Loading...
Agenda 01/22/2019 Item #16B401/22/2019 EXECUTIVE SUMMARY Recommendation to authorize staff to negotiate a contract with AECOM Technical Services Inc., for CEI (Construction Engineering Inspection) services associated with the Thomasson Drive Beautification Project. OBJECTIVE: To engage a professional engineering firm to provide Construction Engineering Inspection services for the Bayshore Beautification Municipal Service Taxing Unit, Thomasson Drive Beautification Project. CONSIDERATIONS The Procurement Services Division posted Request for Professional Services No. 18-7466, CEI Services for Thomasson Drive Beautification Project, on August 15, 2018. The County sent out 5,281 notifications and interested consulting firms downloaded fifty-five (55) solicitation packages. Staff received four (4) proposals by the August 15, 2018 due date. Of those four firms, the following three were found responsive and responsible: AECOM Technical Services, Inc., KCCS, Inc. and AE Engineering, Inc. The fourth consulting firm, Aim Engineering Surveying, Inc., was deemed non-responsible for submitting as a prime and as a sub-consultant to AE Engineering, Inc. On October 10, 2018, the Selection Committee met, scored each of the proposals and shortlisted those three firms in the following ranked order: 1. AECOM Technical Services, Inc. 2. KCCS, Inc. 3. AIM Engineering Surveying, Inc. The Selection Committee reconvened to receive Presentations from those firms on October 31, 2018, and ultimately ranked the firms in the same order as shown above. Staff is requesting the authority to begin negotiations with the top ranked firm, AECOM Technical Services, Inc., and if staff is unable to reach an agreement with that firm, to continue negotiating with the remaining firms in ranked order until an agreement is reached that can be brought back to the Board for approval. FISCAL IMPACT: Funding for CEI services related to the Thomasson Drive Beautification Project are budgeted in Bayshore Beautification MSTU Fund (163). Construction and maintenance cost associated with the planned streetscape improvements will also be the responsibility of the Bayshore Beautification MSTU Fund (163). GROWTH MANAGEMENT IMPACT: This project meets the current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. ADVISORY COMMITTEE RECOMMENDATIONS: On November 7, 2018, The Bayshore Beautification MSTU Advisory Committee was in consensus to move forward with contract negotiations with AECOM Technical Services, Inc. for CEI services on the Thomasson Drive Beautification Project. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: Recommendation to authorize staff to negotiate a contract with the Selection Committee’s top ranked firm, AECOM Technical Services, Inc., for CEI services for the Bayshore Beautification Municipal Service Taxing Unit, Thomasson Drive Beautification Project, and if staff is unable to reach an agreement with that firm, to continue negotiating with the remaining firms in ranked order until an agreement is reached that can be brought back to the Board for approval. 16.B.4 Packet Pg. 590 01/22/2019 Prepared by: Tami Scott, Senior Project Manager ATTACHMENT(S) 1. 18-7466 Final Ranking (PDF) 2. 18-7466 Solicitation (PDF) 3. 18-7466 AECOM_Proposal (PDF) 4. 18-7466 NORA (PDF) 16.B.4 Packet Pg. 591 01/22/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.B.4 Doc ID: 7615 Item Summary: Recommendation to authorize staff to negotiate a contract with AECOM Technical Services Inc., for CEI (Construction Engineering Inspection) services associated with the Thomasson Drive Beautification Project. Meeting Date: 01/22/2019 Prepared by: Title: – Bayshore CRA Name: Tami Scott 01/08/2019 11:25 AM Submitted by: Title: – County Manager's Office Name: Debrah Forester 01/08/2019 11:25 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/08/2019 12:06 PM Procurement Services Sandra Herrera Additional Reviewer Completed 01/08/2019 5:11 PM County Manager's Office Debrah Forester Director - CRAs Completed 01/10/2019 8:37 AM Procurement Services Swainson Hall Additional Reviewer Completed 01/11/2019 5:01 PM Procurement Services Evelyn Colon Additional Reviewer Completed 01/14/2019 11:53 AM County Manager's Office Sean Callahan Executive Director- Corp Business Ops Completed 01/14/2019 12:16 PM County Attorney's Office Scott Teach Additional Reviewer Completed 01/14/2019 2:53 PM County Attorney's Office Jennifer Belpedio Level 2 Attorney of Record Review Completed 01/15/2019 11:36 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 01/15/2019 11:57 AM Budget and Management Office Ed Finn Additional Reviewer Completed 01/15/2019 1:28 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/15/2019 2:07 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 01/16/2019 8:05 AM Board of County Commissioners MaryJo Brock Meeting Pending 01/22/2019 9:00 AM 16.B.4 Packet Pg. 592 Selection Committee Final Ranking Sheet RPS #: 18-7466 Title: CEI SERVICES FOR THOMASSON DRIVE BEAUTIFICATION PROJECT Name of Firm Tami Scott Debrah Forester Andrew Miller Eric Fey Allyson Holland Total Selection Committee Final Rank AECOM Technical Services, Inc.1 1 1 1 1 5 1.0000 KCCS, Inc.2 2 2 2 2 10 2.0000 AE Engineering, Inc.3 3 3 3 3 15 3.0000 Procurement Professional Evelyn Colon Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached. Page 1 of 1 16.B.4.a Packet Pg. 593 Attachment: 18-7466 Final Ranking (7615 : Authorize staff to negotiate a contract with AECOM Technical COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR CEI Services for Thomasson Drive Beautification Project RPS NO.: 18-7466 ADAM NORTHRUP, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-6098 ADAM.NORTHRUP@colliercountyfl.gov (Email) This proposal solicitation document is prepared in a Microsoft Word format (rev 8/16/17). 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. 16.B.4.b Packet Pg. 594 Attachment: 18-7466 Solicitation (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSINAL SERVICES (RPS) NUMBER: 18-7466 PROJECT TITLE: CEI SERVICES FOR THOMASSON DRIVE BEAUTIFICATION PROJECT PRE-PROPOSAL CONFERENCE: NA LOCATION: NA RPS OPENING DAY/DATE/TIME: September 14th 2018, 3:00PM PLACE OF RPS OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Bayshore Gateway Triangle MSTU (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Professional Services (hereinafter, “RPS”) 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. Construction Engineering and Inspection (CEI) services which are required for constructability review, value engineering, contract administration, inspection, and materials sampling and testing for the construction of the Thomasson Drive Beautification project. BACKGROUND The beautification project is along Hamilton Ave. and Thomasson Drive. The scope of the project consists of widening existing roadway, new bike lanes, new sidewalks, new landscaping, street lights and a roundabout at the intersection of Hamilton Ave and Thomasson. TERM OF CONTRACT The contract term, if an award(s) is/are made is intended to be for current needs only. Prices shall remain firm for the initial term of the awarded contract. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK 1.0 PURPOSE: This scope of services describes and defines the Construction Engineering and Inspection (CEI) services which are required for constructability review, value engineering, contract administration, inspection, and materials sampling and testing for the construction project listed below. 2.0 SCOPE: The project for which the services are required are: Descriptions: Roadway Improvement Construction will be according to Improvements of Thomasson Dr. and Hamilton Ave. documents prepared RWA Engineering, Inc., County: Collier Exercise independent professional judgment in performing obligations and responsibilities under this Agreement. Pursuant to Section 4.1.4 of the Construction Project Administration Manual (CPAM), the authority of the Consultant’s lead person, 16.B.4.b Packet Pg. 595 Attachment: 18-7466 Solicitation (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) such as the Senior Project Engineer, and the Consultant’s Project Administrator shall be identical to the Collier County Construction Management Department and shall be interpreted as such. Services provided by the Consultant shall comply with FDOT and collier county manuals/standards, procedures, and memorandums in effect as of the date of execution of the Agreement unless otherwise directed in writing by the County. Such FDOT manuals, procedures, and memorandums are found at the State Construction Office’s website. 3.0 LENGTH OF SERVICE: CEI contract will begin a minimum of 3 month prior to the construction contract NTP and will end 2 months after construction completion. The services for each Construction Contract shall begin upon written notification to proceed by the County. The County Construction Project Manager shall track the execution of the Construction Contract such that the Consultant is given timely authorization to begin work. While no personnel shall be assigned until written notification by the County has been issued, the Consultant shall be ready to assign personnel within two weeks of notification. For the duration of the project, coordinate closely with the County and Contractor to minimize rescheduling of Consultant activities due to construction delays or changes in scheduling of Contractor activities. The anticipated letting schedules and construction times for the project 365 days from notice to proceed. 4.0 DEFINITIONS: A. Agreement: The Professional Services Agreement between the County and the Consultant setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of services, and the basis of payment. B. Contractor: The individual, firm, or company contracting with the County for performance of work or furnishing of materials. C. Construction Contract: The written agreement between the County and the Contractor setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of labor and materials, and the basis of payment. D. Construction Project Manager: The County employee assigned to manage the Construction Engineering and Inspection Contract and represent the County during the performance of the services covered under this Agreement. E. Construction Training/Qualification Program (CTQP): The Department program for training and qualifying technicians in Aggregates, Asphalt, Concrete, Earthwork, and Final Estimates Administration. Program information is available at CTQP website. F. Consultant: The Consulting firm under contract to the County for administration of Construction Engineering and Inspection services. G. Consultant Project Administrator: The employee assigned by the Consultant to be in charge of providing Construction Contract administration services for one or more Construction Projects. H. Consultant Senior Project Engineer: The Engineer assigned by the Consultant to be in charge of providing Construction Contract administration for one or more Construction Projects. This person may supervise other Consultant employees and act as the lead Engineer for the Consultant. I. County Construction Manager: The administrative head of the Construction Management Department J. Director of Transportation Operations: The Director of Construction, Maintenance, Traffic Operations, Materials, and Safety. K. Division Administrator: The Administrative Head of the County’s Growth Management Division. L. Engineer of Record: The Engineer noted on the Construction plans as the responsible person for the design and preparation of the plans. 16.B.4.b Packet Pg. 596 Attachment: 18-7466 Solicitation (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) M. FDOT Operations Engineer: The Engineer assigned to a particular County or area to administer Construction and Maintenance Contracts for the FDOT. N. Public Information Officer: The County employee assigned to manage the Public Information Program. O. Resident Compliance Specialist: The employee assigned by the Consultant to oversee project specific compliance functions. P. Resident Engineer: The Engineer assigned to a particular County or area to administer Construction Contracts for the Department. Q. Owner: The Board of County Commissioners for Collier County. Florida. A political subdivision of the State of Florida. R. County: Collier County, a political subdivision of the State of Florida. 5.0 ITEMS TO BE FURNISHED BY THE COUNTY TO THE CONSULTANT: A. The County, on an as needed basis, will furnish the following Construction Contract documents for this project. These documents may be provided in either paper or electronic format. 1. Construction Plans, 1 hard copy sets in size 11” x 17” 2. Specification Package, 1 hard copy sets in size 81/2” x 11” 3. Copy of the Executed Construction Contract, 1 hard copy and 4. Utility Agency’s Approved Material List (if applicable). 5. Executed Utility Work Schedules (if applicable) B. A list of all standard forms for use under the terms of this Agreement will be provided in hard copy at the Pre- Services meeting. All directives, procedures, and Standard Forms can be accessed through the County’s Internet website. 6.0 ITEMS FURNISHED BY THE CONSULTANT: NA 6.1 FDOT DOCUMENTS: All applicable FDOT documents referenced herein shall be a condition of this Agreement. All FDOT documents, directives, procedures, and standard forms are available through the FDOT’s Internet website. Most items can be purchased through the following address. All others can be acquired through the District Office or on-line at the Department’s website. Florida Department of Transportation Maps and Publication Sales 605 Suwannee Street, MS 12 Tallahassee, Florida 32399-0450 Telephone No. (850) 488-9220 http://www.dot.state.fl.us/construction/ 6.2 OFFICE AUTOMATION: Provide all software and hardware necessary to efficiently and effectively carry out the responsibilities under this Agreement. Provide each inspection staff with a laptop computer running software needed for project scheduling, documentation, and control (such as, Site Manager application through Citrix, Primavera/Sidetrack, Claim Digger, etc.) connection using a mobile broadband connection at the jobsite. All computer coding shall be input by Consultant personnel using equipment furnished by them. Ownership and possession of computer equipment and related software, which is provided by the Consultant, shall remain at all times with the Consultant. The Consultant shall retain responsibility for risk of loss or damage 16.B.4.b Packet Pg. 597 Attachment: 18-7466 Solicitation (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) to said equipment during performance of this Agreement. Field office equipment should be maintained and operational at all times. Current technical specifications for office automation can be viewed at: http://www.dot.state.fl.us/Construction/DesignBuild/ConsultantCEI/OfficeAutomation.shtm 6.3 FIELD OFFICE: The COUNTY will require a satellite office / construction trailer for this project. The CONSULTANT is responsible for any expenses associated with this satellite office / Construction trailer. The office must have at a minimum the following essential items to support the project office space within a desired radius to the project for the duration of the project. Office telephone Copier rental/lease Internet 6.4 VEHICLES: Vehicles will be equipped with appropriate safety equipment and must be able to effectively carry out requirements of this Agreement. Vehicles shall have the name and phone number of the consulting firm visibly displayed on both sides of the vehicle. All expenses of any 6.5 FIELD EQUIPMENT: Supply survey, inspection, and testing equipment essential to perform services under this Agreement; such equipment includes non-consumable and non-expendable items. Hard hats shall have the name of the consulting firm visibly displayed. Equipment described herein and expendable materials under this Agreement will remain the property of the Consultant and shall be removed at completion of the work. Handling of nuclear density gauges shall be in compliance with their license. Retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment shall be maintained and in operational condition at all times. 6.6 LICENSING FOR EQUIPMENT OPERATIONS: Obtain proper licenses for equipment and personnel operating equipment when licenses are required. The license and supporting documents shall be available for verification by the County, upon request. Radioactive Materials License for use of Surface Moisture Density Gauges shall be obtained through the State of Florida Department of Health. 7.0 LIAISON RESPONSIBILITY OF THE CONSULTANT: For the duration of the Agreement, consultant must keep the County’s Construction Project Manager informed of all significant activities, decisions, correspondence, reports, and other communications related to its responsibilities under this Agreement. Facilitate communications between all parties (i.e. architectural, mechanical, materials, landscaping, local agencies, etc.) ensuring responses and resolutions are provided in a timely manner. Maintain accurate records to document the communication process. Submit all administrative items relating to Invoice Approval, Personnel Approval, User IDs, Time Extensions, change orders and Supplemental Amendments to the Construction Project Manager for review and approval. 8.0 PERFORMANCE OF THE CONSULTANT: During the term of this Agreement and all Supplemental Amendments thereof, the County will review various phases of Consultant operations, such as construction inspection, materials sampling and testing, and administrative activities, to determine compliance with this Agreement. Cooperate and assist County representatives in conducting the reviews. If deficiencies are indicated, remedial action shall be implemented 16.B.4.b Packet Pg. 598 Attachment: 18-7466 Solicitation (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) immediately. County recommendations and Consultant responses/actions are to be properly documented by the Consultant. No additional compensation shall be allowed for remedial action taken by the Consultant to correct deficiencies. Remedial actions and required response times may include but are not necessarily limited to the following: A. Further subdivide assigned inspection responsibilities, reassign inspection personnel, or assign additional inspection personnel, within one week of notification. B. Immediately replace personnel whose performance has been determined by the Consultant and/or the County to be inadequate. C. Immediately increase the frequency of monitoring and inspection activities in phases of work that are the Consultant's responsibility. D. Increase the scope and frequency of training of the Consultant personnel. 9.0 REQUIREMENTS OF THE CONSULTANT: 9.1 GENERAL: It shall be the responsibility of the Consultant to administer, monitor, and inspect the Construction Contract such that the project is constructed in reasonable conformity with the plans, specifications, and special provisions for the Construction Contract. Observe the Contractor’s work to determine the progress and quality of work. Identify discrepancies, report significant discrepancies to the County, and direct the Contractor to correct such observed discrepancies. Consult with the Construction Project Manager as necessary and direct all issues, which exceed delegated authority to the Construction Project Manager for action or direction. Inform the Construction Project Manager of any significant omissions, substitutions, defects, and deficiencies noted in the work of the Contractor and the corrective action that has been directed to be performed by the Contractor. 9.2 SURVEY CONTROL: Check or establish the survey control baseline(s) along with sufficient baseline control points and bench marks at appropriate intervals along the project in order to: (1) make and record measurements necessary to calculate and document quantities for pay items, (2) make and record pre-construction and final cross section surveys of the project site in those areas where earthwork (i.e., embankment, excavation, subsoil excavation, etc.) is part of the construction project, and (3) perform incidental engineering surveys. 9.3 ON-SITE INSPECTION: Monitor the Contractor's on-site construction activities and inspect materials entering into the work in accordance with the plans, specifications, and special provisions for the Construction Contract to determine that the projects are constructed in reasonable conformity with such documents. Maintain detailed accurate records of the Contractor's daily operations and of significant events that affect the work. The Consultant will monitor off-site activities and fabrication unless otherwise stipulated by this Agreement. Monitor and inspect Contractor’s Work Zone Traffic Control Plan and review modifications to the Work Zone Traffic Control Plan, including Alternate Work Zone Traffic Control Plan, in accordance with the FDOT’s procedures. Consultant employees performing such services shall be qualified in accordance with the FDOT’s guidelines of Traffic Training (Topic No. 625-010-010-a) 9.4 SAMPLING AND TESTING: Perform sampling and testing in conjunction with an independent, licensed laboratory, whose selection has been approved in writing by the Construction Project Manager, hired by the Consultant, sampling and testing of component materials and completed work items so that the materials and workmanship incorporated in the project are in reasonable conformity with the plans, specifications and contract provisions. The minimum sampling frequencies set out in the FDOT's Materials Sampling, Testing and Reporting Guide shall be met. In complying with the aforementioned guide, provide daily surveillance of the Contractor's Quality Control 16.B.4.b Packet Pg. 599 Attachment: 18-7466 Solicitation (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) activities and perform the sampling and testing of materials and completed work items for verification and acceptance. The Consultant will perform inspection and sampling of materials and components at locations remote from the project site and perform testing of materials normally done in a laboratory remote from the project site. Determine the acceptability of all materials and completed work items on the basis of either test results or verification of a certification, certified mill analysis, DOT label, DOT stamp, etc. The County will monitor the effectiveness of the Consultant's testing procedures through observation and independent assurance testing. Sampling, testing and laboratory methods shall be as required by the FDOT's Standard Specifications, Supplemental Specifications or as modified by the Special Provisions of the Construction Contract. Documentation reports on sampling and testing performed by the Consultant shall be submitted during the same week that the construction work is done. Transport laboratory samples to the appropriate laboratory. The Consultant shall provide daily surveillance of the Contractor’s Quality Control activities at the project site in regard to concrete and perform acceptance sampling at the specified frequency. Supply CTQP (Construction Training Qualification Program) qualified technicians for concrete inspection. Supply CTQP qualified Asphalt Paving and Plant Technicians for asphalt inspection. Supply CTQP qualified Earthwork Construction Inspection Technicians for embankment, pipe backfill, subgrade, base and asphalt inspection. 9.5 ENGINEERING SERVICES: Prior to commencement of construction and immediately after award of CEI contract, the consultant is to review all Construction documents and provide a written constructability review and value engineering report to the Collier County Project Manager. During Construction the Consultant shall coordinate the Construction Contract administration activities of all parties other than the Contractor involved in completing the construction project. Services shall include maintaining the required level of surveillance of Contractor activities, interpreting plans, specifications, and special provisions for the Construction Contract. Maintain complete, accurate records of all activities and events relating to the project and properly document all project changes. The following services shall be performed: (1) Attend pre-bid meeting and review the bid submittals. (2) Attend a pre-service meeting for the Agreement within ten (10) business days after the Notice-to- Proceed in accordance with Procedure 700-000-000-a. Provide appropriate staff to attend and participate in the pre-service meeting. At the pre-service meeting the CONSULTANT shall submit Action Request packages for Personnel Approval for immediate staff needs and a copy/ computer file of the final negotiated staffing. The CONSULTANT shall record a complete and concise record of the proceedings of the meeting and distribute copies of these minutes to the participants and other interested parties within seven (7) days of the meeting date. (3) Prepare and submit to the Construction Project Manager for county approval, within thirty (30) days after the pre-service meeting, a hard copy of the project specific CONSULTANT Contract administration documents listed below. The CONSULTANT Contract administration documents, which shall be routinely used by the CONSULTANT throughout the project, shall be in the format and content provided by Collier County Construction Management Department. The CONSULTANT Contract administration documents consist of but are not limited to the documents listed below: a. Action Request Form b. Contract Status Report, or other approved fund tracking report c. CEI CONSULTANT Firm Estimated Staffing (completed in accordance with the original CONSULTANT Contract agreement) d. CEI CONSULTANT Fee Proposal e. CEI CONSULTANT Data 16.B.4.b Packet Pg. 600 Attachment: 18-7466 Solicitation (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) (4) Schedule and conduct a Pre-construction conference in accordance with Article 8-3.5 of the FDOT Standard Specification for Road and Bridge Construction. The purpose of the meetings is to discuss the required documentation, including as-builts, necessary for permit(s) compliance. Record significant information revealed and decisions made at this conference and distribute copies of these minutes to the appropriate parties. The meeting shall also be electronically recorded and the CONSULTANT shall maintain all tapes of the meeting for the duration of the Contract. (4) Consultant should organize and conduct Monthly progress meetings, set the agenda, record and provide minutes. (5) Verify that the Contractor is conducting inspections, preparing reports and monitoring all storm water pollution prevention measures associated with the project. For each project that requires the use of the NPDES General Permit, provide at least one inspector who has successfully completed the "Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors”. The Consultant’s inspector will be familiar with the requirements set forth in the FEDERAL REGISTER, Vol. 57, No. 187, Friday, September 5, 1992, pages 4412 to 4435 "Final NPDES General Permits for Storm Water Discharges from Construction Sites" and the Department’s guidelines. Coordinate with the Contractors Public Information Officer to assure updated information and MOT issues are communicated to the public. (6) Analyze the Contractor’s schedule(s) (i.e. baseline(s), revised baseline(s), updates, as-built, etc.) for compliance with the contract documents. Elements including, but not limited to, completeness, logic, durations, activity, flow, milestone dates, concurrency, resource allotment, and delays will be reviewed. Verify the schedule conforms with the construction phasing and MOT sequences, including all contract modifications. Provide a written review of the schedule identifying significant omissions, improbable or unreasonable activity durations, errors in logic, and any other concerns as detailed in CPAM. (7) Analyze problems that arise on a project and proposals submitted by the Contractor; work to resolve such issues, and process the necessary paperwork. (8) Monitor, inspect and document utility construction for conformance with Utility Agency’s Standards and the Utility Agency’s Approved Materials List. Facilitate coordination and communication between Utility Agency’s representatives, Department’s staff and Contractors executing the work. Identify potential utility conflicts and assist in the resolution of utility issues including Department and Local Government owned facilities. Identify, review, and track progress of Joint Project Agreements, and/or other Department and utility agreements. Address work progress, track reimbursement activities, and address betterment and salvage determination. Prepare all necessary documentation to support reimbursement activities and betterment and salvage determination. (9) Produce reports, verify quantity calculations and field measure for payment purposes as needed to prevent delays in Contractor operations and to facilitate prompt processing of such information in order for the Department to make timely payment to the Contractor. (10) Prepare and make presentations for meetings and hearings before the Dispute Review Boards in connection with the project covered by this Agreement. (11) Monitor each Contractor and Subcontractor’s compliance with specifications and special provisions of the Construction Contract in regard to payment of predetermined wage rates in accordance with FDOT procedures. (12) Prepare and submit to the Construction Project Manager monthly, a Construction Status Reporting System (CSRS) report, in a format to be provided by the County. (13) Video tape the pre-construction conditions throughout the project limits. Provide a digital photo log or video of project activities, with heavy emphasis on potential claim items/issues and on areas of real/potential public controversy. (14) Provide a digital camera for photographic documentation of pre-construction state and of noteworthy incidents or events during construction. Photos should be provided monthly to show progress. These photographs will be filed and maintained on the Consultant’s computer using a Digital Photo Management system. 16.B.4.b Packet Pg. 601 Attachment: 18-7466 Solicitation (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Photographs shall be taken the day prior to the start of construction and continue as needed throughout the project. Photographs shall be taken the days of Conditional, Partial and Final Acceptance. 10.0 GENERAL REQUIREMENTS: Provide qualified personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. Acceptable staffing of personnel to be assigned to this project is outlined in Exhibit “A-A.” 10.1 PERSONNEL QUALIFICATIONS: Provide competent personnel qualified by experience and education. Submit in writing to the Construction Project Manager the names of personnel proposed for assignment to the project, including a detailed resume for each containing at a minimum: salary, education, and experience. The Consultant Action Request form for personnel approval shall be submitted to the Construction Project Manager at least two weeks prior to the date an individual is to report to work. Personnel identified in the Consultant technical proposal are to be assigned as proposed and are committed to performing services under this Agreement. Personnel changes will require written approval from the Construction Project Manager. Staff that has been removed shall be replaced by the Consultant within one week of Construction Project Manager Notification. Before the project begins, all project staff shall have a working knowledge of the current CPAM and must possess all the necessary qualifications/certifications for fulfilling the duties of the position they hold. Cross training of the Consultant’s project staff is highly recommended to achieve a knowledgeable and versatile project inspection team but shall not be at any additional cost to the County and should occur as workload permits. Visit the training page on the State Construction Office website for training dates. Minimum qualifications for the Consultant personnel are set forth as follows. Exceptions to these minimum qualifications will be considered on an individual basis. However, a Project Administrator working under the supervision and direction of a Senior Project Engineer or an Inspector working under the supervision and direction of a Senior Inspector shall have six months from the date of hire to obtain the necessary qualifications/certifications provided all other requirements for such positions are met and the Consultant submits a training plan detailing when such qualifications/certifications and other training relative to the FDOT’s procedures, Specifications and Design Standards will be obtained. The County Construction Manager or designee will have the final approval authority on such exceptions. It is preferred that the Senior Project Engineer assigned to the project have prior experience in roundabout construction and advanced MOT. 10.2 STAFFING: Once authorized, the Consultant shall establish and maintain appropriate staffing throughout the duration of construction and completion of the final estimate. Responsible personnel, thoroughly familiar with all aspects of construction and final measurements of the various pay items, shall be available to resolve disputed final pay quantities until the County has received a regular acceptance letter. Construction engineering and inspection forces will be required of the Consultant while the Contractor is working. If Contractor operations are substantially reduced or suspended, the Consultant will reduce its staff appropriately. In the event that the suspension of Contractor operations requires the removal of Consultant forces from the project, the Consultant will be allowed ten (10) days maximum to demobilize, relocate, or terminate such forces. 