Loading...
Agenda 04/28/2020 Item #16A23 (RPS #19-7639R - Gator Canal Bridge)04/28/2020 EXECUTIVE SUMMARY Recommendation to approve the selection committee’s ranking for Request for Professional Services (“RPS”) No. 19-7639R, “CEI Services for Gator Canal Bridge Replacement (Bridge Number 030160),” and authorize staff to begin contract negotiations with the top-ranked firm, Hardesty & Hanover Construction Services LLC. OBJECTIVE: To approve the selection committee’s ranking of RPS No. 19-7639R and authorize staff to negotiate an agreement to engage professional Construction Engineering and Inspection (“CEI”) services for the Gator Canal Bridge Replacement Project (bridge Number 030136). CONSIDERATIONS: The existing bridge foundations of the Gator Canal Bridge (the “bridge”) are a combination of concrete and timber piles generally of unknown depth. The bridge is experiencing exponential timber pile decay. The primary objective of this project is to replace the bridge as soon as possible, while limiting ancillary work to only what is necessary and/or required to replace the bridge, while providing safe roadway approaches according to applicable codes, guidelines, regulations and permitting agency requirements. On October 9, 2019, the Procurement Services Division released notices of RPS No. 19 -7639, CEI Services for Gator Canal Bridge Replacement (Bridge Number 030160). The County notified 18,157 firms, 101 firms viewed/downloaded the bid information, and staff received two proposals by the November 26, 2019 deadline. Staff cancelled the solicitation on December 11, 2019, due to only receiving two proposals. On December 20, 2019, the Procurement Services Division released notices of RPS No. 19-7639R, CEI Services for Gator Canal Bridge Replacement (Bridge Number 030160). The County notified 16,753 firms, 41 firms viewed/downloaded the bid information, and staff received three proposals by the January 10, 2020 deadline. All three proposers were found to be responsive and responsible. The selection committee met on February 4, 2020, and as described in step 1 of the solicitation documents, the committee scored each of the proposals and shortlisted the following top three firms to move on to step 2: Hardesty & Hanover Construction Services, LLC; AE Engineering, Inc. and PSA Constructors, Inc. d/b/a PSA Management, Inc. After being shortlisted, PSA Constructors, Inc. d/b/a PSA Management, Inc., withdrew from step 2 presentations. On February 14, 2020, the selection committee reconvened for the step 2 presentations and ranked the firms as follows: Respondents: Company Name City County State Final Ranking Responsive/Responsible Hardesty & Hanover Construction Services, LLC Port Charlotte Charlotte FL 1 Yes/Yes AE Engineering, Inc. Miami Lakes Miami- Dade FL 2 Yes/Yes PSA Constructors, Inc. d/b/a PSA Management, Inc. Orlando Orange FL Not Ranked Yes/Yes Staff requests the Board approve the above-short list of professional firms in ranked order. Staff is 16.A.23 Packet Pg. 633 04/28/2020 requesting authorization to begin negotiations with the top ranked firm, Hardesty & Hanover Construction Services, LLC. In the event an agreement cannot be reached with the top ranked firm, staff would continue negotiating with the remaining firms in ranked order until a proposed agreement can be brought back for Board consideration. FISCAL IMPACT: Approval of this item does not result in a direct fiscal impact; however, the source of funding for the future contract (subject to Board approval at a subsequent meeting) will be Gas Tax Fund (313), Project 66066. Approval of this item will not have an impact on operational and maintenance costs; however, the completed project can be expected to have the following operational and maintenance impacts: minimal to no maintenance costs are expected to be incurred within the first 5 to 7 years of service for the new bridge and roadway features, and will be absorbed into the regular maintenance schedule thereafter; and the new stormwater features will require minimal maintenance that will be absorbed into the regular maintenance schedule resulting in minimal cost impact. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this item. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the selection committee’s ranking for RPS No. 19-7639R, “CEI Services for Gator Canal Bridge Replacement (Bridge Number 030160),” and authorize staff to begin negotiating with the top ranked firm, Hardesty & Hanover Construction Services, LLC, and in the event that an agreement cannot be reached with that firm, to continue negotiating with the remaining firms in ranked order, so that a proposed agreement can be brought back for Board consideration at a subsequent meeting. Prepared By: Dennis F. McCoy, PE, Senior Project Manager, Transportation Engineering Division ATTACHMENT(S) 1. 19-7639R Final Ranking (PDF) 2. 19-7639R NORA.docx (PDF) 3. 19-7639R Solicitation (PDF) 4. [Linked] HH_Gator_Canal_19-7639R (PDF) 16.A.23 Packet Pg. 634 04/28/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.23 Doc ID: 11883 Item Summary: Recommendation to approve the selection committee’s ranking for Request for Professional Services (“RPS”) No. 19-7639R, “CEI Services for Gator Canal Bridge Replacement (Bridge Number 030160),” and authorize staff to begin contract negotiations with the top-ranked firm, Hardesty & Hanover Construction Services LLC. Meeting Date: 04/28/2020 Prepared by: Title: Project Manager – Transportation Engineering Name: Dennis McCoy 03/03/2020 4:37 PM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 03/03/2020 4:37 PM Approved By: Review: Growth Management Department Jeanne Marcella Level 1 Reviewer Completed 03/04/2020 8:09 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 03/04/2020 8:57 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 03/04/2020 10:41 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 03/06/2020 3:18 PM Growth Management Department Gene Shue Additional Reviewer Completed 03/06/2020 5:51 PM Transportation Engineering Jay Ahmad Additional Reviewer Completed 03/09/2020 7:57 AM Procurement Services Evelyn Colon Additional Reviewer Completed 03/09/2020 10:02 AM Transportation Engineering Dennis McCoy Additional Reviewer Skipped 03/09/2020 2:45 PM Procurement Services Sandra Herrera Additional Reviewer Completed 03/09/2020 2:57 PM Growth Management Department Dennis McCoy Deputy Department Head Review Skipped 03/03/2020 4:15 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 03/11/2020 8:44 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 03/12/2020 12:32 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 03/12/2020 12:41 PM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 03/17/2020 8:17 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/17/2020 9:37 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 03/17/2020 8:04 PM 16.A.23 Packet Pg. 635 04/28/2020 County Manager's Office Sean Callahan Level 4 County Manager Review Completed 04/19/2020 4:34 PM Board of County Commissioners MaryJo Brock Meeting Pending 04/28/2020 9:00 AM 16.A.23 Packet Pg. 636 Selection CommitteeFinal Ranking SheetRPS #: 19-7639RTitle: CEI Services for Gator Canal Bridge Replacement (Bridge No. 030160)Name of Firm Mario Puente John ContiGary PutaansuuSteve Ritter Michael Stone TotalSelection CommitteeFinal Rank Hardesty & Hanover Construction Services, LLC112116 1.0000AE Engineering, Inc.221229 2.0000Procurement Professional Sarah HamiltonStep 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 1DocuSign Envelope ID: 7FEC518A-D6DA-48EB-950D-802ECD50658A16.A.23.aPacket Pg. 637Attachment: 19-7639R Final Ranking (11883 : CEI Services for Gator Canal Bridge Replacement) Date: February 24, 2020 Notice of Recommended Award Solicitation: 19-7639R Title: CEI Services for Gator Canal Bridge Replacement (Bridge Number 030160) Due Date and Time: January 10, 2020 at 3:00 p.m. Respondents: Company Name City County State Final Ranking Responsive/Responsible Hardesty & Hanover Construction Services, LLC Port Charlotte Charlotte FL 1 Yes/Yes AE Engineering, Inc. Miami Lakes Miami-Dade FL 2 Yes/Yes PSA Constructors, Inc. d.b.a. PSA Management, Inc. Orlando Orange FL Not Ranked Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Vendor(s) For Award: On October 9, 2019, the Procurement Services Division released notices of Request for Professional Services 19-7639, CEI Services for Gator Canal Bridge Replacement (Bridge Number 030160). 18,157 firms were notified, 101 firms viewed/downloaded the bid information, and two (2) proposals were received by the due date of November 26, 2019. Staff cancelled the solicitation on December 11, 2019 due to only receiving 2 proposals. On December 20, 2019, the Procurement Services Division released notices of Request for Professional Services 19-7639R, CEI Services for Gator Canal Bridge Replacement (Bridge Number 030160). 16,753 firms were notified, 41 firms viewed/downloaded the bid information, and three (3) proposals were received by the due date of January 10, 2020. All three proposers were found to be responsive and responsible. The Selection Committee met on February 4, 2020, and as described in step 1 of the solicitation documents, the Committee scored each of the proposals and shortlisted the following top three firms to move on to step 2: Hardesty & Hanover Construction Services, LLC AE Engineering, Inc. PSA Constructors, Inc. d.b.a. PSA Management, Inc. After being shortlisted, PSA Constructors, Inc. d.b.a. PSA Management, Inc. withdrew from step 2 presentations. On February 19, 2020 the Selection Committee reconvened for step 2, presentations were given, and the Committee ranked the firms as follows: DocuSign Envelope ID: 7FEC518A-D6DA-48EB-950D-802ECD50658A 16.A.23.b Packet Pg. 638 Attachment: 19-7639R NORA.docx (11883 : CEI Services for Gator Canal Bridge Replacement) Hardesty & Hanover Construction Services, LLC ranked as 1 AE Engineering, Inc. ranked as 2 Staff is recommending negotiations with the top ranked firm, Hardesty & Hanover Construction Services, LLC. Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Herrera Date DocuSign Envelope ID: 7FEC518A-D6DA-48EB-950D-802ECD50658A 2/24/2020 16.A.23.b Packet Pg. 639 Attachment: 19-7639R NORA.docx (11883 : CEI Services for Gator Canal Bridge Replacement) 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 GATOR CANAL BRIDGE REPLACEMENT (Bridge Number 030160) RPS NO.: 19-7639R SARAH HAMILTON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Sarah.Hamilton@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.A.23.c Packet Pg. 640 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSIONAL SERVICES (RPS) NUMBER: 19-7639R PROJECT TITLE: CEI Services for Gator Canal Bridge Replacement (Bridge No. 030160) RPS OPENING DAY/DATE/TIME: January 10, 2020 at 3:00 P.M. 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 Transportation Engineering Division (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. The results of this solicitation may be used by other County departments once awarded according to the Board of County Commissioners Procurement Ordinance, as amended. Construction Engineering and Inspection (CEI) services have historically been added to the construction phase of transportation projects. The County typically performs CEI services with either in-house forces or by outsourcing. CEI work involves providing oversight for the County, ensuring that the contractor builds the project in reasonable conformity with the plans, specifications, and special provisions for the Construction Contract. The CEI firm is the liaison between the County and the Contractor to observe the Contractor's work to determine the progress and quality of the work. The CEI Consultant identifies discrepancies, reports significant discrepancies to the County, and directs the Contractor to correct such observed discrepancies. Historically, County departments have spent approximately 10% to 12% of the total construction contract for CEI services; however, this may not be indicative of future buying patterns. BACKGROUND CEI services are required for the replacement of the bridge over Gator Canal along Immokalee Rd. (Bridge No. 030160), as it has been deemed functionally obsolete. This bridge is over drainage canals, and some have a permanent pool year round. The services include, but are not limited to, administering the construction contract, providing inspections, monitoring, and material sampling and testing. In addition, the services shall include monitoring off-site activities and fabrication of structural elements, and performing underwater inspections for active bridge construction projects; monitoring and inspecting the Contractor's Work Zone Traffic Control Plan and reviewing modifications to the Work Zone Traffic Control Plan, in accordance with the Florida Department of Transportation (FDOT) procedures; and determining the acceptability of all materials and completed work items on the basis of either test results or by verification of a certification. TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award(s) is made, is intended to be for 780 days. The contract term will commence one month before the Contractor's Contract Notice to Proceed is issued and end one month after the Contractor's Contract is terminated. 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. 16.A.23.c Packet Pg. 641 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) 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 contract administration, inspection, and materials sampling and testing for the construction projects listed below. 2.0 SCOPE: Provide services as defined in this Scope of Services, the referenced Florida Department of Transportation (FDOT) manuals, and procedures. The project for which the services are required is: County Project IDs: 66066.13 Description: Gator Canal Bridge Replacement (Bridge No. 030160) 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, such as the Senior Project Engineer, and the Consultant’s Project Administrator shall be identical to the Division’s Project Manager and Construction Manager respectively and shall be interpreted as such. Services provided by the Consultant shall comply with FDOT’s manuals, procedures, and memorandums. Such FDOT manuals, procedures, and memorandums are found at the State Construction Office’s website. On a single Construction Contract, it is a conflict of interest for a professional firm to receive compensation from both the COUNTY and the Contractor either directly or indirectly. Other projects developing within the geographical area of Collier County may be added at the Division’s discretion. The Consultant must perform to the satisfaction of the Division’s representatives for consideration of additional CEI services. 3.0 LENGTH OF SERVICE: The services for each Construction Contract shall begin upon written notification to proceed by the Division. 