIONAL f fiRED, the policy(les) must be endorsed. H SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certIflcate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Greyling Insurance Brokerage 450 Northridge Parkway Suite 102 Atlanta GA 30350 52rcT Kristen Davidson PHONE . (770) 552 -4225 Fax (866}550 -1082 L .jerry.aoyolaegreyliag.com INSURE S AFFORDING COVERAGE NWO INSURER A .-Val ley Fore Insurance Company 0508 INSURED volkert, Inc. 3809 Moffett Road P.O. Box 7434 Mobile AL 36607 1 INsuRERe -Transportation Insurance Co. 20494 INSURER C .Catlin Insurance company 19518 INSURER D, A INSURER E., INSURER F; 5084967879 COVERAGES CERTIFICATE NUMUER:e'13 -14 REVISION NUMBER' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR TYPE OF INSURANCE AFL CY NUMBER POLICY EFF P Y EXP LIMITS GENERAL LIARR Y EACH OCCURRENCE E 1,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ®OCCUR 5084967879 111/2013 1/1/2014 M1I MEDEXP (Any ene Person) $ 300,000 $ 15,000 PERSONAL 3ADVINJURY S 11000,000 X Contractual Liability GENERAL AGGREGATE E 2,000,000 GEML AGGREGATE LIMIT APPLIES PER: POLICY PRO- LOC X PRODUCTS - COMP/OPAGO S 2,000,000 $ I%UTOMOBILE LIABIL17Y COMBINED SINGLE U-M 1 000 000 n X ANY AUTO AAUTOOSWMED AUTOS 084967817 1/1/2013 1/1/2014 BODILY INJURY (Per peson) $ BODILY INJURY (Per acckl M) S HIREOAIrTOS X NON -OWNED X PROP TYDAMAGE S S X UMBRELLA LU+B X OCCUR EACH OCCURRENCE $ 10, 000, 000 _ AGGREGATE $ 10, 000, 000 B EXCESSLL48 CLAIMS -MADE DEC) I X I RETENTION $ 084967770 1/1/2013 1/1/2014 B WORKERS COMPENSATION AND EMPLOYERS' LULBILRY YIN ANY PROPRIETORRARTNEWEXECUTIVE OFFICERMEMBER D(CWDED7 (Mandatory In NH) K describe ands► DESCRIPTION OF OPERATIONS bm.,. N1i4 084967722 1/1/2013 1/1/2014 X FMSTATU- I OTH- EL EACH ACCIDENT $ 500,000 E.L. DISEASE -EA EMPLOYEE $ 500,000 E.L DISEASE - PDUCY LIMIT S 500 000 C Professional Liability MW 196314 -0714 /28/2013 /28/2014 perClah $10,000,000 Ap"WA $10,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD t07, Addigonai Remarks Schedule, 9 more space Is required) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WELL BE DELIVERED IN Sample Certificate ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Gregg Bundschuh /JERRY-— .•� --��� 25 (2010105) "" "986 -2010 ACORD CORPORATION. All rights reserved. INS025 romrxtsl m Tho AcnRn ammo nn. Packet Page -1223- L. ,f Acnan 9/23/2014 16.A.7. COMMENTS /REMARKS Complete Named Insured: Volkert, Inc. David Volkert & Associates, Inc. Volkert Construction Services, Inc. David Volkert & Associates Engineering, P.C. Volkert Environmental Group, Inc. Volkert Management Services, Inc. Volkert, P.C. Allied Engineering & Testing, Inc. Volkert Engineering, PC I OFREMARK COPYRIGHT 2000, AXS SERVICES INC. Packet Page -1224- Attachment 8: Reference Questionnaire Solicitation: #14-6319, Verification Zeference Questionnaire for: (Name of Company Requesting Reference Information) Boulevard & Green (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) Email: FAX: 9/23/2014 16.A.7. (Evaluator's Company completing reference) 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 firmfindivdival 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: Project Budget: Completion Date: Project Number of Days: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: By #14 -6319, CE Services for Collier Boulevard & Green Boulevard Packet Page -1225- 34 m w, m m E E N 0 O cc 'a :+ > d = d N C LL O m C d oa L d 0 m a > D O � � a m O U L O oC) °o W � d c V ii d Co a �n C d a► N H C Q- i > L > D O � � a m m c a� a� m c .N c� s U d Packet Page -1226- 9/23/2014 16.A.7. 00 oC) °o °o � c ii �n �n d a► Q- ! N r m U N e- C N m 0 � . Z r N ,C C e0 ?d L dy , r N 'm 01 N 'rn c E N L � C6 CD jE Z NCD CD C � =w W a) CJ W Q Q m c a� a� m c .N c� s U d Packet Page -1226- 9/23/2014 16.A.7. 9/23/2014 16.A.7. REQUEST FOR PROPOSALS In accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. a COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS CCNA Solicitation #14 -6319, Verification Testing Services for Collier Boulevard & Green 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 Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. CCNA (Revision 0412014) Pu!chasirQ Dapartrnent• 3327 Tanuani Trail East • Naples, Florida 34112-0901 • wwcoliiergov.netipurchasing Packet Page -1227- 9/23/2014 16.A.7. Table of Contents LEGALNOTICE ........................................................................................... ..............................3 EXHIBIT I: SCOPE OF WORK, SPECIFICATIONS AND RESPONSE FORMAT .......................4 EXHIBIT II: GENERAL RFP INSTRUCTIONS ............................................. .............................10 EXHIBIT III: COLLIER COUNTY PURCHASE ORDER TERMS AND CONDITIONS ...............14 EXHIBIT IV: ADDITIONAL TERMS AND CONDITIONS FOR RFP .............. .............................18 ATTACHMENT 1: CONSULTANT'S NON - RESPONSE STATEMENT ........ .............................25 ATTACHMENT 2: CONSULTANT CHECK LIST ......................................... .............................26 ATTACHMENT 3: CONFLICT OF INTEREST AFFIDAVIT ........................... .............................27 ATTACHMENT 4: CONSULTANT DECLARATION STATEMENT ............... .............................28 ATTACHMENT 5: IMMIGRATION AFFIDAVIT CERTIFICATION ................ .............................30 ATTACHMENT 6: CONSULTANT SUBSTITUTE W — 9 ............................ ............................... 31 ATTACHMENT 7: INSURANCE AND BONDING REQUIREMENTS ........... .............................32 ATTACHMENT 8: REFERENCE QUESTIONNAIRE ................................... .............................34 #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 2 Packet Page -1228- 9/23/2014 16.A.7. t r 9 Legal Notice Pursuant to approval by the County Manager, Sealed Proposals to provide Verification Testing will be received until 3:OO12M, Naples local time, on July 30, 2014 at the Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. CCNA Solicitation #14 -6319, Verification Testing Services for Collier Boulevard & Green Boulevard Services to be provided may include, but not be limited to the following: Verification Testing during the construction of the Collier Boulevard Improvement Project. ® A pre - proposal conference is not applicable for this solicitation. All statements should be made upon the official proposal form which must be obtained only on the Collier County Purchasing Department Online Bidding System website: www.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/ Joanne Markiewicz Director, Procurement Services This Public Notice was posted on the Collier County Purchasing Department website: www.colliergov.net /purchasing and in the Lobby of Purchasing Building "G ", Collier County Government Center on July 1, 2014 #14 -6319, CEI Services for Collier Boulevard & Green Boulevard Packet Page -1229- 9/23/2014 16.A.7. Exhibit 1: Scope of Work, Specifications and Response Format As requested by the Transportations Department (hereinafter, the "Department "), the Collier County Board of County Commissioners Purchasing Department (hereinafter, "County ") has issued this Request for Proposal (hereinafter, "RFP ") with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. Brief Description of Purchase The Transportation Department the services of an Engineering or Construction, Engineering and Inspection (CEI) Consultant/firm to provide assistance to the County in the performance of Verification Testing on the Collier Blvd. and Green Blvd. Improvement Project. The County's budget for this testing is approximately $350,000.00. Background The County does not possess the nuclear test gauges necessary to determine density during road construction; or the laboratory facilities to perform the necessary materials testing. Detailed Scope of Work The Collier County Transportation Department will be constructing the Collier Boulevard Improvement Project between Golden Gate Boulevard and Green Boulevard in early 2015. The project is scheduled to take two (2) years. The County will be the CEI on this project, but will require outside support to perform some of the Verification Testing. Collier County is seeking the services of an Engineering Testing Consultant/firm or CEI to perform Verification Testing. Verification is a process of comparing test data for determination of compliance with the contract requirements. This will be performed