11.0 QUALITY ASSURANCE (QA) PROGRAM: 11.1 QUALITY ASSURANCE PLAN: Within thirty (30) days after receiving award of an Agreement, furnish a QA Plan to the Construction Project Manager. The QA Plan shall detail the procedures, evaluation criteria, and instructions of the Consultant’s organization for providing services pursuant to this Agreement. Unless specifically waived, no payment shall be made until the County approves the Consultant QA Plan. 16.B.4.b Packet Pg. 602 Attachment: 18-7466 Solicitation (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Significant changes to the work requirements may require the Consultant to revise the QA Plan. It shall be the responsibility of the Consultant to keep the plan current with the work requirements. The Plan shall include, but not be limited to, the following areas: A. Organization: A description is required of the Consultant QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. The authority, responsibilities and autonomy of the QA organization shall be detailed as well as the names and qualifications of personnel in the quality control organization. B. Quality Assurance Reviews: Detail the methods used to monitor and achieve organization compliance with Agreement requirements for services and products. C. Quality Assurance Records: Outline the types of records which will be generated and maintained during the execution of the QA program. D. Control of Subconsultants and Vendors: Detail the methods used to control subconsultant and vendor quality. E. Quality Assurance Certification: An officer of the Consultant firm shall certify that the inspection and documentation was done in accordance with FDOT specifications, plans, standard indexes, and Department procedures. 11.2 QUALITY ASSURANCE REVIEWS: The CCEI shall perform an initial QA review within the first two (1) months of the start of construction. 11.3 QUALITY RECORDS: Maintain adequate records of the quality assurance actions performed by the organization (including subcontractors and vendors) in providing services and products under this Agreement. All records shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective actions taken. All records shall be available to the Department, upon request, during the Agreement term. All records shall be kept at the primary job site and shall be subject to audit review. 12.0 CERTIFICATION OF FINAL ESTIMATES: 12.1 FINAL ESTIMATE AND AS-BUILT PLANS SUBMITTAL: Prepare documentation and records in compliance with the Agreement, Statewide Quality Control (QC) Plan, or Consultant’s approved QC Plan and the FDOT’s Procedures as required by Section 4.1.4 of Review and Administration Manual. Submit the Final Estimate(s) and one (1) set of final “as-built plans” documenting the Contractor’s work in accordance with the Review and Administration Manual. Revisions to the Certified Final Estimate will be made at no additional cost to the Department. 12.2 CERTIFICATION: Consultant personnel preparing the Certified Final Estimate Package shall be CTQP Final Estimates Level II. Duly authorized representative of the Consultant firm will provide a notarized certification on a form pursuant to FDOT’s procedures. 12.3 OFFER OF FINAL PAYMENT: Prepare the Offer of Final Payment package as outlined in Chapter 14 of the Review and Administration Manual. The package shall accompany the Certified Final Estimates Package submitted to the Construction Project Manager for review. The Consultant shall be responsible for forwarding the Offer of Final Payment Package to the Contractor. 13.0 AGREEMENT MANAGEMENT: 13.1 GENERAL: With each monthly invoice submittal, the Consultant will provide a Status Report for the Agreement. This report will provide an accounting of the additional Agreement calendar days allowed to date, an estimate of the additional calendar days anticipated to be added to the original schedule time, an estimate of the Agreement 16.B.4.b Packet Pg. 603 Attachment: 18-7466 Solicitation (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) completion date, and an estimate of the Consultant funds expiration date per the Agreement schedule for the prime Consultant and for each subconsultant. The Consultant will provide a printout from the Equal Opportunity Reporting System showing the previous month’s payments made to subconsultants. Invoices not including this required information may be rejected. When the Consultant identifies a condition that will require an amendment to the Agreement, the Consultant will communicate this need to the Construction Project Manager for acceptance. Upon acceptance, prepare and submit an Amendment Request (AR), and all accompanying documentation to the Construction Project Manager for approval and further processing. The AR is to be submitted at such time to allow the County 12 weeks to process, approve, and execute the AR. The content and format of the AR and accompanying documentation shall be in accordance with the instructions and format to be provided by the County. The Consultant is responsible for performing follow-up activities to determine the status of each Amendment Request submitted to the County. 13.2 INVOICING INSTRUCTIONS: Monthly invoices shall be submitted to Collier County in a format approved by Collier County, no later than the 20th day of the month following the month being invoiced. If the CONSULTANT cannot submit their monthly invoice on time, the CONSULTANT shall notify Collier County, prior to the due date the reason for the delay and the planned submittal date. Once submitted, the CONSULTANT shall notify the Construction Project Manager via Email of the total delay in calendar days and the reason(s) for the delay(s). All invoices shall be submitted to Collier County in hard copy format. 14.0 OTHER SERVICES: Upon written authorization by the Construction Project Manager, the Consultant will perform additional services in connection with the project not otherwise identified in this Agreement. The following items are not included as part of this Agreement, but may be required by the County to supplement the Consultant services under this Agreement. A. Assist in the timely preparation of all claims and necessary rebuttals with the organization of any and all supporting documentation as needed or required by Collier County pursuant to the Collier County Alternative Dispute Resolution Procedures. B. Provide qualified engineering witnesses and exhibits for any litigation or hearings in connection with the Contract. C. Assist the County Attorney or his designee as directed in the preparation for Binding Arbitration and Pre-Suit Mediation. D. Provide on- and off-site inspection services in addition to those provided for in this Agreement. 14.1 POST CONSTRUCTION CLAIMS REVIEW: In the event the Consultant for the project submits a claim for additional compensation and/or time after the CONSULTANT has completed this Agreement, the CONSULTANT shall, at the written request from Collier County, analyze the claim, prepare a recommendation to the Construction Project Manager covering validity and reasonableness of charges, and/or assist in negotiations leading to settlement of the claim. Compensation will be separately reimbursed by a Supplement to this Agreement. 14.2 CONTRADICTIONS: In the event of a contradiction between the provisions of this Scope of Services and the Consultant’s proposal as made a part of their Agreement, the provisions of the Scope of Services shall apply. 14.3 COUNTY AUTHORITY The County shall be the final authority in considering modifications to the Construction Contract for time, money or any other consideration except matters agreed to by the Contractor through contract changes negotiated by the Consultant, as authorized in Section 14.0 herein. 16.B.4.b Packet Pg. 604 Attachment: 18-7466 Solicitation (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) RESPONSE FORMAT AND GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 20 Points 2. Certified Minority Business Enterprise 5 Points 3. Past Performance 25 Points 4. Project Approach, Willingness to Meet Time and Budget Requirements 20 Points 5. Location 10 Points 6. Recent, Current, and Projected Workloads of the Firm 20 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this advertisement. VENDOR CHECKLIST Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal 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. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.B.4.b Packet Pg. 605 Attachment: 18-7466 Solicitation (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.c Packet Pg. 606 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Ability of Professional Personnel CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 1 16.B.4.c Packet Pg. 607 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 1 1.Ability of Professional Personnel Ability of Team as Shown by their Level of Experience on Similar Projects AECOM has reviewed the RFP for the upcoming Thomasson Drive Beautification Project and we are excited to present our team of professional personnel for the CEI services required under the contract. We are proposing staff members from the recently and successfully completed Vanderbilt Drive Bridge Replacements Project, which was completed ahead of schedule and within budget. We are also proposing staff from the ongoing White Boulevard over Cypress Canal Bridge Replacement Project, which is slated for completion later this year for the Collier County Transportation Engineering Division. W e are confident that we will meet or exceed the County’s expectations of performance under this contract since we are intimately aware of their preferences in running successful projects. The County’s level of comfort with our ability can easily be seen in the results of our last survey where we received 10 out of 10 for the Likelihood to Recommend Rating. In addition to our recent Collier County experience with complex projects, our staff members are leaders in the CEI industry with significant roadway and bridge experience. Below you will find our proposed organizational chart as well as the certification training matrix. The training matrix displayed on the following page shows our proposed team is well suited to ensure materials placed on the project meets the requirements of the contract. Staff resumes are provided following Section 6. The AECOM Team is Staffed and Organized to Address all Facets of the Project and Deliver it Successfully 16.B.4.c Packet Pg. 608 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 2 Crystal Gorman, PE, will serve as the Project Manager and will provide QA/QC oversight. Crystal has over 14 years of construction experience including roadway and bridge construction oversight and construction engineering and inspection (CEI). As Associate Vice President and Senior Project Engineer for AECOM, Crystal leads our Southwest Florida CEI team on State and local municipality road and bridge projects. Crystal served as Project Manager for White Boulevard over Cypress Canal Bridge Replacement and for the Vanderbilt Drive Bridge Replacements projects for Collier County. Crystal is thoroughly familiar with the Naples area because she has lived in this community all her life. Being successful with these local projects is important to Crystal because she is able to provide her professional expertise to her community. Steve Nappi, PE, will serve as the Senior Project Engineer/Project Administrator (SPE/PA) for the project. Steve has over 12 years of construction oversight experience working as a Project Administrator/Project Manager for the Florida Department of Transportation and as a CEI Project Engineer/Senior Project Engineer for AECOM. His most recent experience as the Sr. Project Engineer on the Vanderbilt Drive and White Boulevard roadway and bridge projects for Collier County makes him perfectly suited to lead the team on this Thomasson Drive project. With his wealth of knowledge in construction, Mr. Nappi also brings his specific Collier County contract administration experience to the team. He has shown his ability to effectively manage multiple contracts for the County utilizing minimal staff to drive CEI costs down while still delivering quality projects. He is well aware of County processes, both Transportation and Purchasing, which will allow the team to “hit the ground running” with no learning curves. Lessons learned will be implemented to ensure client satisfaction. Joe Monahan has been selected as the Sr. Inspector to lead all inspection efforts on the project. Joe is currently assigned to the White Boulevard over Cypress Canal Bridge Replacement Project for Collier County. The County has repeatedly indicated that they are extremely pleased with his performance. Joe maintains excellent working relationships with the contractor by discussing his expectations of upcoming work activities, citing specific contract requirements. There are no surprises when work is deemed unacceptable or when it does not meet contract documents. Joe and Steve have been an excellent team on the White Boulevard project and anticipate delivering the same level of service to Matt Thomas that he has grown accustomed to. 16.B.4.c Packet Pg. 609 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 3 AECOM is excited to propose Michele Rastelli as the Contract Support Specialist on this project. Michele has 5 years of experience working in office administration, and since joining AECOM, she has been in roles of increasing responsibility. She recently served in this capacity on the Vanderbilt Drive Project and is currently serving in the same role on the White Boulevard Project for Collier County. As the CSS, she assisted Steve with monthly estimates, compiling Daily Work Reports, preparing weekly summaries, updating time files, preparing monthly letters and processing project documentation. Michele is the ultimate multi-tasker and will play a huge part in assisting our team under this contract. Dominick Walker will serve as the Inspector under Joe Monahan. Dominick has over 6 years of experience serving as a CEI Inspector. His responsibilities include inspecting and testing earthwork, subgrade, base and asphalt structural and friction course; verifying maintenance of traffic safety standards; performing concrete testing and inspection as well as preparing drainage pay items. Mr. Walker also has experience assisting his Senior Inspectors with as-built drawings. He is currently serving as inspector for an $8.5M federally funded Computer Signal System Update (LAP) Project for Lee County. Our staff includes Landscape Architects Emily DeGaetano and Nick Myers for plant and tree inspection. Their inspections are incredibly important to ensure plants and trees being used on the project meet applicable standards prior to being installed on the project. A product may appear to be acceptable without a trained eye. For example, a tree with circling roots can be green and look like it will flourish but the circling roots will choke the tree at the base eventually killing it. This could occur one year after substantial completion with the warranty period running out, which would mean the contractor is no longer responsible for the replacement. We have also added Mark Rothenberger to assist with the utility adjustments and relocations. Adjustments and relocations of force mains, water mains, hydrants, valve boxes and ARV’s are required under this contract, and Mark has extensive experience with this work in Collier County. The team is rounded out with subconsultants Ardaman & Associates to provide all verification materials lab testing and McKim & Creed for all CEI surveying needs. AECOM is a full-service Architecture/Engineering (A/E) and CEI firm with over 2,500 talented people throughout Florida, including more than 85 CEI personnel statewide, 14 of which are local to the southwest Florida area. Our firm has been providing professional CEI services in Florida since 1987. We pride ourselves on providing our clients with CEI services that bring their projects in on time and within budget, while providing maximum safety and convenience to the public. Our work is solid, and our team members are reliable and responsible. We are proposing alternates to our staffing in the event unexpected conflicts arise. This shows our depth and ability to deliver a successful project to the client in spite of any potential obstacles. Not only is our team knowledgeable and experienced with local construction and regulatory conditions, we are knowledgeable and experienced administering Collier County Projects! The team provided has worked together in their current roles in this area making them keenly aware of construction issues found locally like the presence of hard subsurface conditions that can be encountered during drainage installation. There will be no disconnect in team synergy and no learning curve adjusting to Collier County processes as previously stated.  The AECOM team has successfully completed similar projects for Collier County  Our team can address all facets of this project  We are local  We have worked together successfully on similar projects in and for Collier County  We have the qualifications to successfully complete this project 16.B.4.c Packet Pg. 610 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 4 Local Construction and Regulatory Conditions Experience Vanderbilt Drive Bridge Replacements, Collier County, FL AECOM just recently completed CEI services on this bridge replacement project. The project replaced two existing, functionally obsolete bridges located on Vanderbilt Drive and resurfaced/reconstructed the roadway from approximately 300 feet south of Bridge 030178 to the south of Bridge 034176 over the Cocohatchee River. Other items on the project included milling and resurfacing, reconstruction of a 10-foot shared path, deconstruction and removal of a pedestrian bridge, utility relocations, drainage improvements, box culvert construction, signing and striping. Team members who worked on this project: Steve Nappi, Crystal Gorman, Michele Rastelli White Boulevard over Cypress Canal Bridge Replacement, Collier County, FL This project requires the replacement of the structurally obsolete bridge #034020 and the resurfacing/ reconstruction of the roadway approaches. The new bridge will be founded on 18-inch square piles with CIP caps and a 1’-6” CIP deck. The new bridge will be wider to accommodate 12-foot travel lanes, 5.5-foot shoulders, and 6.5-foot sidewalks. Limited right of way necessitated the purchase of temporary/permanent easements so a temporary bridge could be installed allowing traffic to avoid the work area via a diversion. Significant utility relocations are required which include moving overhead electric/communication lines and the replacement of a Collier County raw water main. This project also includes extensive drainage. Responsibilities includes: Monitor and inspect all aspects of the project including but not limited to pile driving, concrete, asphalt paving, embankment, drainage and utility relocation operations. Team members who worked on this project: Steve Nappi, Crystal Gorman, Joe Monahan, Michele Rastelli Other Projects Performed for Collier County In addition to Vanderbilt Drive Bridge Replacements and White Boulevard over Cypress Canal Bridge Replacement, AECOM is currently providing or has provided professional services for Collier County on the following projects. Henderson Creek Water Distribution System Improvements, Collier County, FL AECOM provided planning, permitting, design and construction services for water distribution system improvements located in the Henderson Creek residential community service area. The work included replacement of existing small diameter water mains with larger diameter water pipes and looping of the system to eliminate dead ends. The scope of services included development of existing site topography, layout of the new potable water distribution system, preparation of pipe plan and profile, permitting, utility survey, and preparation of contract plans and specifications for competitively bidding the work. During construction we provided construction phase basic and resident project representative services. Collier County Public Utilities Department, MPS 306 Wastewater Basin Analyses Program, Collier County, FL The Basin 306 Program includes a comprehensive analysis of 27 County-owned duplex wastewater pump stations, three master pump stations and related force main network within the 2-square-mile basin 306 area. The pump stations within this basin area have all been in operation for over two decades and are subject to a harsh environment, which contributes to shorter service life for system components. The final design, permitting and construction of the recommended improvements are being completed under separate construction contracts as follows: 16.B.4.c Packet Pg. 611 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 5 • 12,700 linear feet of 24-inch and 30-inch HDPE force main. Construction is complete. • Upgrades to MPSs 303 and 304. Construction is substantially complete. • Upgrades to 27 Duplex Pump Stations under 3 separate contracts. Construction is substantially complete on Groups 1 & 2. Group 3 design is complete and pending construction. • New MPS 306, which includes innovative in-line booster pump station. Design is complete and construction is expected to begin in the Fall 2018 AECOM is providing bidding and construction administration services for work noted above over the duration of construction. The total estimated construction cost for all projects on the basin 306 program is approximately $27 million. West Wind Mobile Home Park Water Distribution System Improvements, Collier County, FL AECOM provided the planning, design and construction services for potable water distribution system improvements located in the West Wind Mobile Home Park service area. The project area consists of mainly single, medium-sized manufactured homes. All of the water customers inside the project area are currently receiving their potable water service from an existing water distribution network of 2-inch and 4-inch PVC pipes. Due to insufficient fire suppression capability and deteriorating and/or under-sized water mains the entire existing water distribution network inside the project limit was replaced. The scope of services included developing a hydraulic model to analyze the new water distribution pipe network and preparation of contract documents for the construction of approximately 10,700 LF of 8-inch and 2,500 LF of 10-inch AWWA C -900 PVC water mains, and related appurtenances. The work also included a new 10- inch HDPE water main that was installed under US 41 using the horizontal directional drill method to provide a new connection between an existing transmission main and the new water distribution network. The new water distribution network includes all new water service connections and backflow preventers, 43 fire hydrants, in- line gate valves, and combination air release and vacuum-valve assemblies. Since most of the original water mains were located inside utility easements at the rear side of the existing homes, the design included relocating the new water services to the front of the homes. During construction, we provided construction phase basic, and resident project representative services. Collier County; MPS 109 Pumping Station Improvements, Collier County, FL AECOM provided planning, design, permitting, bidding and construction phase services associated with upgrades to the County’s Master Pump Station (MPS) 109. The MPS 109 is a critical pump station; therefore, the County decided to implement an upgrade of the pump station to increase its reliability. Recommended improvements to the pump station included the installation of a 100 hp diesel engine driven pump, downsizing of existing submersible pumps based on observed influent flow data (two pumps plus a standby each providing 1,000 gpm at 78 feet of head), addition of variable frequency drives (VFDs), installation of an electrical building to house the VFDs and instrumentation panels, a new 125 KW standby power generator and miscellaneous site improvements. Provided bid and construction phase services for the $1.6 million upgrade to the pump station. CEI Services under Continuing Services Contract, Collier County, FL Since 2012, AECOM has provided 3rd party CEI services for oversight of construction on several projects including the following: • Bay Colony Shores Water System Improvements • Bay Villas Water System Improvements • Hammerhead Roadway Improvements • Small meters change-out • Public Utilities Facilities Preventative Maintenance Program • Barron Collier HS Water System Improvements • Goodland Drive Water Main Replacement • Haldeman Creek Weir Replacement • Imperial Golf Course Boulevard Water System Improvements CEI Services included engineering and administrative support and full-time on-site observations of work in progress to assist in determining if the provisions of the contract documents and permitting conditions are being fulfilled in accordance with the contract documents. The current intersection of Bayshore Drive and Thomasson Drive 16.B.4.c Packet Pg. 612 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Certified Minority Business Enterprise 2 CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 16.B.4.c Packet Pg. 613 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 6 2.Certified Minority Business Enterprise AECOM is not certified with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise. AECOM has consistently met client goals for minority participation in our contracts. We have always held a philosophy of strong commitment to placing a fair proportion of subcontracting awards to minority and small businesses, and to participating in the development and growth of disadvantaged firms. This commitment has often resulted in “above and beyond” efforts to provide maximum opportunities to such firms by means of subconsultant relationships, Mentor-Protégé programs, and active participation in small business trade associations. AECOM is fully committed to using local subconsultants and to meeting DBE goals that may be established for this contract; however, at this time we have not identified any DBE firms as part of our team. We will identify additional specific subconsultants should a task arise in this contract that would lend itself to being performed by a local DBE firm. Looking down Bayshore Drive showing previous beautification initiatives. 16.B.4.c Packet Pg. 614 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Past Performance 3 CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 16.B.4.c Packet Pg. 615 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 7 3.Past Performance We welcome you to contact our current Collier County Project Manager, Matt Thomas, to receive his feedback on our past performance. We have the experience of both previously and currently working for Collier County, which we believe sets us apart from other firms. While we are confident you will see the level of experience we have with previous projects similar in size, type and complexity in our resumes, there is no substitution for previously working with a client. The learning curve is no longer a factor, and our team will be able to hit the ground running. County expectations and processes will always be adhered to as they are part of our normal operating procedure. The County has a comfort level with the team that is currently performing CEI duties, and we are again proposing this team to continue its efforts with this project. Additionally, the previous Collier County projects share all facets of construction similar to the Thomasson Drive Beautification Project, which include, but are not limited to embankment, drainage, utility relocation/adjustments, subgrade and base, widening, shared use paths, milling and resurfacing, signing and marking, and concrete work. Further, in this section we have outlined ways we will address technical, community and project delivery issues encountered during the life of the contract as well as how our team minimizes change orders. AECOM Team’s Past Experience with Similar Projects (size, complexity) AECOM takes pride in our proactive approach to contract management. Since our team has worked together on previous contracts, they understand each other’s expectations and responsibilities that are invaluable in successfully completing a CEI contract. Attachment B – Form 8 Reference Questionnaires are provided at the end of this section. Our relevant and similar project experience is highlighted below. SR 93/I-75 Widening from Sumter Boulevard to River Road, Sarasota County, FL AECOM provided project administration and CEI services on this interstate widening project. The project included roadway widening from four to six lanes, milling and resurfacing, cross slope correction, bridge widening to eight lanes, median and linear pond construction with associated drainage, box culvert extensions, ITS adjustments, lighting, cable barrier and guardrail, signing and pavement markings, and utility coordination. Project Owner/Reference: Florida Department of Transportation-District One FDOT I-75 Satellite TMC, MS 1-96, 2101 47th Terrace East, Bradenton, FL 34203 Marléna Gore, Project Manager T: 863.272.5008 | marlena.gore@dot.state.fl.us Contract Amount: Fee: $3,128,361 | Construction: $35.6M Project Duration: 7/2013 – 2/2017 Team members who worked on this project and role: Crystal Gorman, Senior Project Engineer; Derek Smith, Senior Inspector; Joe Monahan, Inspector; Mike O’Leary, Inspector; Michele Rastelli, Administrative Assistant US 17 from Desoto County Line to CR 634, Hardee County, FL AECOM is providing CEI services on this FDOT District One roadway widening project. The project includes roadway reconstruction and expansion from two to four lanes, milling and resurfacing, new bridge construction and bridge widening/rehab, median and linear pond construction with associated drainage, off-site stormwater pond construction, noise abatement walls, box culvert extensions, guardrail, signing and pavement markings, and utility coordination/relocations. Project Owner/Reference: Florida Department of Transportation-District One Heartland Operations, 4722 Kenilworth Boulevard Sebring, FL 33870 Randall James, PE, Project Manager T: 863.991.4133 | randall.james@dot.state.fl.us Contract Amount: Fee: $2,840,291 | Construction: $23.5M Project Duration: 8/2016 – 9/2018 Team members who worked on this project and role: Crystal Gorman, Senior Project Engineer; Mike O’Leary, Inspector; Michele Rastelli, Administrative Assistant US 41 Pedestrian Lighting, City of North Port, FL The City of North Port was awarded a Federal Highway Administration (FHWA) Transportation Alternatives Program Grant in the amount of $427,258 to install lighting along the US 41 pedestrian walkways, between Biscayne Drive to North Port Boulevard including two rest areas and landscaping. Work included installation of decorative light structures on precast foundations, conduit installation, concrete sidewalks and plantings throughout the project site. 16.B.4.c Packet Pg. 616 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 8 Project Owner/Reference: City of North Port 1100 North Chamberlain Boulevard, North Port, FL 34286 Ben Newman, PE, Project Manager T: 941.628.3705 | bnewman@cityofnorthport.com Contract Amount: Fee: $64K | Construction: $427,258 Project Duration: 11/2015 - 4/2016 Team members who worked on this project and role: Steve Nappi, Senior Project Engineer; Joe Monahan, Inspector; Michele Rastelli, Contract Support Specialist Ernie Caldwell Boulevard-Phases IIB and III from Pine Tree Trail to US 17/92, Davenport, FL This project involved the construction of a 2.5-mile extension of Ernie Caldwell Boulevard from the Pine Tree Trail to U.S. Highway 17/92. The new roadway consisted of a four-lane urban section with bike lanes, sidewalks and grass median. The project included a new bridge over CSX Railroad. Other work included clearing and grubbing, maintenance of traffic (MOT), erosion control, excavation, embankment, stabilization, pavement base, asphalt paving, drainage, curb and gutter, fencing, sod, signing, pavement marking, signalization, MSE walls, lighting, and utilities. Responsibilities included monitoring contractor’s work for compliance with approved plans and specifications, review of traffic control and erosion control device installation and maintenance, coordination of construction materials testing, preparation of inspector daily reports, and tracking of contracts quantities for monthly pay estimates. Project Owner/Reference: Polk County 3000 Sheffield Road, Winter Haven, FL 33880 Doug Gable, PE, Project Manager T: 863.535.2285 | douggable@polk-county.net Contract Amount: Fee: $1,876,231 | Construction: $23M Project Duration: 6/2015 – 3/2017 Team members who