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 Division 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 Division and Contractor to minimize rescheduling of Consultant activities due to construction delays or changes in scheduling of Contractor activities. For estimating purposes, the Consultant will be allowed an accumulation of thirty (30) calendar days to perform preliminary administrative services prior to the issuance of the Contractor's notice to proceed on the first project and thirty (30) calendar days to demobilize after final acceptance of the last Construction Contract. The anticipated letting schedules and construction times for the projects are tabulated below: Construction Contract Estimate Financial Project ID Letting Date (Mo/Day/Yr) Start Date (Mo/Day/Yr) Duration (Days) 66066.13 TBD TBD 780 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 16.A.23.c Packet Pg. 642 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) 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 Division employee assigned to manage the Construction Engineering and Inspection Contract and represent the Division during the performance of the services covered under this Agreement. E. Construction Training/Qualification Program (CTQP): The FDOT 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. CEI Project Administrator/Project Engineer: The employee assigned by the Consultant to be in charge of providing Construction Contract administration services for one or more Construction Projects. H. CEI 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. Procurement Contract Manager: The administrative Contract manager at the County’s Procurement Office. J. Division’s Construction Manager: The Division employee assigned to administer the Construction, and the Consultant Construction Engineering and Inspection (CCEI) Contracts in the Transportation Engineering Division. K. County’s Director of Transportation Engineering: The Director of Construction, Engineering, and Traffic Operations. L. County’s Procurement Director: The Director of the Procurement Services Division. M. County Manager: The Chief Executive Officer appointed by the Board of County Commissioners. N. Engineer of Record: The Engineer noted on the Construction plans as the responsible person for the design and preparation of the plans. O. Community Liaison Officer: The Growth Management Department’s employee assigned to manage the Public Information Issues. P. Project Manager: The Engineer or employee assigned by the County to administer Construction Contracts for the Division. 5.0 ITEMS TO BE FURNISHED BY THE DIVISION TO THE CONSULTANT: A. The Division, on an as needed basis, will furnish the following Construction Contract documents for each project. These documents may be provided in electronic format only. 1. Construction Plans, in Adobe PDF and reproducible in size 11” X 17” prints. 2. CADD Files will be provided upon request in Microstation format. 3. Specification Package, in Adobe PDF and reproducible in size 8.5” X 11” prints. The native file in Microsoft Word if requested. 4. Copy of the Executed Construction Contract, in Adobe PDF and reproducible in size 8.5” X 11” prints. 5. Utility Agency’s Agreements and Work schedules (if applicable). 6. Environmental Permits, in Adobe PDF. 6.0 ITEMS FURNISHED BY THE CONSULTANT: 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 FDOT’s website. Florida Division of Transportation Maps and Publication Sales 605 Suwannee Street, MS 12 Tallahassee, Florida 32399-0450 Telephone No. (850) 414-4050 http://www.fdot.gov/construction/ 16.A.23.c Packet Pg. 643 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) 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 (or tablet) running software needed for project scheduling, documentation and control (such as, SiteManager 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. (a) Communication Technology: All informational, contractual and other business required for this project will be tailored to the needs of the project and to facilitate communication. At times a paperless electronic system may be necessary such as emails, portals or web site, and at other times hard copies will be expected and accepted. Ownership and possession of computer equipment and related software, which is provided by the Consultant, shall always remain with the Consultant. The Consultant shall retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment should always be maintained and operational. Current technical specifications for office automation can be viewed at: http://www.fdot.gov/Construction/DesignBuild/ConsultantCEI/OfficeAutomation.shtm 6.3 Field Office: The County will require a satellite office for this project. The Consultant shall be reimbursed for allowed expenses associated with this satellite office. The office must have at a minimum the following 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 • Broadband internet access Consultant shall list this fixed monthly cost as a line item of the cost proposal titled “Field Office expenses,” and shall also be listed as such on invoices submitted to the County for payment. Field office expenses shall be in accordance with Exhibit B, Method of Compensation. 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. 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 always be maintained and in operational condition. 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 Division, 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, keep the Division’s Construction Project Manager in Responsible Charge informed of all significant activities, decisions, correspondence, reports, and other communications related to its responsibilities under this Agreement. 16.A.23.c Packet Pg. 644 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) 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. Inform the designated Division project personnel of any design defects, reported by the contractor or observed by the consultant. Submit all administrative items relating to Invoice Approval, Personnel Approval, User IDs, Time Extensions, 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 Division 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 Division representatives in conducting the reviews. If deficiencies are indicated, remedial action shall be implemented immediately. Division 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 Division 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 Division, 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 Division action or direction. Inform the designated Division project personnel 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. Inspectors are to be equipped with the tools such as (laser level, tape measure, slope level and any other tools) necessary for performing incidental engineering surveys on the project. Provide survey data in LandXML format. 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 shall have personnel qualified by the FDOT who can monitor off-site activities and fabrication unless otherwise stipulated by this Agreement. Perform underwater bridge construction inspections of bridges with permanently submerged structural members in compliance with CPAM Section 10.6, Underwater Bridge Construction Inspection. 16.A.23.c Packet Pg. 645 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) 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 procedures. 9.4 Sampling and Testing: Perform sampling and testing of component materials and completed work in accordance with the Construction Contract documents. 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 activities and perform the sampling and testing of materials and completed work items for verification and acceptance. The Consultant shall also perform inspection and sampling of materials and components at locations remote from the project site and testing of materials normally done in a laboratory remote from the project site. Determine the acceptability of all materials and completed work items based on either test results or verification of a certification, certified mill analysis, DOT label, DOT stamp, etc. The Division 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 Supplemental Terms and Conditions (Exhibit I) 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 samples to be tested to the appropriate laboratory that meets the FDOT standards. Input verification testing information and data into the Division’s database using written instructions provided by the Division. 9.5 Engineering Services: Coordinate the Construction Contract administration activities of all parties other than the Contractor involved in completing the construction project. Notwithstanding the above, the Consultant is not liable to the Division for failure of such parties to follow written direction issued by the Consultant. 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 a pre-service meeting for the Agreement within ten (10) business days after the notice-to-proceed. Provide appropriate staff to attend and participate in the pre-service meeting. At the time of this 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. (2) Prepare and submit to the Construction Project Manager for approval, within thirty (30) days after the pre- service meeting, a copy of the project specific Consultant Contract administration documents listed below (Adobe PDF file format is acceptable). In addition, the Consultant Contract administration documents, which shall be routinely used by the Consultant throughout the project, shall be in the format and content approved by the Construction Management Office. 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 (3) Schedule, attend 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 this meeting 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 the minutes to the appropriate parties. The meeting shall also be electronically recorded, and the Consultant shall maintain 16.A.23.c Packet Pg. 646 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) all tapes of the meeting for the duration of the contract. (4) 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 Division’s guidelines. (5) 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. (6) Analyze problems that arise on a project and proposals submitted by the Contractor; work to resolve such issues and process the necessary paperwork. (7) Monitor, inspect and document utility relocation self-performed by the contractor for conformance with Utility Agency’s Standards and the Utility Agency’s Approved Materials List. Document utility construction progress to be performed by Utility Agencies. Facilitate coordination and communication between Utility Agency’s representatives, Division’s staff and Contractors executing the work. Identify potential utility conflicts and assist in the resolution of utility issues including County and Privately-owned facilities. (8) 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 for the County to make timely payment to the Contractor. (9) Prepare and make presentations for meetings and hearings before the Board of County Commissioners, Dispute Review Boards, or any other necessary Stakeholder meetings in connection with the project covered by this Agreement. (10) Provide Community Outreach Services and be proactive in keeping the community aware of the status and traffic impacts of the referenced project. With approval from the Division’s designee, prepare and disseminate information to the public, elected officials and the media of any upcoming events, which will affect traffic flow. Produce and distribute all publications (letters, flyers, brochures and news releases) necessary for this contract. Prior to release, the Division’s designee will approve all responses, letters, news releases and the like. Provide timely, professional responses to project inquiries including emails, telephone calls, etc. Coordinate general public information meetings, open houses, community meetings as directed by the Division’s representatives. (11) Prepare and submit to the Construction Project Manager monthly, a Construction Status Report, in a format to be approved by the Division. (12) 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. (13) Provide a digital camera for photographic documentation of pre-construction state and of noteworthy incidents or events during construction. These photographs will be filed and maintained on the Consultant’s computer using a digital photo management system. 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 Substantial, Partial and Final Acceptance. Provide visual documentation of the Project through the periodic collection of a set of panoramic digital photographs at predetermined stations throughout the project. Photographic locations should be located at intervals such that the digital photographs collectively portray most of the visible surfaces on the Project. The digital photographs should be taken with a frequency designed to reveal changes in the progress of the Project, which can be compared to other project data including daily reports of construction and scheduling updates. Photographic data files comprising each digital photograph are to be supplied together with an HTML (web page) based access and display system for viewing the photographs. Original photographic data files are to be supplied for archival purposes and comprise photographic data identical in form and content to that produced by the digital camera used to capture the image. Working photographic data files are to be supplied for everyday reference purposes and comprise copies of each 16.A.23.c Packet Pg. 647 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) original photographic data file, which have been processed to a reduced pixel and color resolution (size and clarity) for distribution via CD ROM and the Internet. The access and display system should be comprised of a series of HTML files (web pages) which allow a user to view each photographic data file at random, and in a sequence which simulates the visual experience of a viewer moving through the actual Project from one photographic station to the next. The original photographic data files, working photographic data files and access and display system are to be distributed on CD ROM and portable hard disk media. The working photographic data files and the access and display system should also be maintained on a server accessible via the Internet. 10.0 PERSONNEL: 10.1 General Requirements: Provide prequalified/competent personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. Method of compensation for personnel assigned to this project is outlined in “Schedule B” of the Agreement. Unless otherwise agreed to by the Division, the Division will not compensate straight overtime or premium overtime for the positions of Senior Project Engineer, Project Administrator/Project Engineer, Contract Support Specialist and Assistant or Associate to any of these positions. 