at the plant and in the field on split samples or independently obtained samples depending on the particular material specifications. The firm must be familiar with the FDOT Standard Specifications for Road and Bridge Construction, 2010, and in particular Section 105, Contractor Quality Control General Requirements. The firm must provide FDOT certified personal and facilities to provide all necessary inspection to assure effective Quality Control of the operations related to materials acceptance. This includes; but is not limited to, sampling and testing production, storage, delivery, construction and placement. The selected firm will ensure that the equipment used in the production and testing of the materials provides accurate and precise measurements in accordance with the applicable Specifications. The selected firm will maintain a record of all inspections, including but not limited to, date of inspection, result of inspection, and any subsequent corrective actions taken. Tasks may include, but are not limited to, the following: 1. Roadway Laboratory Tests Examples — Grain size analysis, organic content, compression test, chemical tests 2. Construction Quality Control Examples — Pile driving analysis and monitoring #14 -6319, CEI Services for Collier Boulevard & Green Boulevard Packet Page -1230- 9/23/2014 16.A.7. 3. Bituminous Examples — Measurements and sampling of material 4. Aggregate and Base Material Examples — Inspection, sampling, proctor tests. Inspection of backfill material, Portland cement, concrete, plant inspection for quality assurance, aggregate, cement, slump, air content, temperature control 5. Precast or Pre - Stressed Concrete Products Examples — Concrete pipe, beams, precast products General Information All Services to be performed by the selected Consultant/firm shall be in conformance with the scope of services as described herein. Reference to the term "Purchase Order" herein, with respect to authorization of Services, includes all written Purchase Order Modifications or Amendments to any particular Purchase Order. 1. All Services must be authorized in writing by the County in the form of a Purchase Order. The selected Consultant shall not provide any Services to County unless and to the extent they are authorized in a written Purchase Order. 2. Prior to the start of each individual job or group of jobs, the user department shall provide a description of Services to be performed to the selected Consultant /firm including a time for completion. The Consultant/firm shall have five (5) business days to respond with associated costs and that they are willing and able to complete the job(s) in the required time frame. If the parties reach an agreement with respect to such Services, the user department will then notify the selected Consultant /firm to proceed with the Services, provided that there has been a Purchase Order established for the work. Purchase Orders may be issued for each job, or may be established for multiple jobs. 3. It is mutually understood and agreed that the nature, amount and frequency of the Services shall be determined solely by County and that County does not represent or guarantee unto the selected Consultant/firm that any specific amount of Services will be requested or required of Consultant/firm. 4. Purchase Order modifications: In the event that the need for changes to the Services under a Purchase Order may arise during the course of the work, the associated tasks may be modified at the direction of the Project Manager or his designee. Written authorization from the Project Manager will be required, and for any changes that exceed an existing Purchase Order amount, the Purchase Order shall be modified to reflect the increase prior to any related Services being performed. Alternatively, a separate Purchase Order may be issued for the changes to the Services. Likewise, any modification that results in a decrease in services shall be identified in writing, and attached to the Purchase Order. #14 -6319, CEI Services for Collier Boulevard & Green Boulevard Packet Page -1231- 9/23/2014 16.A.7. Term of Contract This contract is intended to run for the duration of the construction project and conclude once the final pay application is processed, and all Purchase Orders issued under the Agreement have been completed or terminated. Projected Solicitation Timetable The following projected timetable should be used as a working guide for planning purposes only. The County reserves the right to adjust this timetable as required during the course of the RFP process. Event Date Issue Solicitation Notice July 1, 2014 Last Date for Receipt of Written Questions July 18, 3:OOPM Addendum Issued July 25, 2014 Solicitation Deadline Date and Time July 30, 3:OOPM Anticipated Evaluation of Submittals August 2014 Anticipated Completion of Contract Negotiations I August 2014 Anticipated Board of County Commissioner's Contract Approval Date September 2014 Response Format The Consultant understands and agrees to abide by all of the RFP specifications, provisions, terms and conditions of same, and all ordinances and policies of Collier County. The Consultant further agrees that if the contract is awarded the work will be performed in accordance with the provisions, terms and conditions of the contract. To facilitate the fair evaluation and comparison of proposals, all proposals must conform to the guidelines set forth in this RFP. Any portions of the proposal that do not comply with these guidelines must be so noted and explained in the Acceptance of Conditions section of the proposal. However, any proposal that contains such variances may be considered non - responsive. Proposals should be prepared simply and economically, providing a straightforward concise description of the Consultant's approach and ability to meet the County's needs, as stated in the RFP. All proposals should be presented as described in the RFP in PDF or Microsoft Word format with Tabs clearly marked. If applicable, the utilization of recycled paper for proposal submission is strongly encouraged. The items listed below are to be submitted with each proposal and submitted in the order shown. Each section should be clearly labeled, with pages numbered and separated by tabs. Failure by a Consultant to include all listed items may result in the rejection of its proposal. 1. Tab I, Cover Letter / Management Summary In this tab, include: #14 -6319, CEI Services for Collier Boulevard & Green Boulevard Packet Page -1232- 9/23/2014 16.A.7. • Provide a cover letter, signed by an authorized officer of the firm, indicating the underlying philosophy of the firm in providing the services stated herein. • Include the name(s), telephone number(s) and email(s) of the authorized contact person(s) concerning proposal. Submission of a signed Proposal is Consultant's certification that the Consultant will accept any awards as a result of this RFP. 2. Tab II, Firms Reliability and Availability (Points 30) In this tab, include: • Explain how your firm will be able to provide labor and equipment during this two year road construction project. • Provide the number of years of experience your firm has in providing the required services. 3. Tab III, Inspectors Credentials (Points 30) In this tab, include: • Provide any related qualifications and certifications your inspectors may have. FDOT certification is required to perform this work. • Include any special accomplishments by your inspector. • Include a resume and TIN number for all inspectors that will be assigned to this work. • If sub - consultants are being utilized, include letters of intent from sub - consultants and all the credentials requested above. 4. Tab IV, Facilities (Points 30) In this tab, include: Provide any special capabilities to produce the required deliverables, including abilities, capacity, skill, and financial strength your facilities can offer the County for testing services. Include details of unique benefits. Provide as an attachment, a copy of a test report as an example of work product. This should be for one of the projects listed as a reference. 