worked on this project and role: AECOM Florida Team experience. Hillsborough County Miscellaneous Professional CEI Services, Hillsborough County, FL AECOM provided on-call CEI, materials sampling and testing, and contract administration for miscellaneous roadway construction projects. Project staff monitors construction for quality control and adherence to the contract documents; reviews and inspects the traffic control; monitors the erosion control for permit compliance; reviews the contractor’s CPM schedule and progress; prepares monthly pay requests and supplemental agreements; and maintains project records. Projects have included MOT, erosion control, storm drainage, curb and gutter, sidewalk upgrades, gravity walls, milling and resurfacing, widening, utility adjustments, signalization/ITS, landscaping, signing and thermoplastic pavement markings. Sample Task: Inspection services on a $4.4M pedestrian and bicycle safety improvement project, approximately three miles in length along Fletcher Avenue (CR 582A) from Nebraska Avenue to 50th Street. This project included MOT, erosion control, storm drainage, curb and gutter, sidewalk upgrades, gravity walls, milling and resurfacing, widening, utility adjustments, signalization/ITS, landscaping, signing and thermoplastic pavement markings. Responsibilities included ensuring EEO Contract Compliance by monitoring weekly certified payrolls, company and project EEO submittals, DBE payments, sending EEO communications to the Prime Contractor, posting all EEO documentation to LAPIT and maintaining EEO Compliance files per the LAP requirements Project Owner/Reference: Hillsborough County 601 E. Kennedy Boulevard, Tampa, FL 33601 Jeyson Arroyave, Project Manager T: 813.307.1725 | arroyavej@hillsbroughcounty.org Contract Amount: Fee: $2M | Construction: $20M Project Duration: 8/2010 – Present Team members who worked on this project and role: AECOM Florida Team experience. Boca Grande Causeway Swing Bridge Replacement, Placida, FL This project required the replacement of a structurally deficient swing span bridge located on the Boca Grande Causeway. The total bridge replacement length is 678 feet which includes a 219-foot swing span. The fixed portion of the bridge utilizes Florida I-beam girders founded on hammerhead pier caps and cast in place footings with 24-inch precast concrete piles. The new swing span has a 224-foot span. “Fish belly” main girders were used to resemble the old bridge. The new swing pivot on 2’-6” bronze and steel spherical discs housed in a pivot box. Eccentric wheel end lift assemblies and span locks are located on the rest piers which raise and center the bridge respectively. The project also included the fender system, bridge tender house and all mechanical and electrical equipment. Included with the bridge replacement was the rehabilitation and repair of bulkhead walls, construction of temporary and permanent Mechanically Stabilized Earth (MSE) walls, construction of critical temporary sheet pile walls required for phased 16.B.4.c Packet Pg. 617 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 9 construction, and a total of 0.24 miles of roadway construction. Project Owner/Reference: Gasparilla Island Bridge Authority (GIBA), PO Box 1918, Boca Grande, FL 33921 Kathy Banson-Verrico, Executive Director T: 941.697.2271 ext. 2 | kathygiba@earthlink.net Contract Amount: Fee: $727K | Construction: $20.97M Project Duration: 11/2013-7/2016 Team members who worked on this project and role: Steve Nappi, Project Engineer Marco Island Septic Tank Replacement Program, Marco Island, FL Marco Island initiated their Septic Tank Replacement Program (STRP) in 2005 with the goal of connecting approximately 5,000 properties to the City’s centralized collection and treatment system by 2013. With AECOM’s assistance, the City has implemented the program, which consisted of 14 new sewer districts, on schedule and below initial cost estimates. Each new sewer district project was funded separately through the SRF program. AECOM’s services included preliminary engineering, financial planning, final design, GIS implementation, regulatory permitting and construction administration. The work included nearly 60 miles of gravity sewer, 1,144 manholes, 39 miles of house laterals, 39 lift stations, and over 15 miles of force main ranging in size from 4-inch to 16-inch. AECOM served as liaison between Marco Island Utilities and Marco Island Public Works staffs to help insure that the sewer and water infrastructure improvements were implemented with minimum possible inconvenience and disruption of service to residents. We assisted the City in developing a Utility Standards Manual containing standard drawing details and specifications for all utility work on the island. Success of the STRP was highly dependent on the cost of the project, which was funded by assessments paid by the residents. AECOM developed a design methodology for the STRP that aimed to minimize the cost of the project with an efficient design that could be implemented in a phased manner. The developed methodology includes a custom- developed spreadsheet that enables accurate calculation of sanitary sewer pipe and manhole quantities, which compose approximately 75 percent of the overall cost. Plan and profile drawings were streamlined through the use of the custom spreadsheet, topographic data obtained from aerial mapping, and Autodesk Civil 3D drafting software. The developed methodology was proven successful with low and accurately predicted costs, few change orders, and on schedule implementation. AECOM provided construction phase services for construction of the STRP under 15 separate construction contracts over a 7 year period. Construction phase services included review of shop drawings, responses to contractor requests for information (RFIs), periodic site visits, record drawings and project closeout. The STRP is now 100% complete and fully operational. Project Owner/Reference: Marco Island Utilities 50 Bald Eagle Drive, Marco Island, FL 34145 Jeffrey Poteet, General Manager T: 239.389.5181 | jpoteet@cityofmarcoisland.com Contract Amount: Fee: $3.8M | Construction: $66.1M Project Duration: 10/2005 – 5/2013 Team members who worked on this project and role: AECOM Florida Team experience. ATMS Phase II (LAP), Lee County, FL This $8.5M federally funded ATMS project consists of connecting 110 intersections to Lee County’s existing Traffic Management System - installation of conduit, fiber optic cable, communication cable, pull boxes, electrical service, controllers, CCTV poles and cameras, ITS cabinets, and other related pedestrian improvements. Project Owner/Reference: Lee County Department of Transportation 2115 Second Street, Ft. Myers, FL 33901 Robert Price, PE, Traffic Operations Center Manager T: 239.533.9532 | rprice@leegov.com Contract Amount: Fee: $1.8M | Construction: $8.5M Project Duration: 3/2018 – 4/8/2020 Team members who worked on this project and role: Crystal Gorman, Project Manager; Steve Nappi, Senior Project Engineer; Dominick Walker, Inspector Bee Ridge Road from Cattlemen Road to Bond Place, FDOT District One This project is one in which AECOM is providing inspection services only, and the project administration is being handled by FDOT. The project scope included milling and resurfacing, as well as placing drilled shafts for new mast arm signals. Other miscellaneous work was included to accommodate signalization for both vehicles and pedestrians throughout the project limits. Project Owner/Reference: Florida Department of Transportation-District One Juan Carrillo, Project Manager T: 941.465.0555 | juan.carrillo@dot.state.fl.us Contract Amount: Fee: $330K | Construction: $3.4M Project Duration: February 2018 – September 2018 Team members who worked on this project and role: Crystal Gorman, Consultant Engineer; Derek Smith, Senior Inspector; Dominick Walker, Inspector 16.B.4.c Packet Pg. 618 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 10 Additional Relevant Experience Honore Avenue/Pinebrook Road Extension Phase VII, Sarasota County, FL This state grant-funded construction project consisted of over 3.5 miles of new two-lane divided roadway between Laurel Road and SR 681. The project included a five- span, 413 LF bridge over Fox Creek utilizing AASHTO Type III beams, over 4,000 LF of 18-inch and 24-inch prestressed concrete pile, over 250,000 pounds of reinforcing steel, and just under 1,000 CY of structural concrete. The project also included MOT, erosion control, earthwork with two pond liners, over 16,000 LF of storm drainage, subgrade, base, asphalt, curb and gutter, multi- use path construction, landscaping, signing, pavement markings, and two new signalized intersections at SR 681 and Laurel Road. AECOM provided full CEI on this contract, including contract administration, field inspection and testing, utility coordination, environmental compliance, and public information. Project Owner/Reference: Sarasota County Sarasota County Administration Center 1660 Ringling Boulevard, 5th Floor, Sarasota, FL 34236 Robbin Levar, Project Manager T: 941.650.9815 | rlevar@scgov.net Contract Amount: Fee: $1,222,321 | Construction: $11.6M Project Duration: 5/2014 – 5/2016 Team members who worked on this project and role: Crystal Gorman, Senior Project Engineer; Mark Smalley, Senior Inspector; Derek Smith, Senior Inspector; Michele Rastelli, Administrative Assistant I-75 Alligator Alley Northbound Rest Stop (Mile Marker 63), FDOT District One, Collier County, FL Providing CEI services on this $10.9M FDOT rest stop project that involves building a new rest stop consisting of concrete footers, slab on grade construction, CMU walls, heightened clerestory, ten picnic pavilions, new reverse osmosis water treatment facilities, northbound concrete pavement parking, asphalt base, south bound milling and resurfacing asphalt pavement, drainage construction, building and roadway lighting, and new signing and pavement markings. Project Owner/Reference: Florida Department of Transportation-District One Fort Myers Operations, 2981 NE Pine Island Road, Cape Coral, FL 33909 Leighton Elliott, PE, Construction Manager T: 239.985.7869 | leighton.elliott@dot.state.fl.us Contract Amount: Fee: $553K | Construction: $10.9M Project Duration: 9/2016 – 9/2018 Team members who worked on this project and role: Crystal Gorman, Project Manager; Mark Smalley, Senior Inspector Experience with all Elements of the Scope with Emphasis on Technical, Community and Project Delivery Technical Our staff’s experience will be drawn upon to resolve technical issues, and this starts with reviewing all contract documents associated with the project. A solid understanding of the contract, plans and specifications allows our staff to be proactive in identifying issues before they become a delay to the project. The following three examples illustrate our ability to resolve issues: Our review revealed some major issues on the White Boulevard Bridge Project before they affected the Contractor and County. The first issue was errors found within the earthwork density log books. Our staff is well trained in preparing and updating the log books, which is the one tool used to ensure all embankment, subgrade and base densities are checked and recorded. The discrepancies were discussed with the contractor’s Quality Control Manager, and all items were corrected prior to recording the first density. This attention to detail will give all parties confidence that roadway settlement issues will not occur due to inadequate densities. Similarly, another issue found on this previous Collier County project was the incorrect survey layout of the temporary road as well as paving on base that was not firm and unyielding. The Contractor had several instances of incorrectly laying out the project and we continuously brought it to their attention. This varied from not following the elevation grades as shown in their approved alternate traffic control plan to not installing the shoulders per plan. This lack of attention to detail extended to a severe lapse in quality control when crews decided they were going to place asphalt on wet pumping base. The Contractor was told not to pave as densities should not be performed on pumping base and the contract states the base must be firm and unyielding. Unfortunately, the contractor paved despite our warning rendering the pavement unacceptable. Our team held the contractor to the contractual requirements and the pavement was milled and resurfaced prior to allowing traffic on the new road. By addressing the issue prior to the traffic switch, additional disruption to the traveling public was avoided. Additional significant issues highlighting our staffs’ technical expertise would be the identification of rebar 16.B.4.c Packet Pg. 619 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 11 installation issues on this project. The contractor installed #8 bars at 12” spacing for the bridge deck. The plans called for #8’s at 6” spacing. Without our staff identifying this issue, the bridge would have had half of the required steel to support the loads! The steel was subsequently corrected by the Contractor and installed per plan. Another issue addressed during construction was the formwork. The Contractor was using a prefabricated deck system to support the dead load of the concrete until the concrete hardened and supported the loads. The submitted shop drawings from the prefabricated deck system supplier identified the haunch area to be formed in wood and required a separate set of shop drawings for that work. We continuously requested shop drawings for the wood forms and told the contractor we could not pour the bridge deck until received. Once reviewed by the Contractor’s Engineer, it was determined that the formwork was insufficient and would have likely resulted in a failure under the weight of the concrete. The Contractor had to remove the previous formwork and form the area per signed and sealed drawings. The last item was the placement of steel in the wing walls for the bridge deck. The Contractor incorrectly placed the main reinforcing steel in the wrong face of the wall. This resulted in having #4 bars in place where #6’s were required, which is a significant decrease in capacity. This was caught through our technical experience of knowing that the main steel in a cantilevered beam is required in the top of the beam as opposed to a simply supported beam where the main reinforcement is in the bottom. These three examples highlight the importance of experienced technical staff who can recognize and provide resolutions to issues before they become catastrophes. Community Our Vanderbilt Drive Bridge Replacements Project required significant community outreach to aid in ensuring the property owners were satisfied at the completion of the project. Owners of both the Anchorage Condominiums and Marina Bay Club were invited to meetings and given contact information if concerns arose. Steve Nappi was instrumental in reaching out to the owners and keeping them happy to avoid unnecessary complaints directed to the County. He immediately reached out to concerned parties when AIMS issues (the County’s public inquiries system) were received and quickly worked out their resolutions. There were also many property owners affected by construction of the White Boulevard Bridge Replacement Project. Steve worked closely with them to ensure the impacts were kept to a minimum. Our team will bring this same level of service to the residents and businesses of the Bayshore Drive/Thomasson Drive area. The AECOM Team understands the vibrancy of this area and the access needs for a variety of residences, schools, parks and businesses within the project limits. We also understand the needs of the Naples seasonal community with a large influx of residents in the winter months. By using various outreach tools, such as open houses, community presentations, web updates, newsletters, flyers/brochures and old fashioned in-person visits, the AECOM team will disseminate information to the public for upcoming events that will affect traffic flow or access changes. We will deliver timely, professional and personalized responses to project inquiries. Since a roundabout is being constructed at the intersection of Bayshore Drive and Thomasson Drive, along with other improvements along Thomasson Drive, not only will the traveling public and the many pedestrians that go through this area be impacted on a daily basis, but Del’s 24-hour store and the Botanical Gardens will require special outreach to ensure their patrons can still safely access these facilities. The Botanical Gardens has daily visitors, and many large events throughout the year. AECOM will personally coordinate with Donna McGinnis, CEO of the Garden to ensure her visitors have a clearly delineated and safe passageway to their entrance driveway. We also have Avalon Elementary school on site which means the absolute safety of the children that might be walking to/from school each day, and the ability for the buses and parents to drop off and pickup be as efficient and effortless as possible. Public Outreach. Communicating to the public the benefits of a roundabout will be important from day one. Starting at the public meeting, throughout construction, and then again before the roundabout is opened to traffic. AECOM can work closely with Connie Deane to disseminate the education campaign. Initially, roundabouts tend to create confused drivers. We will reach out to the local community, trucking firms, elderly groups, school age drivers, emergency services and transit to ensure they understand the roundabout rules of the road. The Naples Botanical Gardens sits at the Southwest corner of the future roundabout. 16.B.4.c Packet Pg. 620 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 12 Project Delivery We have successfully delivered the Vanderbilt Drive Bridge Replacements Project to the County ahead of schedule and under budget! This successful delivery doesn’t end at the completion of a quality project. Our team ensured all project documentation was complete, accurate and turned over to the County Project Manager. As-builts were updated throughout the course of the project, were digitally created, and signed and sealed by the Senior Project Engineer. Closeout documents required by contract were completed and submitted with the final estimate. The final estimate was checked to ensure the contractor was accurately paid for items completed and all items added via change order were updated accordingly. All of these items and all other deliverables were checked via AECOM’s extensive Quality Assurance Review procedures. We understand the importance of quality assurance and control (QA/QC) in all documentation. The attention given to this process ensures that our deliverables meet a high standard of technical quality, and that the potential for errors and/or omissions during construction are minimized to the greatest extent possible. A major component of QA/QC is the conduct of periodic reviews to evaluate the adequacy of materials, documentation, processes, procedures, training, guidance, and staff required for all tasks. AECOM Project Managers are required to prepare a Project Management Plan for each assignment to address these key areas. We will implement this same procedure for this contract. It has been a great experience working with Collier County and we look forward to continuing our unsurpassed level of service to this very important client. The attached resumes of our proposed staff show the level of experience of our team on similar projects. Client satisfaction is very important to us, and we strongly encourage you to contact our references to hear what other clients have to say about our staff. Change Orders Requests for additional compensation and claims are common occurrences on construction projects. AECOM handles both contractor requests and claims the same way with a three step process. The first step is to be proactive by staying ahead of potential issues before they arise. This takes place through the careful review of contract documents, thorough discussions at progress meetings and investigation of the existing site conditions. Our team has been very effective with this proactive approach. Both the clients and contractors appreciate our efforts in this regard. The second step is to understand “why” the issue is occurring. The contractor is usually quick to point out what is wrong but often stops their investigation short of determining why the issue occurred. Our staff takes a step back from the issue at hand to determine what events have transpired leading up to the current condition. This is a very important step in the process as it often determines who is responsible for the issue being presented. Step three is the final step where our team organizes all the information gathered and prepares to share the findings with the client. We pride ourselves on digesting this information prior to sharing and by offering several resolution options to the client along with our recommendations. We believe it is our responsibility to give the client several resolution options, highlighting the benefits and consequences of each to ensure the best outcome for all stakeholders. This step is what sets AECOM apart from competitors. Our highly qualified staff has been performing CEI services for a variety of contractors and clients on projects with varying levels of complexity. We have encountered many issues throughout the construction of projects and have always been able to utilize “outside the box” thinking with standard construction methods and tools to resolve them. This is also an area that can affect the success of a project with regard to time and money. Remaining proactive and utilizing our expertise gives Collier County the best chance of realizing a successful project in the eyes of all stakeholders. This three step process was successfully implemented on both of our recent Collier County contracts which helped to minimize both the amount of change orders required and the costs of overruns. 16.B.4.c Packet Pg. 621 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Attachment B - Form 8 Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ 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 p. 38 18-7386, CEI Services for Thomasson Drive Beautification Project AECOM Technical Services, Inc. Crystal Gorman Marlena Gore marlena.gore@dot.state.fl.us FDOT District One N/A 863.272.5008 I-75 from Sumter Boulevardto River Road $36,288,093.31 02/11/2017 1,169 9 9 10 10 9 10 10 9 10 10 96 16.B.4.c Packet Pg. 622 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Attachment B - Form 8 Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ 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 18-7386, CEI Services for Thomasson Drive Beautification Project AECOM Technical Services, Inc. Crystal Gorman, PE Randall James, PE FDOT District One randall.james@dot.state.fl.us 863.991.4133 US 17 from Desoto CountyLine to CR 634 $23,413,881.91 863.386.6112 09/04/2018 725 96 16.B.4.c Packet Pg. 623 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Attachment B - Form 8 Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ 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 18-7386, CEI Services for Thomasson Drive Beautification Project AECOM Technical Services, Inc. Steve Nappi Ben Newman, PE bnewman@cityofnorthport.com 941.240.8063 City of North Port 941.628.3705 04/04/2016US 41 Pedestrian Lighting $427,258.00 127 10 10 9 9 9 9 9 10 10 9 94 16.B.4.c Packet Pg. 624 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Attachment B -Form 8 Reference Questionnaire Solicitation: 18-7386, CEI Services for Thomasson Drive Beautification Project Reference Questionnaire for: AECOM Technical Services, Inc. (Name of Company Requesting Reference Information) Kelly Craig (Name oflndividuals Requesting Reference Information) Name: Doug Gable, PE Company: Polk County (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email : douggable@polk-county.net FAX: N/A Telenhone: 863.535.2285 Collier County has implemented a process that collects reference information on finns and their key personnel to be used in the selection of firms to perform this project. The Name of the Compa ny 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 finn/indivdiual again). If you do not have sufficient knowledge of past perfonnance in a particular area, leave it blank and the item or form will be scored "O." (Please note, references from Collier County staff will not be accepted.) Ernie Caldwell Boulevard, Project Description: Phases 11B and Ill Completion Date: March 20, 2017 Project Budget : __ $_2_3_m_i_lli_on _______ _ Project Number of Days: _6_5_8 _______ _ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). JO 2 Ability to maintain project schedule (complete on-time or early). 3 Quality of work. lO 4 Quality of consultative advice provided on the project. ,o 5 Professionalism and ability to manage personnel. I () 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. J D 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). JD TOTAL SCORE OF ALL ITEMS JDD 16.B.4.c Packet Pg. 625 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Attachment B - Form 8 Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ___________________________Completion Date: _____________________________ Project Budget: _______________________________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 &(,6HUYLFHVIRU7KRPDVVRQ'ULYH%HDXWLILFDWLRQ3URMHFW $(&207HFKQLFDO6HUYLFHV,QF .HOO\&UDLJ -H\VRQ$UUR\DYH +LOOVERURXJK&RXQW\ DUUR\DYHM#KLOOVERURXJKFRXQW\RUJ 1$ PLOOLRQ 2QJRLQJ 2QJRLQJ 0LVFHOODQHRXV3URIHVVLRQ&RQVWUXFWLRQ(QJLQHHULQJDQG,QVSHFWLRQ6HUYLFHVIRU9DULRXV&,33URMHFWV 9 9 9 9 9 9 9 9 9 9 Jeyson Arroyave Digitally signed by Jeyson Arroyave DN: cn=Jeyson Arroyave, o=Hillsborough County, ou=Public Works, email=ArroyaveJ@hillsboroughcounty.org, c=US Date: 2018.06.22 12:42:54 -04'00' 90 16.B.4.c Packet Pg. 626 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Attachment B - Form 8 Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ 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 18-7386, CEI Services for Thomasson Drive Beautification Project AECOM Technical Services, Inc. Steve Nappi Kathy Banson-Verrico kathygiba@earthlink.net Gasparilla Island Bridge Authority 941.697.5629 941.697.2271ext. 2 Boca Grande CausewaySpring Bridge Replacement 7/2016 $20,973,529.25 10 10 10 10 10 10 10 10 10 10 100 16.B.4.c Packet Pg. 627 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Attachment B -Form 8 Reference Questionnaire Solicitation: 18-7386, CEI Services for Thomasson Drive Beautification Project Reference Questionnaire for: AECOM Technical Services, Inc. (Name of Company Requesting Reference Information) Ron Cavalieri (Name of Individuals Requesting Reference Information) Name: Jeffrey E. Poteet (Evaluator completing reference questionnaire) Company: Marco Island Utilities (Evaluator's Company completing reference) Email: Jpoteet@cityofmarcoisland.com FAX: 239.394.8137 Telephone: 239.389.5181 Collier County has implemented 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 I to I 0, with IO representing that you were very satisifed (and would hire the firm/individual again) and I representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "O." (Please note, references from Collier County staff will not be accepted.) Marco Island Septic Tank Project Description: Replacement Program Completion Date: May 2013 Project Budget: $3.8M (engr.); $66.1M (construction) Project Number ofDays: _S_Y_e_a_rs ______ _ Item Citeria Score l Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early)./0 3 Quality of work./0 4 Quality of consultative advice provided on the project.ID 5 Professionalism and ability to manage personnel.ID 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. /{) Abiltity to manage risks and unexpected project circumstances./0 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.11J 10 Overall comfort level with hiring the company in the future (customer satisfaction).10 TOT AL SCORE OF ALL ITEMS 100 I D 16.B.4.c Packet Pg. 628 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Attachment B - Form 8 Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ 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 18-7386, CEI Services for Thomasson Drive Beautification Project AECOM Technical Services, Inc. Steve Nappi Robert Price Lee County rprice@leegov.com 239.485.8520 239.533.9532 ATMS Phase II $8,536,935.94 04/08/2020 760 10 10 10 10 10 10 10 10 10 10 100 16.B.4.c Packet Pg. 629 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Attachment B - Form 8 Reference Questionnaire Solicitation: Reference Questionnaire for: (Name of Company Requesting Reference Information) (Name of Individuals Requesting Reference Information) Name: (Evaluator completing reference questionnaire) Company: (Evaluator’s Company completing reference) Email: FAX: Telephone: Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” (Please note, references from Collier County staff will not be accepted.) Project Description: ___________________________ Completion Date: _____________________________ Project Budget: _______________________________ 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 18-7386, CEI Services for Thomasson Drive Beautification Project AECOM Technical Services, Inc. Crystal Gorman Juan Carrillo juan.carrillo@dot.state.fl.us 941.708.4494 941.465.0555 Bee Ridge Road fromCattlemen Road to Bond Place July 2018 $3,413,203.16 187 FDOT District One 16.B.4.c Packet Pg. 630 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Project Approach, Willingness to Meet Time and Budget 4 CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 16.B.4.c Packet Pg. 631 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 13 4. Project Approach, Willingness to Meet Time and Budget Approach to Each Phase of the Project Our organizational chart shown in Section 1 clearly delineates our proposed staffing for the project, and it is important to note the additional resources available if issues should arise. AECOM is a large firm with a strong local presence, meaning resources can be added if they are required for any reason. We have stated that being proactive and having a thorough understanding of the contract documents is how we approach all projects. Our staff has already begun preparations for this job by reviewing the scope, plans and project site and the findings are described below. The major element of this project making it unique is the roundabout. This type of intersection has been demonstrated to provide safety, operational and other benefits when compared to other types of intersections. At the roundabout, maintenance of traffic and safety will be crucial for drivers and pedestrians. Elevation grade differences, speed, clear delineations, etc. are aspects the CEI team will be diligent about throughout construction. AECOM has served in a design and construction capacity on dozens of roundabouts throughout the United States and abroad. We have already utilized our internal resources to obtain lessons learned and items to monitor during the construction of this roundabout. The majority of the project will be converting the two existing 10-foot lanes to two 11-foot lanes, two 5-foot bike lanes and two 3-foot stabilized shoulders. The existing pavement will be milled 1” minimum in depth and replaced with 1.5” SP-9.5 TL C of overbuild (structural asphalt) and 1” FC-9.5 for the friction course. The overbuild will vary as it will be used to correct the cross slopes due to the shift of the Profile Grade Line to add the new lane widths, bike lanes and shoulders to the existing cross section. Optional base group 9 Type 12.5 (9”) is called out for the base group of the new construction areas. We will ensure this requirement is met. We will not entertain requests from the contractor to use an alternate base group, which has been attempted in the past. There is a super elevation curve where Hamilton Avenue changes to Thomasson Drive from station 23+45.90 to 24+68.94. There appears to be a slight discrepancy between the typical sections as the stationing does not match up at this location as well as at some others. We do not believe this to be a significant issue but we will clarify it with the Engineer of Record prior to construction. In this super elevation curve, the added width of roadway will increase the fill required as the road will extend at a cross slope of 2%. In areas where there is an existing median, the pavement and base will be removed and replaced with suitable planting material. The roundabout will have the same new construction and milling/paving designs but will include a 20’ lane bound by type RA curb on the inside and types A/F on the outside. An 11.75-foot-wide lane with pavers will be constructed adjacent to the type RA curb. A decorative segmental concrete block raised planter with cap and stairs will be placed in the middle of the roundabout complete with a 40-foot flagpole. Our team realizes the importance of ensuring the pavement design is met at all of the typical section areas and will begin by working closely with the Contractor to have a complete and accurate set of density log books. We will be sure that the milling leaves an acceptable surface to pave on, free of delamination. If the remaining pavement is unacceptable, we will address the County’s options using our three-step process discussed under the change orders section above. There is significant drainage and concrete work within the project limits. Drainage structures will be checked once delivered to the project to determine acceptability. Our team is trained in inspecting pre-cast structures for common issues, and will flag any deemed deficient. Concrete for this project falls under the category of non- structural, so verification testing will not be required. Water cement ratios are required and all truck delivery tickets will be checked to ensure the water cement ratios do not exceed the allowable amount. Utility relocations and signing and pavement markings round out the project scope. Our staff has a great working relationship with the Collier County Public Utilities Department after successfully completing relocations on previously mentioned County projects. Signing and pavement markings are essential to the safe completion of the project by clearly notifying the traveling public of the new traffic configurations. Intersection of Bayshore Drive and Thomasson Drive 16.B.4.c Packet Pg. 632 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 14 AECOM has performed a constructability review of the design plans available for this job. In addition to the observations noted above, we have the following plan comments for consideration: 1. There are several words misspelled on the General Notes Sheet 2. 