10.2 Personnel Qualifications: Provide competent personnel qualified by experience and education. Submit 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 Division. Staff that has been removed shall be replaced by the Consultant within one week of Division 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 Division and should occur as workload permits. Visit the training page on the FDOT 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 Division’s procedures, Specifications and Standard Plans will be obtained. The Division Construction Engineer or designee will have the final approval authority on such exceptions. CEI SENIOR PROJECT ENGINEER - A Civil Engineering degree and registered in the State of Florida as a Professional Engineer (or if registered in another state, the ability to obtain registration in the State of Florida within six months) and six (6) years of engineering experience [(two (2) years of which are in major road or bridge construction)] or [(five (5) of which are in major bridge construction) - for Complex Bridge Projects with the exception of PTS projects which require two (2) years of major bridge construction], or for non-degreed personnel the aforementioned registration and ten (10) years of engineering experience (two (2) years of which are in major road or bridge construction). Qualifications include the ability to communicate effectively in English (verbally and in writing); direct highly complex and specialized construction engineering administration and inspection program; plans and organizes the work of subordinate and staff members; develops and/or reviews policies, methods, practices, and procedures; and reviews programs for conformance with FDOT standards. Also, must have the following: QUALIFICATIONS: Attend the CTQP Quality Control Manager course and pass the examination. CERTIFICATIONS: FDOT Advanced MOT 16.A.23.c Packet Pg. 648 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) OTHER: Complete the Critical Structures Construction Issues, Self-Study Course, and submit the mandatory Certification of Course Completion form (for structures projects) A Master's Degree in Engineering may be substituted for one (1) year engineering experience. CEI PROJECT ADMINISTRATOR/PROJECT ENGINEER - A Civil Engineering degree plus two (2) years of engineering experience in construction of major road or bridge structures, or for non-degreed personnel eight (8) years of responsible and related engineering experience, two (2) years of which involved construction of major road or bridge structures with the exception of Complex Category 2 (CC2) bridge structures. As an exception, only one (1) year of PTS bridge experience will be required for registered project administrators and two (2) years of PTS bridge experience for non-registered project administrators. Post-tensioning experience is not required for precast prestressed concrete flat slab superstructures but successful completion of an FDOT accredited grouting and post-tensioning course is required. To be in primary control, a Project Administrator must have supervised two or more inspectors as well as two or more support staff (Office Manager, Resident Compliance Specialist, and Secretary) and must have been directly responsible for all CEI services assigned. Concrete Post-Tensioned Segmental Box Girder (CPTS) years of experience must have included a minimum of twelve (12) months experience in each of the following areas: (1) casting yard operations and related surveying; (2) segment erection and related surveying, post-tensioning (PT) of tendons and grouting of prestressing steel. Concrete Post-Tensioned Continuous Beam (CPTCB) years of experience must include monitoring of the following: girder erection, safe use of girder erection cranes, stabilization of girders after erection, false work for temporary girder support, and PT and grouting operations. Post-Tensioned Substructures (PTS) years of experience must include monitoring of the following: installation of PT ducts and related hardware and post-tensioning and grouting of strands or be the level of experience that meets the criteria for CPTS or CPTCB bridges. Movable Bridges (MB) years of experience must have been in MB mechanical and/or electrical construction. Receives general instructions regarding assignments and is expected to exercise initiative and independent judgment in the solution of work problems. Directs and assigns specific tasks to inspectors and assists in all phases of the construction project. Will be responsible for the progress and final estimates throughout the construction project duration. Must have the following: QUALIFICATIONS: CTQP Final Estimates Level II CERTIFICATIONS: FDOT Advanced MOT OTHER: Attend CTQP Quality Control Manager Course and pass the examination. Complete the Critical Structures Construction Issues, Self-Study Course, and submit the mandatory Certification of Course Completion form (for structures projects) A Master's Degree in Engineering may be substituted for one (1) year of engineering experience CEI ASSISTANT PROJECT ADMINISTRATOR/PROJECT ENGINEER – A Civil Engineering degree plus one (1) year of engineering experience in construction of major road or bridge structures, or for non-degreed personnel six (6) years of responsible and related engineering experience, two (2) years of which involved construction of major road or bridge structures with the exception of Complex Category 2 (CC2) bridge structures. QUALIFICATIONS: CTQP Final Estimates Level II 16.A.23.c Packet Pg. 649 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) CERTIFICATIONS: FDOT Intermediate MOT CEI CONTRACT SUPPORT SPECIALIST - A High School diploma or equivalent and four (4) years of road & bridge construction engineering inspection (CEI) experience having performed/assisted in project related duties (i.e., Materials Acceptance and Certification (MAC) System, progress and final estimates, EEO compliance, processing Construction Contract changes, etc.) or a Civil Engineering Degree. Should exercise independent judgment in planning work details and making technical decisions related to the office aspects of the project. Should be familiar with the FDOT’s Procedures covering the project related duties as stated above and be proficient in the computer programs necessary to perform these duties. Shall become proficient in Trimble Business Center - Heavy Construction Edition (HCE) or approved surface to surface comparison software and Engineering Menu. QUALIFICATIONS: CTQP Final Estimates Level II CEI ASSOCIATE CONTRACT SUPPORT SPECIALIST - High school graduate or equivalent plus three (3) years of secretarial and/or clerical experience including two (2) years of experience in construction office management having performed project related duties (i.e., Materials Acceptance and Certification (MAC) System, progress and final estimates, EEO compliance, processing Construction Contract changes, etc.). Experienced in the use of standard word processing software. Should exercise independent initiative to help relieve the supervisor of clerical detail. Assists the Project Administrator in office related duties (i.e., CQR, progress, and final estimates, EEO compliance, Processing Construction Contract changes, etc.). Project specific work under the general supervision of the Senior Project Engineer and staff. QUALIFICATIONS: CTQP Final Estimates Level I CEI SENIOR INSPECTOR/SENIOR ENGINEER INTERN – High school graduate or equivalent plus four (4) years of experience in construction inspection, two (2) years of which shall have been in bridge and/or roadway construction inspection with the exception of Complex Category 2 (CC2) bridge structures or a Civil Engineering degree and one (1) year of road & bridge CEI experience with the ability to earn additional required qualifications within one year. (Note: Senior Engineer Intern classification requires one (1) year experience as an Engineer Intern.) To be in primary control, a Senior Inspector must have supervised two or more inspectors and must have been directly responsible for all inspection requirements related to the construction operations assigned. CPTS years of experience must have included a minimum of twelve (12) months of inspection experience in one or both of the following depending on which area the inspector is being approved for: (1) casting yard inspection; (2) erection inspection. In addition, two (2) years of geometry-control surveying experience is required for inspectors that perform or monitor geometry control surveying in a casting yard. CPTCB years of experience must include monitoring and inspection of the following: girder erection, safe use of girder erection cranes, girder stabilization after erection, false work for temporary girder support, and PT and grouting operations. PTS years of experience must include monitoring of the following: installation of PT ducts and related hardware and post-tensioning and grouting of strands or be the level of experience that meets the criteria for CPTS or CPTCB bridges. MB years of experience must have included the inspection of MB mechanical components for machinery inspectors and MB electrical components/systems for electrical inspectors. Must have the following as required by the scope of work for the project: QUALIFICATIONS: CTQP Concrete Field Technician Level I CTQP Concrete Field Inspector Level II (Bridges) CTQP Asphalt Roadway Level I CTQP Asphalt Roadway Level II 16.A.23.c Packet Pg. 650 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) CTQP Earthwork Construction Inspection Level I CTQP Earthwork Construction Inspection Level II CTQP Pile Driving Inspection CTQP Drilled Shaft Inspection (required for inspection of all drilled shafts including miscellaneous structures such as sign structures, lighting structures, and traffic signal structures) CTQP Grouting Technician Level I CTQP Post-Tensioning Technician Level I IMSA Traffic Signal Inspector Level I CTQP Final Estimates Level I CERTIFICATIONS: FDOT Intermediate MOT Nuclear Radiation Safety IMSA Traffic Signal Inspector Level I OTHER: Complete the Critical Structures Construction Issues, Self-Study Course, and submit the mandatory Certification of Course Completion form (for structures projects) Responsible for performing highly complex technical assignments in field surveying and construction layout, making, and checking engineering computations, inspecting construction work, and conducting field tests and is responsible for coordinating and managing the lower level inspectors. Work is performed under the general supervision of the Project Administrator. CEI INSPECTOR/ENGINEER INTERN - High school graduate or equivalent plus two (2) years of experience in construction inspection, one (1) year of which shall have been in bridge and/or roadway construction inspection, or an Engineer Intern with a Civil Engineering degree (requires certificate) having the ability to earn the required qualifications and certifications within one year, plus demonstrated knowledge in the following: Must have the following as required by the scope of work of the project: QUALIFICATIONS: CTQP Concrete Field Inspector Level I CTQP Asphalt Roadway Level I CTQP Earthwork Construction Inspection Level I CTQP Pile Driving Inspection CTQP Drilled Shaft Inspection (required for inspection of all drilled shafts including miscellaneous structures such as sign structures, lighting structures, and traffic signal structures) IMSA Traffic Signal Inspector Level I CTQP Final Estimates Level I CERTIFICATIONS: FDOT Intermediate MOT Nuclear Radiation Safety IMSA Traffic Signal Inspector Level I Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors OTHER: Complete the Critical Structures Construction Issues, Self-Study Course, and submit the mandatory Certification 16.A.23.c Packet Pg. 651 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) of Course Completion form (for structures projects) Responsible for performing assignments in assisting Senior Inspector in the performance of their duties. Receive general supervision from the Senior Inspector who reviews work while in progress. CEI ASPHALT PLANT INSPECTOR- High School Graduate or equivalent plus one (1) years’ experience in the surveillance and inspection of hot mix asphalt plant operations or 80 hours working under an approved and qualified asphalt plant inspector at the asphalt plant and have the following: QUALIFICATIONS: CTQP Asphalt Plant Level I CTQP Asphalt Plant Level II CEI INSPECTORS AIDE - High School graduate or equivalent and able to perform basic mathematical calculation and follow simple technical instructions. Duties are to assist higher-level inspectors. Must obtain FDOT Intermediate MOT within the first six months of the assignment. CEI SURVEY PARTY CHIEF - High School graduate plus four years of experience in construction surveying (including two (2) years as Party Chief). Experienced in field engineering and construction layout, making and checking survey computations and supervising a survey party. Work is performed under general supervision of Project Administrator. CEI INSTRUMENT PERSON - High school graduate plus three (3) years of experience in construction surveying one (1) year of which shall have been as instrument-man. Responsible for performing assignments in assisting Party Chief in the performance of their duties. Receives general supervision from Party Chief who reviews work while in progress. CEI ROD-PERSON/CHAIN PERSON - High school graduate with some survey experience or training preferred. Receives supervision from and assists Party Chief who reviews work while in progress. CEI SECRETARY/CLERK TYPIST- High school graduate or equivalent plus two (2) years of secretarial and/or clerical experience. Ability to type at a rate of 35 correct words per minute. Experienced in the use of standard word processing software. Should exercise independent initiative to help relieve the supervisor of clerical detail. Work under general supervision of the Senior Project Engineer and staff. 10.3 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 Division 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. If 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 Division approves the Consultant QA Plan. 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: 16.A.23.c Packet Pg. 652 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) 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 FDOT procedures. 11.2 Quality Assurance Reviews: Conduct semi-annual Quality Assurance Reviews to ensure compliance with the requirements of the Agreement. Quality Assurance Reviews shall be conducted to evaluate the adequacy of materials, processes, documentation, procedures, training, guidance, and staffing included in the execution of this Agreement. Quality Assurance Reviews shall also be developed and performed to achieve compliance with specific QA provisions contained in this Agreement. The semi-annual reviews shall be submitted to the Construction Project Manager in written form no later than one (1) month after the review. For this project, the CCEI shall perform an initial QA review within the first two (2) months of the start of construction. The CCEI shall perform an initial QA review on its asphalt inspection staff after the Contractor has completed ten (10) full work days of mainline asphalt paving operations, or 25% of the asphalt pay item amount (whichever is less) to validate that all sampling, testing, inspection, and documentation are occurring as required of the CCEI staff. 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 Division, 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 CPAM. Submit the Final Estimate(s) and one (1) set of final “as-built plans” documenting the Contractor’s work in accordance with CPAM. Revisions to the Certified Final Estimate will be made at no additional cost to the County. 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 CPAM. 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. 16.A.23.c Packet Pg. 653 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) 13.0 AGREEMENT MANAGEMENT: 13.1 General: (1) 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 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. (2) 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 Division 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 Division. (3) The Consultant is responsible for performing follow-up activities to determine the status of each Amendment Request submitted to the Division. 14.0 OTHER SERVICES: Upon written authorization by the Construction Project Manager or designee, 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 Division to supplement the Consultant services under this Agreement. A. Assist in preparing for arbitration hearings or litigation that occurs during the Agreement time in connection with the construction project covered by this Agreement. B. Provide qualified engineering witnesses and exhibits for arbitration hearings or litigation in connection with the Agreement. C. Provide inspection services in addition to those provided for in this Agreement. D. Provide services determined necessary for the successful completion and closure of the Construction Contract. 15.0 POST CONSTRUCTION CLAIMS REVIEW: In the event the Contractor submits a claim for additional compensation and/or time after the Consultant has completed this Agreement, analyze the claim, engage in negotiations leading to settlement of the claim, and prepare and process the required documentation to close out the claim. Compensation for such services will be negotiated and effected through a Supplemental Amendment to this Agreement. 16.0 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. 17.0 THIRD PARTY BENEFICIARY: It is specifically agreed between the parties executing this Agreement that it is not intended by any of the provisions of any part of the Agreement to create in the public or any member thereof, a third party beneficiary hereunder, or to authorize anyone not a party to this Agreement to maintain a claim, cause of action, lien or any other damages or any relief of any kind pursuant to the terms or provisions of this Agreement. 18.0 DIVISION AUTHORITY: The Division 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 9.1 herein. 