5. Tab V, References — 5 Completed and Returned (Points 10) In order for the Consultant to be awarded any points for this tab, the County requests that the Consultant submits five (5) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. The County will only use the methodology calculations for the first five (5) references (only) submitted by the Consultant in their proposal. Prior to the Selection Committee reviewing proposals, the following methodology will be applied to each Consultant's information provided in this area: #14 -6319, CEI Services for Collier Boulevard & Green Boulevard Packet Page -1233- 9/23/2014 16.A.7. • The County will total each of the Consultant's five reference questionnaires and create a ranking from highest number of points to lowest number of points. References marked with an N/A (or similar notation will be given the score of zero (0)). Consultants who do not turn in reference forms will be counted as zero (0). • The greatest number of points allowed in this criterion will be awarded to the Consultant who has the highest score. • The next highest Consultant's number of points will be divided by the highest Consultant's points which will then be multiplied by criteria points to determine the Consultant's points awarded. Each subsequent Consultant's point score will be calculated in the same manner. • Points awarded will be extended to the whole number per Microsoft Excel. For illustrative purposes only, see chart for an example of how these points would be distributed among the five proposers. Consultant "Name Consultant Total Reference Score : �Points..4warded� Consultant ABC 445 20 Consultant DEF 435 19.6 Consultant GHI 425 19.1 Consultant JKL 385 17.3 Consultant MNO 385 17.3 Consultant PQR 250 11.2 Note: Sample chart reflects a 20 point reference criterion The points awarded by Consultant will be distributed to the Selection Committee prior to their evaluation of the proposals. The Selection Committee will review the Consultant's proposal to ensure consistency and completion of all tasks in the RFP, and review the Points Awarded per Consultant. The Selection Committee may, at their sole discretion, contact references, and /or modify the reference points assigned after a thorough review of the proposal and prior to final ranking by the final Selection Committee. 6. Tab VI, Acceptance of Conditions Indicate any exceptions to the general terms and conditions of the RFP, and to insurance requirements or any other requirements listed in the RFP. If no exceptions are indicated in this tabbed section, it will be understood that no exceptions to these documents will be considered after the award, or if applicable, during negotiations. Exceptions taken by a Consultant may result in evaluation point deduction(s) and /or exclusion of proposal for Selection Committee consideration, depending on the extent of the exception(s). Such determination shall be at the sole discretion of the County and Selection Committee. 7. Tab VII, Required Form Submittals • Attachment 2: Consultant Checklist • Attachment 3: Conflict of Interest Affidavit • Attachment 4: Consultant Declaration Form' #14 -6319, CEI Services for Collier Boulevard & Green Boulevard Packet Page -1234- 9/23/2014 16.A.7. • Attachment 5: Immigration Affidavit and company's E- Verify profile page and memorandum of understanding • Attachment 6: Consultant Substitute W9 • Attachment 7: Insurance Requirements • Attachment 8: Reference Questionnaire • Other: #14 -6319, CEI Services for Collier Boulevard & Green Boulevard Packet Page -1235- Exhibit II: General RFP Instructions 1. Questions 9/23/2014 16.A.7. Direct questions related to this RFP to the Collier County Purchasing Department Online Bidding System website: www.collier_qov.net/bid. Consultants must clearly understand that the only official answer or position of the County will be the one stated on the Collier County Purchasing Department Online Bidding System website. For general questions, please call the referenced Procurement Strategist noted on the cover page. 2. Pre - Proposal Conference The purpose of the pre - proposal conference is to allow an open forum for discussion and questioning with County staff regarding the RFP with all prospective Consultants having an equal opportunity to hear and participate. Oral questions will receive oral responses, neither of which will be official, nor become part of the RFP. Only written responses to written questions will be considered official, and will be included as part of the RFP as an addendum. All prospective Consultants are strongly encouraged to attend, as, this will usually be the only pre - proposal conference for this solicitation. If this pre - proposal conference is denoted as "mandatory", prospective Consultants must be present in order to submit a proposal response. 3. Compliance with the RFP Proposals must be in strict compliance with this RFP. Failure to comply with all provisions of the RFP may result in disqualification. 4. Ambiguity, Conflict, or Other Errors in the RFP It is the sole responsibility of the Consultant if the Consultant discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, to immediately notify the Procurement Strategist, noted herein, of such error in writing and request modification or clarification of the document prior to submitting the proposal. The Procurement Strategist will make modifications by issuing a written revision and will give written notice to all parties who have received this RFP from the Purchasing Department. 5. Proposal, Presentation, and Protest Costs The County will not be liable in any way for any costs incurred by any Consultant in the preparation of its proposal in response to this RFP, nor for the presentation of its proposal and /or participation in any discussions, negotiations, or, if applicable, any protest procedures. 6. Delivery of Proposals #14 -6319, CEI Services for Collier Boulevard & Green Boulevard Packet Page -1236- 10 9/23/2014 16.A.7. All proposals are to be delivered before 3:OOPM, Naples local time, on or before July 30, 2014 to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist The County does not bear the responsibility for proposals delivered to the Purchasing Department past the stated date and /or time indicated, or to an incorrect address by Consultant's personnel or by the Consultant's outside carrier. However, the Procurement Director, or designee, reserves the right to accept proposals received after the posted close time under the following conditions: • The tardy submission of the proposal is due to the following circumstances, which may include but not be limited to: late delivery by commercial carrier such as Fed Ex, UPS or courier where delivery was scheduled before the deadline. • The acceptance of said proposal does not afford any competing firm an unfair advantage in the selection process. Consultants must submit one (1) paper copy clearly labeled "Master," and five (5) compact disks (CD's) with one copy of the proposal on each CD in Word, Excel or PDF. List the Solicitation Number and Title on the outside of the box or envelope. 7. Validity of Proposals No proposal can be withdrawn after it is filed unless the Consultant makes their request in writing to the County prior to the time set for the closing of Proposals. All proposals shall be valid for a period of one hundred eighty (180) days from the submission date to accommodate evaluation and selection process. 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013 -69 establishing and adopting the Collier County Purchasing Policy. If the County receives proposals from less than three (3) firms, the Procurement Director shall review all the facts and determine if it is in the best interest of the County to solicit additional proposals or request that the Selection Committee rank order the received proposals. The County may, as it deems necessary, conduct discussions with qualified Consultants determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 9. Evaluation of Proposals Collier County will evaluate and select these Services in accordance with Florida Statute 287.055, Consultants' Competitive Negotiation Act. #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 11 Packet Page -1237- 9/23/2014 16.A.7. The County's procedure for selecting is as follows: 1. The County Manager or designee shall appoint a Selection Committee to review all proposals submitted. 2. Request for Proposals issued. 3. Subsequent to the closing of proposals, the Procurement Strategist will review the proposals received and verify whether each proposal appears to be minimally responsive to the requirements of the published RFP. 4. Meetings will be open to the public and the Procurement Strategist will publicly post prior notice of such meeting in the lobby of the Purchasing Building. 