2. There are several pay items on Sheet 4 that do not correlate to FDOT’s basis of estimates. It should be confirmed with the County and EOR that the intent is/is not to match FDOT pay items. 3. There are several quantities on Sheet 4 that appear to be incorrect when compared to the other plan sheets. a. Item 425-1201 should be 3 EA, not 2 EA. b. Item 425-1471 should be 3 EA for Type C Inlet, not 5 EA for Type E. c. Item 425-1521 should be 70 EA, not 68 EA. d. Item 430-174-115 is for 653 LF. Item 430- 175-115 is for 269 LF. However, a review of the plans indicates a total quantity of 1128 LF for both 15” pipe items. e. Item 430-982-125 should be 10 EA, not 13 EA. f. Item 520-2-4 should be 113 LF, not 394 LF. g. Item 526-1-1 should be 222 SY, not 66 SY. 4. The plans show 21 LF of 19” x 30” pipe from S-22 to S-22A, however there is no pay item for this pipe. 5. The plans show 61 LF of 14” x 23” pipe from S-125 to S-124, however there is no pay item for this pipe. 6. The plans show 4.34 LF of 36” pipe from existing pipe to S-22, however there is no pay item for this pipe. 7. Item 515-1-1 is specified as Aluminum but typically this pay item is used for Steel. 8. The plans show 3’ Valley Gutter at STA 6+00 LT, however there is no pay item for this. 9. Pay item 520-1-10 is included in the plans. However after reviewing the other plan sheets, it appears that the Type F Curb (Sta. 5+53.75 to 8+40.45 Lt.), Type A Curb in the median at the roundabout location, Type F Curb (Sta. 74+81.54 to 77+41.71 Rt.), and the median Modified F Curb (Sta. 69+80, 70+20, 74+00, 80+80, 82+00, 83+20, 84+80) has not been included in the pay items. 10. Note 3 on Sheet 4 refers to pay item 536-1-1 and says to add pipe rail to existing guardrail at locations shown on the plans. We were unable to locate the plan locations and there does not seem to be a pay item included for 536-1-1. 11. On Sheet 15, S-172 indicates an 18” MES when Sheets16 and 40 show this pipe to be 15” RCP. 12. Note 19 on the Signing and Marking (S&M) Plans states all existing striping in conflict with proposed striping shall be removed. We recommend adding that the method shall be approved by the Engineer prior to removal, so that the Engineer can ensure any removal will not damage the existing pavement. 13. Pay Item 160-4 in the S&M Plans should be pay item 700-1-11. It also appears that the quantity required will far exceed what is shown as 12 AS. 14. For the lighting plans, it should be confirmed if a Pole Cable Distribution System will be required for any of the proposed light poles. AECOM has outlined below our anticipated project tasks and deliverables with regard to administration of this contract. A strict adherence to these steps has enabled our CEI teams to complete all past projects with outstanding results. Pre-Construction Activities: • CEI kickoff meeting with County & EOR • Establish contact with Contractor • Establish contact with utilities and begin coordination • Obtain ROW agreements, if applicable • Pre-Construction meeting with Contractor • Perform pre-construction field survey activities • Obtain pre-project photo documentation/video • Submit CEI quality management plan to County and request approval of proposed staffing • Review project requirements with inspection staff (critical requirement guide lists, specifications, plans, etc.) and set up field books • Develop file system and document control guidelines • Set up correspondence distribution lists • Review Contractor’s schedule, Quality Control (QC) Plan, and other pre-construction submittals (shop drawings, etc.) Construction Activities: Once the day-to-day construction activities begin, the following items will be part of our routine services to ensure the Contractor provides the best quality of construction to Collier County and the County’s risks for unnecessary costs or claims are minimized to the lowest extent possible. Each activity can be described in detail, but has been limited to a bulleted list. • Pre-activity meetings for all construction phases • Weekly progress meetings • Monthly CEI status report/invoicing • Daily work reports/weekly engineer ’s summaries • Adjacent project coordination, if applicable 16.B.4.c Packet Pg. 633 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 15 • Documentation control • Utility coordination for adjustments or protection • Local homes and business protection • Project Administration and coordination with County • Construction Inspection and Verification Testing – paving, plant, concrete, drainage, soils and aggregate, earthwork, nuclear gauge density testing, SWPPP, lighting, signals, striping, and landscaping, as applicable • Weekly review of MOT and NPDES reports • Environmental permits and endangered species monitoring, if applicable • Photographs and video documentation • Schedule review, claims avoidance, dispute resolution • Safety monitoring and reporting • Negotiate contract and value engineering changes • Shop drawings • Quality assurance reviews • Progress payments (quantities tracking, stockpiled materials, subcontractor payment monitoring) • Plan revisions/As-builts • Distribution of correspondence • Inspection records (MOT, field books, quantities, erosion control, deficiencies, daily diary) • Periodic night inspections Post Construction Activities: Post construction activities will be a continuation of the work efforts started at the pre-construction phase. The project team’s efforts from pre-construction through post- construction will culminate in successful completion of the project: • Substantial Completion and Final Acceptance • Final records • Claims Resolution, if applicable • Project certification • Preparation and submittal of certified final estimate • Offer of final payment • Submit signed and sealed as-built drawings provided by contractor and reviewed by our Senior Project Engineer • Project close-out meeting • Summarize outstanding issues and provide support for closeout of those issues • Provide hard and electronic copies of all project correspondence and documentation for County archives As outlined in the above bullets with regard to reviewing the Contractor’s schedule prior to construction, and then continuing schedule reviews on a monthly basis during construction, AECOM considers the schedule reviews a very important component of successful CEI contract administration. AECOM has the following procedures in place for Schedule Control. Contractor’s Baseline Schedule Submittal: Effective use of the schedule begins with a timely baseline submittal. The AECOM team intends to work closely with the Contractor as soon as possible to formulate a baseline schedule. While providing assistance, we will be careful not to dictate means and methods or resource allocation. Our goal is to have a baseline schedule established for the project at the pre-construction conference so a detailed discussion can occur for the benefit of those present. Upon submittal of the baseline schedule, the review will include the following at a minimum: • Completion date meets contract time or sooner • Logical sequence of activities • MOT phasing reflected in sequence • Milestones included • Reasonable production rates • Adequate breakdown of activities to eliminate durations in excess of 30 days • Utility relocation durations included • Cost loading analysis • Contractor submittals with adequate review periods in accordance with specs • Narrative identifying critical path • Not an excess of activities shown on the critical path Project Schedule Updates: The AECOM team will ensure the schedule remains the focal point of the project team by discussing in detail the schedule status at the weekly progress meetings. The Contractor’s schedule update should reflect construction progress during the previous month. In updating his schedule, the Contractor may choose to modify the sequence of events and activities, or alter durations. If this occurs, we will want to know why and whether there is an effect on the overall project. If the update is accepted, the submitted schedule then becomes the basis for future “scheduled vs. actual” activity analysis. Beautification will include lighting, landscaping, pavers, and a flagpole at the roundabout. 16.B.4.c Packet Pg. 634 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 16 Schedule We have provided a conceptual schedule of how we believe the contractor will schedule the work. We understand the schedule is conceptual in nature and the Contractor has the liberty to schedule the work as they see appropriate. 16.B.4.c Packet Pg. 635 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 17 Our three-step process, relationship with the County and understanding of the County requirements make us perfectly suited to deliver another successful project. The AECOM Team’s Concept and Approach to Managing Cost Two -Week Look-Ahead The AECOM team will ensure the Contractor’s two-week work plan is based on the controlling items of work identified in the schedule. Noncritical schedule activities will be monitored closely as well. W e will discuss with the Contractor the plan for performing the work by using a two-week look-ahead schedule in the weekly meetings. This will ensure that all required equipment and materials are at the site for construction and ready to proceed in a timely fashion. Claims Avoidance and Construction Schedule We fully understand that late delivery of the project inconveniences the traveling public, involves increased administration and construction costs to the County and may adversely affect the County’s reputation. Consequently, we believe timely completion and maintenance of the construction schedule to be of the utmost importance. In the pre-construction phase, a preliminary schedule is the most valuable tool to analyze for potential conflicts, overestimating/underestimating production, unrealistic milestones, interface conflicts and more. The most effective means of dealing with claims is to recognize the potential for their occurrence early in the project and take the necessary steps to eliminate the problems that may lead to such claims. Special meetings prior to the commencement of major activities on the project are also extremely useful in the avoidance of claim situations. When circumstances arise in which claims are justified and unavoidable, we will take steps to resolve the field problem in order to minimize impacts on the Contractor’s progress, thus settling claims with the Contractor before they become large and costly problems. The most common causes of claims on a construction project are design deficiencies, utility conflicts and unknown site conditions. The AECOM team recognizes many of these problems are not beyond the ability of the CEI to prevent, minimize or resolve. The AECOM team has the ability to anticipate the type of claim that could be presented and will advise Collier County on the probable value of the claim, as well as the recommended position to take. We have the experience to successfully negotiate substantiated claims and conversely defend the County against unsubstantiated claims. AECOM has the controls in place to maintain the schedule and budget for this project. The daily observation of construction activities will be compared to the critical items list as well as the Contractor’s two week work schedule look-ahead. Any noted slippage of the Contractor’s schedule efforts will be brought to the attention of the Associate Project Administrator who will coordinate with the Project Manager to determine the cause of the slippage. Our team will work with the Contractor to assist him in maintaining his schedule, and will coordinate the inspection team to meet the demands of the items being constructed, with increases or decreases to staffing levels being adjusted weekly. In addition to monitoring the construction budget, AECOM will monitor the CEI budget using weekly forecasts of inspection staff levels and monthly summaries of completed activities. The County’s Project Manager will be aware of all inspection needs, forecasted and past. Having the Contractor’s compliance with the County’s project schedule, our team will meet the County’s CEI schedule. Monthly status reports will be provided with each invoice. The AECOM team’s proven issue-driven approach will achieve schedule and budget compliance with minimum need for County staff involvement. We have performed extremely well by delivering the successful Vanderbilt Drive Bridge Replacements returning nearly $300K in unused CEI funds to the County! AECOM has also shown success by mitigating contractor delays and not requiring additional funds via change order to complete the White Boulevard Project. Expenditures and Budget Maintenance AECOM has an excellent track record with budget management. We believe early planning is a key factor in keeping projects moving forward, within budget, and identifying potential issues before they occur. Our Project Manager will track expenditures as the project progresses, make necessary budget adjustments to ensure proper funding for each task, and take care of any other miscellaneous budget items. AECOM has a dedicated biller for our CEI projects, Dominick DeGaetano, who has also produced all of the invoices for the Vanderbilt Drive and White Boulevard projects. He has produced thousands of accurate invoices for dozens of municipal clients. A da tabase of service hours will be completed weekly from the team’s approved timesheets and can be electronically submitted on a weekly basis to the County, if desired. 16.B.4.c Packet Pg. 636 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Location 5 16.B.4.c Packet Pg. 637 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 18 5.Location AECOM currently has offices in Naples and Fort Myers. Either office can be utilized, but AECOM is 100% committed to relocating our current Naples (off Old 41 Road) office to a location closer to the project site, perhaps on Bayshore Drive. Our team is flexible and can meet any request made by the County in terms of a field office. The office will be where the project records will be safely maintained, as well as on AECOM servers, and where project meetings can be held. We anticipate that our inspectors will be working from the project site utilizing their mobile equipment for correspondence. From project kickoff, AECOM has the unique advantage of performing business as usual due to our excellent working relationship with the County Transportation Group. We are fully aware of the County’s expectations and the requirements from Purchasing regarding estimates and change orders. Our approach will emphasize communication to make contract components seamless. By providing you with a local team and a proactive Project Manager and Senior Project Engineer, communication can remain fluid, whether in person, via email, or by phone. Often times, small projects bring big challenges. The specifications are detailed, and the processes can be complicated. Job #1 for our team is to enforce the specifications. However, our experienced senior inspectors also offer the wisdom of many years working in the construction industry on FDOT jobs and the skills to “build the job mentally before the contractor builds it” to avoid delays. The AECOM team is committed to thorough and continuous communication with our project partners, including the County and the Contractor. Communication is the key to a successful project and begins at contract award. We will contact the selected Contractor to introduce our team and follow up the conversation by sending a letter or email identifying submittals that need to be received prior to beginning construction. Every member of our team will foster a partnering relationship with the Contractor. If we can keep the Contractor on schedule while adhering to the contract and our high quality standards, frivolous claims can be avoided. We believe in face-to-face communication and an open dialogue. From the kick-off meeting to the close-out meeting, our team will be there to provide high level and reliable communication. Our team also understands the importance of flexibility. If one of our partners prefers a specific method of communication, we will accommodate those requests without hesitation. All of our staff is equipped with smart phones, laptops with wireless internet access, digital cameras, printers, and scanners, effectively creating a mobile office in their vehicles for uninterrupted communication abilities. AECOM also offers multiple cell phone service providers, such as AT&T, Verizon and T-Mobile, so we can switch providers if poor signal service is encountered on a project. All staff will report for service with their “mobile office” and required testing equipment for the anticipated work effort such as concrete, asphalt or earthwork. They will have the inspection contract documents including but not limited to plans, specs, guide lists, manuals, field books, and forms. We utilize a deployment checklist that ultimately ensures staff members are fully prepared for the task at hand. AECOM is very familiar with the importance of communication with the public. We will facilitate this communication in any format the County prefers, but will ensure that lane closures, sidewalk closures, major construction activities, or other impacts to the public are timely communicated and disseminated to our public stakeholders. It is important for the community to feel like they are part of the project and that we are taking their concerns into consideration. Not only do we need to be concerned with the pedestrians and motorists, but neighboring businesses that could potentially be impacted by these projects. Keeping the neighbors informed well in advance of these activities will help foster good relationships to keep the project moving on schedule. Our inspection team will prepare work reports on a daily basis – in the preferred format per our Quality Assurance Plan or per the County’s preferences. Photos will be provided with a date/time stamp, as necessary. The photos will be uploaded or emailed to the County on a regular basis in their preferred method. 16.B.4.c Packet Pg. 638 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Recent, Current and Projected Workloads of the Firm 6 CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 16.B.4.c Packet Pg. 639 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 Collier County AECOM 19 6.Recent, Current, and Projected Workloads of the Firm We anticipate completing the White Boulevard Project prior to the commencement of this project so our staff will be 100% available. We are offering the same staff so we don’t anticipate any loss in efficiencies. We have proven with our past two contracts our ability to manage multiple projects concurrently with reduced staffing while mitigating or minimizing both construction and CEI change orders. We have a large pool of local resources to draw from, as shown on our organizational chart, if additional resources are required for any reason. The following table shows recent and current workload, and percent availability for this project. Team Member Role Recent and Current Workload (Project Name, Percent of Time, Expected End Date) Availability for this Project (Percent) Steve Nappi, PE Sr. Project Engineer / Project Administrator Collier Co. White Blvd., 30%, 12/2018 Collier Co. Vanderbilt Drive, complete Lee Co. ATMS, 20%, 2020 50% Joe Monahan Sr. Inspector Collier Co. White Blvd., 100%, 12/2018 100% Dominick Walker Inspector FDOT D1 US 17 Desoto Co., complete Lee Co. ATMS, 100%, 12/2018 100% Mark Rothenberger Utility Inspector Naples Manor Sewer/Water Main, complete 100% Jose Candelario Asphalt Plant Inspector FDOT D7 SR 60, complete 20% Derek Smith Additional Sr. Inspector FDOT D1 Continuing Svcs. Inspection Support, 100%, 9/2018 100% Mike O’Leary Additional Sr. Inspector FDOT D1 SR 80, 100%, 2020 50% Mark Smalley Additional Sr. Inspector FDOT D1 Alligator Alley Rest Area, 100%, 9/2018 100% Brad Ballinger Additional Inspector FDOT D1 Continuing Svcs. Inspection Support, 100%, 2019 50% Michele Rastelli CSS/ Administrative Assistant Collier Co. White Blvd., 20%, 12/2018 Collier Co. Vanderbilt Drive, complete FDOT D1 US 17 Hardee Co., 10%, 10/2018 50% Conclusion We feel we have put together the best team for Collier County based on our past performance and excellent working relationship with the Project Manager. It is easy to gather professionals to make a team; the trick is finding a cohesive group that has a proven history working together while successfully demonstrating their abilities to work with the Client, Contractor and EOR. We look forward to a favorable decision by the County. 16.B.4.c Packet Pg. 640 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Staff Resumes, CTQP Printouts and Certifications CEI Services for Thomasson Drive Beautification Project Solicitation 18-7386 16.B.4.c Packet Pg. 641 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Crystal T. Gorman, PE Project Management / QA/QC Ms. Gorman has over 14 years of construction experience including roadway and bridge construction oversight and construction engineering and inspection (CEI). As Senior Project Engineer for AECOM, Ms. Gorman leads our Southwest Florida CEI team on State and local municipality road and bridge projects. Previously, Ms. Gorman served as the Interstate Construction Resident Engineer for the Florida Department of Transportation (FDOT) where she managed large highway and bridge construction projects. In this capacity she supervised and directed the activities of the interstate residency; ensured contract work was completed in compliance with plans and specifications and proper administration, inspection and testing was being performed; reviewed and provided feedback and recommendations on supplemental agreements, work orders, time issues, and claims; managed CEI consultant teams, regularly reviewing their work for contract compliance and monitoring their budgets; provided support to CEI Teams and Contractors in resolving project issues and changes while also serving as a liaison between our project teams and other agencies, stakeholders, FHWA, and the public; and assisted with organizing public meetings and events, and other various public outreach duties. Ms. Gorman was also responsible for writing Request for Proposals and developing contract packages for large Design-Build and Public/Private Partnership projects. She also evaluated design-build proposals and assisted in the selection of design-build firms for projects. Senior Project Engineer/Project Manager, White Boulevard over Cypress Canal Bridge Replacement, Collier County, FL (11/16-Present). This project requires the replacement of the structurally obsolete Bridge #034020 and the resurfacing/reconstructing of the roadway approaches. The new bridge will be founded on 18” square piles with CIP caps and a 1’-6” CIP deck. The new bridge will be wider to accommodate 12’ travel lanes, 5.5’ shoulders and 6.5’ sidewalks. Limited right of way necessitated the purchase of temporary/permanent easements so a temporary bridge could be installed allowing traffic to avoid the work area via a diversion. Significant utility relocations are required which include moving overhead electric/communication lines and the replacement of a Collier County raw water main. This project also includes extensive drainage. County Reference: Matt Thomas, Project Manager; (239) 571-7077 Senior Project Engineer/Project Manager, Vanderbilt Drive Bridge Replacements, Collier County, FL (10/16-Present). Providing project administration and CEI services on this $5.4M bridge replacements project. The project is to replace two existing, functionally obsolete bridges located on Vanderbilt Drive and to resurface/reconstruct the roadway from approximately 300 feet south of Bridge #030178 to the south of Bridge #034176 over the Cocohatchee River. Other items on the project include bridge substructure and superstructure construction, sheet piling, pedestrian facilities, utility relocations, milling and resurfacing, drainage improvements, box culvert construction, signing and striping. [Project Number: 66066.11] County Reference: Matt Thomas, Project Manager; (239) 571-7077 Project Manager, Computer Signal System Update Phase II (LAP), Lee County, FL (2/2018-Present). Providing project administration and CEI services on this $8.5M federally funded ATMS LAP project. This project consists of connecting 110 intersections to Lee County’s existing Traffic Management System - installation of conduit, fiber optic cable, communication cable, pull boxes, electrical service, controllers, CCTV poles and cameras, ITS cabinets, and other related pedestrian improvements. Provides Project Management and Oversight to the CEI Team and liaison services to the County and FDOT as needed. [FPID: 412636-4-58- 01]. Lee County Reference: Rob Price, PE, Traffic Operations Center Manager; (239) 634-4893 Senior Project Engineer, US 17 from Desoto County Line to CR 634, FDOT District One, Hardee County, FL (8/16-Present). Providing project administration and CEI services on this $23.5M roadway widening project. The project includes roadway reconstruction and expansion from two to four lanes, milling and resurfacing, new bridge construction and bridge widening/rehab, median and linear pond construction with associated drainage, off-site stormwater pond construction, noise abatement walls, box culvert extensions, guardrail, signing and pavement markings, and utility coordination/relocations. [FPID: 414547-1-52-01] FDOT Reference: Randall James, PE, Project Manager; (863) 991-4133 Education BS, Civil Engineering, University of Florida, 2004 Associates, Engineering, Edison College, 2001 FDOT/Construction Academy Registration 2009/Professional Engineer/ Florida #69830 Certifications TIN #: G65511880 CTQP 8-22/Final Estimates, Level 1 8-22/Final Estimates, Level 2 Taken & Passed/QC Manager OTHER 7-20/FDOT MOT Advanced Critical Structures Construction Issues SSC Years of Experience With AECOM: 5 Years With Other Firms: 9 Years 16.B.4.c Packet Pg. 642 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Crystal T. Gorman, PE - 2 Contract Manager, Treasure Coast Operations CEI Support, FDOT District Four, FL (2/16-Present). Providing project administration and CEI services under the General Engineering Consultant contract on multiple projects in various counties in the Treasure Coast geographic area. Reference: Kristy Keeler, FDOT Treasure Coast Operations Center; (772) 429-4895 Consultant Engineer, Manatee Operations Continuing Services Contract (Inspection Support), FDOT District One, FL (8/15- Present). Providing project administration and CEI services under the Continuing Services contract on multiple projects in various counties in the Sarasota/Manatee County geographic area. Reference: Greg Falcone, FDOT Manatee Operations Center; (941) 708- 4425 Senior Project Engineer, SR 93/I-75 Widening from Sumter Boulevard to River Road, FDOT District One, Sarasota County, FL (7/13-5/17). Provided project administration and CEI services on this $35.6M interstate widening project. The project included roadway widening from four to six lanes, milling and resurfacing, cross slope correction, bridge widening to eight lanes, median and linear pond construction with associated drainage, box culvert extensions, ITS adjustments, lighting, cable barrier and guardrail, signing and pavement markings, and utility coordination. [FPID: 413044-4-52-01] FDOT Reference: Marléna Gore, Project Manager; (863) 272- 5008 Senior Project Engineer, I-75 Widening from Lee County Line to Tucker’s Grade, FDOT District One, Charlotte County, FL (2/16-9/16). Provided project administration and CEI services on this $24M interstate widening project. The project includes roadway widening from four to six lanes, milling and resurfacing, cross slope correction, bridge widening, drainage improvements, box culvert extensions, ITS adjustments, guardrail and signing and pavement markings. [FPID: 413042-2-52-01] FDOT Reference: Marléna Gore, Project Manager; (863) 272-5008 Senior Project Engineer, Honore Avenue/Pinebrook Road Extension, Phase VII, Sarasota County, FL (5/14-5/16). Provided project administration and CEI services on this $11.1M new roadway project. The project consisted of 2.61 miles of new two-lane divided roadway construction from Laurel Road to SR 681 and 1.12 miles of friction course on an existing roadway build as part of Phase VI in Sarasota County. The construction also included a new bridge over Fox Creek, milling and resurfacing, pond construction, stormwater infrastructure, new signalization, signing and pavement markings, landscaping, lighting, guardrail, sidewalks, and utility coordination. County Reference: Robbin Levar, Project Manager; (941) 650-9815 Senior Project Engineer, US 41 at Biscayne Drive and Price Blvd. at Biscayne Drive Intersection Improvements (LAP), City of North Port, FL (6/14-1/15). Provided project administration and CEI services on this $700K intersection improvements LAP contract. The project consisted of construction of additional turn lanes, replacement of mast arm structures and signalization, milling and resurfacing, pedestrian facilities, drainage adjustments, signing and pavement markings, and utility coordination. [FPID: 429872-1-58- 01 and 431041-1-58-01] City Reference: Ben Newman, PE, Project Engineer; (941) 240-8320 Senior Project Engineer, Isle of Capri and Isle of Palms Bridge Replacements, Design-Build, City of Treasure Island, Pinellas County, FL (1/13-1/14). Provided project administration and CEI services on this $3.5M bridge construction project. The project included two new bridges over intracoastal waterways, permanent sheet piling, utility relocations, milling and resurfacing, drainage improvements, sidewalk, lighting, landscaping and aesthetic features, and signing and pavement markings. Reference: Hal Bruce, Public Works Project Manager; (727) 547-4575 x257 Senior Project Engineer, US 27/SR 80 Interchange, FDOT District One, Hendry County, FL (10/12-1/14). Provided project administration and construction engineering inspection services on this $18M roadway and bridge construction project. The project included new construction, reconstruction, MSE Walls, milling and resurfacing, widening, drainage improvements, lighting, signing and pavement markings and signalization and new bridge construction (over SR 25/US 27) on SR 80. [FPID: 408286-7-52-01 (Federal Funds)] FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800 Resident Engineer, SR 93/I-75 Widening from SR 78 to Charlotte County Line, FDOT District One, Lee County, FL (5/12-10/12). The $17.4M improvements consisted of adding lanes, milling and resurfacing with cross slope corrections, steel girder bridge widening, signing and pavement markings, lighting including new high mast lighting at interchange, drainage improvements, and utility relocations. [FPID: 413041-2-52-01 (State Funded)] FDOT Reference: Jon Sands, PE, District One Construction Engineer; (863) 519-2223 16.B.4.c Packet Pg. 643 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE G65511880 Management Final Estimates - Level 1 8/15/2022 G65511880 Management Final Estimates - Level 2 8/15/2022 Back 134215 16.B.4.c Packet Pg. 644 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Steven M. Nappi, PE CEI Senior Project Engineer / Project Administrator Mr. Nappi has extensive experience in managing and administering road and bridge construction projects for the Florida Department of Transportation (FDOT). With a strong background in structural engineering, he has successfully held positions with increasing levels of responsibility in both the private and government sectors. Senior Project Engineer, White Boulevard over Cypress Canal Bridge Replacement, Collier County, FL (11/16-Present). This project requires the replacement of the structurally obsolete bridge #034020 and the resurfacing/reconstructing of the roadway approaches. The new bridge will be founded on 18” square piles with CIP caps and a 1’-6” CIP deck. The new bridge will be wider to accommodate 12’ travel lanes, 5.5’ shoulders and 6.5’ sidewalks. Limited right of way necessitated the purchase of temporary/permanent easements so a temporary bridge could be installed allowing traffic to avoid the work area via a diversion. Significant utility relocations are required which include moving overhead electric/communication lines and the replacement of a Collier County raw water main. This project also includes extensive drainage. Collier County Reference: Matt Thomas, Project Manager; (239) 571-7077 Senior Project Engineer, Vanderbilt Drive Bridge Replacements, Collier County, FL (10/16-Present). This project requires the replacement of two existing, functionally obsolete bridges located on Vanderbilt Drive and the resurfacing/reconstruction of the roadway from approximately 300 feet south of Bridge #030178 to the south end of Bridge #034176 over the Cocohatchee River. The existing bridge culvert will be replaced with a double barrel 12’X8’ box culvert while the three span bridge over Little Horse Pass will be replaced with a single span founded on 24-inch pile end bents. 