16.A.23.c Packet Pg. 654 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) RESPONSE FORMAT AND SCORING 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 on similar jobs 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 items as the necessary action is completed (please see attached Form 2: Vendor Check List) *** 16.A.23.c Packet Pg. 655 Attachment: 19-7639R Solicitation (11883 : CEI Services for Gator Canal Bridge Replacement) Submitted by: January 2020 CEI Services for Gator Canal Bridge Replacement (Bridge No. 030160) Solicitation 19-7639R 950 Tamiami Trail • Unit 104 • Port Charlotte, FL 33953 T: 941.979.5476 • E: fl@hardestyhanover.com www.hardestyhanover.com i January 10, 2019 Sarah Hamilton Purchasing Strategist Collier County Procurement Services 3295 Tamiami Trail East Naples, FL 34112 Re: CEI Services for Gator Canal Bridge Replacement (Bridge No. 030160) (Solicitation No. 19-7639R) Dear Ms. Hamilton and Selection Committee, The Hardesty & Hanover (H&H) team has anxiously awaited the advertisement of the Gator Canal Bridge Replacement Project. We have met with Collier County Design and Construction staff, performed thorough plan reviews of the 60%, 90%, and signed and sealed drawing submittals as well as visited the project site multiple times to evaluate constructability concerns. H&H is a renowned engineering firm with more than 130 years of experience delivering comprehensive solutions to some of the most unique engineering challenges throughout the world. We employ nearly 400 professionals in 23 offices, including a field office in Immokalee, at the corner of Lake Trafford Road and SR 29. With our experience, staffing, and offices, H&H offers the resources of a large firm with the responsiveness of a small one. Our team is led by two local professionals who have a successful work history with Collier County on recent assignments. Steve Nappi, PE, will serve as the Senior Project Engineer (SPE) on this contract. Steve has extensive past bridge experience serving numerous clients and most recently completed two Collier County Bridge projects. His bridge construction experience, successful working relationship with the County and attentiveness to client satisfaction makes him an ideal candidate for the SPE position on this contract. Using his strong managerial skills, we are confident Steve will administer this CEI contract in accordance with the original budget and will work to ensure the delivery of a quality project while meeting time and budget goals. Matt Thomas, PE, who resides in nearby Ave Maria, will serve as the Project Engineer. Matt spent the previous four years working in the Collier County Transportation Division. This in-house experience afforded him the opportunity to gain valuable insight and a thorough understanding of County project management procedures. Matt will bring this knowledge to this assignment which will ensure no learning curve and minimal involvement required from County personnel. This will also relieve the workload of County employees, which we understand to be high at this time. Matt’s past experience as both CEI inspector and County Project Manager, his proximity to the project, and his successful recent completion of three County bridge replacement projects make him perfectly suited for this role. The inspection team will be led by Senior Inspector Elvido (Junior) Tiburcio who has worked on multiple projects in Collier County for the last six years. This experience provides Junior with the knowledge and understanding of county standards and has allowed for a solid working relationship with Collier County employees. The project also afforded Junior the opportunity to work with many divisions in Collier County from Transportation to Traffic Operations. Junior will be supplemented as needed by H&H Inspectors Matt Kalamon, EI, Paul Neptune, and Lucas Benitez. Steve and Matt’s great working relationship on the Vanderbilt Drive bridge replacements and White Boulevard over Cypress Canal bridge replacement project have allowed them to build a team synergy that is unmatched. Adding to the history of our team members working together, Junior worked with Matt on the Collier Boulevard and US 41 Intersection Improvement project, which was a joint participation agreement (JPA) with FDOT and Collier County. This experience and past successful working relationships with Junior coupled with our depth of additional local H&H inspectors adds to the cohesion of our team. H&H will take a proactive partnering approach in managing this contract, which will ensure positive working relationships with the Contractor, identification of issues before they affect the work progress or quality, and allow adherence to the schedule. Our proactive approach to the Gator Canal Bridge project has been highlighted in our plan review findings section and our partnering as evidenced by on-going personal relationships with Contractors after projects are complete. We look forward to being shortlisted so we can elaborate on our team members’ abilities, the plan review findings, and how we plan to minimize change orders during construction. Should you have any questions, please contact Steve by telephone at 239-229-5853 or email at snappi@hardestyhanover.com. Thank you in advance for your consideration. Sincerely, Hardesty & Hanover Brendan O’Shea, PE Principal-in-Charge ii GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Table of Contents Section 1: Ability of Professional Personnel.....................................................................................................1-1 Section 2: Certified Minority Business Enterprise ..........................................................................................2-1 Section 3 Past Performance ..................................................................................................................................3-1 Section 4 Project Approach, Willingness to Meet Time and Budget Requirements ........................4-1 Section 5: Location ...................................................................................................................................................5-1 Section 6: Recent, Current, and Projected Workloads of the Firm ...........................................................6-1 Section 7: Required Forms CEI SERVICES FOR GATOR CANAL BRIDGE REPLACEMENT (BRIDGE NO. 030160) SOLICITATION 19-7639R Section 1: Ability of Professional Personnel Section 1: Ability of Professional Personnel 1-1 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R  Ability of Professional Personnel Overview of Resources Hardesty & Hanover (H&H) is a renowned engineering firm with more than 130 years of experience delivering comprehensive solutions to some of the most unique engineering challenges throughout the world. We employ nearly 400 professionals in 23 offices, including a field office in Immokalee, at the corner of Lake Trafford Road and SR 29. With our experience, staffing, and offices, H&H offers the resources of a large firm with the responsiveness of a small one. We are happy to report record high rankings in the 2019 Engineering News Record (ENR) placing 8th in bridges and 40th in transportation. We are prequalified in 25 work types with the Florida Department of Transportation (FDOT), including 10.1, 10.3, and 10.4 which are relevant for this contract. Our professionals have extensive current and/or recent contract experience with a number of agencies, including assignments generating a total of more than $500 million in construction value. In addition to our CEI group, we have an impressive design group working out of H&H’s Tampa and Ft. Lauderdale offices. Our design team is available to assist in any design- related issue in a moment’s notice and can be utilized prior to involving the engineer of record (EOR) at no cost to the County. Ability of the Team The H&H team was carefully selected for the Gator Canal Bridge Replacement project. We focused on the experience of our staff, ensuring similar type, size, and complexity of projects. We understand the County is giving preference to teams with knowledge and experience of local construction and regulatory conditions, as well as demonstrating a strong commitment to team collaboration. Additionally, preference will also be given to teams (both individuals within the teams and companies making up the team) that have worked together on successful delivery of similar projects. With this in mind, we formed a team of local professionals possessing both experience in similar projects in Southwest Florida and a history of working together. Our team will be led by two professional engineers who have worked closely together on multiple Collier County projects for the past three years. Steve Nappi, PE, will be in the lead role as Senior Project Engineer (SPE), responsible for the overall performance of the team assigned to this contract and ensuring the successful delivery of a quality bridge to Collier County. Matthew Thomas, PE, will serve as the Project Engineer (PE) responsible for oversight of the inspection staff and subconsultants, and managing the project on a daily basis. The inspection team will be led by Senior Inspector Elvido (Junior) Tiburcio who has worked on multiple projects in Collier County for the last six years. Junior will be supplemented as needed by H&H Inspectors Mateusz (Matt) Kalamon, EI; Paul Neptune; and Lucas Benitez. Steve and Matt’s recent experience on the Vanderbilt Drive Bridges and White Boulevard over Cypress Canal bridge replacement for Collier County has given them a unique perspective and understanding of County procedures. Steve’s role as the SPE on these recent projects and Matt’s role as the Collier County Project Manager gives our team an advantage over the competition and offers the County significant value for this contract. Their experience will allow for minimal involvement from County staff as our team will hit the ground running with no learning curve. Adding to the history of our team members working together, Junior worked with Matt on the Collier Blvd and US 41 Intersection Improvement project, which was a joint participation agreement (JPA) with FDOT and Collier County. Junior gained a vast knowledge and understanding of county standards and created a solid working relationship with Collier County employees under this assignment. The project afforded Junior the ability to work with many divisions in Collier County from Transportation to Traffic Operations. Why H&H  Two Professional Engineers certified in Pile Driving, advanced MOT, scheduled to attend CTCI Level II, and Qualified FDOT Lead Bridge Inspectors through NHI  Matt resides in Ave Maria, which is located four miles from the Gator Canal Bridge.  Extensive Southwest Florida bridge construction experience  Direct history working with and for Collier County  Intimate knowledge of County’s procedures, including acceptance procedures, monthly and final invoice submittals, permit closeout documentation, and change orders. 1-2 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R In addition to their recent similar Collier County project experience, Steve, Matt, and Junior have an impressive resume of projects completed in Southwest Florida that is detailed below. Steve is H&H’s Florida Regional Manager of Construction Services. He has served clients on Southwest Florida projects for the past 14 years and has served in roles as FDOT Project Administrator/Project Manager and CEI PE/SPE on ten bridge contracts. His most notable bridges are the Boca Grande Swing Span for the Gasparilla Island Bridge Authority (GIBA), Matlacha Bascule Bridge for Lee County, and the Marco Island Bridge for FDOT District 1. These signature bridge projects highlight his ability to deliver the most complex structures. Steve’s experience with the County and impressive resume of road and bridge projects managed for the state and local municipalities exclusively in Southwest Florida makes him an ideal candidate for SPE on this contract. Boca Grande Bridge Marco Island Bridge Matlacha Bascule Bridge With seven years of CEI project experience, Matt will serve as the PE assigned to this contract. He has managed several projects in Southwest Florida including the Vanderbilt Drive Bridge Replacements Project, White Boulevard over Cypress Canal Bridge Replacement, and Collier Boulevard and Immokalee Road Intersection Improvement project. These projects required the replacement of five bridges. Matt’s intimate knowledge of on-site field work makes him perfectly suited to serve as the PE. He has a wealth of knowledge and extensive experience running projects for both Collier County and FDOT. This proves invaluable as Collier County uses FDOT specifications for construction projects. With his solid understanding of FDOT specifications and project management, he has the ability to successfully deliver any project assigned. Additionally, working both as a consultant to FDOT and Project Manager for Collier County, Matt has a unique view and understanding of how to deliver quality work while meeting the owner’s needs. Matt has worked closely with staff from several Divisions within Collier County, including Traffic Operations, Road Maintenance, Transportation, and Public Utilities. Our team is certified in Advance Maintenance of Traffic (MOT) and Matt has worked closely with Connie Dean, the County Liaison, in the past to ensure Road Alerts are up to date and accurate for Collier County residents. Junior has been working in the CEI industry in South Florida for the last 12 years. He has served as a Senior Inspector on multiple projects in Collier County including the US 41 and Collier Boulevard Intersection Improvement Project and the Collier Boulevard from Davis Boulevard to Golden Gate Canal Project. These projects required road widening, drainage installation, underground utilities and temporary traffic control plans with several phases. Junior was responsible for monitoring contractors’ daily operations, verifying field work was in accordance with contract documents, and recording accurate quantities for payment on monthly estimates. Through these tasks he worked closely with Collier County Transportation Construction Manager Steve Ritter, prioritizing needs to meet county expectations. These projects required Junior to work closely with Traffic Operations for signal work and Road Maintenance for final completion punch list walk throughs. Matt possesses intimate construction knowledge and has worked closely with Collier County Transportation staff for four years Junior is local, Advanced MOT-certified, and has worked with Collier County staff on previous assignments. 