5. The committee members will review each Proposal individually and score each proposal based on the evaluation criteria stated herein. 6. Prior to the first meeting of the selection committee, the Procurement Strategist will post a notice announcing the date, time and place of the first committee meeting. Said notice will be posted in the lobby of the Purchasing Building not less than three (3) working days prior to the meeting. The Procurement Strategist will also post prior notice of all subsequent committee meetings and will endeavor to post such notices at least one (1) day in advance of all subsequent meetings. 7. Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, interviews, or oral presentations. 8. The Selection Committee, as approved by the County Manager or designee, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members will score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. Consultant(s) shall have an opportunity to discuss their qualifications, approach to the project and ability to furnish services for the scope of work outlined in this solicitation during the publicly announced Selection Committee Meeting prior to the final ranking. This discussion does not preclude the County from having additional presentations by ranked firms at the County's sole discretion. 9. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. 10. Negotiations shall begin with the top- ranked firm(s) in accordance with Florida Statute 287.055. 11. Upon the successful completion of negotiations, contracts will be presented to the Board of County Commissioners for approval. The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and /or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information. Receipt of a proposal by the County or a submission of a proposal to the County offers no rights upon the Consultant nor obligates the County in any manner. #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 12 Packet Page -1238- 9/23/2014 16.A.7. Acceptance of the proposal does not guarantee issuance of any other governmental approvals. Proposals which include provisions requiring the granting of zoning variances may not be considered. 10. References The County reserves the right to contact any and all references submitted as a result of this solicitation. 11. Proposal Selection Committee and Evaluation Factors The County Manager or designee will appoint a Selection Committee to review all proposals submitted. The factors to be considered in the evaluation of proposal responses are listed below. Tab II, Firms Reliability and Availability 30 Tab III, Inspectors Credentials 30 Tab IV, Facilities 30 Tab V, References 10 TOTAL 100 Points Tie Breaker: In the event of a tie, both in individual scoring and in final ranking, the firm with the lowest paid dollars by Collier County to the Consultant (as obtained from the County's financial system) within the last five (5) years will receive the higher individual ranking. This information will be based on information provided by the Consultant, subject to verification at the County's option. If there is a multiple firm tie in either individual scoring or final ranking, the firm with the lowest volume of work shall receive the higher ranking, the firm with the next lowest volume of work shall receive the next highest ranking and so on. 12. Acceptance or Rejection of Proposals The right is reserved by the County to waive any irregularities in any proposal, to reject any or all proposals, to re- solicit for proposals, if desired, and upon recommendation and justification by Collier County to accept the proposal which in the judgment of the County is deemed the most advantageous for the public and Collier County. Any proposal which is incomplete, conditional, obscure or which contains irregularities of any kind, may be cause for rejection. In the event of default of the successful Consultant, or their refusal to enter into the Collier County contract, the County reserves the right to accept the proposal of any other Consultant or to re- advertise using the same or revised documentation, at its sole discretion. #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 13 Packet Page -1239- 9/23/2014 16.A.7. Exhibit III: Collier County Purchase Order Terms and Conditions 1. Offer regulations. Risk of loss of any goods This offer is subject to cancellation by the sold hereunder shall transfer to the COUNTY without notice if not accepted by COUNTY at the time and place of VENDOR within fourteen (14) days of delivery; provided that risk of loss prior issuance. to actual receipt of the goods by the COUNTY nonetheless remain with 2. Acceptance and Confirmation VENDOR. This Purchase Order (including all b) No charges will be paid by the COUNTY documents attached to or referenced for packing, crating or cartage unless therein) constitutes the entire agreement otherwise specifically stated in this between the parties, unless otherwise Purchase Order. Unless otherwise specifically noted by the COUNTY on the provided in Purchase Order, no invoices face of this Purchase Order. Each delivery shall be issued nor payments made of goods and /or services received by the prior to delivery. Unless freight and COUNTY from VENDOR shall be deemed to other charges are itemized, any be upon the terms and conditions contained discount will be taken on the full amount in this Purchase Order. of invoice. c) All shipments of goods scheduled on the No additional terms may be added and same day via the same route must be Purchase Order may not be changed except consolidated. Each shipping container by written instrument executed by the must be consecutively numbered and COUNTY. VENDOR is deemed to be on marked to show this Purchase Order notice that the COUNTY objects to any number. The container and Purchase additional or different terms and conditions Order numbers must be indicated on bill contained in any acknowledgment, invoice of lading. Packing slips must show or other communication from VENDOR, Purchase Order number and must be notwithstanding the COUNTY'S acceptance included on each package of less than or payment for any delivery of goods and /or container load (LCL) shipments and /or services, or any similar act by VENDOR. with each car load of equipment. The COUNTY reserves the right to refuse or 3. Inspection return any shipment or equipment at All goods and /or services delivered VENDOR'S expense that is not marked hereunder shall be received subject to the with Purchase Order numbers. COUNTY'S inspection and approval and VENDOR agrees to declare to the payment therefore shall not constitute carrier the value of any shipment made acceptance. All payments are subject to under this Purchase Order and the full adjustment for shortage or rejection. All invoice value of such shipment. defective or nonconforming goods will be d) All invoices must contain the Purchase returned pursuant to VENDOR'S instruction Order number and any other specific at VENDOR'S expense. information as identified on the Purchase Order. Discounts of prompt To the extent that a purchase order requires payment will be computed from the date a series of performances by VENDOR, the of receipt of goods or from date of COUNTY prospectively reserves the right to receipt of invoices, whichever is later. cancel the entire remainder of the Purchase Payment will be made upon receipt of a Order if goods and /or services provided proper invoice and in compliance with early in the term of the Purchase Order are Chapter 218, Fla. Stats., otherwise non - conforming or otherwise rejected by the known as the "Local Government COUNTY. Prompt Payment Act," and, pursuant to 4. Shipping and Invoices the Board of County Commissioners a) All goods are FOB destination and must Purchasing Policy. be suitably packed and prepared to secure the lowest transportation rates 5. Time Is Of the Essence and to comply with all carrier #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 14 Packet Page -1240- Time for delivery of goods or performance of services under this Purchase Order is of the essence. Failure of VENDOR to meet delivery schedules or deliver within a reasonable time, as interpreted by the COUNTY in its sole judgment, shall entitle the COUNTY to seek all remedies available to it at law or in equity. VENDOR agrees to reimburse the COUNTY for any expenses incurred in enforcing its rights. VENDOR further agrees that undiscovered delivery of nonconforming goods and /or services is not a waiver of the COUNTY'S right to insist upon further compliance with all specifications. Changes The COUNTY may at any time and by written notice make changes to drawings and specifications, shipping instructions, quantities and delivery schedules within the general scope of this Purchase Order. Should any such change increase or decrease the cost of, or the time required for performance of the Purchase Order, an equitable adjustment in the price and /or delivery schedule will be negotiated by the COUNTY and VENDOR. Notwithstanding the foregoing, VENDOR has an affirmative obligation to give notice if the changes will decrease costs. Any claims for adjustment by VENDOR must be made within thirty (30) days from the date the change is ordered or within such additional period of time as may be agreed upon by the parties. 