36-inch Florida I-beams with an 8-inch CIP concrete deck and CIP traffic barriers and pedestrian walls round out the superstructure. A concrete sheet pile wall will be used to raise the existing roadway approximately 7 feet. This project also includes the reconstruction of a 10-foot shared path, deconstruction and removal of a pedestrian bridge, and extensive utility relocations. Collier County Reference: Matt Thomas, Project Manager; (239) 571-7077 Senior Project Engineer, Computer Signal System Update Phase II (LAP), Lee County, FL (3/2018-Present). This $8.5M federally funded ATMS project consists of connecting 110 intersections to Lee County’s existing Traffic Management System - installation of conduit, fiber optic cable, communication cable, pull boxes, electrical service, controllers, CCTV poles and cameras, ITS cabinets, and other related pedestrian improvements. [FPID: 412636-4-58-01]. Lee County Reference: Rob Price, PE, Traffic Operations Center Manager; (239) 634-4893 Swing Span Consulting Engineer, Boca Grande Causeway Swing Bridge Replacement, Gasparilla Island Bridge Authority (GIBA), Placida, FL (7/16-Present). Responsible for performing quarterly inspections of the new swing span. Also on call to assist in troubleshooting issues that may arise. GIBA Reference: Kathy Verrico, Executive Director; (941) 697-2271, ext. 2 Swing Span Project Engineer, Boca Grande Causeway Swing Bridge Replacement, Gasparilla Island Bridge Authority (GIBA), Placida, FL (11/13-7/16). This project required the replacement of a structurally deficient swing span bridge located on the Boca Grande Causeway. The total bridge replacement length is 678 feet which includes a 219-foot swing span. The fixed portion of the bridge utilizes Florida I-beam girders founded on hammerhead pier caps and cast in place footings with 24-inch precast concrete piles. The new swing span has a 224-foot span. “Fish belly” main girders were used to resemble the old bridge. The new swing pivots on 2’-6” bronze and steel spherical discs housed in a pivot box. Eccentric wheel end lift assemblies and span locks are located on the rest piers which raise and center the bridge respectively. The project also included the fender system, bridge tender house, and all mechanical and electrical equipment. GIBA Reference: Kathy Verrico, Executive Director; (941) 697-2271, ext. 2 Senior Project Engineer, US 41 Pedestrian Walkway Lighting (LAP), City of North Port, FL (11/15-3/16). The City of North Port was awarded a Federal Highway Administration (FHWA) Transportation Alternatives Program Grant in the amount of $427,258 to install lighting along the US 41 pedestrian walkways, between Biscayne Drive to North Port Boulevard including two rest areas and Education BS, Engineering; Minor-Structural Engineering and Mathematics, Roger Williams University, Rhode Island, 2005 Registration 2010/Professional Engineer/ Florida #72412 Certifications TIN #: N10079383 CTQP 9-21/Pile Driving Inspection 9-22/Final Estimates, Level 1 9-22/Final Estimates, Level 2 No Expiration/QC Manager OTHER 7-20/FDOT Advanced MOT 10-19/Nuclear Density Gauge Safety Training FDEP Stormwater Management Inspector (SWPPP) #17903 Critical Structures Construction Issues SSC Years of Experience With AECOM: 5 Years With Other Firms: 6.5 Years 16.B.4.c Packet Pg. 645 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Steven M. Nappi, PE - 2 landscaping. Work included installation of decorative light structures on precast foundations, conduit installation, concrete sidewalks and plantings throughout the project site. Mr. Nappi was responsible for all construction and administrative aspects which include review of contract documents, holding meetings, preparation of progress pay estimates, change orders and the final estimate package, review and approving shop drawings, updating submittal logs, preparing and sign and sealing the final as-builts, monitoring field activities and reviewing daily reports of construction. City of North Port Reference: Ben Newman, PE, Project Engineer; (941) 240-8320 FDOT Project Manager, I-75 at Alley Recreational Access, Collier County, FDOT District One, FL (9/11-1/13). Involved the construction of a recreational area complete with a parking facility and a boat ramp at MM 49.0. Extensive embankment was required to fill in existing ponds. [FPID: 200741-1-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800 FDOT Project Manager, FDOT District One, Fort Myers Operations Center, FL (4/09-3/12). As Project Manager for the FDOT District One Fort Myers Operations Center, assigned to numerous contracts where his duties included but were not limited to: reviewing claims and providing recommendations on entitlement, reviewing supplemental agreements/work orders to ensure accuracy and conformance with Department procedures, providing interpretations of contract documents, attending weekly progress meetings, holding additional meetings as required to mitigate delays and overseeing Consultant teams assigned to projects in Charlotte, Lee, and Collier counties. The projects have ranged in complexity from intersection improvements to new bridge construction. As the Project Manager, he was in responsible charge of the projects he was assigned and was tasked with delivering construction projects within the District’s cost and time measures. His successful track record is a testament to his knowledge of both construction methods and Department procedures. FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800 FDOT Project Manager, SR 45 (US 41) from San Carlos Boulevard to Corkscrew Road Widening, Lee County, FL (1/11-3/12). This $14M project widened the last 3.4 miles of US 41 in the area from four lanes to six. In order to accomplish this, the existing bridge spanning the Estero River needed to be widened and significant utility relocations were performed both prior to and during construction. Drainage was placed under numerous MOT phases and mast arms were installed. [FPID: 195765-1-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800 FDOT Project Manager, SR 29 from North of 9th Street to North of 29A, Collier County, FL (8/11-2/12). Milled and resurfaced SR 29 and SR 29A. During construction, the FDOT discovered that a widening project within the limits of this construction was slated to be let within a year of completion of our project. We were able to incorporate the scope of the widening job into our project via a supplemental agreement while still meeting the Department’s cost and time measures. This project also required the installation of strain poles, pedestrian signals, drainage structures and sidewalks. [FPID: 425215-1-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800 FDOT Project Manager, US 41 Wildlife Crossing, Roadside Animal Detection System (RADS), Collier and Charlotte Counties, FL (1/11-1/12). The first project of its type in the state of Florida which utilizes break of beam technology to detect animals crossing the roadway and flashing signs to warn motorists. [FPID: 195338-2-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800 FDOT Project Manager, SR 951 Jolley Bridge, Collier County, FL (9/09-9/11). This $25M design-build project required the construction of a new 1,600-foot bridge spanning Big Marco Pass which would carry southbound traffic onto Marco Island. The new bridge dwarfed its two-lane predecessor by incorporating two 12-foot travel lanes, six- and ten-foot shoulders and an eight-foot sidewalk. The contractor utilized two (non-redundant) drilled shafts as foundations for the bridge and the superstructure consisted of Florida I-beams and stay-in-place metal decking with an 8.5-inch reinforced concrete deck. The project also included the widening of a two lane facility to four lanes, construction of ponds to handle the added volume of waste water, utility relocations, the construction of a fender system which tied into the existing, demolition of fishing piers and MSE walls. [FPID: 195410-1-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800 FDOT Project Manager, CR 901 Cocohatchee River Bridge at Vanderbilt Drive, Collier County, FL (4/09-11/10). This project required the demolition of the existing bridge spanning the Cocohatchee River and replacing it with a new bridge utilizing pile foundations and precast post tensioned concrete slabs. MSE walls, drainage and roadway approaches were also required under the contract. [FPID: 408440-1-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800 FDOT Project Manager, SR 84 from Heritage Trail to County Side Drive/Falling Water Blvd., Collier County, FL (10/09-2/10). Milled and resurfaced SR 84 placing FC 5 on the mainline and SP 12.5 on turn lanes. [FPID: 422400-1-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800 16.B.4.c Packet Pg. 646 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 134215 Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE N10079383 Geotech Pile Driving Inspection 9/28/2021 N10079383 Management Final Estimates - Level 1 9/28/2022 N10079383 Management Final Estimates - Level 2 9/28/2022 N10079383 Management QC Manager Does Not Expire Back 16.B.4.c Packet Pg. 647 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Michele Rastelli CEI Contract Support Specialist Ms. Rastelli has five years of experience working in office administration, customer service and marketing, and more than two years of construction support experience. She possesses exceptional organizational skills and is detail-oriented. Ms. Rastelli is proficient in ProjectSolve, EDMS, Microsoft Word, Excel, PowerPoint, and Adobe Acrobat. Administrative Assistant/Associate Contract Support Specialist, White Boulevard over Cypress Canal Bridge Replacement, Collier County, FL (11/16-Present). Providing administrative and contract support on this $3.7M bridge replacement project. This project requires the replacement of the structurally obsolete bridge #034020 and the resurfacing/reconstructing of the roadway approaches. The new bridge will be founded on 18-inch square piles with CIP caps and a 1’-6” CIP deck. The new bridge will be wider to accommodate 12-foot travel lanes, 5.5-foot shoulders and 6.5-foot sidewalks. Limited right of way necessitated the purchase of temporary/permanent easements so a temporary bridge could be installed allowing traffic to avoid the work area via a diversion. Significant utility relocations are required which include moving overhead electric/communication lines and the replacement of a Collier County raw water main. This project also includes extensive drainage. Collier County Reference: Matt Thomas, Project Manager; (239) 571- 7077 Administrative Assistant/Associate Contract Support Specialist, Vanderbilt Drive Bridge Replacements, Collier County, FL (10/16-Present). Providing administrative and contract support on this $5.4M bridge replacements project. The project is to replace two existing, functionally obsolete bridges located on Vanderbilt Drive and to resurface/reconstruct the roadway from approximately 300 feet south of Bridge 030178 to the south of Bridge 034176 over the Cocohatchee River. Other items on the project include bridge substructure and superstructure construction, sheet piling, pedestrian facilities, utility relocations, milling and resurfacing, drainage improvements, box culvert construction, signing and striping. [Project Number: 66066.11] Collier County Reference: Matt Thomas, Project Manager; (239) 571-7077 Administrative Assistant, US 17 from Desoto County Line to CR 634, FDOT District One, Hardee County, FL (8/16-Present). Providing administrative support on this $23.5M roadway widening project. The project includes roadway reconstruction and expansion from two to four lanes, milling and resurfacing, new bridge construction and bridge widening/rehab, median and linear pond construction with associated drainage, off-site stormwater pond construction, noise abatement walls, box culvert extensions, guardrail, signing and pavement markings, and utility coordination/relocations. [FPID: 414547-1-52-01] FDOT Reference: Randall James, PE, Project Manager; (863) 991-4133 Administrative Assistant, Treasure Coast Operations CEI Support, FDOT District Four, FL (2/16-Present). Administrative support of the CEI services under the General Engineering Consultant contract on multiple projects in various counties in the Treasure Coast geographic area. Reference: Kristy Keeler, FDOT Treasure Coast Operations Center; (772) 429-4895 Administrative Assistant, Manatee Operations Continuing Services Contract (Inspection Support), FDOT District One, FL (10/15-Present). Administrative support of the CEI Services under the Continuing Services contract on multiple projects in various counties in the Sarasota geographic area. Reference: Greg Falcone, FDOT Manatee Operations Center; (941) 708-4425 Administrative Assistant, SR 93/I-75 Widening from Sumter Boulevard to River Road, FDOT District One, Sarasota County, FL (10/15-2/17). Provided administrative support on this $35.6M interstate widening project. The project included roadway widening from four to six lanes, milling and resurfacing, cross slope correction, bridge widening to eight lanes, median and linear pond construction with associated drainage, box culvert extensions, ITS adjustments, lighting, cable barrier and guardrail, signing and pavement markings, and utility coordination. [FPID: 413044-4-52-01 (Federal Funds)] FDOT Reference: Marléna Gore, Project Manager; (863) 272-5008 Administrative Assistant/Associate Contract Support Specialist, US 41 Pedestrian Walkway Lighting (LAP), City of North Port, FL (11/15-3/16). The City of North Port was awarded a Federal Highway Administration (FHWA) Transportation Alternatives Program Grant in the amount of $427,258 to install lighting along the US 41 pedestrian walkways, between Biscayne Drive to North Port Boulevard including two rest areas and landscaping. Work included installation of decorative light structures on precast Education BS, Marketing, Central Connecticut State University, 2010 Certification TIN #: R23455288 CTQP 5-22/Final Estimates, Level 1 Years of Experience With AECOM: 2 Years With Other Firms: 5 Years 16.B.4.c Packet Pg. 648 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Michele Rastelli - 2 foundations, conduit installation, concrete sidewalks and plantings throughout the project site. City of North Port Reference: Ben Newman, PE, Project Engineer; (941) 240-8320 Administrative Assistant, Honore Avenue/Pinebrook Road Extension, Phase VII, Sarasota County, FL (10/15-5/16). Provided administrative support on this $11.1M new roadway project. The CEI project consists of 2.61 miles of new two-lane divided roadway construction from Laurel Road to SR 681 and 1.12 miles of friction course on an existing roadway build as part of Phase VI in Sarasota County. The construction also includes a new bridge over Fox Creek, milling and resurfacing, pond construction, stormwater infrastructure, new signalization, signing and pavement markings, landscaping, lighting, guardrail, sidewalks, and utility coordination. County Reference: Robbin Levar, Project Manager; (941) 650-9815 Prior Experience Sales, Installation & Billing Support, Tri-County Air Conditioning & Heating, Inc., Sarasota, FL (5/13-10/15). Responsible for providing customer service, identifying opportunities to streamline job processes from initial sales call through project completion and billing, and coordinating cross functional teams. In addition, responsible for maintaining active business licenses and registrations with multiple municipalities. District Marketing Coordinator, H&R Block, Sarasota, FL (10/10-4/13). Responsible for assisting Office Managers in the formulation and implementation of office‐level local marketing plans. Developed promotional materials based on company standards and identified and prioritized potential marketing opportunities. In addition, served as a company representative at community events in the area. 16.B.4.c Packet Pg. 649 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 134215 Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE R23455288 Management Final Estimates - Level 1 5/18/2022 Back 16.B.4.c Packet Pg. 650 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Joe Monahan CEI Senior Inspector Mr. Monahan has over 11 years of experience in construction engineering and inspection for the FDOT and municipal road and bridge construction projects. Senior Inspector, White Blvd over Cypress Canal Bridge Replacement, Collier County, Naples, Florida (2/16-Present). This project requires the replacement of the structurally obsolete bridge #034020 and the resurfacing/reconstructing of the roadway approaches. The new bridge will be founded on 18” square piles with CIP caps and a 1’-6” CIP deck. The new bridge will be wider to accommodate 12’ travel lanes, 5.5’ shoulders and 6.5’ sidewalks. Limited right of way necessitated the purchase of temporary/permanent easements so a temporary bridge could be installed allowing traffic to avoid the work area via a diversion. Significant utility relocations are required which include moving overhead electric/communication lines and the replacement of a Collier County raw water main. This project also includes extensive drainage. Responsibilities includes: Monitor and inspect all aspects of the project including but not limited to pile driving, concrete, asphalt paving, embankment, drainage and utility relocation operations. Collier County Reference: Matt Thomas, Project Manager; (239) 571-7077 Inspector, SR 93/I-75 Widening from Sumter Boulevard to River Road, FDOT District One, Sarasota County, FL (1/15-2/16). Provided construction engineering and inspection services on this $35.6M interstate widening project. The project includes roadway widening from four to six lanes, milling and resurfacing, cross slope correction, bridge widening to eight lanes, median and linear pond construction with associated drainage, box culvert extensions, ITS adjustments, lighting, cable barrier and guardrail, signing and pavement markings, and utility coordination. [FPID: 413044-4-52-01; T1455] FDOT Reference: Marléna Gore, Project Manager; (863) 272-5008 Inspector, CEI Services for Sarasota Continuing Services, FDOT District One, Sarasota County, FL (3/14-5/14). Provided inspection services on SR 758 (Bee Ridge Road) from West Cattlemen Road to East of Philippe Creek. This project consisted of 0.7 miles of milling and resurfacing. [FPID: 429119-1-52-01] FDOT Reference: Marléna Gore, Project Administrator; (863) 272-5008 Inspector, CEI Services for Specific Projects Managed by Tampa and Brooksville Construction Offices, FDOT District Seven, Hillsborough County, FL (6/13-3/14). Provided inspection services for the resurfacing of US 92 (SR 600/Dale Mabry) from Kennedy Blvd. to Hillsborough Avenue ramps and on US/USB 301 (SR 35/700) from north of Pioneer Museum Road to south of Mosstown Road in Hillsborough County. Duties included 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. In addition, developed job reports of work performed, and kept and recorded quantities. [FPIDs: 427145-1-62-01/427165-1-62-01] FDOT Reference: Thomas A. Curley, Jr., PA; (813) 612-3300 Inspector, District Wide CEI Support Contract C, FDOT District One, FL (12/12-4/13). Provided inspection services under RK&K’s contract on I-75 (SR 93) from Collier County Line to Bonita Beach Road in Collier County. Project consisted of MOT, auger cast piling, drilled shaft and sound wall construction. [FPID: 431776-1-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800 Inspector, District Wide CEI Support, FDOT District One, FL (7/12-9/12). Provided inspection services on SR 684 (Cortez Road) from 51st Street W. to 26th Street W. in Bradenton. Project consisted of replacing three cross drains [FPID: 431005-1-52-01] FDOT Reference: Carl Harman, Sarasota Operations; (941) 359-7366 Education Graduate, High School, 1978 Certifications TIN#: M55049660 CTQP 2-20/Asphalt Paving Technician, Level 1 12-18/Concrete Field Technician, Level 1 12-19/Earthwork Construction Inspection, Level 1 9-22/Earthwork Construction Inspection, Level 2 7-19/Final Estimates, Level 1 OTHER 7-19/ACI Concrete Field Technician, Grade I 2-19/FDOT Intermediate MOT 9-19/IMSA Traffic Signal Inspector, Level 1 6-19/Radiation Safety and Use of Nuclear Gauge/HAZMAT Qualified Stormwater Erosion and Sedimentation Control Inspector #16566 Critical Structures Construction Issues Course MSE Wall Inspector Years of Experience With AECOM: 2.5 Years With Other Firms: 11 Years 16.B.4.c Packet Pg. 651 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Joe Monahan - 2 Inspector, US 27 CEI Hybrid Contract, FDOT District One, Polk County, FL (5/12). Served as an inspector under Metric Engineering on the US 27 at US 17/92 Interchange Ramps in Polk County. His duties included concrete inspection for drilled shaft installations. [FPID: 424815-1-52-01] FDOT Reference: Kirby Radford, PA Bartow Operations; (863) 519-4107 Inspector, Runway 9R-27L Runway Expansion-Phase I, Ft. Lauderdale International Airport, Ft. Lauderdale, FL (2/12-4/12). Provided QC Management and Inspection services under Tutor Perini Corp. for the $175M runway expansion. Phase I services included CQC services, performing in-place density testing of new underground utilities, tree removal and relocation inspection, NPDES monitoring, earthwork and concrete inspection. Project consisted of expanding and elevating 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. Also constructed a new full-length parallel taxiway 75 feet wide on the north side of the runway. Tutor Perini Reference: Mike Hernandez; (954)964-6027 Sr. Inspector, Santa Barbara Widening-Phase I, Lee County, City of Cape Coral, FL (12/09-6/11). Assigned as the Sr. Inspector to Balfour Beatty Construction Group for this 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-foot 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. Allied Reference: Dean Greathouse; (239) 334-6833 (AET #38-0143) QC Inspector, I-75 Design-Build, FDOT District One, FDOT Interstate Residency, Lee and Collier Counties, FL (6/08-12/09). This ACCI/API Joint Venture project included widening of 30 miles (from Collier County to Colonial Boulevard in Lee County) of I-75. Served as 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 25 bridge widenings and NPDES monitoring. [FPID: 420655-1-52-01] FDOT Reference: Nikesh Patel, PE, Interstate Resident Construction Engineer; (941) 465-0411 Inspector, Sanibel Bridge #A, B & C, Lee County, FL (5/04-6/08). Performed inspection services on the Sanibel Bridge including pile driving, earthwork densities, compliance with NDEPS, drainage improvements, concrete testing and daily monitoring and weekly reports. Reference: Cal Santarelli (formerly with Allied); (239) 334-3878 Engineering Technician, Allied’s Construction Materials Testing Department, FL (11/03-5/04). Duties consisted of nuclear density testing and compressive strength testing. Reference: Cal Santarelli (formerly with Allied); (239) 334-3878 Specialized Training Basic Florida Soils Training Augercast Pile Course FDOT CPPR Training 16.B.4.c Packet Pg. 652 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 134215 Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE M55049660 Asphalt Asphalt Paving Technician - Level 1 2/24/2020 M55049660 Concrete Concrete Field Technician - Level 1 12/11/2018 M55049660 Earthwork Earthwork Construction Inspection - Level 1 12/5/2019 M55049660 Earthwork Earthwork Construction Inspection - Level 2 9/28/2022 M55049660 Management Final Estimates - Level 1 7/9/2019 Back 16.B.4.c Packet Pg. 653 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Dominick Walker CEI Inspector Mr. Walker has over 6 years of experience in the construction engineering and inspection industry. As an Inspector, his responsibilities have included inspecting and testing earthwork, subgrade, base, and asphalt structural and friction course; verifying maintenance of traffic safety standards; performing concrete testing and inspection as well as preparing drainage pay items. Mr. Walker also has experience assisting his Senior Inspectors with as- built drawings. Inspector, Computer Signal System Update Phase II (LAP), Lee County, FL (3/2018- Present). Providing inspection services on this $8.5M federally funded ATMS project. This project consists of connecting 110 intersections to Lee County’s existing Traffic Management System - installation of conduit, fiber optic cable, communication cable, pull boxes, electrical service, controllers, CCTV poles and cameras, ITS cabinets, and other related pedestrian improvements. [FPID: 412636-4-58-01]. Lee County Reference: Rob Price, PE, Traffic Operations Center Manager; (239) 634-4893 Inspector, FDOT Sarasota/Manatee Operations Continuing Services Contract C9L46, District One, FL (3/2018-Present). Providing inspection services on various in-house construction projects such as: US 301 at SR 70; Bee Ridge from Bond Place to Cattleman. FDOT Reference: Juan Carrillo, PE, Project Oversight; (941) 708-4446 Inspector, US 17 from Livingston Road to Tennessee Road, FDOT District One, DeSoto County, FL (5/17-1/18). This project includes milling and resurfacing from Livingston Road to Tennessee Road. This project also includes minor drainage, curb and gutter, and sidewalk replacement. [FPID: 436920-1-52-01] FDOT Reference: Susan Hindman, Project Manager; (863) 471-4865 Inspector, SR 758 from Siesta to Bond Place and SR 758 from US 41 to Dunn Drive, FDOT District One, Sarasota County, FL (1/16-5/17). Provided construction engineering and inspection services on this $17M project. The project was divided into three different sections: Section 1, SR 758 (South Osprey Avenue) between Siesta Drive and SR 45, is a two-lane urban roadway, two 11-foot travel lanes and an 11-foot center bi-directional turn lane. Section 2, SR 758 (Bee Ridge Road) between SR 45 and Bond Place, is a seven-lane section bound by curb and gutter and 7-foot sidewalks adjacent to the curb. Section 3 consists of work covered by a JPA with the City of Sarasota to replace water lines. SR 758 was milled & resurfaced and included new thermoplastic striping the entire length from Siesta Drive to Dunn Drive (3.8 miles). The project included replacement of the existing storm drainage, ITS and ATMS, traffic signals rework, sidewalks and median pedestrian island. [FPIDs: 431306-1-52-01, 431306-1-56-02, 430855-1-52-01] FDOT Reference: Carl Harman, Project Manager; (941) 708-4431 Inspector, US 41 Woodmere Road to Lowes, FDOT District One, Sarasota County, FL (9/15-3/16). Provided inspection services on this milling and resurfacing project from Woodmere Road to the Lowe’s Entrance. Project included minor drainage, curb and gutter, and sidewalk placement. Upgrades to the signalization included pedestrian signals, video detection, traffic signal installation, and new services. Along with internally illuminated signs, thermoplastic striping, concrete median barrier was also associated with the project. [FPID: 431423-1-52-01] FDOT Reference: Carl Harman, Project Administrator; (941) 708-4431 Inspector, US 41 from Enterprise Drive to Cranberry, FDOT District One, Charlotte County, FL (2/15-9/15). Provided inspection services on I-75 (SR 93) from Collier County Line to Bonita Beach Road in Collier County. Project consisted of MOT, auger cast piling, drilled shaft and sound wall construction. [FPID: 422710-2-52-02] FDOT Reference: Leighton Elliott, PE, Construction Manager; (239) 985-7800 Inspector, I-75 Freeway Management System Design-Build, FDOT District One, Sarasota and Manatee County, FL (2/14-6/14). Provided inspection services for this project which included the installation of lTS, CCTV, non-intrusive microwave vehicle detector systems, dynamic message signs, road weather information systems, and highway advisory radio beacons. The project also included installing 96-strand single mode fiber optics, as well as integrating communications equipment with the existing Regional Education Graduate, DeSoto High School, 2009 Certifications TIN#: W42617391 CTQP 4-23/Asphalt Paving Technician, Levels 1 & 2 2-22/Concrete Field Technician, Level 1 1-22/Earthwork Construction Inspection, Level 1 10-18/Earthwork Construction Inspection, Level 2 10-20/Final Estimates, Level 1 OTHER 3-22/ACI Concrete Field Technician, Grade I 1-19/IMSA Traffic Signal Inspector 1-21/Advanced Maintenance of Traffic Nuclear Radiation Safety Certification FDEP Stormwater Management Inspector #26900 Critical Structures Construction Issues Years of Experience With AECOM: <1 Year With Other Firms: 6 Years 16.B.4.c Packet Pg. 654 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Dominick Walker - 2 Transportation Management Center and the Satellite Transportation Management Center. As inspector, Mr. Walker was responsible for inspecting the DMS cabinets, transformers and service disconnects. [FPID: 414730-1-52-01] FDOT Reference: Jim Nichols, Project Manager; (941) 708-4400 Inspector, Suncoast Parkway Resurfacing and Roadside Improvements from MP 37 to MP 55, Turnpike, Hernando County, FL (7/13-1/14). Provided inspection services on this project which included roadway improvements, milling and resurfacing approximately 18 miles of roadway, as well as safety upgrades along Suncoast Parkway from SR 50 to US 98. The project included maintenance of traffic, clearing and grubbing, gopher tortoise relocation, construction of temporary drainage and crossovers, reconstruction of ponds, new drainage, embankment, subgrade, base, asphalt pavement for both structural asphalt and friction course, pavement markings, rumble strips, and ITS components. Mr. Walker’s responsibilities included inspecting and testing earthwork, subgrade, base, and drainage pay items, and assisting with the inspection of asphalt base, friction course and lighting. [FPIDs: 427324-4-52-01; 427324-6-52-01; 427324-6-52-01] Turnpike Reference: Ernest Garcia, PE; (954) 975-4855 Inspector, ADA Curb Replacement – Phase II, City of Fort Myers, Fort Myers, FL (5/13-8/13). Served as an inspector for this contract which included reconstructing curb ramps including installation of tactile warning mats or bricks, adjacent grass restoration and adjacent sidewalk reconstruction in order to meet current ADA standards. As Inspector, Mr. Walker was responsible for inspecting and testing earthwork, verifying maintenance of traffic safety standards, concrete testing and inspection, and assisting with as-built drawings. City of Fort Myers Reference: Benjamin Bullert, PE; (239) 877-6339 Various Surveying and Mapping Projects (1/13-9/14). Assisted the survey department as needed on projects throughout the state. Some projects included: •Mercantile Avenue, Collier County - SUE (Client: Collier County) •US 17 (SR 35) from 0.4 Miles South of Southwest Collins Street to South of CR 760A, DeSoto County - Pre-Construction Survey & Post-Construction Survey (Client: FDOT District One) •Southwest Florida International RSW Runway 6R-24L, Lee County - Topographic Survey (Client: Lee County Port Authority) •Southwest Florida International Midfield Apron Taxiway Expansion, Lee County - General Surveying Services (Client: Lee County Port Authority) •SR 56 Resurfacing from West of I-75 to SR 581 (Bruce B. Downs Boulevard), Pasco County - R/W Survey, Design Survey & SUE (Client: FDOT District Seven) •SR 686 (Roosevelt Boulevard) Resurfacing from 28th Street North to North of Gandy Boulevard, Pinellas County - Design Survey & R/W Survey (Client: FDOT District Seven) •Richard E. Knight Pier Improvements, Hillsborough County - SUE (Client: Port of Tampa) •US 17 (SR 35) Widening from North of Peace River Shores to Southwest Collins Street, DeSoto County - Pre-Construction Survey & Post-Construction Survey (Client: FDOT District One) Inspector, Eugenia Avenue Sidewalk Project I, City of Fort Myers, Fort Myers, FL (5/13). This project involved the construction of concrete sidewalk on the entire length of Eugenia Avenue and ties into the existing sidewalk on Marsh Avenue and Clotilde Avenue. Improvements also included traffic sign relocation, driveway reconstruction and drainage improvements, as necessary. Mr. Walker served as Inspector and was responsible for inspecting various concrete items. City of Fort Myers