1-3 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Having worked closely with Transportation staff in the past, our team has extensive knowledge and experience with Collier County’s procedures ranging from invoicing and pay estimates to project closeout documentation. Steve and Matt know what is required from Purchasing for CEI staff and have performed several status reports that are attached with monthly invoices. They also processed several change orders for the County and possess the technical expertise to prepare and process them should they be required for this contract. H&H previously created material tracking spreadsheets saved on share drives to accurately organize sampling and testing of material used on the project. This is significant since the County does not use the FDOT Materials Acceptance Certification (MAC) program. This form of organization helps the CEI, contractor, and County all be aware and up to date with what recent materials have been used in the field and the disposition of their acceptance. Our team’s experience administering contracts in southwest Florida, specifically for Collier County, gives us the knowledge to successfully perform the duties required under this contract. In addition, their previous experience working together on Collier County Contracts has allowed them to build a team synergy that is unmatched. Utilization of Subconsultants The following subconsultants have been added to our team to provide as needed services required under this contract:  Ardaman & Associates will provide materials testing  Bolt Underwater will provide underwater bridge inspections per CPAM chapter 10.6 as required by the RFS  Hyatt Survey will provide surveying services on an as needed basis. Qualifications The qualifications of proposed staffing clearly show our team’s ability to address all facets of construction required under this project. It is important to note that our staff possess certifications above what is required by the contract. Specifically, Steve and Matt both being certified in pile driving is value added as they can assist with pile driving activities without necessitating additional inspectors. Additionally, Steve and Matt have attended and successfully completed the National Highway Institute’s (NHI) Safety Inspection of In-Service Bridges for Professional Engineer’s. This knowledge provides our staff the unique ability to look ahead for potential issues that may affect the life expectancy of the bridge. Our staff will also be able to assist the contractor with their responsibility to monitor the existing structure during construction. Employee Title Professional EngineerEngineering DegreeNHI Safety Inspect In-Service BridgeAdvanced MOTIntermediate MOTStormwater Pollution PreventionAsphalt Plant Level 1Asphalt Plant Level 2Asphalt Paving Level 1Asphalt Paving Level 2Concrete Field Inspector Spec.Concrete Field Technician Level 1Concrete Field Inspector Level 2Earthwork Level 1Earthwork Level 2Drilled Shaft InspectionPile Driving InspectionQC ManagerFinal Estimates Level 1Final Estimates Level 2Critical Structures Self StudyNuclear Gauge SafetyMSE WallAugercast PileSteve Nappi, PE Senior Project Engineer l l l l l P l l l l l l l l Matt Thomas, PE Project Engineer l l l l l l l l P l l l l l l l l l Junior Tiburcio Sr. Inspector l l l l l l l l l l l l l l Matt Kalamon, EI Inspector l l l l l l l l l l Paul Neptune Inspector P P l P P l l 1-4 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Organizational Chart Steve Nappi, PE Senior Project Engineer Matthew Thomas, PE Project Engineer Brendan O’Shea, PE Principal-in-Charge Additional Support Materials Testing Ardaman & Associates, Inc. Underwater Services Bolt Underwater Services, Inc. (DBE) Surveying Hyatt Survey Services, Inc. (DBE) Junior Tiburcio Senior Inspector Mateusz (Matt) Kalaman, EI Lucas Benitez Paul Neptune Inspectors STEVEN NAPPI, PE CEI SENIOR PROJECT ENGINEER Summary Biography Steven 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. Project Experience WHITE BOULEVARD OVER CYPRESS CANAL BRIDGE REPLACEMENT | NAPLES, FL COLLIER COUNTY DOT Senior Project Engineer for this project that required the replacement of the structurally obsolete bridge #034020 and the resurfacing/reconstructing of the roadway approaches. The new bridge was founded on 18-inch square piles with CIP caps and a 1’- 6” CIP deck. The new bridge was wider than the original 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 were required which include moving overhead electric/communication lines and the replacement of a Collier County raw water main which accounts for 65% of the County’s customers. This project also included extensive drainage. Collier County Reference: Steve Ritter, Roadway Construction Manager; (239) 253-1154. 11/2016-1/2019 VANDERBILT DRIVE BRIDGE REPLACEMENTS | BONITA SPRINGS, FL COLLIER COUNTY DOT Senior Project Engineer on this project that required 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 was replaced with a double barrel 12’X8’ box culvert while the three-span bridge over Little Horse Pass was 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 was used to raise the existing roadway approximately 7 feet. This project also included the reconstruction of a 10-foot shared path, deconstruction and removal of a pedestrian bridge, and extensive utility relocations. Collier County Reference: Steve Ritter, Roadway Construction Manager; (239) 253-1154. 10/2016-6/2018 BOCA GRANDE CAUSEWAY SWING BRIDGE REPLACEMENT | PLACIDA, FL GASPARILLA ISLAND BRIDGE AUTHORITY (GIBA) Swing Span Consulting Engineer 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. 7/2016-Present BOCA GRANDE CAUSEWAY SWING BRIDGE REPLACEMENT | PLACIDA, FL GASPARILLA ISLAND BRIDGE AUTHORITY (GIBA) Swing Span Project Engineer on this project which required the replacement of a structurally deficient swing span bridge located on the Boca Grande Causeway. The total OFFICE LOCATION Port Charlotte REGISTRATIONS Professional Engineer:  FL (2010) 72412 EDUCATION B.S. Engineering; Minor-Structural Engineering and Mathematics, 2005, Roger Williams University, Rhode Island YEARS OF EXPERIENCE Years with H&H ..................................... 1 Total Years ............................................ 14 TRAINING/CERTIFICATIONS TIN #: N10079383  All FDOT Self Studies  FDOT Construction Academy 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  Nuclear Density Gauge Safety Training  FDEP/Stormwater Management Inspector (SWPPP) #17903  Critical Structures Construction Issues SSC  NHI Safety Inspection of In-Service Bridges STEVEN NAPPI, PE CEI SENIOR PROJECT ENGINEER 2 | Page 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 a fender system, bridge tender house, and 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 construction, and a total of 0.24 miles of roadway construction. GIBA Reference: Kathy Verrico, Executive Director; (941) 697-2271, ext. 2. 11/2013-7/2016 CR 78 (PINE ISLAND ROAD) MATLACHA BASCULE BRIDGE REPLACEMENT | MATLACHA, FL LEE COUNTY DOT Project Engineer for this 675-foot-long, $17.3 million bascule bridge replacement project which included reconfiguration of the roadway approaches, new bulkhead seawalls, and storm drainage collection and treatment system. The project consisted of constructing a new single-leaf bascule bridge with multiple maintenance of traffic phases to maintain traffic on the existing adjacent bascule bridge. The new bridge is constructed of pre-cast prestressed pile foundations, micro-silica mass reinforced concrete substructure and pre-cast prestressed transversely post-tensioned superstructure deck slabs with a 5.5-inch reinforced concrete topping. The movable portion of the bridge consists of an 87.5-foot-long fracture critical steel plate main girder span rotated on trunnion bearings by twin hydraulic cylinders, each connected to the bottom plate of the span’s trunnion girders. The movable bridge deck consists of both open and filled sections using lightweight concrete, along with steel traffic railings with above deck span locks. Lee County DOT Reference: Randy Cerchie, Deputy Director; (239) 533-8573. 3/2012-11/2013 SR 45 (US 41) FROM SAN CARLOS BOULEVARD TO CORKSCREW ROAD WIDENING (FPID: 195765-1-52-01) | LEE COUNTY, FL FLORIDA DOT DISTRICT 1 Project Manager for this $14 million 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 new mast arms were installed. FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800. 1/2011-3/2012 SR 951 JOLLEY BRIDGE (FPID: 195410-1-52-01) | COLLIER COUNTY, FL FLORIDA DOT DISTRICT 1 Project Manager for this $25 million design-build project requiring 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 drainage, utility relocations, the construction of a fender system which tied into the existing, demolition of fishing piers and installation of MSE walls. FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800. 9/2009-9/2011 CAPE HAZE DRIVE BRIDGE REPLACEMENT (FPID: 426725-1-52-01) | CHARLOTTE COUNTY, FL FLORIDA DOT DISTRICT 1 Project Manager for the demolition of an existing two-lane bridge and replacing with a three-sided precast structure complete with shoulders and sidewalks. Utility relocations and concrete sheet pile bulkheads were also required under this contract. FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800. 11/2009-5/2010 CR 901 COCOHATCHEE RIVER BRIDGE AT VANDERBILT DRIVE (FPID: 408440-1-52-01) | COLLIER COUNTY, FL FLORIDA DOT DISTRICT 1 Project Manager for 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. New roadway approaches, MSE walls, and drainage were also required under the contract. FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800. 4/2009-11/2010 STEVEN NAPPI, PE CEI SENIOR PROJECT ENGINEER 3 | Page KELLY ROBERTS ROAD AT BRIDGE #064043 (FPID: 408441-1-52-01) | HARDEE COUNTY, FL FLORIDA DOT DISTRICT 1 Project Administrator/Contract Support Specialist for the demolition of an existing one lane timber bridge and replaced it with a concrete bridge complete with two 11-foot lanes and 6-foot shoulders. The bridge was supported on concrete piles and received a 21-inch cast in place concrete deck. Drainage and roadwork were also completed under this contract. FDOT Reference: Albert Rosenstein, PE, FDOT Sarasota Operations Center Engineer; (941) 359-7300. 1/2007-11/2007 JENKINS & CHARLAND INC. | SARASOTA, FL Structural Designer. Mr. Nappi was responsible for the structural analysis and design of the following projects: Shoppes at Toledo Price, multiple model homes for US Homes/Lennar Homes, multiple residential home fixes for errors due to construction, and the Bradenton Country Club pavilion. He assisted Senior Engineers in the analysis and design of post tensioned concrete slabs, reinforced concrete slabs, roof systems, concrete and steel beams/columns, bolted connections, foundations and reinforced masonry walls. Mr. Nappi also performed threshold inspections and reviewed and approved shop drawings. Reference: Karl Hees, PE, Engineering Manager; (941) 387-5266. 9/2005-3/2007 CHRONOLOGY  01/19 – Present: Hardesty & Hanover, Tampa, Florida  03/12 – 01/19: AECOM, Tampa, Florida  10/07 - 03/12: FDOT Ft. Myers Operations, Cape Coral, Florida  03/07 - 10/07: FDOT Sarasota Operations, Sarasota, Florida  09/05 - 03/07: Jenkins & Charland, Inc., Sarasota, Florida MATTHEW THOMAS, PE CEI PROJECT ENGINEER Summary Biography Matthew Thomas has extensive experience in managing, administering and inspecting road and bridge construction projects for cities, counties and the Florida Department of Transportation (FDOT). He has successfully performed his past responsibilities as a CEI Inspector/Contract Support Specialist and most recently served as a Project Manager for Collier County Transportation. Matt’s knowledge, work ethic, and experience serving multiple roles within the CEI industry has prepared him for any assignment. Project Experience WHITE BOULEVARD OVER CYPRESS CANAL BRIDGE REPLACEMENT | NAPLES, FL COLLIER COUNTY DOT 11/2016 – 1/2019 Project Manager for the replacement of a structurally obsolete bridge (#034020) and roadway resurfacing/reconstructing for approaches. The new bridge was founded on 18- inch square piles with concrete cast-in-place (CIP) caps and a one-foot six-inch CIP deck. The new wider bridge accommodates 12-foot travel lanes, 5.5-foot shoulders, and 6.5-foot sidewalks. Limited right-of-way necessitated the purchase of temporary and permanent easements so a temporary bridge could be installed allowing traffic to avoid the work area. Significant utility relocations were required which included moving overhead electric/communication lines and replacing a Collier County raw water main which accounts for 65% of the County’s customers. This project also included extensive drainage. Matt was responsible for oversight of all construction and administrative aspects which included reviewing contract documents, attending meetings, reviewing progress pay estimates, change orders and the final estimates package, approving CEI monthly invoicing, reviewing shop drawings, updating submittal logs, reviewing the final as-builts, monitoring field activities, and reviewing daily construction reports. Collier County Reference: Steve Ritter, Roadway Construction Manager, (239) 253-1154. VANDERBILT DRIVE BRIDGE REPLACEMENTS | NAPLES, FL COLLIER COUNTY DOT 10/2016 – 6/2018 Project Manager for 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 nridge (#030178) to the south end of bridge (#034176) over the Cocohatchee River. The existing bridge culvert was replaced with a double barrel 12-foot by 8-foot box culvert while the three-span bridge over Little Horse Pass was replaced with a single span founded on 24-inch pile end bents. The superstructure also included 36-inch Florida-I Beams with an eight-inch CIP concrete deck, CIP traffic barriers, and pedestrian parapet walls. A concrete sheet pile wall was used to raise the existing roadway approximately seven feet. The concrete wall was installed by means of jetting per FDOT Specifications. This project also included the reconstruction of a 10-foot shared path, deconstruction and removal of a pedestrian bridge, and extensive utility relocations. Mr. Thomas was responsible for all construction and administrative aspects which included review of contract documents, attending meetings, review of progress pay estimates, change orders and the final estimate package, approving CEI monthly invoicing, reviewing shop drawings, submittal logs and the final as-builts, monitoring field activities and reviewing daily reports of construction. Collier County Reference: Steve Ritter, Roadway Construction Manager, (239) 253-1154. OFFICE LOCATION Port Charlotte REGISTRATIONS Professional Engineer:  FL (2019) 86405 EDUCATION B.S., 2010, Environmental Engineering, Florida Gulf Coast University, Florida YEARS OF EXPERIENCE Years with H&H ..................................... 1 Total Years ............................................... 7 TRAINING/CERTIFICATIONS TIN #: T52055686 CTQP  2-20/Asphalt Paving, Level 1  2-20/Asphalt Paving, Level 2  4-21/Earthwork, Level 2  8-22/Pile Driving  CTCI- Scheduled 12/19  2-24/Final Estimates, Level 1  2-24/Final Estimates, Level 2  No Expiration/QC Manager  FDOT Concrete Field Inspector Specs OTHER  5-23/FDOT Advanced MOT  Nuclear Density Gauge Safety Training  FDEP/Stormwater Management Inspector (SWPPP) #27247  Critical Structures Construction Issues SSC  NHI Certified Bridge Inspector (CBI)  Auger Cast Pile Certification  MSE Wall Certification STEVEN NAPPI, PE CEI SENIOR PROJECT ENGINEER 2 | Page GOLDEN GATE BOULEVARD 20TH STREET TO EVERGLADES BOULEVARD WIDENING DESIGN-BUILD | NAPLES, FL COLLIER COUNTY DOT 7/2018 – 2/2019 Project Manager for the widening of one existing bridge, located on Golden Gate Boulevard over the Miller Canal and the widening of Golden Gate Boulevard from two to four lanes including the widening of Everglades Boulevard Intersection. The bridge widening added two lanes, afive-foot bike lane, and a six-foot sidewalk to the existing bridge (#034804) over Miller Canal. This project also included new construction of two lanes and new sidewalk built on both sides of the roadway. Mr. Thomas was responsible for all construction and administrative aspects during his time on the project which included review of contract documents, holding progress meetings, review of progress pay estimates, change orders, reviewing shop drawings, submittal logs and the as-builts, monitoring field activities and reviewing daily reports of construction. Collier County Reference: Steve Ritter, Roadway Construction Manager, (239) 253-1154. COLLIER BOULEVARD & IMMOKALEE ROAD INTERSECTION IMPROVEMENT PROJECT | NAPLES, FL COLLIER COUNTY DOT 4/2016 - 12/2017 Project Manager for the replacement of one existing, functionally obsolete bridge located on the corner of Collier Boulevard and Immokalee Road. The first structure was an existing pile bridge and was replaced with a conspan bridge that included 6-foot sidewalks on both sides. The second structure was bridge (#030033), a box culvert that needed to be extended more than 20 feet under Immokalee Road to accommodate more lanes. This project also included the reconstruction of a 10-foot shared path, intersection widening, signalization work, and extensive utility relocations including installation of 120 feet of 30-inch HDPE watermain crossing underneath the