7. Warranties VENDOR expressly warrants that the goods and /or services covered by this Purchase Order will conform to the specifications, drawings, samples or other descriptions furnished or specified by the COUNTY, and will be of satisfactory material and quality production, free from defects and sufficient for the purpose intended. Goods shall be delivered free from any security interest or other lien, encumbrance or claim of any third party. These warranties shall survive inspection, acceptance, passage of title and payment by the COUNTY. 9/23/2014 16.A.7. the Occupational Health and Safety Act, the Federal Transportation Act and the Fair Labor Standards Act, as well as any law or regulation noted on the face of the Purchase Order. Advertising No VENDOR providing goods and services to the COUNTY shall advertise the fact that it has contracted with the COUNTY for goods and /or services, or appropriate or make use of the COUNTY'S name or other identifying marks or property without the prior written consent of the COUNTY'S Purchasing Department. 10. Indemnification VENDOR shall indemnify and hold harmless the COUNTY from any and all claims, including claims of negligence, costs and expenses, including but not limited to attorneys' fees, arising from, caused by or related to the injury or death of any person (including but not limited to employees and agents of VENDOR in the performance of their duties or otherwise), or damage to property (including property of the COUNTY or other persons), which arise out of or are incident to the goods and /or services to be provided hereunder. 11. Warranty of Non - Infringement VENDOR represents and warrants that all goods sold or services performed under this Purchase Order are: a) in compliance with applicable laws; b) do not infringe any patent, trademark, copyright or trade secret; and c) do not constitute unfair competition. VENDOR shall indemnify and hold harmless the COUNTY from and against any and all claims, including claims of negligence, costs and expense, including but not limited to attorneys' fees, which arise from any claim, suit or proceeding alleging that the COUNTY'S use of the goods and /or services provided under this Purchase Order are inconsistent with VENDOR'S representations and warranties in section 11 (a). 8. Statutory Conformity If any claim which arises from VENDOR'S Goods and services provided pursuant to breach of section 11 (a) has occurred, or is this Purchase Order, and their production likely to occur, VENDOR may, at the and transportation shall conform to all COUNTY'S option, procure for the COUNTY applicable laws, including but not limited to the right to continue using the goods or #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 15 Packet Page -1241- 9/23/2014 16.A.7. services, or replace or modify the goods or this Purchase Order, VENDOR shall services so that they become non - infringing, immediately give notice thereof, including all (without any material degradation in relevant information with respects to what performance, quality, functionality or steps VENDOR is taking to complete additional cost to the COUNTY). delivery,of the goods and /or services to the COUNTY. 12. Insurance Requirements The VENDOR, at its sole expense, shall 15. Assignment provide commercial insurance of such type VENDOR may not assign this Purchase and with such terms and limits as may be Order, nor any money due or to become due reasonably associated with the Purchase without the prior written consent of the Order. Providing and maintaining adequate COUNTY. Any assignment made without insurance coverage is a material obligation such consent shall be deemed void. of the VENDOR. All insurance policies shall be executed through insurers authorized or 16. Taxes eligible to write policies in the State of Goods and services procured subject to this Florida. Purchase Order are exempt from Florida sales and use tax on real property, transient 13. Compliance with Laws rental property rented, tangible personal In fulfilling the terms of this Purchase Order, purchased or rented, or services purchased VENDOR agrees that it will comply with all (Florida Statutes, Chapter 212), and from federal, state, and local laws, rules, codes, federal excise tax. and ordinances that are applicable to the conduct of its business. By way of non - 17. Annual Appropriations exhaustive example, this shall include the The COUNTY'S performance and obligation American with Disabilities Act and all to pay under this Purchase Order shall be prohibitions against discrimination on the contingent upon an annual appropriation of basis of race, religion, sex creed, national funds. origin, handicap, marital status, or veterans' status. Further, VENDOR acknowledges 18. Termination and without exception or stipulation shall be This Purchase Order may be terminated at fully responsible for complying with the any time by the COUNTY upon 30 days provisions of the Immigration Reform and prior written notice to the VENDOR. This Control Act of 1986 as located at 8 U.S.C. Purchase Order may be terminated 1324, et seq. and regulations relating immediately by the COUNTY for breach by thereto, as either may be amended. Failure VENDOR of the terms and conditions of this by the awarded firm(s) to comply with the Purchase Order, provided that COUNTY has laws referenced herein shall constitute a provided VENDOR with notice of such breach of the award agreement and the breach and VENDOR has failed to cure County shall have the discretion to within 10 days of receipt of such notice. unilaterally terminate said agreement immediately. Any breach of this provision 19. General may be regarded by the COUNTY as a a) This Purchase Order shall be governed material and substantial breach of the by the laws of the State of Florida. The contract arising from this Purchase Order. venue for any action brought to specifically enforce any of the terms and 14. Force Majeure conditions of this Purchase Order shall Neither the COUNTY nor VENDOR shall be be the Twentieth Judicial Circuit in and responsible for any delay or failure in for Collier County, Florida performance resulting from any cause b) Failure of the COUNTY to act beyond their control, including, but Without immediately in response to a breach of limitation to war, strikes, civil disturbances this Purchase Order by VENDOR shall and acts of nature. When VENDOR has not constitute a waiver of breach. knowledge of any actual or potential force Waiver of the COUNTY by any default majeure or other conditions which will delay by VENDOR hereunder shall not be or threatens to delay timely performance of #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 16 Packet Page -1242- C) d) 9/23/2014 16.A.7. deemed a waiver of any subsequent Expenses for Public Officers, employees default by VENDOR. and authorized persons. All notices under this Purchase Order e) In the event of any conflict between or shall be sent to the respective among the terms of any Contract addresses on the face page by certified Documents related to this Purchase mail, return receipt requested, by Order, the terms of the Contract overnight courier service, or by personal Documents shall take precedence over delivery and will be deemed effective the terms of the Purchase Order. To the upon receipt. Postage, delivery and extent any terms and /or conditions of other charges shall be paid by the this Purchase Order duplicate or overlap sender. A party may change its address the Terms and Conditions of the for notice by written notice complying Contract Documents, the provisions of with the requirements of this section. the Terms and /or Conditions that are The Vendor agrees to reimbursement of most favorable to the County and /or any travel expenses that may be provide the greatest protection to the associated with this Purchase Order in County shall govern. accordance with Florida Statute Chapter 112.061, Per Diem and Travel #14 -6319. CEI Services for Collier Boulevard & Green Boulevard Packet Page -1243- itl Exhibit IV: Additional Terms and Conditions for RFP 9/23/2014 16.A.7. 