Reference: Benjamin Bullert; (239) 877-6339 Inspector Aide, SR 39 (Metro Parkway) Extension from Alico Road to Six Mile Cypress Parkway, FDOT District One, Lee County, FL (12/11-1/13). Inspector Aide for this new alignment project which connected Alico Road to Six Mile Cypress Parkway and provided the residents of South Lee County with a direct route to the $286M newly renovated Lee Memorial Hospital which is located at the corner of SR 739 (Metro Parkway) and Daniels Parkway. This project consisted of constructing two twin major bridges with a length of over 1,000 feet and five major box culverts. As an Inspector Aide, Mr. Walker was responsible for all earthwork and concrete testing, assisting the Senior Roadway Inspector with inspecting the paving operations, and assisting with the equal employment opportunity/on-the-job training documentation preparation. FDOT Reference: Gerald Byrne, Project Manager; (239) 985-7851 16.B.4.c Packet Pg. 655 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 134215 Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE W42617391 Asphalt Asphalt Paving Technician - Level 1 4/18/2023 W42617391 Asphalt Asphalt Paving Technician - Level 2 4/18/2023 W42617391 Concrete Concrete Field Technician - Level 1 2/8/2022 W42617391 Earthwork Earthwork Construction Inspection - Level 1 1/25/2022 W42617391 Earthwork Earthwork Construction Inspection - Level 2 10/31/2018 W42617391 Management Final Estimates - Level 1 10/12/2020 Back 16.B.4.c Packet Pg. 656 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Mark Rothenberger CEI Utility Inspector Mr. Rothenberger is a Construction Inspector with over 30 years of experience. Since 1990, he has been overseeing and inspecting roadway, utilities and landscape construction projects throughout Lee and Collier Counties. He is adept at providing planning, contract administration, and project analysis including evaluation. His inspection expertise includes construction observation, monitoring, record keeping and reporting in various forms and for all levels of administration including County Management and the Board of Commissioners. His management expertise includes managing multiple teams of engineering inspectors covering concurrent construction contractors for multiple ongoing projects. Mr. Rothenberger has managed multi-million budgets for Collier County Road Maintenance improvements. Additionally, he has extensive experience overseeing Collier County utility improvements, including: Naples Manor Sewer/Water Main Replacement Project (June 2014 to April 2015): Field Inspector for Collier County Water Dept. - Day to day inspection of the installation of a replacement of an 8” water main project. Naples Park Water Main Replacement 91st & 92nd Ave. Project (Dec. 2014 to Dec. 2015): Field Inspector for Collier County Water Dept. - Day to day inspection of the installation of a replacement of an 8” water main project. Naples Park Water Main Replacement 93rd & 94th Ave. Project (July 2014 to Dec. 2015): Field Inspector for Collier County Water Dept. - Day to day inspection of the installation of a replacement of an 8” water main project. Naples Park Water Main Replacement 93rd & 94th Ave. Project (Oct. 2014 to Jan. 2015): Field Inspector for Collier County Water Dept. - Day to day inspection of assessment of defective workmanship of the replacement of an 8” water main project. Collier County Hammerhead Group 5B Project (Dec. 2014 to Feb. 2015) Field Inspector for Collier County Solid Waste Dept. - Day to day inspection for the installation of Stormwater drainage and Concrete Platforms for the use of Solid Waste vehicle turnaround on dead end roads. Collier County Hammerhead Group 10A Project (Jan. 2014 to April 2014) Field Inspector for Collier County Solid Waste Dept. - Day to day inspection for the installation of Stormwater drainage and Concrete Platforms for the use of Solid Waste vehicle turnaround on dead end roads. Collier County Hammerhead Group 18A Project (April 2014 to May 2014) Field Inspector for Collier County Solid Waste Dept. - Day to day inspection for the installation of Stormwater drainage and Concrete Platforms for the use of Solid Waste vehicle turnaround on dead end roads. Collier County Hammerhead Group 8C Project (June 2014 to July 2014) Field Inspector for Collier County Solid Waste Dept. - Day to day inspection for the installation of Stormwater drainage and Concrete Platforms for the use of Solid Waste vehicle turnaround on dead end roads. Naples Park Water/Sewer Main Replacement (Aug. 2014 to Jan. 2015) Field Inspector for Collier County Water Dept./ Collier County Collections Dept. - Day to day inspection of the installation of a replacement of an 8” water and sewer main project. Collier County Hammerhead Group 10B Project (Jan. 2015 to May 2015) Field Inspector for Collier County Solid Waste Dept. - Day to day inspection for the installation of Stormwater drainage and Concrete Platforms for the use of Solid Waste vehicle turnaround on dead end roads. Bay Villas Water Main Replacement Project (Aug. 2015 to Dec. 2015): Field Inspector for Collier County Water Dept. - Day to day inspection of the installation of a replacement of a 4” and 6” water main project. Also new SS Clean-outs added. Bay Colony Shores Fire Main Conversion Project (May 2015 to Jan. 2016) Field Inspector for Collier County Water Dept. - Day to day inspection of the installation and separation of an 8” and 6” fire main/ water main project. Sarasota City/ Honore Phase VI (Feb. 2016) Field Inspector for the completion of the SR 681/Honore Ave. Intersection modifications and the Honore Ave. extension, from SR 681 to Laurel Rd. E (approximately 4 miles). Education Diploma for Academics – Frankfort Senior High School, Frankfort, Indiana Years of Experience With AECOM: 1 Year With Other Firms: 11 Years Certifications TIN #: R35155763 OTHER 6-20/FDOT Advanced MOT FDEP Stormwater Management Inspector (SWPPP) 16.B.4.c Packet Pg. 657 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Mark Rothenberger - 2 Lakeside Ranch Stormwater Treatment Area (Feb. 2016 to March 2017) Preliminary Construction Supervision/ Oversight for the SFWMD construction of a new Stormwater Treatment Area near Lake Okeechobee. Taylor Slough-L31W Canal (March 2017 to May 2017) Preliminary Construction Supervision/ Oversight for the SFWMD construction of a new weir and canal plugs for the final phase of the Everglades Restoration Program west of Homestead, Fl. Collier County PUD/PM Projects (May 2016 to Present) Intermittent Field Inspector for Collier County Solid Waste Dept. Duties include Construction Inspection and Oversight of various PUD and PM Projects, including HVAC replacement at the Water and Wastewater Facilities and Security Equipment Installation Projects at the Water and Wastewater Facilities Haldeman Creek Replacement Weir (May 2017 to May 2018) Field Inspector for Collier County Storm Water/ SFWMD - Day to day inspection for the removal of the existing control structures and the installation of a new weir, upstream from the original structure. 16.B.4.c Packet Pg. 658 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Jose L. Candelario CEI Asphalt Plant Inspector Mr. Candelario has over 20 years of experience in construction engineering and inspection (CEI) for transportation related projects, including roadway, bridges, drainage, buildings, utility relocations and new utility installation, surveying, and signalization. Sr. Inspector, SR 60 from Court St./South Highland Blvd. to Park Place Blvd., FDOT District Seven, Pinellas County, FL (8/16-Present). The improvements under this contract consist of milling and resurfacing the SR 60 from Court St./South Highland Blvd. to Park Place Blvd. The project also includes replacing damaged signal loops and striping. FDOT Reference: Dan White, FDOT Pinellas Operations; (727) 575-8300 Sr. Inspector, Alt. 19 (SR 595) from Palm/Chestnut to Court/Memorial Bridge, FDOT District Seven, Pinellas County, FL (11/15-6/3/16). The improvements under this contract consisted of milling and resurfacing the SR 60 / SR 595 (Alt. US 19) one-way pairs. The project also included replacing damaged signal loops, cracked curb and gutter, driveways and sidewalk, and upgrading curb cut ramps and bus landing pads to comply with ADA Standards within the project limits. FDOT Reference: Dan White, FDOT Pinellas Operations; (727) 575-8300 Sr. Inspector, SR 687 from 106th Ave. to E. of Big Island Gap, FDOT District Seven, Pinellas County, FL (9/15-11/15). The improvements under this contract consisted of milling and resurfacing, widening for turn lane improvements and sidewalks on SR 687 (4th St. N.). The project also included signing and pavement markings and signalization of the 112th Ave. N. intersection. [FPID: 430900-1-52-01] FDOT Reference: Dan White, FDOT Pinellas Operations; (727) 575-8300 Sr. Inspector, SR 693/Pasadena Avenue from Majestic Way to Park Street, FDOT District Seven, Pinellas County, FL (1/15-8/15). The improvements under this contract consisted of replacing span wire signals with mast arms at Majestic Way, Gulfport Boulevard, and Park Street along SR 693/Pasadena Avenue. It also included replacing sidewalks where damaged at curb cut ramps or non-compliant ADA locations, replacing vehicle detections loops with video detection, and providing illuminated street names signs at all three intersections. [FPID: 420061-1-52-01] FDOT Reference: Dan White, FDOT Pinellas Operations; (727) 575-8300 Sr. Inspector, SR 55 (US 19) from South of Countryside Boulevard to South of East Live Oak Street, FDOT District Seven, Pinellas County, FL (8/13-12/14). The Improvements under this contract consisted of milling and resurfacing, shoulder work, drainage improvements, signing and pavement markings, signalization improvements, and other incidental construction. [FPID: 429005-1-52-01] FDOT Reference: Dan White, Pinellas Operations; (727) 575-8300 Sr. Inspector, SR 590 (Drew Street) from Myrtle Ave. to Mariva Ave., FDOT District Seven, Pinellas County, FL (2/13-8/13). The improvements under this contract consisted of milling and resurfacing, sidewalk and curb ramps repairs, repair of existing drainage structures, signing and pavement markings, signalization improvements, and other incidental construction. [FPID: 427166-1-52-01] FDOT Reference: Dan White, Pinellas Operations; (727) 575-8300 Sr. Inspector, SR 580 (Main Street) from East of Enterprise Drive to East of Countryside Boulevard, FDOT District Seven, Pinellas County, FL (11/12-2/13). The improvements under this contract consisted of milling and resurfacing SR 580 from east Enterprise Road to east of Countryside Blvd. Also included sidewalk and curb ramps repairs, repair of existing drainage structures, work at existing outfall control structures for Pond B and Countryside Pond, signing and pavement markings traffic monitoring sites and signalization upgrades at the intersections Education AS, Computer Aided Drafting (AutoCAD), ITT Technical Institute, 1990-1992 High School Diploma, Central High School, Santurce, Puerto Rico, 1979 Registration Certified General Contractor (Inactive)/ Florida #CGC1517797 Certifications TIN #: C53442061 CTQP 8-22/Asphalt Paving Technician, Level 1 8-22/Asphalt Paving Technician, Level 2 9-19/Asphalt Plant Technician, Level 1 8-19/Asphalt Plant Technician, Level 2 10-18/Concrete Field Technician, Level 1 2-20/Earthwork Construction Inspector, Level 1 8-19/Earthwork Construction Inspector, Level 2 2-20/Final Estimates, Level 1 No Expiration/QC Manager OTHER 3-22/ACI Concrete Field Testing Technician Grade 1 7-22/MOT Advanced 10-20/Nuclear Density Gauge Safety Training 4-20/IMSA Traffic Signal Technician, Levels 1 04-20/IMSA Traffic Signal Bench Technician L2 4-20/IMSA Traffic Signals Inspector FDEP Stormwater, Erosion and Sedimentation Control Inspector Management #2078 Years of Experience With AECOM: 18 Years With Other Firms: 8 Years 16.B.4.c Packet Pg. 659 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Jose L. Candelario - 2 of US 19, Summerdale Drive and Countryside Blvd. Contractor Oldcastle Southern Group, Inc./dba/APAC-Southeast, Inc. [FPID: 427163-1-62-01; E7H96] FDOT Reference: Dan White, Pinellas Operations; (727) 575-8300 Sr. Inspector, Seminole Boulevard/66th Street at 8th Street, FDOT District Seven, Pinellas County, FL (8/12-11/12). The improvements under this contract consisted of milling, resurfacing, overbuild and modifications to curb, sidewalk and drainage structures to accommodate the construction of CSX Railroad Crossing 626654P and 626671F. The contract for this project was Oldcastle Southern Group, Inc./dba APAC Southeast, Inc. The Contract value $568,596. [FPID: 427497-1-52-01, E7H31] FDOT Reference: Dan White, Pinellas Operations; (727) 575-8300 Sr. Inspector, Alt. US 19 (Missouri Avenue) - Resurfacing from East Bay Drive to SR 60, Hybrid CEI for Clearwater Construction, Pinellas County, FL (9/11-8/12). The improvements under this contract consisted of milling and resurfacing SR 651 (Alternate US 19, Missouri Avenue) from SR 686 (East Bay Drive) to SR 60 (Court Street). Additional improvements included sidewalk and curb ramp repair/replacement to meet ADA guidelines, storm sewer repairs, replacement of existing span wire traffic signals with new mast arm traffic signals and crosswalk improvements. [FPID: 416836-1-52-01] FDOT Reference: Robert Grimsley, Clearwater Construction; (727) 512-5214 Sr. Inspector, SR 54 at Suncoast Parkway, FDOT District Seven, Pasco County, FL (8/10-9/11). This LAP project included the widening of SR 54 with 1,000 feet on both the east and west approaches/exits to the Suncoast Parkway, ramp improvements, bicycle lanes, and median improvements. The project was managed by FDOT District Seven staff but funded by Pasco County Engineering Department. [FPID: 426379-1-58-01] FDOT Reference: Robert Grimsley, Clearwater Construction; (727) 512-5214 CEI Asphalt Plant Inspector, FDOT District Wide Contract Projects, FDOT District Seven, FL (12/09-Present). Serving as CEI Asphalt Plant Inspector under Prime Consultant Agreement. Responsibilities include monitoring, inspection and testing of hot mix asphalt at the plan to ensure the quality of the material being produced is in accordance with the FDOT specification requirements. [FPID: 404551-1-62-23] FDOT References: Toni Campisi; (813) 323-1124 | Richard Korlock; (727) 947-2016 Sr. Inspector, Veterans Expressway Bridge Painting, Florida’s Turnpike Enterprise, Hillsborough County, FL (2/09-7/09). Provided inspection services for painting the steel bridge components of bridges 100548 and 100549, that cross SR 589 over Gunn Highway (MP 9.382 to 9.432), and bridges 100552 and 100553, that cross SR 589 over Ehrlich Road (MP 10.329 to 10.369). The project also involved applying a Class V finish to the bridge traffic railing and the MSE walls. [FPID: 419069-1-52-01] Turnpike Reference: Fernando Gomez, PE; (407) 264-3841 Sr. Inspector, Progress Energy Pedestrian Trail SR 55 (US 19) and Enterprise Road, FDOT District Seven, Pinellas County, FL (8/08-12/09). The improvements under this contract consisted of the construction of a 0.5-mile pedestrian trail over US 19 and Enterprise Road, which included the construction of eleven 80-foot deep drilled shaft for the substructures foundation and superstructure members for this bridge. In addition, constructed 560 LF of retaining wall for the trail and the construction of 10-foot roadway shoulders for US 19. [FPID: 421711-1-52-01] FDOT Reference: Dan White, FDOT Clearwater Construction Project Manager; (727) 575-8300 Sr. Inspector, SR 590 from East of CR 611 (McMullen Booth Road) to Main Street, FDOT District Seven, Pinellas County, FL (1/08-8/08). Provided inspection services for the roadway improvements under this contract to the facility located in Safety Harbor that consisted of the milling, resurfacing, signing and pavement marking, adding shoulders, sidewalks, and handrail, guardrail and drainage improvements and utility adjustments. [FPID: 257077-1-52-01] FDOT Reference: Dan White, FDOT Clearwater Construction Project Manager; (727) 575-8300 Senior Inspector, Alt. US 19 (SR 595), from North of Meres Avenue to Pasco County Line, also Tarpon Ave. (SR 582) from Alt. US 19 to US 19, FDOT District Seven, Clearwater, FL (6/06-1/08). Responsible for construction inspection and monitoring for this $16,347,433 project which included new water and sewer installation, milling and resurfacing, and widening construction as well as signal work, lighting, and striping of roadway. [FPID: 257135-1-52-01] FDOT Reference: Dan White, FDOT Clearwater Construction Project Manager; (727) 575-8300 Sr. Inspector, SR 589 (Veterans Expressway) and SR 568 (Veterans Spur), Florida’s Turnpike Enterprise, Hillsborough County, FL (1/06-4/07). Provided inspection services for the milling and resurfacing of this $14M roadway facility from MP 2.546 to MP 13.8000 and SR 568 (Veterans Spur) from MP 0.0 to MP 3.082. Work consisted of providing all labor, materials, equipment and incidentals necessary for the milling, resurfacing and safety improvements to the Veterans Expressway and Veterans Spur in Hillsborough County. [FPIDs: 417017-1-52-01 and 417017-3-52-01 (E8G87)] Turnpike Reference: Fernando Gomez, PE; (407) 264- 3841 16.B.4.c Packet Pg. 660 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 134215 Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE C53442061 Asphalt Asphalt Paving Technician - Level 1 8/10/2022 C53442061 Asphalt Asphalt Paving Technician - Level 2 8/10/2022 C53442061 Asphalt Asphalt Plant Technician - Level 1 9/27/2019 C53442061 Asphalt Asphalt Plant Technician - Level 2 8/27/2019 C53442061 Concrete Concrete Field Technician - Level 1 10/18/2018 C53442061 Earthwork Earthwork Construction Inspection - Level 1 2/4/2020 C53442061 Earthwork Earthwork Construction Inspection - Level 2 8/6/2019 C53442061 Management Final Estimates - Level 1 2/4/2020 C53442061 Management QC Manager Does Not Expire Back 16.B.4.c Packet Pg. 661 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Emilyvette A. DeGaetano, RLA, ASLA, ISA Senior Landscape Architect; ISA Certified Arborist Ms. DeGaetano is an ISA Certified Arborist and Registered Landscape Architect. Her expertise includes FDOT Highway Beautification, arboriculture, landscape design, maintenance and construction, irrigation design, construction observation/inspections, and post design services during construction. Her areas of specialization include interstate, highway and local roadway landscape design, knowledge of FDOT Design Standards for Road and Bridge Construction, and Standard Specifications. Ms. DeGaetano has experience in the planning and design of low volume drip and traditional overhead irrigation systems, preparing irrigation details and contract specifications. Her experience includes construction administration, observation/inspections for landscape construction and maintenance projects, plant identification, knowledge of FDACS Grades and Standards for Nursery Plants, and development of Technical Maintenance Plans for FDOT landscape projects and municipal roadway landscape projects. Hardscape/Streetscape Improvements Landscape Architect, Kingsley Avenue (SR 224) Landscaping from Bellair Boulevard. to Park Avenue (SR 15/US 17), FDOT District Two, Orange Park, FL (2014-2016). Assisted Landscape Architect of record with the design for landscape improvements along the SR 224 urban corridor from Bellair Boulevard to Park Avenue. The main focus of the design was to provide landscaping in the medians within the project limits to enhance the project corridor. Plant palette emphasized native and drought tolerant species. The project also included the design of a low volume irrigation system. The project is a “stand-alone” lump sum landscape construction project. Construction value is estimated to be approximately $600,000. The stand-alone project is part of the FDOT’s “Bold Landscaping” program. [FPID 432444-1-52-01] Landscape Architect, Chain of Lakes Trail Pedestrian Bridge over Avenue T (SR 544), City of Winter Haven, FL (2011-2014). As a subconsultant, responsible for assisting Landscape Architect of Record with landscape design and coordination for preparation of landscape and irrigation construction documents for the first pedestrian bridge project in the City of Winter Haven. The project was a JPA between the City of Winter Haven and FDOT District One. Provided post design services during construction. Landscape Architect/Arborist/Inspector, Ashley Street Downtown Gateway and Laurel Street Gateway, City of Tampa, FL (2012). Assisted Landscape Architect of Record in the development of the landscape design, construction plans, cost estimates and specifications to create a prominent “gateway” to downtown Tampa on Ashley Street on a fast-track schedule. Performed post design and construction phase services, which consisted of reviewing contractor submittals and shop drawings and performing progress site inspections. Landscape Designer, Pinellas Avenue (Alternate 19/SR 595), Tarpon Springs, FL (2006-2011). Assisted Landscape Architect of Record in the development of the streetscape and landscape design, incorporating plants that met the requirements of the FDOT Standard Indices and permitting through FDOT District Seven. Assisted in the production of landscape and irrigation construction documents. She performed construction observation tasks to verify quality of work and conformance with contract documents, specifications, permits, and quantities. Landscape Architect, Sanibel Causeway Fishing Pier, Lee County, FL (2009-2010). Responsible for assisting Landscape Architect of Record with the development of conceptual design and construction plans for ADA-accessible pathways, landscape, irrigation, seating areas, and parking for a new fishing pier on Sanibel Causeway Island B as part of the Sanibel Causeway Bridge Improvements project. Design elements included: an asphalt walking path, a pre-cast circular seat wall, shaded seating areas, and Florida native coastal plantings. Landscape Designer, North Ridge Trail – Design Segment 1, Polk County, FL (2008-2009). Responsible for assisting landscape architect of record in preparing conceptual and final design for 4.12 miles of enhanced landscaping, irrigation and hardscape improvements, multi-use trail layout, traffic calming elements such as roundabouts and medians utilizing, patterned/textured pavement Areas of Expertise FDOT Highway Beautification Landscape Architecture Landscape Design Landscape Inspection Streetscape/Hardscape Design Detail Site Planning Irrigation Design Arboriculture Sciences Construction Observation Education BLA, Landscape Architecture, University of Georgia, 2004 Registration 2010/Registered Landscape Architect/Florida #LA6667080 Certifications 2007/Certified Arborist/International Society of Arboriculture/#FL 5660A Council of Landscape Architectural Registration Boards/Certificate #20273 Years of Experience With AECOM: 13 Years With Other Firms: 0 Years 16.B.4.c Packet Pg. 662 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Emilyvette A. DeGaetano, RLA, ASLA, ISA - 2 in accordance with FDOT Standard Specification 523. Services were performed for the Polk County Transportation Engineering Division. Landscape Designer, Avenue T Streetscape Improvements-Phase II and Florence Villas Community Redevelopment Area (CRA) Phase IV/Lucerne Park Road (SR 544), Winter Haven, FL (2006-2009). Assisted in the development of the conceptual design, prepared the graphic illustrations for meetings, and participated in public meetings and presentations to the CRA Advisory Board and CRA Board. Involved in the selection of plant and hardscape materials and assisted in the production of landscape and irrigation construction documents. Construction phase services were also performed and involved responding to RFI’s, reviewing shop drawings, inspecting and tagging plant material, performing construction observation, attending progress meetings, and preparing punch-lists. Coordination and permitting through FDOT District One was completed successfully and also involved FHWA funding through the Local Agency Program (LAP) for Avenue T Phase II (SR 544). Coordination with Polk County for Community Development Block Grant (CDBG) matching funds for Lucerne Park Road (SR 544) landscape improvements. Landscape Designer, Capital Circle SE, Blueprint 2000, Tallahassee, FL (2007). Performed evaluation of existing site conditions and identified opportunities and constraints for streetscape enhancement. Developed a landscape and hardscape plan based on Blue Print 2000 Design Guidelines. Developed a cost estimate for the proposed improvements. Landscape Designer/CADD Technician, 34th Street South Landscape Enhancements, St. Petersburg, FL (2003-2004). Performed evaluation of existing site conditions and identified opportunities and constraints for streetscape enhancement. Assisted in the production of conceptual landscape plans and presentation graphics for public meetings. Developed cost estimates for proposed improvements. Transportation Planning and Enhancement Senior Landscape Architect, I-75/SWFIA Direct Connect Loop Ramp Interchange Landscaping, FDOT District One, Lee County, FL (2015-2016). Responsible for the landscape design and project coordination. The project involves highway beautification for 1/2-mile of I-75 at the intersection with the SWFIA Direct Connect Loop Ramp. The main focus of the design is to produce a “Bold” Landscape at the I-75 Interchange with most of the landscape areas concentrated around the Direct Connect Loop Ramp. The plant palette emphasizes native and drought tolerant species along with specimen palms to accentuate the gateways and focal points of the project. The project will also be irrigated with a low volume irrigation system. Landscape improvements are estimated to be approximately $1 million. The landscape design was extensively coordinated with FDOT District One to confirm landscape design meets the Bold Landscaping vision set forth by the Department. AECOM is providing post design services during construction. [FPID: 436771-1-52-01] Landscape Architect of Record, SR 429 (Western Beltway)/Sinclair Road Interchange Landscaping, Florida Turnpike Enterprise (FTE), Osceola County, FL (2015-2016). Responsible for the landscape design and project coordination. The project involves highway beautification for 0.7 miles of the Western Beltway at the interchange with Sinclair Road. The main focus of the design was to produce a “Bold” Landscape at the interchange with most of the landscape areas concentrated on the approach to the Sinclair Road overpass along SR 429 and the on/off ramps. Plant palette emphasizes drought tolerant species along with specimen palms and flowering trees to accentuate the gateways and focal points of the project. The project will also be irrigated with a low volume irrigation system. Landscape improvements are estimated to be approximately $950,000. The landscape design was extensively coordinated with FTE landscape architects to confirm landscape design meet the Bold Landscaping vision set forth by the Department. AECOM is providing post design services during construction. [FPID: 190778-1-52-80] Landscape Architect, SR 408/Turnpike Mainline (SR 91) Interchange Landscaping, Florida’s Turnpike Enterprise (FTE), Orange County, FL (2015-2016). Responsible for design review for landscape improvements at the SR 408/Turnpike Mainline (SR91) interchange for FTE in Orange County. The main focus of the design was to produce a “Bold” Landscape at the interchange. Plant palette emphasizes drought tolerant species along with specimen palms and flowering trees to accentuate the gateways and focal points of the project. The project will also be irrigated with a low volume irrigation system. Landscape improvements are estimated to be approximately $1.73M. The contract plans included long term landscape design intent plans, which were coordinated with FTE Maintenance and the FTE landscape architect to confirm landscape design meets the Bold Landscaping vision set forth by the Department and is maintainable. An accelerated schedule of 6 months was achieved for a June FY16 letting. AECOM is providing post design services during construction. [FPID: 190778-1-52-75]. 16.B.4.c Packet Pg. 663 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Nicholas A. Myers, RLA, ISA, ASLA Landscape Architect, ISA Certified Arborist, Horticulturalist Mr. Myers is a Landscape Architect and ISA Certified Arborist with experience in projects ranging from small-scale, residential site designs to multimodal transportation enhancements for local municipalities to roadway landscape projects for major interstate highways and interchanges for FDOT. He has experience in various phases of project development, from site design and initial client interview, through design development and construction. Mr. Myers has contributed to the planning, design, and production of landscape improvements for multiple FDOT highways, interchanges, and capacity improvement projects. Additional experience includes performing post design services, tree assessments, public involvement, and the planning of trails and sidewalks, graphic design, and presentations. Landscape Architect, Courtney Campbell Causeway Trail Amenities Plan, City of Tampa, FL (2016-2018). The Courtney Campbell Trail provides a dedicated pedestrian and bicycle trail spanning Old Tampa Bay with a separate trail bridge built adjacent to the travel lanes of the historic causeway. The addition of user amenities such as seating, shade shelters, wayfinding signage, and landscaping will greatly enhance the user experience along this significant trail. Major responsibilities included landscape and hardscape design, production of construction documents. Also provided post design services with responsibilities including shop drawing review, construction observation, close coordination with City of Tampa project management, etc. Landscape Architect, Pinellas Bayway (SR 679) Landscape Enhancements, Pinellas County, FL (2017-2018). The Pinellas Bayway (SR 679) is a major roadway connecting the waterfront Tierra Verde community and Ft. Desoto Park to the mainland. The County was awarded a grant through FDOT District Seven to fund the upgrade of 1.5 miles of existing median landscaping and irrigation. The landscape design and plant palette was extensively coordinated with the local community, Pinellas County, and FDOT District 7. The desired look features carefully selected low maintenance and colorful shrubs, flowering trees, specimen palms, and preserves and incorporates existing Sabal palms. The selected design also brings the medians up to current FDOT safety standards. This project will be irrigated with a low volume irrigation system utilizing reclaimed water. Landscape and irrigation improvements are estimated to be approximately $1.15 million. Responsible for design and production of construction documents as well as participation in stakeholder workshops. Landscape Architect, I-275 Underpass at 22nd Street South Landscape Enhancement, City of St. Petersburg, FL (2015-2016). The I-275 underpass is a gateway to the Deuces Live District. This project is part of revitalization efforts of The Deuces corridor to create a vibrant community that attracts businesses and consumers while preserving its history and heritage. AECOM prepared landscape, hardscape, and irrigation plans, while another firm was responsible for aesthetic bridge lighting. The City of St. Petersburg also commissioned an artist to create several murals on the bridge structures. Major responsibilities included landscape and hardscape design, illustrative renderings, and production of construction documents. Also participated in public and stakeholder meetings. Landscape Architect of Record, Task Manager, I-75/Bonita Beach Road Interchange Landscaping, FDOT District One, Lee County, FL (2017-2018). Responsible for design and production of construction documents for landscape improvements at the I-75/ Bonita Beach Road Interchange. The main focus of the design was to produce a “Bold” Landscape at the Bonita Beach Road Interchange with most of the landscape areas centered around the I-75 Overpass. Plant palette emphasized native and drought tolerant species to supplement and enhance the existing vegetation along with specimen palms and large flowering trees to accentuate the gateways and focal points of the project. Shrubs are also used strategically to help stabilize slopes, implement Crime Prevention Through Environmental Design (CPTED) principles, and provide aesthetic enhancement. The project is also irrigated with a low volume irrigation system. Landscape improvements are estimated to be approximately $1.2M. The landscape design was extensively coordinated with FDOT District One to confirm landscape design meets the Bold Landscaping vision set forth by the Department as well as Lee County who will be the maintaining agency. Post design services will be provided during construction. Areas of Expertise FDOT Highway Beautification Landscape Design Landscape Construction Streetscape Design/Enhancements Arboriculture Consulting Horticulture Irrigation Systems Greenway/Trail Planning Master Planning Public Involvement Graphic Design Education BLA, Landscape Architecture, Clemson University, 2011 Minor in Horticultural Sciences, Clemson University, 2011 Registration 