Cocohatchee Canal via open trench, along with over 475 feet of 30-inch HDPE directional bored beneath Immokalee Road. This project required installation of over eight tons of fittings and restraints, multiple bacteria sampling points, and several Air Release Valves (ARV). Mr. Thomas was responsible for all construction and administrative aspects which included review of contract documents, holding progress meetings, review of progress pay estimates, change orders and the final estimate package, reviewing shop drawings, submittal logs and the final as-builts, monitoring field activities and reviewing daily reports of construction. Collier County Reference: Steve Ritter, Roadway Construction Manager, (239) 253-1154. COLLIER BOULEVARD FROM GREEN BOULEVARD TO GOLDEN GATE BOULEVARD WIDENING | NAPLES, FL COLLIER COUNTY DOT 3/2015 – 4/2016 Senior Inspector for the replacement of one existing, functionally obsolete bridge located on White Boulevard and a newly constructed conspan bridge at the corner of 39th Street and Green Boulevard. This project also included the widening of Collier Boulevard from four to six lanes, drainage installation, intersection widening, signalization work, and extensive utility relocations. Mr. Thomas was responsible for all construction and administrative aspects, including attending meetings, monitoring field activities, and reviewing daily construction reports. Collier County Reference: Steve Ritter, Roadway Construction Manager, (239) 253-1154. US-41 AND COLLIER BOULEVARD INTERSECTION IMPROVEMENT | NAPLES, FL COLLIER COUNTY DOT AND FDOT DISTRICT 1 10/2013 – 3/2015 Senior Inspector/Contract Support Specialist for the widening of US 41 and Collier Boulevard intersection, in preparation for a future fly-over. This project also included signalization work, drainage, milling and re-surfacing of Collier Boulevard , and extensive utility relocations. Mr. Thomas was responsible for construction and administrative aspects which include review of contract documents, attending meetings, review of progress pay estimates, change orders and the final estimate package, submittal logs, and monitoring field activities. Collier County Reference: Steve Ritter, Roadway Construction Managerm, (239) 253-1154. SR 776 ROAD WIDENING | ENGLEWOOD, FL FDOT DISTRICT 1 11/2012 – 5/2013 Inspector for the widening of SR 776 and installation of drainage structures that were needed to eliminate roadway flooding. This project also included installation of new sidewalk and signalization work that included new drill shafts. Mr. Thomas was responsible for inspection of drainage, roadway, signalization work, and reviewing daily reports of construction. FDOT Reference: Josephine Mak, PE, Project Manager, (239) 985-7840 ELVIDO (JUNIOR) TIBURCIO CEI SENIOR INSPECTOR Summary Biography Elvido (Junior) Tiburcio has extensive experience performing construction engineering inspection services on road and bridge construction projects for cities, counties and the Florida Department of Transportation (FDOT). He has successfully performed and closed out a number of high profile multi-million dollar projects with increasing levels of responsibility in both private- and public-sectors, most recently in Collier County. Project Experience GOODLAND DRIVE WATER MAIN REPLACEMENT PROJECT | COLLIER COUNTY, FL COLLIER COUNTY PUBLIC UTILITIES DEPARTMENT 6/2018 – 3/2019 Senior Inspector Utilities for the installation of a new water main from SR 92/ San Marco Road to the intersection of CR 892/Goodland Road and Harbor Place North. The new water main will consist of approximately 575 linear feet of 12-inch DR11 HDPE water main piping directional drilled under San Marco Road and along Goodland Drive to the Booster Station; approximately 160 feet of 8-inch C900 PVC water main piping; approximately 3,000 linear feet of 10-inch DR11 HDPE water main piping directional drilled from the booster station along Goodland Drive; and approximately 810 linear feet of 8- inch C900 PVC water main east of the intersection at Angler Drive. Mr. Tiburcio was responsible for monitoring and recording daily contractor activities, coordinating water main shutdowns, flushing, and pressurization with the contractor and County Utilities staff. VANDERBILT DRIVE WATER MAIN REPLACEMENT PROJECT | COLLIER COUNTY COLLIER COUNTY PUBLIC UTILITIES 2/2018 – 6/2018 Senior Inspector for the installation of a new 12-inch watermain from Bluebill Avenue to Delnor Wiggins Pass canal. The project consisted of installing approximately 4,000 linear feet of 10-inch DR11 HDPE water main piping directional drilled. Additionally, several new fire hydrants, air release valves and bacteriological sample points were installed alongside Vanderbilt Dr. Mr. Tiburcio was responsible for monitoring and recording daily contractor activities, coordinating water main shutdowns, flushing, and pressurization with the contractor and County Utility staff. US 41 AND SR/CR 951 INTERSECTION IMPROVEMENTS AND 3R IMPROVEMENTS TO SR 951 | COLLIER COUNTY, FL COLLIER COUNTY DOT 1/2015 – 12/2017 Senior Inspector for this FDOT joint participation agreement (JPA) project included the widening and realignment of the US 41/SR 951 intersection, an eight-lane intersection. Major work activities included pond excavation, closed and open drainage improvements, water main, force main, and reuse main utility replacement, replacement of the intersection signalization, gravity wall, sidewalk, lighting, guardrail, and sound wall. The project included the resurfacing (3R) for approximately three miles of four-lane rural roadway, conversion of the existing span wire signal system to mast arms at two intersections, striped and signed bike lanes, and bus stop enhancements at Manatee Road (NB and SB), with bus bays. Mr. Tiburcio was responsible for monitoring and recording the contractors daily work activities while ensuring that the work was performed according to contract documents and standards as well as performing the verification testing, maintaining density log books, and recording completed quantities. OFFICE LOCATION Port Charlotte EDUCATION A.S., 2004, Accounting Miami-Dade College, Florida YEARS OF EXPERIENCE Total Years ............................................ 12 TRAINING/CERTIFICATIONS TIN #: T162210760970 CTQP  Asphalt Paving, Level 1  Asphalt Paving, Level 2  Earthwork, Level 2  Pile Driving  Drilled Shaft Inspector  Final Estimates, Level 1  FDOT Concrete Field Inspector Specs  ACI Concrete Field Testing Tech 1  IMSA Signals Inspector 1  FDOT Advanced MOT  Nuclear Density Gauge Safety Training  FDEP/Stormwater Management Inspector (SWPPP) #28705  Critical Structures Construction Issues SSC  Asbestos Abatement Certified ELVIDO (JUNIOR) TIBURCIO CEI SENIOR INSPECTOR 2 | Page COLLIER BOULEVARD FROM DAVIS BOULEVARD TO GOLDEN GATE CANAL AND DAVIS BOULEVARD FROM COLLIER BOULEVARD TO WEST OF RADIO ROAD | NAPLES, FL COLLIER COUNTY DOT 4/2014 – 12/2015 Senior Inspector reponsible for providing construction oversight of this FDOT JPA widening project along Collier Boulevard from four to six lanes and widening Davis Boulevard from two to four lanes. Additional components included the installation of a post- tension gravity wall under I-75; retaining wall; sound wall; pond blasting and excavation; closed drainage; water main, force main, and reuse main relocation; I-75 ramp improvements; sidewalk; guardrail; and two signalized intersections. This project also included the reconstruction of a 10-foot shared path, intersection widening, signalization work, and extensive utility relocations, including installation 30 re-use main. This project required installation fittings and restraints, multiple bacteria sampling points, and several Air Release Valves (ARV) on new and existing mains, widening of a small bridge on Collier Boulevard and Mr. Tiburcio was responsible for all construction inspections, coordinating materials testing, and documenting contractor work and activities to ensure contract and standards compliance as well as some involvement in the daily administrative aspects which included review of contract documents, holding progress meetings, reviewing shop drawings, submittal logs and the final as-builts, monitoring field activities, and writing daily reports of construction. SEBRING PARKWAY PHASE 3 IMPROVEMENTS | SEBRING, FL HIGHLAND COUNTY DOT 3/2013 – 4/2014 Senior Inspector responsible for all construction inspections, daily work reports, documenting paving operation quantities, and monitoring field construction activities. This new roadway project involved the construction of a two-lane roadway (east side) with the intent of becoming four lanes in the future. The improvement began at the intersection of Sebring Parkway 90 turn and continued northwest ending at Memorial Drive (CR 17A) directly across from College Drive, approximately 4.2 miles. The typical section is a rural section with 130 feet of right-of-way. It consisted of constructing an interim two 12-foot travel lanes with the intention of becoming an ultimate four-lane divided roadway with a 22-foot median. The design will be for both two 12-foot lanes and the four-lane divided rural facility. Runoff will be retained within the right-of-way (ditches/swales) and retention ponds. I-595 PPP EXPRESS LANE PROJECT | BROWARD COUNTY, FL FDOT DISTRICT 4 8/2012 – 3/2013 Senior Inspector responsible for QC operations in 2 of 17 segments. His duties consisted of managing seven QCMT technicians in the performance of materials sampling, testing, and quality control. He also oversaw drilled shaft inspection and pile installation monitoring.This huge complex project is the first Public-Private Partnership in Florida and the largest project in the history of the FDOT District 4. The 10.5-mile design included the reconstruction and widening of I-595 and SR 84; construction of three reversible express (toll/managed) lanes on the I-595 median; reconstruction and widening of 2.8 miles of Florida’s Turnpike; 53 new bridges (90,000 m2 969,000 SF of new deck); bridge and interchange reconstruction; seven braided ramps to avoid traffic weaving; 29 entrance and exit ramps; 16,000 linear feet of bulkhead for the widening of SR 84 along the NNR Canal; and 13 sound barrier walls, along with lighting, electronic tolling equipment, storm drain, and signing and pavement markings. The corridor improvements along this 10.5 miles of roadway included tolled, reversible, ground-level express lanes within the median of the express lane consists of three tolled, reversible express lanes. Each lane is 12 feet wide with 10 foot shoulder on each side. All motor vehicles, including trucks, is allowed to use the express lanes. At the peak of construction, the I-595 Express Corridor Improvements project employed as many as 179 companies and 2,470 employees. HEFT ALL ELECTRONIC TOLLING PHASES 1,2, AND 3 | MIAMI-DADE AND BROWARD COUNTIES, FL FLORIDA TURNPIKE ENTERPRISE (FTE) 11/2010 – 8/2012 Roadway Inspector responsible for inspection of drainage, roadway, verification testing, documentation and inspection of signalization work, and producing daily reports of construction. The project consisted of converting all toll facilities in this portion of the corridor from cash tolling to an electronic tolling system and included modifying the Homestead and Bird Road mainline toll plazas, as well as 17 ramp toll plazas. The project also involved guide and toll signing along the corridor, including connecting local roadways, multilane state highways, and Miami-Dade Expressway facilities. ELVIDO (JUNIOR) TIBURCIO CEI SENIOR INSPECTOR 3 | Page HEFT SR 821 CAMPBELL DRIVE INTERCHANGE IMPROVEMENTS | MIAMI-DADE COUNTY, FL FLORIDA’S TURNPIKE ENTERPRISE 1/2009 – 11/2010 Roadway Inspector responsible for inspection of drainage, roadway, verification testing, documentation and inspection of signalization work, and producing daily reports of construction. The project consisted of converting all toll facilities in this portion of the corridor from cash tolling to an electronic tolling system and included modifying the Homestead and Bird Road mainline toll plazas, as well as 17 ramp toll plazas. The project also involved guide and toll signing along the corridor, including all connecting local roadways, multilane state highways, and Miami-Dade Expressway facilities. MATEUSZ (MATT) KALAMON, EI CEI INSPECTOR Summary Biography Matt Kalamon has a background in engineering through completing a dual major of Environmental and Civil Engineering. He has taken courses in structural analysis, transportation, statics and dynamics, and materials which give him a strong foundation to continue his CEI career. Matt has broadened his knowledge of innovative and future concepts for concrete in the state of Florida while attending Concrete Exposure events held annually at the University. He is eager to learn and grow in this field of engineering all while striving to be a great Senior Inspector. Project Experience INSPECTOR | PORT CHARLOTTE, FL HARDESTY & HANOVER 9/2019 Inspector. Matt works diligently on obtaining CTQP classes as required by FDOT for inspector qualifications. To prepare for the CTQPs, he completed FDOT self-study books. Matt completed the Plans Reading, Earthwork, Portland Cement Concrete, Base, and Hot Mix Asphalt self-studies and is now certified in Asphalt Paving Level I, Concrete Field Inspector Specifications, Final Estimates Level I and is scheduled to attend Earthwork Level I. Matt has also completed the Computer Based Training (CBT) modules for Final Estimates Level I, Mechanically Stabilized Earth (MSE) Wall Inspection, Auger Cast Pile Inspections, and the critical structures self study. With these qualifications and working with senior staff, he has been performing plan reviews for upcoming projects, conducted site visits and continues to review the FDOT Specifications and Standard Plans. SALES SPECIALIST (PLUMBING)/CUSTOMER SERVICE ASSOCIATE | NORTH PORT, FL LOWES HOME IMPROVEMENT 11/2017 Sales Specialist (Plumbing)/Customer Service Associate. For nearly 3 years, Matt has provided customer service that is insightful and comprehensive. He is tasked with movement of product to complement seasonal demand as well as coordinate direction from management and produce results with fellow associates. TRUCK DRIVER | NORTH PORT, FL HABITAT FOR HUMANITY NORTH PORT, FL Truck Drives tasked with directing efficient truck routing, safely transporting product and assisting with customer loading. Matt was also tasked with clearly presenting products on the sales floor. OFFICE LOCATION Port Charlotte REGISTRATIONS Engineering Intern:  FL (2019) 1100023344 EDUCATION B.S., 2018, Environmental & Civil Engineering; Florida Gulf Coast University, Florida YEARS OF EXPERIENCE Years with H&H ..................................<1 Total Years ............................................... 