1. Insurance and Bonding Requirements The Consultant shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in the Insurance and Bonding attachment of this solicitation. The Consultant shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Consultant waive against each other and the County's separate Consultants, Contractors, Design Consultant, Subcontractors agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Consultant and County shall, where appropriate, require similar waivers of subrogation from the County's separate Consultants, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining, its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County." The General Liability Policy provided by Consultant to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Consultant under this solicitation and shall contain a severability of interests provisions. Collier County Board of County Commissioners shall be named as the Certificate Holder. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County.The "Certificate Holder" should read as follows: Collier County Board of County Commissioners Naples, Florida The amounts and types of insurance coverage shall conform to the minimum requirements set forth in Insurance and Bonding attachment, with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Consultant has any self- insured retentions or deductibles under any of the below listed minimum required coverage, Consultant must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self- insured retentions or deductibles will be Consultant's sole responsibility. Coverage(s) shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Consultant and /or its insurance carrier shall provide 30 days written notice to the County of policy cancellation or non - renewal on the part of the insurance carrier or the Consultant. The Consultant shall also notify the County, in a like manner, within twenty -four (24) hours after receipt, of any notices of expiration, cancellation, non - renewal or material change in coverage or limits received by Consultant from its insurer and nothing contained herein shall relieve Consultant of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Consultant hereunder, Consultant shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 18 Packet Page -1244- 9/23/2014 16.A.7. Should at any time the Consultant not maintain the insurance coverage(s) required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Consultant for such coverage(s) purchased. If Consultant fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Consultant under this Agreement or any other agreement between the County and Consultant. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverage(s) purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Consultant shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Consultant to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 2. Additional Items and/or Services Additional items and / or services may be added to the resultant contract, or purchase order, in compliance with the Purchasing Policy. 3. Use of Subcontractors Bidders on any service related project, including construction, must be qualified and directly responsible for 50% or more of the solicitation amount for said work. 5. County's Right to Inspect The County or its authorized Agent shall have the right to inspect the Consultant's facilities /project site during and after each work assignment the Consultant is performing. 6. Additional Terms and Conditions of Contract Collier County has developed standard contracts /agreements, approved by the Board of County Commissioners (BCC). The selected Consultant shall be required to sign a standard Collier County contract within twenty one (21) days of Notice of Selection for Award. The County reserves the right to include in any contract document such terms and conditions, as it deems necessary for the proper protection of the rights of Collier County. A sample copy of this contract is available upon request. The County will not be obligated to sign any contracts, maintenance and /or service agreements or other documents provided by the Consultant. 7. Public Records Compliance The Vendor /Contractor agrees to comply with the Florida Public Records Law Chapter 119 (including specifically those contractual requirements at F.S. § 119.0701(2) (a) -(d) and (3)), ordinances, codes, rules, regulations and requirements of any governmental agencies. 8. Payment Method Payments are made in accordance with the Local Government Prompt Payment Act, Chapter 218, Florida Statutes. Vendor's invoices must include: • Purchase Order Number #14 -6319, CEI Services for Collier Boulevard & Green Boulevard Packet Page -1245- 19 • Description and 9/23/2014 16.A.7. p quantities of the goods or services provided per instruction..0,, .,,� �„u,,,Y purchase order or contract. Invoices shall be sent to: Board of County Commissioners Clerk's Finance Department ATTN: Accounts Payable 3299 Tamiami Trail E Ste 700 Naples FL 34112 Or emailed to: bccapclerk(a-)collierclerk.com. Collier County, in its sole discretion, will determine the method of payment for goods and /or services as part of this agreement. Payment methods include: • Traditional — payment by check, wire transfer or other cash equivalent. • Standard — payment by purchasing card. Collier County's Purchasing Card Program is supported by standard bank credit suppliers (i.e. VISA and MasterCard), and as such, is cognizant of the Rules for VISA Merchants and MasterCard Merchant Rules. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation. The County will entertain bids clearly stating pricing for standard payment methods. An additional separate discounted price for traditional payments may be provided at the initial bid submittal if it is clearly marked as an "Additional Cash Discount." Upon execution of the Contract and completion of each month's work, payment requests may be submitted to the Project Manager on a monthly basis by the Contractor for services rendered for that prior month. Services beyond sixty (60) days from current monthly invoice will not be considered for payment without prior approval from the Project manager. All invoices should be submitted within the fiscal year the work was performed. (County's fiscal year is October 1 - September 30.) Invoices submitted after the close of the fiscal year will not be accepted (or processed for payment) unless specifically authorized by the Project Manager. Payments will be made for articles and /or services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non- payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. Invoices shall not reflect sales tax. After review and approval, the invoice will be transmitted to the Finance Division for payment. Payment will be made upon receipt of proper invoice and in compliance with Chapter 218 Florida Statutes, otherwise known as the "Local Government Prompt Payment Act." Collier County reserves the right to withhold and /or reduce an appropriate amount of any payment for work not performed or for unsatisfactory performance of Contractual requirements. #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 20 Packet Page -1246- 9/23/2014 16.A.7. 9. Environmental Health and Safety All Consultants and Sub Consultants performing service for Collier County are required and shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Consultants and Sub Consultants shall be responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site. All firewall penetrations must be protected in order to meet Fire Codes. Collier County Government has authorized OSHA representatives to enter any Collier County facility, property and /or right -of -way for the purpose of inspection of any Consultant's work operations. This provision is non - negotiable by any department and /or Consultant. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 10. Licenses The Consultant is required to possess the correct Business Tax Receipt, professional license, and any other authorizations necessary to carry out and perform the work required by the project pursuant to all applicable Federal, State and Local Law, Statute, Ordinances, and rules and regulations of any kind. Additionally, copies of the required licenses must be submitted with the proposal response indicating that the entity proposing, as well as the team assigned to the County account, is properly licensed to perform the activities or work included in the contract documents. Failure on the part of any Consultant to submit the required documentation may be grounds to deem Consultant non - responsive. A Consultant, with an office within Collier County is also required to have an occupational license. All State Certified contractors who may need to pull Collier County permits or call in inspections must complete a Collier County Contractor License registration form and submit the required fee. After registering the license /registration will need to be renewed thereafter to remain "active" in Collier County If you have questions regarding professional licenses contact the Contractor Licensing, Community Development and Environmental Services at (239) 252 -2431, 252 -2432 or 252 -2909. Questions regarding required occupational licenses, please contact the Tax Collector's Office at (239) 252 -2477. 11. Survivability Bids (ITBs /RFPs): The Consultant/ContractorNendor agrees that any Purchase Order that extends beyond the expiration date of Solicitation 14 -6319 resultant of this solicitation will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of any Purchase Order. 12. Principals /Collusion By submission of this Proposal the undersigned, as Consultant, does declare that the only person or persons interested in this Proposal as principal or principals is /are named therein and that no person other than therein mentioned has any interest in this Proposal or in the contract to be entered into; 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. #14 -6319, CEI Services for Collier Boulevard & Green Boulevard FBI Packet Page -1247- 13. Relation of County 9/23/2014 16.A.7. It is the intent of the parties hereto that the Consultant shall be legally considered an independent Consultant, and that neither the Consultant nor their employees shall, under any circumstances, be considered employees or agents of the County, and that the County shall be at no time legally responsible for any negligence on the part of said Consultant, their employees or agents, resulting in either bodily or personal injury or property damage to any individual, firm, or corporation. 14. Termination Should the Consultant be found to have failed to perform his services in a manner satisfactory to the County, the County may terminate this Agreement immediately for cause; further the County may terminate this Agreement for convenience with a thirty (30) day written notice. The County shall be sole judge of non - performance. 15. Lobbying All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a Proposal. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from Proposal closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this Proposal, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. 16. Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org /search.html) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. 17. Single Proposal Each Consultant must submit, with their proposal, the required forms included in this RFP. Only one proposal from a legal entity as a primary will be considered. A legal entity that submits a proposal as a primary or as part of a partnership or joint venture submitting as primary may not then act as a sub - consultant to any other firm submitting under the same RFP. If a legal entity is not submitting as a primary or as part of a partnership or joint venture as a primary, that legal entity may act as a sub - consultant to any other firm or firms submitting under the same RFP. All submittals in violation of this requirement will be deemed non - responsive and rejected from further consideration. 18. Protest Procedures Any prospective vendor / proposer who desires to protest any aspect(s) or provision(s) of the solicitation (including the form of the solicitation documents or procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with the County's then current purchasing ordinance and policies. The Board of County Commissioners will make award of contract in public session. Award recommendations will be posted outside the offices of the Purchasing Department on Wednesdays and #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 22 Packet Page -1248- Thursdays. Any actual or prospective respondent who desires to formally protest 923/2014 16.A.7. contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and County holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest and will be given instructions as to the form and content requirements of the formal protest. A copy of the 'Protest Policy" is available at the office of the Procurement Director. 19. Public Entity Crime A person or affiliate who has been placed on the convicted Consultant list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted Consultant list. 20. Security and Background Checks If required, Consultant / Vendor / Contractor / Proposer shall be responsible for the costs of providing background checks by the Collier County Facilities Management Department, and drug testing for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. 21. Conflict of Interest Consultant shall complete the Conflict of Interest Affidavit included as an attachment to this RFP document. Disclosure of any potential or actual conflict of interest is subject to County staff review and does not in and of itself disqualify a firm from consideration. These disclosures are intended to identify and or preclude conflict of interest situations during contract selection and execution. 22. Prohibition of Gifts to County Employees No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, the current Collier County Ethics Ordinance and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and /or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and /or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and /or quotes; and, c. immediate termination of any contract held by the individual and /or firm for cause. 23. Immigration Law Affidavit Certification 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 #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 23 Packet Page -1249- means of verifying employment eligibility of workers in the United States; it is not ;,9/23/2014 16;j other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Consultants / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Consultants are also required to provide the Collier County Purchasing Department an executed affidavit certifying they shall comply with the E- Verify Program. The affidavit is attached to the solicitation documents. If the Bidder /Consultant does not comply with providing the acceptable E- Verify evidence and the executed affidavit the bidder's / Consultant's proposal may be deemed non - responsive Additionally, Consultants shall require all subcontracted Consultants to use the E- Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E- Verify) program visit the following website: http: / /www.dhs.aov /E- Verify. It shall be the Consultant's responsibility to familiarize themselves with all rules and regulations governing this program. Consultant acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et sea. 