2016/Registered Landscape Architect/Florida #LA6667226 Certification 2017/Certified Arborist/International Society of Arboriculture/#FL-9305A Years of Experience With AECOM: 5.5 Years With Other Firms: 0 Years 16.B.4.c Packet Pg. 664 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Nicholas A. Myers, RLA, ASLA - 2 Landscape Architect of Record, Task Manager, I-4/SR 539 (Kathleen Road) Interchange Landscaping, FDOT District One, Polk County, FL (2017-2018). Responsible for design and production of construction documents for landscape improvements at the I-4/SR 539 Interchange. The main focus of the design was to produce a “Bold” Landscape at the I-4 Interchange with most of the landscape areas occurring in the ramp infield areas. Plant palette emphasized native and drought tolerant species along with specimen palms and flowering trees to accentuate the gateways and focal points of the project. Limited shrub plantings were also used to help stabilize slopes and provide aesthetic enhancement. The project is also irrigated with a low volume irrigation system. Landscape improvements are estimated to be approximately $1.1M. The landscape design was extensively coordinated with FDOT District One to confirm landscape design meets the Bold Landscaping vision set forth by the Department. Post design services will be provided during construction. Landscape Architect, I-75/Laurel Road Interchange Landscaping, FDOT District One, Sarasota County, FL (2015-2016). Responsible for design review and production support for landscape improvements at the I-75/Laurel Road Interchange. The main focus of the design was to produce a “Bold” Landscape at the I-75 Interchange with most of the landscape areas centered around the Laurel Road Bridge. Plant palette emphasized native and drought tolerant species along with specimen palms to accentuate the gateways and focal points of the project. The project is also irrigated with a low volume irrigation system. Landscape improvements are estimated to be approximately $1.6 million. The landscape design was extensively coordinated with FDOT District One to confirm landscape design meets the Bold Landscaping vision set forth by the Department. AECOM is providing post design services during construction. Landscape Architect, I-75/SWFIA Direct Connect Loop Ramp Interchange Landscaping, FDOT District One, Lee County, FL (2015-2016). Responsible for design review and production support for landscape improvements at the I-75/SWFIA Direct Connect Loop Ramp Interchange. The project involves highway beautification for 1/2-mile of I-75 at the intersection with the SWFIA Direct Connect Loop Ramp. The main focus of the design is to produce a “Bold” Landscape at the I-75 Interchange with most of the landscape areas concentrated around the Direct Connect Loop Ramp. The plant palette emphasizes native and drought tolerant species along with specimen palms to accentuate the gateways and focal points of the project. The project will also be irrigated with a low volume irrigation system. Landscape improvements are estimated to be approximately $1 million. The landscape design was extensively coordinated with FDOT District One to confirm landscape design meets the Bold Landscaping vision set forth by the Department. AECOM is providing post design services during construction. Landscape Architect, I-4/SR 559 Interchange Landscaping, FDOT District One, Polk County, FL (2016-2017). Responsible for design review and production support for landscape improvements at the I-4 at SR 559 Interchange. The main focus of the design was to produce a “Bold” Landscape at the I-4 Interchange with most of the landscape areas centered on the SR 559 Bridge. Plant palette emphasized native and drought tolerant species along with specimen trees/palms to accentuate the gateways and focal points of the project. The project is also irrigated with a low volume irrigation system. Landscape improvements are estimated to be approximately $1 million. The landscape design was extensively coordinated with FDOT District One to confirm landscape design meets the Bold Landscaping vision set forth by the Department. Landscape Architect, SR 70 (15th St.) and 9th Avenue Roundabout Landscaping, FDOT District One, Manatee County, FL (2016-2017). Responsible for landscape architectural services including design, production of illustrative graphics, and preparation of construction documents for landscape improvements at the SR 70 (15th Street)/9th Avenue Roundabout. The main focus of the project is to produce three concepts to show to Manatee County for their consideration and comment. Each unique concept will be evaluated by the County and FDOT for a final concept to be turned into construction drawings and construction. Plant palette emphasized native and drought tolerant species along with specimen palms to accentuate the gateways and focal points of the project. The project is also irrigated with a low volume irrigation system. Landscape Architect, SR 429 (Western Beltway)/I-4 (SR 400) Interchange Landscape Improvements, Florida’s Turnpike Enterprise (FTE), Osceola County, FL. Responsible for design review and production support for the landscape improvements at the I-4 interchange with SR 429 (Western Beltway). The main focus of the design was to produce a “Bold” Landscape at the interchange with most of the landscape areas concentrated at the I-4 overpass and the on/off ramps for SR 429. Plant palette emphasizes drought tolerant species along with specimen palms and flowering trees to accentuate the gateways and focal points of the project. The project will also be irrigated with a low volume irrigation system. The contract plans included long term landscape design intent plans, which were coordinated with FTE Maintenance and the FTE landscape architect to confirm landscape design meets the Bold Landscaping vision set forth by the Department and is maintainable. An accelerated schedule of 6 months was achieved for a June FY16 letting. Multiple task work orders were completed simultaneously and all met the production date. AECOM is providing post design services during construction. 16.B.4.c Packet Pg. 665 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Derek-Sean Smith CEI Senior Inspector Mr. Smith specializes in Construction Engineering and Inspection (CEI) for FDOT and municipal road and bridge construction projects. Working for AECOM, he also has acted as a disaster relief inspector/liaison to federal, state and, local agencies as well as contractors on the Hurricane Katrina and Rita disaster rebuilding/restorative efforts. Mr. Smith worked as an owner/operator in the South Florida construction business for 15 years. Senior Inspector, FDOT Sarasota/Manatee Operations Continuing Services Contract C9L46, District One, FL (2/16-Present). Providing inspection services on various in-house construction projects such as: I-75 at RR Overpass milling and resurfacing; I-275/I-75 High Mast Lighting replacement design/build project which includes drill shafts; US 41 from Browning Street to 11th Street milling and resurfacing which also included numerous new signals and drill shafts. FDOT Reference: Alex Adames, PE, Project Oversight; (941) 708-4423 Senior Inspector, US 27 from Industrial Canal to Merchant Street, FDOT District One, Hendry County, FL (7/15-2/16). As a subconsultant to Jacobs, provided inspection services for this $3M US 27 roadway improvement project in Clewiston. The 1.9-mile project included milling and resurfacing, signing and pavement markings, signalization, sidewalk, ADA curb ramps, curb and gutter, box culvert extensions, guardrail, pedestrian improvements, and permanent sheet piling. [FPID: 431211-1-52- 01]FDOT Reference: Chris Mollitor, Project Administrator; (239) 985-7800 Senior Inspector, SR 93/I-75 Widening from Sumter Boulevard to River Road, FDOT District One, Sarasota County, FL (1/14-7/15). Provided CEI services on this $35.6M interstate widening project. The project included roadway widening from four to six lanes, milling and resurfacing, cross slope correction, bridge widening to eight lanes, median and linear pond construction with associated drainage, box culvert extensions, ITS adjustments, lighting, cable barrier and guardrail, signing and pavement markings, and utility coordination. [FPID: 413044-4-52-01 (Federal Funds)] FDOT Reference: Marléna Gore, Project Manager; (863) 272-5008 Senior Inspector, US 41 at Biscayne Drive and Price Blvd. at Biscayne Drive Intersection Improvements, City of North Port, FL (9/14-1/15). Provided inspection services on this $700K intersection improvements LAP contract. The project consisted of construction of additional turn lanes, replacement of mast arm structures and signalization, milling and resurfacing, pedestrian facilities, drainage adjustments, signing and pavement markings, and utility coordination. [FPID: 429872-1-58-01 and 431041-1- 58-01] City of North Port Reference: Ben Newman, PE, Project Engineer; (941) 240- 8320 Senior Inspector, SR 37 Intersection Improvements at CR 630, FDOT District One, Polk County, FL (2/14-5/14). As a subconsultant to RK&K, provided inspection services for widening the roadway to add a northbound right turn lane on SR 37 to eastbound CR 630 and resurfacing the intersection. [FPID: 430929-1-52-01] FDOT Reference: Lee Jones, Project Administrator; (863) 519-4159 Inspector, US 27/SR 80 Interchange, FDOT District One, Hendry County, FL (9/11-12/13). Provided construction engineering and inspection services on this $18M interchange construction project. The project included construction of a new interchange at the US 27 and SR 80 intersection as well as widening of US 27 and SR 80, MSE wall construction, milling and resurfacing, drainage, high mast lighting, signing Education Business Management Coursework, University of Central Florida, 1990-1992 EMT-Firefighter, Seminole Community College, 1998-1999 Certifications TIN #: S53016071 CTQP 3-21/Asphalt Paving Technician, Level 1 3-21/Asphalt Paving Technician, Level 2 2-23/Concrete Field Technician, Level 1 2-23/Concrete Field Technician, Level 2 6-23/Earthwork Construction Inspection, Level 1 9-18/Earthwork Construction Inspection, Level 2 6-21/Drilled Shaft Inspection 9-21/Pile Driving Inspection 3-23/Final Estimates, Level 1 OTHER 2-23/ACI Concrete Field Testing Technician, Grade 1 7-23/ACI CTCI 4-20/Florida MOT Intermediate 8-20/IMSA Traffic Signal Inspector, Level 1 3-20/Troxler Radiation Safety and Use of Nuclear Gauge FDEP Storm Water Management Erosion Control/#19575 3-20/HAZMAT Certification as required as US DOT and IATA Critical Structures Construction Issues SSC OSHA Roadway Construction Safety MSE Wall Inspector Training Years of Experience With AECOM: 11 Years With Other Firms: 10 Years 16.B.4.c Packet Pg. 666 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Derek-Sean Smith - 2 and marking, and construction of a new bridge over US 27. [FPID: 408286-7-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800 Inspector, CR 78 (Pine Island Road) Bascule Bridge Replacement, Lee County, FL (2/13-9/13). Provided construction engineering and inspection on this $17.3M bascule bridge replacement project including reconfiguration of the roadway approaches, new bulkhead seawalls and storm drainage collection and treatment system. Lee County Reference: Sarah Clarke, Project Manager; (239) 533-8718 Inspector, I-75 from Colonial Blvd. to SR 82, FDOT District One, Lee County, FL (2/10-9/11). Provided construction engineering and inspection services on this $7.7M design-build roadway construction project. The project included the widening of a 1.6-mile section of I-75 from four to six lanes, milling and resurfacing, drainage, high mast lighting, signing and marking and the widening of the bridge over Colonial Blvd. Responsibilities included site inspections and verification sampling and testing to ensure compliance with contract documents, and recording daily construction activities in Site Manager. [FPID: 411036-1-62-01] FDOT Reference: Nikesh Patel, PE, Interstate Resident Engineer; (941) 465-0411 Inspector, I-75 from SR 82 to Luckett Road, FDOT District One, Lee County, FL (5/10-6/11). This $7.6M roadway construction project included the widening of a 1.5-mile section of I-75 from four to six lanes, milling and resurfacing, drainage, high mast lighting, signing and marking and the widening and full deck replacement of the bridge over SR 82. Responsibilities included site inspections and verification sampling and testing to ensure compliance with contract documents and recording daily construction activities and pay item quantities in Site Manager. [FPID: 411037-1-62-01] FDOT Reference: Nikesh Patel, PE, Interstate Resident Engineer; (941) 465-0411 Inspector-Aide, I-75 Design-Build/Finance (iROX) from Golden Gate Parkway to Colonial Blvd., FDOT District One, Collier and Lee Counties, FL (4/08-6/10). This $430M project involved widening the interstate from four to six lanes including 24 bridges along a 30-mile stretch from Golden Gate Parkway in Collier County to Colonial Boulevard in Lee County. Inspector responsibilities included on-site roadway construction, materials testing, verification reporting and recording of earthwork, storm drainage, ponds, erosion control, mobilization of traffic, asphalt milling and paving of mainline, shoulders, ramps, and bridge approaches inspection. [FPID: 420665-1] FDOT Reference: Nikesh Patel, PE, Interstate Resident Engineer; (941) 465-0411 URS Senior Field Inspector, Representing FEMA, LA (10/05-12/07). Served as FEMA Senior Field Inspector in Louisiana with responsibilities of coordinating with the US Army Corps of Engineers (USACE), to implement building demolition in many parishes along the Gulf Coast. This includes liaising with the USACE, the State of Louisiana, and Orleans Parish heading a team of hurricane debris surveyors to survey and cleanup more than 110,000 residences in New Orleans Parish. Duties also included liaising with the US Coast Guard for Archaeological debris monitoring for the Mississippi River cleanup and with the State of Louisiana on hurricane dumpsite closings throughout the state. AECOM Reference: Daniel Levy, Vice President; (305) 514-2463 Prior Experience Owner/Operator of Irrigated Habitat Construction, Boca Raton, FL (1997-10/05). Specialized in landscaping and irrigation of high-end and exotic homes. As owner, performed work that included home interior irrigation and site/plant species specific needs design. Specialized in plant barrier construction and large tree transplanting. Owner/Operator of The Lawnsculptor (1997-2000). Operated an independent landscape company. Responsible for all facets of running a business including expanding sales, managing an office, and providing successful personnel management. Supervisor, Smith Hammock Landscape and Construction, FDOT, FL (1994-1997). Supervisor for a FDOT state-funded highway project. Responsibilities here included management of both mechanical and labor resources as well as oversight for installation and maintenance of perishable products for several years throughout a seven mile, multiple county projects. Also served as a traffic control supervisor. ATSSA Advanced MOT. 16.B.4.c Packet Pg. 667 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 134215 Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE S53016071 Asphalt Asphalt Paving Technician - Level 1 3/18/2021 S53016071 Asphalt Asphalt Paving Technician - Level 2 3/18/2021 S53016071 Concrete Concrete Field Technician - Level 1 2/17/2023 S53016071 Earthwork Earthwork Construction Inspection - Level 1 6/1/2023 S53016071 Earthwork Earthwork Construction Inspection - Level 2 9/19/2018 S53016071 Geotech Drilled Shaft Inspection 6/16/2021 S53016071 Geotech Pile Driving Inspection 9/28/2021 S53016071 Management Final Estimates - Level 1 3/8/2023 Back 16.B.4.c Packet Pg. 668 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Michael O’Leary CEI Senior Inspector Mr. O’Leary has over six years of experience providing construction engineering and inspection (CEI) services and over five years of experience as a CADD/Engineering Technician for roadway and bridge projects in Florida. As an Inspector, responsibilities include site inspections, verification sampling and testing to ensure compliance with contract documents, recording daily construction activities in Site Manager, MOT inspection, SWPPP inspection, as well as the coordination of CEI construction activities such as earthwork, asphalt roadway, and structural concrete testing. Senior Inspector, SR 80 from Dalton Lane to CR 833, FDOT District One, Hendry County, FL (3/17-Present). Providing construction engineering and inspection services on this $58M widening project. The improvements under this Contract consist of adding lanes, reconstruction, milling and resurfacing, widening, base work, shoulder treatment, drainage improvements, curb and gutter, guardrail, removal and replacement of existing bridges and new bridge construction, lighting, signing and pavement marking on SR 80 from Dalton Ln. easterly 11.215 miles, to CR 833. In addition to Mike’s duties as an Inspector, he is also in training to be a Contract Support Specialist. [FPID: 408286-5-52-01 & 408286-5-52-01; T1997] FDOT Project Manager: Susan Hindman; (863) 471-4865 Inspector, US 17 from Desoto County Line to CR 634, FDOT District One, Hardee County, FL (8/16-3/17). Provided construction engineering and inspection services on this $23.5M roadway widening project. The project included roadway reconstruction and expansion from two to four lanes, milling and resurfacing, new bridge construction and bridge widening/rehabilitation, median and linear pond construction with associated drainage, off-site stormwater pond construction, noise abatement walls, box culvert extensions, guardrail, signing and pavement markings, and utility coordination/relocations. [FPID: 414547-1-52-01] FDOT Reference: Randall James, PE, Project Manager; (863) 991-4133 Inspector, SR 93/I-75 Widening from Sumter Boulevard to River Road, FDOT District One, Sarasota County, FL (12/13-8/16). Provided construction engineering and inspection services on this $35.6M interstate widening project. The project includes roadway widening from four to six lanes, milling and resurfacing, cross slope correction, bridge widening to eight lanes, median and linear pond construction with associated drainage, box culvert extensions, ITS adjustments, lighting, cable barrier and guardrail, signing and pavement markings, and utility coordination. [FPID: 413044-4-52-01 (Federal Funds)] FDOT Reference: Marléna Gore, Project Manager; (863) 272-5008 Inspector, CEI Continuing Services for Fort Myers Operations, FDOT District One, Lee and Collier Counties, FL (11/14-1/15). As a subconsultant to Jacobs Engineering Group, provided inspection services for intersection improvements, landscaping, lighting and interchange improvements including mast arm installation. [FPIDs: Main-433183-62-01; Tasks-429908/429844/429907-1-52-01] FDOT Reference: Ivan Sokolic, PE, Project Manager; (239) 985-7854 Inspector, US 27/SR 80 Interchange, FDOT District One, Hendry County, FL (7/13-11/13). Provided construction engineering and inspection services on this $18M interchange construction project. The project included construction of a new interchange at the US 27 and SR 80 intersection as well as widening of US 27 and SR 80, MSE wall construction, milling and resurfacing, drainage, high mast lighting, signing and marking, and construction of a new bridge over US 27. [FPID: 408286-7-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800 Inspector, SR 84 from Santa Barbara Blvd. to Radio Road (Federal Funds), FDOT District One, Collier County, FL (6/12-7/13). Responsible for the CEI services for new construction that consisted of new pavement, drainage, lighting, signing and pavement markings, and landscape for 1.409 miles from Santa Barbara Blvd. to just west of Radio Road in Collier County. This $11M project Education Associate of Applied Science, Macomb College, Michigan – Vehicle Design/Technical Drafting, 2001 Associate of Applied Science, Macomb College, Michigan - Criminal Justice, 2001 Certifications TIN #: O46055565 CTQP 1-23/Asphalt Paving Technician, Level 1 1-23/Asphalt Paving Technician, Level 2 3-21/Concrete Field Technician, Level 1 & Level 2 3-23/Drilled Shaft Inspection 5-21/Earthwork Construction Inspection, Level 1 6-19/Earthwork Construction Inspection, Level 2 11-20/Pile Driving Inspection 4-21/Final Estimates, Level 1 4-21/Final Estimates, Level 2 OTHER 3-21/ACI Concrete Field Testing Technician, Grade 1 9-18/IMSA Traffic Signal Inspector, Level 1 5-19/FDOT MOT Intermediate 4-20/APGNA Nuclear Gauge & Hazmat Training 2012/FDEP Florida Stormwater Erosion and Sedimentation Control #26755 Years of Experience With AECOM: 4 Years With Other Firms: 7 Years 16.B.4.c Packet Pg. 669 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Michael O’Leary - 2 also included curb and gutter, sound barrier wall, gravity wall, and stormwater pollution prevention. [FPID: 195416-4-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800 Inspector, SR 64 from 12th Street E. to 15th Street W. Design-Build (ARRA Funds), FDOT District One, Manatee County, FL (5/11-2/12). Responsible for the CEI services for roadway improvements that consisted of milling and resurfacing, drainage improvements, signalization, streetscape (landscaping/irrigation and hardscaping), decorative lighting and utility installation of a water line on SR 64. The $5.34M project also included City of Bradenton Mobility Study improvements to add parking and modify the lane configuration of approximately 1.556 miles on SR 64 in Manatee County. [FPID: 422404-1-52-01] FDOT Reference: Jim Nichols; (941) 359-7368 CADD Technician (5/06-5/11). Provided technical CAD assistance, including plans production, project revisions, and record drawings for residential, commercial, and multi-use projects. Experienced in all aspects of clients technical requirements. Provided civil support services for large-scale master planned communities and utility projects from project inception through construction phase services. Utilized AutoCAD, MicroStation and Geopak for transportation work. Specific project experience included the following: Stantec Reference: David Wilkison; (239)-649-4040 Roadways Engineering Technician, US 1 (SR 5)/Titusville Revitalization, Brevard County, FL: Provided technical CAD assistance on this project that entailed landscape design, restoration, and parking studies for the one-way pairs on US 1 through historic downtown Titusville. Provided streetscape design, detailed construction documentation, and specifications for landscape, lighting, site furnishings, hardscape elements, and signage. Engineering Technician, Business 41 (Littleton Road to US 41), Lee County, FL. Responsible for technical CAD assistance. The design included the reconstruction of 1.5 miles of a two-lane rural collector to a four-lane divided arterial. Innovative designs were incorporated to minimize cost resulting in total project cost savings estimated at $20M. Design included signing and pavement marking, lighting, utility coordination, bridge replacement, stormwater improvements, and signalization. Engineering Technician, Colonial Blvd. 6-Laning Design, Fort Myers, FL. Responsible for technical CAD assistance. This six-lane expansion project included modifications to the I-75 interchange that feature “signal by-pass lanes” that separate thru-traffic from vehicles entering the roadway from the interchange, allowing them to pass through without interruption from the traffic signals located at the off ramps. This innovative design has been approved by FHWA and substantially improves operational efficiency and safety by reducing conflicting movements and crash potential. CAD Technician, Progress Avenue Roadway Improvements, Collier County, FL. Created and produced digital drawings. Funded by the Naples Production Park MSTU, this roadway improvement project included surveying and transportation design for the rehabilitation of Progress Avenue. This project represents the first of its kind for the County’s new Best Value Option (BVO) process for procuring professional services under existing fixed term contracts. CAD Technician, Cattlemen Road Widening and Improvements Design (Bee Ridge Road to Fruitville Road), Sarasota County, FL. Responsible for creating and producing digital drawings. The design was for improvements to approximately 2.8 miles of Cattlemen Road from Bee Ridge Road to Fruitville Road. The improvements included widening the existing two-lane roadway to four lanes with center left turn lanes, bike lanes, curbs and gutters, sidewalks, and street lighting. CAD Technician, Clark Road/Honore Avenue Intersection Improvements, Sarasota County, FL. Responsible for creating and producing digital drawings. Provided conceptual and final design services for the improvements to the Clark Road/Honore Avenue intersection. Services included signalization design, roadway design, signing, pavement markings, stormwater management design, and contract specifications package preparation. These project services were performed in conjunction with a development agreement for Sarasota Memorial Hospital. CAD Technician, Vanderbilt Beach Road Extension (Collier Boulevard to Desoto Avenue), Collier County, FL. Responsible for creating and producing digital drawings. The project included providing transportation engineering and permitting services for capacity improvements to the 5.6-mile extension of Vanderbilt Beach Drive from Collier Boulevard to Desoto Road. Services also included preparation of Traffic Control Plans. Engineering Technician, I-75 6-Laning Design (Luckett Road to SR 80), Lee County, FL. Responsible for technical CAD assistance. The project was to design roadway improvements and bridge/structural improvements for a stretch of I-75 from Luckett Road to just south of SR 80 including roadway design engineering, drainage, utility coordination, permitting, signing and pavement marking. 16.B.4.c Packet Pg. 670 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 134215 Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE O46055565 Asphalt Asphalt Paving Technician - Level 1 1/26/2023 O46055565 Asphalt Asphalt Paving Technician - Level 2 1/26/2023 O46055565 Concrete Concrete Field Technician - Level 1 3/19/2021 O46055565 Concrete Concrete Field Technician - Level 2 3/19/2021 O46055565 Earthwork Earthwork Construction Inspection - Level 1 5/5/2021 O46055565 Earthwork Earthwork Construction Inspection - Level 2 6/19/2019 O46055565 Geotech Drilled Shaft Inspection 3/30/2023 O46055565 Geotech Pile Driving Inspection 11/4/2020 O46055565 Management Final Estimates - Level 1 4/6/2021 O46055565 Management Final Estimates - Level 2 4/6/2021 Back 16.B.4.c Packet Pg. 671 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Mark Smalley CEI Senior Inspector Mr. Smalley has over 32 years of construction experience including nearly 12 years of road and bridge construction inspection, and 10 years of threshold inspection experience. Prior to entering the inspection field, he worked as a superintendent on high-rise projects, monitoring concrete, steel, electrical and plumbing installation for buildings up to 42 stories. Senior Inspector, I-75 Alligator Alley North Bound Rest Stop (Mile Marker 63), FDOT District One, Collier County, FL (12/16-Present). Providing CEI services on this $10M FDOT rest stop project. The project consists of building a new rest stop consisting of a reinforced concrete foundation, slab on grade construction, CMU walls, structural steel columns and beams, heightened clerestory, ten picnic pavilions, new reverse osmosis water treatment facilities, concrete pavement parking with asphalt base, south bound milling and resurfacing asphalt pavement, drainage construction, building and roadway lighting, and new signing and pavement markings. Reference: Josephine Mak, PE, Project Manager; (239) 985-7840 Senior Inspector, FDOT Fort Myers Operations Continuing Services Inspection Contract Nos. C9A69 and T1633, Fort Myers, FL (12/15-12/16). Services provided under this contract as a subconsultant to Jacobs consisted of inspection of various roadway and structures components for various construction projects administered by Fort Myers Operations. FDOT References: Juan Carrillo, EI; (941) 708-4400; Brett Hartzell EI; (239) 985-7874 Senior Inspector, Honore Avenue/Pinebrook Road Extension Phase VII, Sarasota County, FL (5/14-12/15). This $11.5M construction project consisted of over 3.5 miles of new two-lane divided roadway between Laurel Road and SR 681. The project included a five-span, 413 LF bridge over Fox Creek utilizing AASHTO Type III beams, over 4,000 LF of 18-inch and 24-inch prestressed concrete pile, over 250,000 pounds of reinforcing steel and just under 1,000 CY of structural concrete. The project also included MOT, erosion control, earthwork with two pond liners, over 16,000 LF of storm drainage, subgrade, base, asphalt, curb and gutter, landscaping, signing, pavement markings and two new signalized intersections at SR 681 and Laurel Road. County Reference: Robbin Levar, Project Manager; (941) 650-9815 Senior Inspector, SR 93/I-75 Freeway Management System, FDOT District One, Sarasota and Manatee Counties, FL (3/14-5/14). Services provided under this contract as a subconsultant to Allied Engineering consisted of inspection of the installation of ITS components, such as transformer and disconnect boxes. Also inspection of grounding and conduit on I-75 from MM 172 to MM 227 in both the northbound and southbound directions. [FPIDs: 414730-1-52-01 and 414732-1-52-01] FDOT Reference: Jim Nichols, Project Manager; (941) 708-4400 Senior Inspector, SR 93/I-75 Widening from Sumter Boulevard to River Road, FDOT District One, Sarasota County, FL (1/14-3/14). The improvements under this Contract consisted of milling and resurfacing, widening, drainage improvements, lighting, signing and pavement marking and bridge widening at the Deer Prairie Creek Bridge. [FPID: 413044-4- 52-01] FDOT Reference: Marléna Gore, Project Manager; (863) 272-5008 Senior Inspector, Ponce De Leon Emergency Bridge Repair, FDOT District One, Sarasota County, FL (12/13-1/14). The Ponce De Leon Bridge over I-75 was damaged in a traffic accident on 12/18/13. The FDOT assigned AECOM to administer and inspect the emergency repairs needed for this bridge. Provided inspection and testing duties for this work. [FPID: N/A] FDOT Reference: Nik Patel, PE, Interstate Resident Engineer; (941) 465- 0411 Education Graduate, Oil City Senior High School, 1978 Registrations 11-19/Standard Inspector/ Florida #BN6051 (Ch.468 FS) 7-19/ICC B5 Building Inspector Certification (Residential & Commercial) Certifications TIN #: S54055260 CTQP 11-18/Asphalt Paving Technician, Levels 1 and 2 6-22/Concrete Field Technician, Level 1 12-21/Concrete Field Technician, Level 2 5-22/Earthwork Construction Inspection, Level 1 10-18/Earthwork Construction Inspection, Level 2 7-18/Drilled Shaft Inspector 5-19/Final Estimates, Level 1 10-18/Pile Driving Inspection No Expiration Date/QC Manager OTHER 11-22/ACI Concrete Field Technician, Level 1 12-21/ACI Concrete Transportation Construction Inspector 6-20/FDOT MOT Intermediate 3-19/IMSA Traffic Signal Field Technician, Level 2 1-19/IMSA Traffic Signal Inspector, Level 1 FDEP Stormwater Management Inspector # 20333 4-19/CPN Nuclear Gauge/Hazmat Certification Critical Structures Construction Issues Course Scheduled 3-13-18/IMSA Fiber Optics, Levels 1 and 2 Years of Experience With AECOM: 4 Years With Other Firms: 28 Years 16.B.4.c Packet Pg. 672 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Mark Smalley - 2 Senior Inspector, New Interchange US 27/SR 80 Interchange, FDOT District One, Hendry County, FL (9/13-12/13). The $18M improvements under this Contract consisted of new construction, reconstruction, milling and resurfacing, widening, drainage improvements, lighting, signing and pavement marking with signalization and new bridge construction on SR 80 over US 27. [FPID: 408286-7-52-01] FDOT Project Manager: Dennis Day (239) 985-7800 Sr. Bridge Inspector, SR 739 (Metro Parkway Extension) from Six Mile Cypress to US 41, FDOT District One, Lee County, FL (10/11-2/13). As a subconsultant to AIM Engineering, provided inspection of concrete reinforcing and temperature monitoring for mass concrete pier foundations, pier columns, interior and end bent caps, bridge deck slab reinforcing, logging bridge deck reinforcing coverage, recording Bidwell dry run data, tendon profiling/stressing and grouting, gravity walls, as well as all scaffolding connections and form work, wick drainage system installation, various pipe and MES installation, recording and totaling truck volumes, erosion control inspection, MOT inspection and EEO interviews and forms. [FPID: 195719-1-52-01] FDOT Reference: Dennis Day, Project Manager; (239) 985-7800 Sr. Inspector, District Wide CEI Support C Contract, FDOT District One, FL (7/11-10/11). Provided inspection services for improvements under this design-build contract consisting of sidewalks at the Desoto County Middle School. [FPID: 429237-1-52-01] FDOT Reference: Susan Hindman, Project Manager; (863) 386-6112 Inspector, Oil Well Road Widening, Collier County, FL (5/11-7/11). Duties included soil sampling and testing, density testing on soil surrounding