1 TRAINING/CERTIFICATIONS TIN #: T162210760970 CTQP  10-24/ Asphalt Paving Level 1  10-24/ Concrete Field Inspector Spec  10-24/ Final Estimates Level 1  11/24/ Earthwork Level 1  ACI Concrete Field Inspector scheduled 1/2020 CBT  MSE Wall  Auger Cast Pile  Critical Structures Self-Study OTHER  10-23 Intermediate MOT  Nuclear Density Gauge Safety Training  Completed FDOT self-study books in Plans Reading, Earthwork, Portland Cement Concrete, Base, and Hot Mix Asphalt  Fluent in Polish  Completion of Lowe’s Service Manager Management Preparation course LUCAS BENITEZ CEI INSPECTOR Summary Biography Lucas Benitez is an experienced AutoCAD technician with applicable skills in the civil engineering field, in various waste management systems as well as site drainage. Successfully operated and maintained Air Traffic Control equipment and various communications systems in multiple environments over a four-year period in the United States Marine Corps. He is currently a full-time student at Florida Gulf Coast University seeking bachelor’s degree in civil engineering. Lucas has expanded is knowledge of civil engineering by attending educational events on concrete hoping to gain more experience in the CEI industry. He is enthusiastic and excited to acquire more skills that will help him to be a better Inspector. Project Experience INSPECTOR | PORTCHARLOTTE, FL HARDESTY & HANOVER 9/2019 TO PRESENT Inspector. Lucas is working hard to finish school while learning the CEI field by taking self-study courses. He is preparing to take some CTQP classes to meet FDOT inspector qualifications requirements. Additionally, he continues to review FDOT Specifications and Standard Plans to gain a stronger understanding of field requirements. Lucas is very knowledgeable with Microsoft Office and learns new things very quickly. AUTOCAD/ ENGINEERING DRAINFIELDS AUTOCAD. Lucas worked alone and in small teams to analyze, troubleshoot, and repair septic tanks, grease traps, and drainfields for residential and commercial uses. He aided in the design of over 1,000 drainfields and site water drainage plans. Lucas also has knowledge and experience in civil engineering programs such as AutoCAD Civil 3D, MATLAB, and Microsoft Excel. His communication skills in handling customers, other engineers, and the various other companies have resulted in lasting partnerships and repeat customers. ELECTRONIC MAINTENANCE/ SYSTEM INSTALLATION Electronic Maintenance. Lucas Led the repair and scheduled maintenance of four separate mobile air traffic control systems that had a combined value of over $9 million. He personally troubleshot individual pieces of electronics with the use of oscilloscopes, signal generators, multi-meters, watt-meters and found the lowest replaceable unit that would fix the equipment, resulting in tens of thousands of dollars in savings to the organization over the course of three years. He also helped spearhead the updating and installment of software for air traffic control voice switching systems (Telegenix PROCOM 2000) and (PL-2000DT) voice recording systems, enabling all systems to operate at full capabilities. Lucas would also troubleshoot and repair electrical equipment that utilized alternating and direct current and has experience with replacing system relays, circuit breakers, relays, and power supplies. OFFICE LOCATION Port Charlotte EDUCATION B.S., (Junior) Civil Engineering, Florida Gulf Coast University YEARS OF EXPERIENCE Years with H&H ..................................<1 Total Years ............................................... 2 TRAINING/CERTIFICATIONS  Marine Corps Institute Solid State Devices  Avionics Technician Intermediate Level Course (C-100-2017)  Marine Air Traffic Control Communications Technician Course (C-103-2090)  Marine Air Traffic Control Communications Technician Common Core Course (C-103- 2072)  Naval Air Technical Training Center Pensacola, FL 27 semester hours/college equivalent in avionics/electronics field  Worked closely with Electrical Subsystems.  Sergeant in the U.S. Marine CorpsCBT PAUL NEPTUNE CEI INSPECTOR Summary Biography Paul Neptune has previous experience with maintenance of road and bridge construction. He has worked on drainage repairs that involved inlets and new drainage pipe replacement. Paul is very “hands on” and has a great work ethic with a desire to become a Senior Inspector. He has worked on surveying cross sections and laying out accurate dimensions for curb and gutter and drainage swales. Project Experience INSPECTOR | PORT CHARLOTTE, FL HARDESTY & HANOVER 9/2019 Inspector. Paul has worked meticulously on obtaining CTQP certifications over the last several months. He has worked with staff on reviewing FDOT Specifications and Standard Plans and growing in his knowledge of construction engineering inspection. Paul is continuing to take certifications and developing a skill set for reviewing construction plans for road and bridge projects. WILDLAND FIRE FIGHTER | NAPLES, FL FLORIDA FORESTRY SERVICE 11/2017 Wildland Fire Fighter. Paul possesses good physical and mental strength to deal with dangerous situations and make sound decisions under pressure. He understands fire science and the efficient operation of firefighting equipment. Paul does a great job of monitoring and assessing field conditions and making improvements while taking corrective actions when needed. He identifies complex problems and reviews related information to develop and evaluate options and implement solutions. MAINTENANCE WORKER | NAPLES, FL COLLIER COUNTY ROAD AND BRIDGE MAINTENANCE 5/2017 Maintenance Worker. Paul was responsible for maintaining roads, bridges, sidewalks, roadside ditches, drainage culverts, storm drain system curb inlets, curb and gutters along county-maintained roads. DEPARTMENT LEADER | NAPLES, FL SUNSHINE ACE HARDWARE 5/2015 Department Leader. Paul provided excellent service to customers and vendors while making sure store was clean and prepared for customer’s needs. OFFICE LOCATION Port Charlotte EDUCATION Liberty University (Online courses for Business Administration) YEARS OF EXPERIENCE Years with H&H ..................................<1 Total Years ............................................... 1 TRAINING/CERTIFICATIONS CTQP  10-24/ Concrete Field Inspector Spec  Asphalt Paving Level 1 Scheduled 12/19  Earthwork Level 1 Scheduled 12/19  Final Estimates Level 1 Scheduled 12/19 OTHER  Intermediate MOT Scheduled 12/19  CDL w/Class B Endorsement  Heavy Equipment Operation  Firefighter Type 1  Volunteer Firefighter 206 Hour Certification  EVOC Course Certification  Emergency Medical Responder  Florida Fuels and Weather Certification CEI SERVICES FOR GATOR CANAL BRIDGE REPLACEMENT (BRIDGE NO. 030160) SOLICITATION 19-7639R Section 2: Certified Minority Business Enterprise Section 2: Certified MBE 2-1 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R  Certified Minority Business Enterprise The Disadvantaged Business Enterprise (DBE) Certification Program is a Federal Program designed for business owners deemed socially and economically disadvantaged. The program is intended to remedy past and current discrimination, foster equal opportunities and non-discrimination in DOT-assisted contracts, improve the flexibility and efficiency of the DBE program, and reduce burdens on small businesses. While Hardesty & Hanover (H&H) is not a certified (DBE), we have teamed with two firms carrying this designation to show our commitment to the program. Bolt Underwater BOLT Underwater Services, Inc., was founded and incorporated in 1996. Since this time, they have been providing commercial diving services with a focus on underwater structural inspections. Since its inception, Bolt has averaged over 1,300 inspections per year throughout Florida and Puerto Rico for the Department of Transportation, numerous engineering firms, local municipalities, railroad owners, Florida Fish and Wildlife Conservation Commission, Florida Department of Environmental Protection, Southwest Florida Water Management District, and other structure owners. Hyatt Surveying Hyatt Survey Services, Inc., is a full-service surveying and mapping company. Their professional staff holds over 60 years of extensive experience in a variety of project areas. Providing boundary, topographic, right-of-way, intricate geodetic, construction, and hydrographic/bathymetric surveying, they can fulfill the County’s surveying needs. Their current list of clients includes the U.S. Army Corps of Engineers, Florida Department of Transportation, and South Florida Water Management District as well as Hillsborough, Manatee, Sarasota and Charlotte Counties. 2-2 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R 2-3 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Woman Business Certification Hyatt Survey Services, Inc. 09/27/2017 09/27/2019 FFlloorriiddaa UUnniiffiieedd CCeerrttiiffiiccaattiioonn PPrrooggrraamm Disadvantaged Business Enterprise (DBE) Certificate of Eligibility HYATT SURVEY SERVICES INC MEETS THE REQUIREMENTS OF 49 CFR, PART 26 APPROVED NAICS CODES: 541370 Samuel (Sammy) Febres DBE & Small Business Development ManagerFlorida Department of Transportation CEI SERVICES FOR GATOR CANAL BRIDGE REPLACEMENT (BRIDGE NO. 030160) SOLICITATION 19-7639R Section 3: Past Performance Section 3: Past Performance 3-1 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R  Past Performance Reference Questionnaire Solicitation: Solicitaion 19-7639R/CEI Services for Gator Canal Bridge Replacement (Bridge No. 030160) Reference Questionnaire for: Hardesty & Hanover Construction Services, LLC (Name of Company Requesting Reference Information) Steven Nappi, PE (Name of Individuals Requesting Reference Information) Name:Steve Ritter (Evaluator completing reference questionnaire) Company:Collier County Transportation Engineering (Evaluator’s Company completing reference) Email: steve.ritter@colliercountyfl.gov FAX: N/A Telephone: 239.348.1328 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.” Project Description: Vanderbilt Dr. Bridge Replacements Completion Date: 06/2018 Project Budget: $5,415,914,91 _____________ Project Number of Days: _553____________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 3-2 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Reference Questionnaire Solicitation: Solicitaion 19-7639R/CEI Services for Gator Canal Bridge Replacement (Bridge No. 030160) Reference Questionnaire for: Hardesty & Hanover Construction Services, LLC (Name of Company Requesting Reference Information) Matthew Thomas, PE (Name of Individuals Requesting Reference Information) Name:Steve Ritter (Evaluator completing reference questionnaire) Company:Collier County Transportation Engineering (Evaluator’s Company completing reference) Email: steve.ritter@colliercountyfl.gov FAX: N/A Telephone: 239.348.1328 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.” Project Description: Vanderbilt Dr. Bridge Replacements Completion Date: 06/2018 Project Budget: $5,415,914,91 _____________ Project Number of Days: _553____________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 3-3 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Vanderbilt Drive Bridge Replacements Project Type: Collier County DOT Bridge Replacement Project Cost: $5,415,914.91 Project Completion Date: 2018 Contact Name: Steve Ritter Client Name: Collier County DOT – Transportation Engineering This project required the replacement of two existing, functionally obsolete bridges located on Vanderbilt Drive and the resurfacing/ reconstruction of the roadway from south of Bridge #030178 to the south end of Bridge #034176 over the Cocohatchee River. The existing bridge culvert was replaced with a double-barrel 12-foot by 8-foot box culvert while the three-span bridge over Little Horse Pass was replaced with a single-span founded on 24-inch pile end bents. The superstructure included 36-inch Florida-I Beams with an 8-inch CIP concrete deck, CIP traffic barriers, and pedestrian walls. A concrete sheet pile wall was used to raise the existing roadway approximately 7 feet. The concrete wall was installed by means of jetting per FDOT Specifications. This project also included the reconstruction of a 10-foot shared path, deconstruction and removal of a pedestrian bridge, and extensive utility relocations. The newly constructed asphalt pathway stretched for just over half a mile spanning the distance between both bridges. Due to the pathway crossing over force mains and water mains servicing the local condominiums, detailed communication was needed for the residents being affected within the area. Maintaining the pedestrian flow for this project was vitally important as this area of Naples is a corridor for cyclists and residents walking to the beach. Steve was responsible for all construction and administrative aspects, including review of contract documents; conducting meetings; preparation of progress pay estimates; change orders and the final estimate package; submitting CEI monthly invoices; reviewing shop drawings, submittal logs, and the final as-builts; monitoring field activities; and reviewing daily reports of construction. Matt was responsible for the performance of the CEI and ultimately the entire project as the Owner’s Project Manager. He assisted in preparing change orders and was able to get them approved quickly with his knowledge of the County’s purchasing procedures. His duties also included attending meetings; reviewing and approving contractor pay applications and CEI invoices; reviewing daily reports of construction, shop drawings, logs, and final as-builts; and monitoring field activities. 3-4 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Reference Questionnaire Solicitation: Solicitaion 19-7639R/CEI Services for Gator Canal Bridge Replacement (Bridge No. 030160) Reference Questionnaire for: Hardesty & Hanover Construction Services, LLC (Name of Company Requesting Reference Information) Steven Nappi, PE (Name of Individuals Requesting Reference Information) Name: Steve Ritter (Evaluator completing reference questionnaire) Company:Collier County Transportation Engineering (Evaluator’s Company completing reference) Email: steve.ritter@colliercountyfl.gov FAX: N/A Telephone: 239.348.1328 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.” Project Description: White Boulevard at Cypress Canal Completion Date: 02/2019 Project Budget: $3,730,719.70 _____________ Project Number of Days: _578____________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 3-5 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Reference Questionnaire Solicitation: Solicitaion 19-7639R/CEI Services for Gator Canal Bridge Replacement (Bridge No. 030160) Reference Questionnaire for: Hardesty & Hanover Construction Services, LLC (Name of Company Requesting Reference Information) Matthew Thomas, PE (Name of Individuals Requesting Reference Information) Name: Steve Ritter (Evaluator completing reference questionnaire) Company:Collier County Transportation Engineering (Evaluator’s Company completing reference) Email: steve.ritter@colliercountyfl.gov FAX: N/A Telephone: 239.348.1328 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.” Project Description: White Boulevard at Cypress Canal Completion Date: 02/2019 Project Budget: $3,730,719.70 _____________ Project Number of Days: _578____________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 3-6 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R White Boulevard over Cypress Canal Bridge Replacement Project Type: Collier County DOT Bridge Replacement Project Cost: $3,474,219.70 Project Completion Date: 2019 Contact Name: Steve Ritter Client Name: Collier County DOT – Transportation Engineering This Collier County project required the replacement of a structurally obsolete Bridge #034020 and the resurfacing/ reconstructing of the roadway approaches. The new bridge was founded on 18-inch square piles with cast-in-place (CIP) caps and a 1-foot, 6-inch CIP deck. The new bridge was constructed 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 were required, including moving overhead electric/communication lines and replacing a Collier County raw water main, which serves 65% of the County’s customers. This project also included extensive drainage replacements with large baffle boxes being installed at the four corners of the bridge. Steve was responsible for oversight of all construction and administrative aspects, including reviewing contract documents; conducting progress meetings; completing progress pay estimates, change orders, and the final estimate package; submitting CEI monthly invoices; reviewing shop drawings; updating submittal logs; producing the final as-builts; managing field activities; and reviewing daily construction reports. Matt was the Project Manager assigned to oversee project construction, including CEI staffing. He assisted in preparing change orders and was able to get them approved quickly with his knowledge of the County’s purchasing procedures. His duties also included attending meetings; reviewing and approving contractor pay applications and CEI invoices; reviewing daily reports of construction, shop drawings, logs, and final as-builts; and monitoring field activities. 