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. #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 24 Packet Page -1250- 9/23/2014 16.A.7. Cover ca y Admintoamselvitmomsm , Purchasing: Attachment 1: Consultant's Non - Response Statement The sole intent of the Collier County Purchasing Department is to issue solicitations that are clear, concise and openly competitive. Therefore, we are interested in ascertaining reasons for prospective Consultants not wishing to respond to this solicitation. If your firm is not responding to this RFP, please indicate the reason(s) by checking the item(s) listed below and return this form via email or fax, noted on the cover page, or mail to Collier County Government, Purchasing Department, 3327 Tamiami Trail E, Naples, FL 34112. We are not responding to CCNA Solicitation #14 -6319, Verification Testing Services for Collier Boulevard & Green Boulevard for the following reason(s): ❑ Services requested not available through our company. ❑ Our firm could not meet specifications /scope of work. ❑ Specifications /scope of work not clearly understood or applicable (too vague, rigid, etc.) ❑ Project is too small. ❑ Insufficient time allowed for preparation of response. ❑ Incorrect address used. Please correct mailing address: ❑ Other reason(s): Name of Firm: Address: City, State, Zip: Telephone: Email: Representative Signature: Representative Name: Date #14 -6319, CEI Services for Collier Boulevard & Green Boulevard Packet Page -1251- 25 9/23/2014 16.A.7. ier r�u.»,�ty Admi6sb*;WeSeMcesDMsbn Purchasing, Attachment 2: Consultant Check List IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and return with your Proposal. Consultant should check off each of the following items as the necessary action is completed: ❑ The Proposal has been signed. ❑ All applicable forms have been signed and included, along with licenses to complete the requirements of the project. ❑ Any addenda have been signed and included. ❑ The mailing envelope has been addressed to: Collier County Government Purchasing Department 3327 Tamiami Trail E Naples FL 34112 Attn: Evelyn Colon, Procurement Strategist CCNA Solicitation: #14 -6319, Verification Testing Services for Collier Boulevard & Green Boulevard ❑ The mailing envelope must be sealed and marked with Proposal Number, Proposal Title and Due Date. ❑ The Proposal will be mailed or delivered in time to be received no later than the specified due date and time. (Otherwise Proposal cannot be considered.) 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 #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 26 Packet Page -1252- 9/23/2014 16.A.7. mr cruxty AdrrinisVaM se►vioes ago, 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 Procurement Director, or designee, if any actual or potential conflict of interest arises during the contract and /or project duration. Firm: Signature and Date: Print Name Title of Signatory State of _ County of _ SUBSCRIBED AND SWORN to before me this day of , 20 by who is personally known to me to be the for the Firm, OR who produced the following identification Notary Public My Commission Expires #14 -6319, CEI Services for Collier Boulevard & Green Boulevard Packet Page -1253- 27 9/23/2014 16.A.7. AdninWrdim SeMces Di ton Purchasing Attachment 4: Consultant Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 RE: CCNA Solicitation: #14 -6319, Verification Testing Services for Collier Boulevard & Green Boulevard Dear Commissioners: The undersigned, as Consultant declares that this proposal is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Consultant agrees, if this proposal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the proposal pertains. The Consultant states that the proposal is based upon the proposal documents listed by the above referenced CCNA Solicitation. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this day of , 200_ in the County of in the State of Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number CCR # or CAGE Code Telephone: FAX: Signature by: (Typed and written) Title: #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 28 Packet Page -1254- 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: 9/23/2014 16.A.7. #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 29 Packet Page -1255- � 9/23/2014 16.A.7. C rwr Gau ty Adryemecdve servoes Division Purc# "re Attachment 5: Immigration Affidavit Certification CCNA Solicitation: #14 -6319, Verification Testing Services for Collier Boulevard & Green 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, Consultants / Bidders are required to enroll in the E- Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Consultant's /bidder's proposal. Acceptable evidence consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E- Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E- Verify program may deem the Consultant / Bidder's proposal as non - responsive Collier County will not intentionally award County contracts to any Consultant who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ( "INA "). Collier County may consider the employment by any Consultant of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Consultant attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E- Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E- Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Consultant's / Bidder's proposal. Company Name Print Name Signature State of County of Title Date The foregoing instrument was signed and acknowledged before me this day of 20___, by (Print or Type Name) Notary Public Signature Printed Name of Notary Public Notary Commission Number /Expiration who has produced as identification. (Type of Identification and Number) 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. #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 30 Packet Page -1256- Comer G 9/23/2014 16.A.7. c�xty Swom DHOW Purc,asirg Attachment 6: Consultant Substitute W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name (as shown on income tax return) Business Name (if different from taxpayer name) Address State Telephone Order Information Address City State FAX Email W City Zip Email Remit / Payment Information Address Zip City FAX Email 2. Company Status (check only one) State Zip _Individual / Sole Proprietor _Corporation _Partnership _Tax Exempt (Federal income tax - exempt entity _Limited Liability Company under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) (Consultants who do not have a TIN, will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date Title Phone Number #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 31 Packet Page -1257- 9/23/2014 16.A.7. f • s Attachment 7: Insurance and Bonding Requirements Insurance %Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $500,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1,000,000 single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the 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 ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ® Professional Liability $1,000.000 per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 32 Packet Page -1258- 9/23/2014 16.A.7. ❑ Project Professional Liability $ Per Occurrence ❑ Valuable Papers Insurance $ Per Occurrence 6. ❑ Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ❑ Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A -" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Consultant shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Consultant shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty (30) Days Cancellation Notice required. Consultant's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Consultant Signature Print Name Insurance Agency Agent Name Date Telephone Number Goceitier- C.oty Adminishativz services oivisia, Purchasing #14 -6319, CEI Services for Collier Boulevard & Green Boulevard Packet Page -1259- 33 Attachment 8: Reference Questionnaire icitation: #14 -6319, Verification Testing Services for Collier Boulevard & Green Boulevard Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: Company: (Evaluator completing reference questionnaire) Email: FAX: 9/23/2014 16.A.7. (Evaluator's Company completing reference) 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: Project Budget: Completion Date: Project Number of Days: Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 2 Ability to maintain project schedule (complete on -time or early). 3 Quality of work. 4 Quality of consultative advice provided on the project. 5 Professionalism and ability to manage personnel. 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 7 Ability to verbally communicate and document information clearly and succinctly. 8 Abiltity to manage risks and unexpected project circumstances. 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 Overall comfort level with hiring the company in the future (customer satisfaction). TOTAL SCORE OF ALL ITEMS Please FAX this completed survey to: By #14 -6319, CEI Services for Collier Boulevard & Green Boulevard 34 Packet Page -1260-