structures, HDPE and PVC pipe installation, and logging test results. Reference: Cal Santarelli; (239) 334-3878 Inspector, SR 739 (Metro Parkway Extension) from Six Mile Cypress to US 41, FDOT District One, Lee County, FL (4/11-5/11). Provided inspection and density testing on embankment, sub-grade and base for this extension project. [FPID: 195719-1-52-01] FDOT Reference: Dennis Day, Project Manager; (239) 985-7800 Building Inspector, Devane Park, FDOT District One, Highlands County, FL (1/11-4/11). Provided inspection of structural steel connections, wooden truss installation and roofing (Gazebo) while applying applicable Florida Building Codes. [FPID: 409096-1-52-01] FDOT Reference: Susan Hindman, Project Manager, Sebring Ops Center; (863) 386-6112 Bridge Inspector, SR 739 (Metro Parkway Extension) from Six Mile Cypress to US 41, FDOT District One, Lee County, FL (9/10-1/11). Provided inspection services as a subconsultant to AIM Engineering for the Metro Parkway Extension project. Responsibilities included inspection of Wick drainage system installation, various pipe and MES installation, inspection of reinforcing and formwork for pier columns and foundations, recording and totaling truck volumes, erosion control inspection, MOT inspection and EEO interviews and forms. [FPID: 195719-1-52-01] FDOT Reference: Dennis Day, Project Manager; (239) 985-7800 ITS Inspector, I-75 Design-Build from Lee County Line to Sarasota County Line, FDOT District One, Charlotte County, FL (7/10-9/10). Served as an ITS Inspector on this Charlotte County Freeway Management System (FMS) project. Project responsibilities included drawing review, drilled shaft inspection, providing structural inspections of all connections of DMS sign cantilevered mast arms and uprights. Also involved in the inspection of the installation of new fiber optics, controller cabinets, cameras and the Vehicle Detection System. [FPID: 414738-1-62-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985- 7800 Senior Signal Inspector, SR 78 at Andalusia and Cultural Park Boulevard CEI Services, FDOT District One, Lee County, FL (5/10-7/10). Provided signal installation inspection services as a subconsultant to WilsonMiller. [FPID: 425136-1-62-01] FDOT Reference: Josephine Mak, Project Manager; (239) 985-7800 ITS Inspector, I-75 Design-Build from the Lee County Line to the Sarasota County Line, FDOT District One, Charlotte County, FL (3/10-5/10). Served as an ITS Inspector on this Charlotte County FMS project. Project responsibilities included drawing review, drilled shaft inspection, providing structural inspections of all connections of DMS sign cantilevered mast arms and uprights. This project also involved installing new fiber optics, controller cabinets, cameras and the Vehicle Detection System. [FPID: 414738-1-62- 01]FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800 Inspector, Mast Arms (Various Locations), FDOT District One, Collier County and City of Naples, FL (3/09-8/09). Under the Jacobs Engineering Group GEC Services Contract, assigned to the Collier County/City of Naples Mast Arm Inspection task order for mast arm removal, replacement, and wiring. Responsibilities included preconstruction condition surveys, inspections of mast arm splicing, verifying bolted connections, signal head mounting, dimensional inspections for plates and wall thicknesses of components, overseeing various stages of burn in periods, keeping a photo journal of each step of each process throughout construction as well as verifying MOT to be as required. This project included replacement and/or removal of approximately 81 different signal uprights and/or mast arms. [FPID: 409988-2-62-01] FDOT Reference: Steve Nappi, Project Manager (formerly with Ft. Myers Ops); (239) 229-5853 16.B.4.c Packet Pg. 673 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 134215 Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE S54055260 Asphalt Asphalt Paving Technician - Level 1 11/18/2018 S54055260 Asphalt Asphalt Paving Technician - Level 2 11/21/2018 S54055260 Concrete Concrete Field Technician - Level 1 6/14/2022 S54055260 Concrete Concrete Field Technician - Level 2 12/19/2021 S54055260 Earthwork Earthwork Construction Inspection - Level 1 5/17/2022 S54055260 Earthwork Earthwork Construction Inspection - Level 2 10/31/2018 S54055260 Geotech Drilled Shaft Inspection 7/20/2018 S54055260 Geotech Pile Driving Inspection 10/24/2018 S54055260 Management Final Estimates - Level 1 5/20/2019 S54055260 Management QC Manager Does Not Expire Back 16.B.4.c Packet Pg. 674 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Bradley Ballinger CEI Inspector Mr. Ballinger has 13 years of experience working in the construction industry. Most recently, he has been working as an Inspector’s Aide on a FDOT District One Continuing Services contract providing inspection services on a variety of roadway and bridge construction projects. Since joining AECOM as an Inspector’s Aide, Brad has obtained the necessary certifications and experience to now qualify as a CEI Inspector. Inspector’s Aide, FDOT Sarasota/Manatee Operations Continuing Services Contract C9L46, FDOT District One, FL (10/16-Present). Inspector’s Aide on various in-house construction projects under this FDOT District One Continuing Services contract. [FPID: 433183-2-62-02] FDOT Reference: Alex Adames, PE, Project Oversight; (941) 708-4400 Laborer, Utility Rehabilitation or Fabrication, Venice, FL (3/15-6/16). Responsible for the rehabilitation or fabrication of utility work for various counties and cities. Provided oversight of work site. Pipe Fitter, Source Refrigeration, Jacksonville, FL (3/14-3/15). Responsible for brazing and installing refrigeration equipment for various commercial clients accurately, based on design drawings. Worked with multiple trades to ensure assignments were completed safely and on time. Laborer, Middletown Labors Union, Middletown, OH (5/11-3/14). Assisted multiple trades on project jobsites and ensured that safety procedures were followed. Due to the services provided, typically was on-site at the beginning of the project and during the close- out and punchlist phase. Foreman, Brickman Landscaping, Lebanon, OH (3/05-5/11). Provided oversight of job site crews, consisting of four to 15 individuals depending upon the size of the project. Maintained safety records, equipment, and time records, and attended project meetings when required. Specialized Training 2015/Confined Spaces 2015/HDPE Pipe 40-Hour Hazardous Waste Asbestos Abatement Training Safety Training Passport Fall Protection Hazard Communication 40-Hour OSHA Training Education High School Diploma/2003/Middletown High School, Middletown, OH Certifications TIN #: B45207984 CTQP 7-22/Asphalt Paving Technician, Level 1 Scheduled/Concrete Field Technician, Level 1 5-22/Earthwork Construction Inspection, Level 1 3-23/Final Estimates, Level 1 OTHER 12-20/FDOT Maintenance of Traffic, Intermediate 11-19/Nuclear Gauge and Hazmat FDEP Stormwater Management Inspector #36327 Power Industrial Truck Operator Registered Flagger/American Traffic Safety Services Association OTHER (Scheduled) ACI Concrete Field Technician, Grade1 (Class Booked 10/23/2017) Training Years of Experience With AECOM: 2 Year With Other Firms: 11 Years 16.B.4.c Packet Pg. 675 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 134215 Qualifications Search Qualifications TRAINEE MATERIAL GROUP QUALIFICATION EXPIRATION DATE B45207984 Asphalt Asphalt Paving Technician - Level 1 7/31/2022 B45207984 Earthwork Earthwork Construction Inspection - Level 1 5/10/2022 B45207984 Management Final Estimates - Level 1 3/5/2023 Back 16.B.4.c Packet Pg. 676 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7386 Collier County AECOM Steve Nappi, PE Crystal Gorman, PE 16.B.4.c Packet Pg. 677 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7386 Collier County AECOM Joe Monahan Dominick Walker 16.B.4.c Packet Pg. 678 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7386 Collier County AECOM Mark Rothenberger Jose Candelario 16.B.4.c Packet Pg. 679 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7386 Collier County AECOM Derek Smith Michael O’Leary 16.B.4.c Packet Pg. 680 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7386 Collier County AECOM Mark Smalley Brad Ballinger 16.B.4.c Packet Pg. 681 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7386 Collier County AECOM Emilyvette DeGaetano Nick Myers 16.B.4.c Packet Pg. 682 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Required Forms, Licenses and Certifications CEI Services for Thomasson Drive Beautification Project Solicitation 18-7386 16.B.4.c Packet Pg. 683 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.cPacket Pg. 684Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.cPacket Pg. 685Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.cPacket Pg. 686Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.c Packet Pg. 687 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.c Packet Pg. 688 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.c Packet Pg. 689 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.c Packet Pg. 690 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.c Packet Pg. 691 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 1 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A E-VERIFY EMPLOYER AGENT AR TICLE I PURPOSE AND AUTHORITY This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS), AE COM Technology Corporation (Employer), and TALX Corporation (E-Verify Employer Agent) regarding the Employer's and E-Verify Employer Agent’s participation in the Employment Eligibility Verification Program (E-Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), the Employer, and the E-Verify Employer Agent. References to the Employer include the E-Verify Employer Agent when acting on behalf of the Employer. E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form I-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts or to verify the entire workforce if the contractor so chooses. Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, “Employment Eligibility Verification”, of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a “Federal contractor with the FAR E-Verify clause”) to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended. ARTICLE II FUNCTIONS TO BE PERFORMED A.RESPONSIBILITIES OF SSA 1.SSA agrees to provide the Employer (through the E-Verify Employer Agent) with available information that will allow the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens. 2.SSA agrees to provide the Employer and E-Verify Employer Agent appropriate assistance with operational problems that may arise during the Employer's participation in E-Verify. SSA agrees to provide the E-Verify Employer Agent with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify 16.B.4.c Packet Pg. 692 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 2 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify process. 3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401). 4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens’ employment eligibility within 3 Federal Government work days of the initial inquiry. 5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees wh o contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and non-citizens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions. B. RESPONSIBILITIES OF DHS 1.After SSA verifies the accuracy of SSA records for employees through E-Verify, DHS agrees to provide the Employer (through the E-Verify Employer Agent) access to selected data from DHS's database to enable the Employer (through the E-Verif y Employer Agent) to conduct, to the extent authorized by this MOU: • Automated verification checks on employees by electronic means, and • Photo verification checks (when available) on employees. 2.DHS agrees to provide to the Employer and E-Verify Employer Agent appropriate assistance with operational problems that may arise during the Employer’s participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3.DHS agrees to make available to the Employer (through the E-Verify Employer Agent), at the E-Verify Web site and on the E-Verify W eb browser, instructional materials on E- Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify. DHS agrees to provide training materials on E-Verify. 4.DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer’s participation in the E-Verify program. DHS also agrees to 16.B.4.c Packet Pg. 693 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 3 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify provide to the Employer (through the E-Verify Employer Agent) anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice. 5.DHS agrees to issue the E-Verify Employer Agent a user identification number and password that will be used exclusively by the E-Verify Employer Agent, on behalf of the Employer, to verify information provided by employees with DHS’s databases. 6.DHS agrees to safeguard the inf ormation provided to DHS by the Employer (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verification of employees’ employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements. 7.DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government workdays of the initial inquiry. 8.DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions. C. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the notices supplied by DHS (through the E-Verify Employer Agent) in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. 2.The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify. 3.The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the E-Verify Employer Agent. 4.The Employer agrees to comply with current Form I-9 procedures, with two exceptions: If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8 16.B.4.c Packet Pg. 694 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 4 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 1-888-464-4218. If an employee presents a DHS Form I-551 (Permanent Resident Card) or Form I- 766 (Employment Authorization Document) to complete the Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The photocopy must be of sufficient quality to allow for verification of the photo and written information. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form I-9. DHS may in the future designate other documents that activate the photo screening tool. 5.The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described in paragraph 4 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form I-9 and E-Verify system compliance inspections during the course of E- Verify, as well as to conduct any other enforcement activity authorized by law. 6.The Employer agrees to initiate E-Verify verification procedures (through the E-Verify Employer Agent), for new employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form I-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual, or in the case of Federal contractors with the FAR E-Verify clause, the E-Verify User Manual for Federal Contractors. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form I-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make 16.B.4.c Packet Pg. 695 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 5 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify inquiries during the period of unavailability. Employers may initiate verification, through the E-Verify Employer Agent, by notating the Form I-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer (through the E-Verify Employer Agent) performs an E-Verify employment verification query using the employee’s SSN as soon as the SSN becomes available. 7.The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify (through its E-Verify Employer Agent) for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article II.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses the E- Verify system for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU. 8.The Employer (through its E-Verify Employer Agent) agrees to follow appropriate procedures (see Article III. below) regarding tentative nonconfirmations, including notifying employees in private of the finding and providing them written notice of the findings, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 9.The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non- match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work, or otherwise mistreating an employee) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a 16.B.4.c Packet Pg. 696 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 6 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify photo non-match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 or OSC at 1-800-255-8155 or 1- 800-237-2515 (TDD). 10.The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA, as applicable, by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 274B(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the unf air immigration-related employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD). 11.The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9. 12.The Employer agrees that it will use the information it receives from SSA or DHS (through the E-Verify Employer Agent) pursuant to E-Verify and this MOU only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes. 13.The Employer acknowledges that the information which it receives through the E-Verify Employer Agent from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties. 14.The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms I-9 and other employment records and to interview it and its 16.B.4.c Packet Pg. 697 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 7 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify employees regarding the Employer’s use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E- Verify. D. RESPONSIBILITIES OF FEDERAL CONTRACTORS WITH THE FAR E-VERIFY CLAUSE 1.The Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any existing employee assigned to the contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors. Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify. a.Federal contractors with the FAR E-Verify clause agree to become familiar with and comply with the most recent versions of the E-Verify User Manual for Federal Contractors and the E-Verify Supplemental Guide for Federal Contractors. b.Federal contractors with the FAR E-Verify clause agree to complete a tutorial for Federal contractors with the FAR E-Verify clause. c.Federal contractors with the FAR E-Verify clause not enrolled at the time of contract award: An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor with the FAR E-Verify clause in E-Verify within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor with the FAR E-Verify clause, the Employer must initiate verification of employees assigned to the contract within 90 calendar days from the time of enrollment in the system and then selecting which employees will be verified in E-Verify or within 30 days of an employee’s assignment to the contract, whichever date is later. d.Employer that are already enrolled in E-Verify at the time of a contract award but are not enrolled in the system as a Federal contractor with the FAR E-Verify clause: Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. Employers enrolled in E-Verify as other than a Federal contractor with the FAR E-Verify clause, must update E-Verify to indicate that they are a Federal contractor with the FAR E-Verify clause within 30 days after 16.B.4.c Packet Pg. 698 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 8 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify assignment to the contract. If the Employer is enrolled in E-Verify for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor with the FAR E-Verify clause in E-Verify must initiate verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later. e.Institutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E-Verify clause that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E- Verify clause may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article II, part D, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local , tribal governments, and sureties. f.Verification of all employees: Upon enrollment, Employers who are Federal contractors with the FAR E-Verify clause may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only new employees and those existing employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E-Verify verification of all existing employees within 180 days after the election. g.Form I-9 procedures for existing employees of Federal contractors with the FAR E-Verify clause: Federal contractors with the FAR E-Verify clause (through their E-Verify Employer Agent) may choose to complete new Forms I-9 for all existing employees other than those that are completely exempt from this process. Federal contractors with the FAR E-Verify clause may also update previously completed Forms I-9 to initiate E-Verify verification of existing employees who are not completely exempt as long as that Form I-9 is complete (including the SSN), complies with Article II.C.4, the employee’s work authorization has not expired, and the Employer has reviewed the information reflected in the Form I-9 either in person or in communications with the employee to ensure that the employee’s stated basis in section 1 of the Form I-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form I-9 complies with Article II.C.4, if the employee’s basis 16.B.4.c Packet Pg. 699 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 9 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify for work authorization as attested in section 1 has expired or changed, or if the Form I-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new I-9 consistent with Article II.C.4, or update the previous I-9 to provide the necessary information. If section 1 of the Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.4, but reflects documentation (such as a U.S. passport or Form I-551) that expired subsequent to completion of the Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.4, subject to any additional or superseding instructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. Nothing in this section shall be construed to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor with the FAR E-Verify clause. 2.The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements. E. RESPONSIBILITIES OF THE E-VERIFY EMPLOYER AGENT 1.The E-Verify Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the E-Verify Employer Agent representatives who will be accessing information under E-Verify. 2.The E-Verify Employer Agent agrees to become familiar with and comply with the E- Verify User Manual and provide a copy of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures. 3.The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will perform employment verification queries will complete the E-Verify Tutorial bef ore that individual initiates any queries. a.The E-Verify Employer Agent agrees that all E-Verify Employer Agent representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify, including any tutorials for Federal contractors if the Employer is a Federal contractor. b.Failure to complete a refresher tutorial will prevent the E-Verify Employer Agent and Employer from continued use of the program. 4.The E-Verify Employer Agent agrees to obtain the necessary equipment to utilize E- Verify. 16.B.4.c Packet Pg. 700 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 10 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify 5.The E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.4 above. 6.The E-Verify Employer Agent agrees to initiate E-Verify procedures on behalf of the Employer in accordance with the E-Verify Manual and E-Verify Web-Based Tutorial. The E-Verify Employer Agent will query the automated system using information provided by the Employer and will immediately communicate the response back to the Employer. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the E-Verify Employer Agent’s attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability. In all cases, the E-Verify Employer Agent will use the SSA verification procedures first, and will use DHS verification procedures only as directed by the SSA verification response. 7.The E-Verify Employer Agent agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E- Verify. AR TICLE III REFERRAL OF INDIVIDUALS TO SSA AND DHS A.REFERRAL TO SSA 1.If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2.The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer (through the E-Verify Employer Agent), will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 3.If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system-generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer (through the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10 16.B.4.c Packet Pg. 701 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 11 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify days is necessary. The Employer agrees to check the E-Verify system regularly for case updates. 4.The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA. B. REFERRAL TO DHS 1.If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation. 2.If the Employer finds a photo non-match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non-match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding. 3.The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it. 4.If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within 8 Federal Government work days. 5.If the employee contests a tentative nonconfirmation based upon a photo non-match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E-Verify system regularly for case updates. 6.The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non-match, the Employer (or the E-Verify Employer Agent) will send a copy of the employee’s Form I-551 or Form I-766 to DHS for review by: Scanning and uploading the document, or Sending a photocopy of the document by and express mail account (pain for at employer expense). 7.If the Employer (through the E-Verify Employer Agent) determines that there is a photo 16.B.4.c Packet Pg. 702 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 12 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify non-match when comparing the photocopied List B document described in Article II.C.4 with the image generated in E-Verify, the Employer (through the E-Verify Employer Agent)must forward the employee’s documentation to DHS using one of the means described in the preceding paragraph, and allow DHS to resolve the case. ARTICLE IV SERVICE PROVISIONS The SSA and DHS will not charge the Employer or the E-Verify Employer Agent for verification services performed under this MOU. DHS is not responsible for providing the equipment needed to make inquiries. A personal computer with Internet access is needed to access the E-Verify System. AR TICLE V PARTIES A.This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual, the E-Verify User Manual for Federal Contractors, or the E-Verify Supplemental Guide for Federal Contractors. Even without changes to E- Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. An Employer that is a Federal contractor with the FAR E-Verify clause may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor with the FAR E-Verify clause must provide written notice to DHS. If an Employer that is a Federal contractor with the FAR E-Verify clause fails to provide such notice, that Employer will remain a participant in the E- Verify program, will remain bound by the terms of this MOU that apply to participants that are not Federal contractors with the FAR E-Verify clause, and will be required to use the E- Verify procedures to verify the employment eligibility of all newly hired employees. B.Notwithstanding Article V, part A of this MOU, DHS may terminate access to E-Verify if it is deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the E-Verify Employer Agent or the Employer, or a failure on the part of either to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, termination of this MOU by any party for any reason may negatively affect the Employer’s performance of its contractual responsibilities. 16.B.4.c Packet Pg. 703 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 13 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify C.Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. D.Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the E-Verify Employer Agent, the Employer, or their agents, officers, or employees. E.Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the E-Verify Employer Agent or the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the E-Verify Employer Agent or the Employer. F.Participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA). G.The foregoing constitutes the full agreement on this subject between DHS, the Employer and the E-Verify Employer Agent. AECOM Technology Corporation (Employer) hereby designates and appoints TALX Corporation (E-Verify Employer Agent), including its officers and employees, as the E-Verify Employer Agent for the purpose of carrying out AECOM Technology Corporation (Employer) responsibilities under the MOU between the Employer, the E-Verify Employer Agent, and DHS. 16.B.4.c Packet Pg. 704 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 14 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer, the E-Verify Employer Agent and DHS respectively. If you have any questions, contact E-Verify at 1-888-464-4218. Ap proved by: Employer AECOM Technology Corporation Name (Please Type or Print)Title Signature Date E-Verify Employer Agent TALX Corporation Jerald Jackson Name (Please Type or Print) Electronically Signed Title 04/28/2011 Signature Date Department of Homeland Security – Verification Division USCIS Verification Division Name (Please Type or Print) Electronically Signed Title 06/29/2011 Signature Date Information Required For the E-Verify E-Verify Employer Agent Program Information relating to your Company: 16.B.4.c Packet Pg. 705 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.c Packet Pg. 706 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) Company ID Number: 19959 Client Company ID Number: 411650 Page 15 of 15 |E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify Company Name:AECOM Technology Corporation Company Facility Address:515 S. FLOWER ST. 3rd Flr Los Angeles, CA 90071-2201 County or Parish:LOS ANGELES Employer Identification Number:611088522 North American Industry Classification Systems Code:236 Administrator: Number of Employees:10,000 and over 16.B.4.c Packet Pg. 707 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.c Packet Pg. 708 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) AECOM 1999 Avenue of the Stars Suite 2600 Los Angeles, CA 90067 www.aecom.com 213.593.8000 tel 213.593.8730 fax ASSISTANT SECRETARY’S CERTIFICATE AECOM a Delaware corporation I, Preston Hopson, DO HEREBY CERTIFY that I am the duly elected and acting Assistant Secretary of AECOM, a corporation organized under the laws of the State of Delaware (the “Corporation”), and the keeper of its records and corporate seal. I FURTHER CERTIFY that the Corporation’s full legal address is c/o The Corporation Trust Company, 1209 Orange Street, Wilmington, Delaware 19801-0000 and that the Corporation’s principal place of business is 1999 Avenue of the Stars, Suite 2600, Los Angeles, California 90067-6033. I FURTHER CERTIFY that The Earth Technology Corporation (USA), a corporation organized under the laws of the State of Delaware (“TETC (USA)”), is a direct wholly- owned subsidiary of the Corporation. I FURTHER CERTIFY that AECOM Technical Services, Inc., a corporation organized under the laws of California, is a direct wholly-owned subsidiary of TETC (USA), and an indirect wholly-owned subsidiary of the Corporation. [SIGNATURE PAGE FOLLOWS] 16.B.4.c Packet Pg. 709 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) IN WITNESS WHEREOF, I have subscribed my name this 11th day of February, 2016. __________________________ Preston Hopson Assistant Secretary 16.B.4.c Packet Pg. 710 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) EXHIBIT A COMPANY ORGANIZATION CHART 16.B.4.c Packet Pg. 711 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.c Packet Pg. 712 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.c Packet Pg. 713 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7386 Collier County AECOM AECOM Licenses and Certifications 16.B.4.c Packet Pg. 714 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7386 Collier County AECOM AECOM Licenses and Certifications CTQP certification printouts follow each resume. Business Tax Receipt 16.B.4.c Packet Pg. 715 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) CEI Services for Thomasson Drive Beautification Project Solicitation 18-7466 AECOM 21 AECOM 16000 Old 41 Road, Unit 211 Naples, FL 34110 Crystal Gorman, PE Associate Vice President / Project Management C +1-239-250-6680 Crystal.gorman@aecom.com Steve Nappi, PE Senior Project Engineer T +1-239-229-5853 Steve.nappi@aecom.com aecom.com 16.B.4.c Packet Pg. 716 Attachment: 18-7466 AECOM_Proposal (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.d Packet Pg. 717 Attachment: 18-7466 NORA (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc) 16.B.4.d Packet Pg. 718 Attachment: 18-7466 NORA (7615 : Authorize staff to negotiate a contract with AECOM Technical Services Inc)