3-7 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Reference Questionnaire Solicitation: Solicitaion 19-7639R/CEI Services for Gator Canal Bridge Replacement (Bridge No. 030160) Reference Questionnaire for: Hardesty & Hanover Construction Services, LLC (Name of Company Requesting Reference Information) Matthew Thomas, PE (Name of Individuals Requesting Reference Information) Name: Eric Fey (Evaluator completing reference questionnaire) Company: Collier County Public Utility Engineering and Project Management Division (Evaluator’s Company completing reference) Email: eric.fey@colliercountyfl.gov FAX: N/A Telephone: 239.252.1037 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.” Project Description: Immokalee Road & Collier Boulevard Intersection Improvement Completion Date: 12/2017 Project Budget: $7,750,472.15 _________ Project Number of Days: _585____________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 3-8 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Immokalee Road and Collier Boulevard Intersection Improvement Project Project Type: Collier County DOT Intersection Improvement Project Cost: $7,755,993.95 Project Completion Date: 2017 Contact Name: Eric Fey Client Name: Collier County DOT – Transportation Engineering & Public Utilities Department (PUD) This project required the replacement of one existing, functionally obsolete bridge and the extension of an existing bridge located on the corner of Collier Boulevard and Immokalee Road. The first structure was an existing pile bridge and was replaced with a conspan bridge that included 6-foot sidewalks on either side. The second structure was bridge 030033, a box culvert that needed to be extended more than 20 feet under Immokalee Road to accommodate for more lanes. This project also included the reconstruction of a 10-foot shared path, intersection widening, signalization work, and extensive utility relocations including installation of 120 feet, open trench of 30-inch HDPE watermain crossing underneath the Cocohatchee Canal, along with over 475 feet of 30 inch HDPE directional bore underneath Immokalee Road. This project required installation of over 8 tons of fittings and restraints, multiple bacteria sampling points, and several Air Release Valves (ARV). Matt was responsible for all construction and administrative aspects which included review of contract documents, holding progress meetings, review of progress pay estimates, change orders and the final estimate package, reviewing shop drawings, submittal logs and the final as-builts, monitoring field activities and reviewing daily reports of construction. He properly managed the work by maintaining the schedule and delivering the project under budget. Matt did an excellent job managing and working closely with several different departments involved in this project. With great coordination and communication, this project was knit together with Matt’s management between Collier County’s Water, Wastewater, Traffic Operations, Transportation and Road & Bridge Divisions. 3-9 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Reference Questionnaire Solicitation: Solicitaion 19-7639R/CEI Services for Gator Canal Bridge Replacement (Bridge No. 030160) Reference Questionnaire for: Hardesty & Hanover Construction Services, LLC (Name of Company Requesting Reference Information) Steven Nappi, PE (Name of Individuals Requesting Reference Information) Name: Kathy Banson-Verrico (Evaluator completing reference questionnaire) Company: Gasparilla Island Bridge Authority (Evaluator’s Company completing reference) Email: kathygiba@earthlink.net FAX: 941.697.5629 Telephone: 941.697.2271 ext 2 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.” Project Description: Boca Grande Swing Span Completion Date: 07/2016 Project Budget: $18,178,505.02 _________ Project Number of Days: _964____________________ Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 3-10 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Gasparilla Island Swing Span Bridge Replacement Project Type: Movable Bridge (Swing Span) Replacement Project Cost: $18,178,505.02 Project Completion Date: 2016 Contact Name: Kathy Banson-Verrico Client Name: Gasparilla Island Bridge Authority 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-foot, 6-inch 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 construction), and a total of a 1/4 mile of roadway construction. Steve was responsible for all construction and administrative aspects of the new bridge which included review of contract documents and shop drawings; coordinating field inspection of structural, mechanical, and electrical components; assisting in preparation of progress pay estimates; updating shop drawing submittal logs; final as-builts; computation books; and pay item overruns/underruns. CEI SERVICES FOR GATOR CANAL BRIDGE REPLACEMENT (BRIDGE NO. 030160) SOLICITATION 19-7639R Section 4: Project Approach, Willingness to Meet Time and Budget Requirements Section 4: Project Approach 4-1 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R  PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS Project Approach Through discussions with County staff prior to the advertisement, we understand this project was anticipated to begin in January 2020. The final plans reference a 180 day contract duration in multiple places while this advertisement is anticipating 780 days. We have created a schedule showing a duration of one year and believe this is obtainable, but have decided to show staffing for an 18 month duration to be conservative. The construction will be phased to maintain two-lane traffic as Immokalee Road is the main route to downtown Naples for the roughly 30,000 Immokalee residents. Maintaining two lanes of traffic is made difficult as the current bridge constructed in 1955 (widened in 1977) has many deficiencies in the timber pile foundations as noted in FDOT bridge inspection reports. These previous inspections and reports listed the bridge foundation as unstable. Our field inspections have made us cognizant of the fact that vehicles are traveling at a high rate of speed, there is a high volume of truck traffic, and work zones/staging areas will be tight. H&H will apply a proactive partnering approach to this project. We will thoroughly review contract documents prior to construction in an attempt to identify issues before they require change orders or rework. The County will realize the value of these reviews from our findings write-up below. Being proactive also occurs during construction by reviewing the specifications and plans in advance of the construction activity being performed and through the use of pre-activity meetings. Our team, from the SPE down to inspectors, will partner with the contractor. This relationship will be built on trust and begins with open communication prior to construction. We will meet with the contractor’s project manager prior to work beginning, share our expectations, and listen to their concerns. We will work with the contractor to achieve the common goal of delivering a successful project to the County. The use of pre-activity meetings will continue to allow expectations to be shared and has successfully assisted in work being performed correctly the first time. We have found that delivery of clear expectations prior to the work beginning reduces conflict between the CEI and contractor—ensuring both parties are not being caught off-guard. To emphasize our proactive approach, our team has reviewed the signed and sealed final plans and visited the job site. Below is a brief description of the more significant findings from the plan reviews and site visits. Findings do not include items discovered during our review of the 60% plans that were addressed in the final signed and sealed set.  GENERAL: There are several quantities within the plans that reference a 180-day contract duration. This advertisement shows a 780-day contract duration. We believe the project can be finished earlier than 780 days but do not anticipate completion before 180 days. The contract duration needs to be set prior to letting to ensure Contractors are aware of the contract duration. Quantities will also have to reflect the appropriate contract time to avoid having overruns which will require change orders. FP&L distribution is located on the north side of the bridge and lines are currently 14 feet from the anticipated location of the new northern most piles. We have contacted FP&L to discuss this distance as a 20-foot clearance is required by OSHA for 230 kV lines. Through our discussions, we understand that the conductors will be relocated 12 feet to the north in November allowing an approximate 28-foot clearance. We will continuously remind the contractor of the safe distance and will read all Utility Work Schedules once made available.  SHEET 3: Gator Slough is not a Florida Outstanding Waterway. We would expect to see 29 NTUs above background acceptable for water quality.  SHEET 4: It has been our experience that the County does not require monthly certification of quantities for MOT items and they are paid under the lump sum item of 102-1. We would like to confirm as overruns to items like signs and barricades (which are common) will require change orders. We have had great success in managing our projects with this philosophy as evidenced by our staff’s projects being completed on time, within budget, and their personal relationships with the contractors continuing once projects are complete 4-2 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Pay Item 104-11 Floating Turbidity Barrier: Floating Turbidity Barrier only comes in increments of 50 feet, quantity should be adjusted appropriately. EOR should also confirm the length shown as it appears low. Pay Items 107-1 and 2 Litter Removal/Mowing: FDOT spec ties litter removal and mowing to final acceptance. We need to review the contract to determine if these pay items are acceptable referencing final acceptance or if they should be tied to substantial completion. Pay item 630-2-12 Conduit: We can’t find details of pay item 630-2-12 Conduit, Furnish & Install located in the plan set. We see the reference on sheet 7 to relocate existing conduit. Please detail what is to be done here. See comment in bridge section, sheet B1-2.  SHEET 5 Pay Item 536-8-61 Bridge Anchorage Assembly Removal: Bridge anchorage and assemblies are included in removal of guardrail pay item 536-73. Is pay item 536-8-61 required to be shown in the matrix? Excavation quantity shown in the matrix does not match summary of quantity on Sheet 4. Why is there a quantity for temporary asphalt excavation shown? We recommend adding pay item 538-1 Guardrail Reset. This is to bring existing guardrail to current standard (25 inches high) and facilitate shoulder widening and MAP placement. The current guardrail installed height is 21 inches.  SHEET 6: It will be very difficult to leave guardrail while widening the shoulder under it. Implementing the guardrail relocation pay item referenced above will eliminate this concern.  SHEET 18: Does the temporary pavement design need to require subgrade and base rock if it is temporary and will be removed at a later date? Also, what is the purpose of the temporary pavement shown on this sheet?  SHEET B-2 Pay item 400-2-5 Class II Concrete(Substructure): Confirm quantity includes wing walls. Looks to be short 1.1 CY. Pay item 400-9 Bridge Deck Planing and Grooving: Quantity does not appear to include 2-foot portions of approach slab (additional 19.6 SY). Pay item 455-34-5 24-inch Prestressed Concrete Piles: It appears the 24-inch Concrete Pile quantity utilized minimum tips and cutoff elevations to determine the pile length. The piles will likely be driven beyond minimum tip which will result in overruns and a change order to compensate the contractor for the additional quantity. A more reasonable pile length should be estimated to avoid the overruns and change order. Note: FDOT allows overruns to existing pay items. Collier County requires all changes, including overruns, to be processed in a change order. This directive is driving our comment. Pay item 455-143-5 24-Inch Test Piles : The quantity for test piles does not match the pile driving table shown on sheet B1-7. The table on B1-7 shows 180 LF of test piles, the pay item shows 130 LF. Pay item 521-5-13 Concrete Traffic Railing, Bridge 36-Inch Single Slope: The quantity for Traffic Railing reflects the rail extending to the end of approach slabs but plan sheet B1-1 shows it stopping before the approach slab. The EOR needs to confirm the intent and correct the plan sheets.  SHEET B-4: The last general note references the water monitoring equipment owned by SFWMD. The supplemental terms discuss this item on page 4. We need to confirm if the contractor is required to perform or if SFWMD will be performing the work.  SHEET B1-1: The turbidity barrier shown is not a correct installation. We will need additional quantity to correctly install the barrier and relocate during the phases to eliminate a change order for additional length.  SHEET B1-2 The contractor will have to match the existing elevation when pouring the new deck as you can’t have an elevation difference in the longitudinal joint in the middle of a travel lane (Phase 2 sheet B1-3). Conduit is not shown in the barrier wall. We will confirm there is no conduit to be installed in the wall. See comment in Roadway section, sheet 4. 4-3 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R  SHEET B1-3 We have concerns with vibrations on fresh deck concrete. If the 1-inch gap between phases (as shown on sheet B1-3) is utilized, the contractor will be using the existing bridge deck as a form. Vibrations caused from vehicular traffic will be transferred to the green concrete. The middle portion of the existing bridge (shown hatched in phase 3) will be susceptible to settlement due to vibrations caused from nearby pile driving. A note should be added requiring the contractor to provide a plan on how they will monitor and address concerns during construction. We see that this is noted on page 5 of the supplemental terms and conditions but think it should be noted again on the plan set. We believe additional details are required for the temporary bracing or a note making it the contractor’s responsibility to submit a plan.  SHEET B1-4: We are reviewing the sequencing of the temporary shoring and its impact on associated activities. We are not sure if temporary shoring will work here and may need to investigate leaving in place. We are not convinced they can pour the approach slab and later remove the sheets.  SHEET B1-6: Contractor will most likely want test piles to be moved to Phase 1 to get pile driving criteria for all piles. We will work with the Geotechnical engineer to facilitate this request.  SHEET B1-8 The plans should specify expansion material between the cap and deck for all areas not covered by the neoprene bearing pad. We also recommend specifying cover for detail A-A.  SHEET B1-9 Bars 6P01 are shown offset. We believe they should be centered and in both bents, currently only shown for bent 2. Confirm 2-foot splice for 8P01 bars is acceptable. Utilizing 3-foot splice on end bents for 8A01 bars. Confirm 4-inch cover desired for cap bottom cover (section cuts). Should only require 3 inches.  SHEET B1-11: Drawing very difficult to read, consider moving some callouts to the middle of the span to make clearer. Would also like to see cover shown at begin/end spans.  SHEET B1-12 Appears to be an erroneous reference to an 8A01 bar in phase 1. Should be 8A02. Need to see embedment depth of 6A01 bar in section A-A.  SHEET B1-13 Bar 4A01 should have a quantity of 166 and dimension B should be 1-foot 5 inches, Bar 4A02 dimension B should be 1-foot 5 inches Bar 6A01 currently showing type 1. Standard plans call for type 11. Confirm. Bars 4P01 and 4P02 should have a B dimension of 2 feet if assuming 3-inch cover top and bottom. One-foot 11 inches is correct if 4-inch cover is utilized per plan sheet B1-9. 6P01 bars. Plans are only requiring one set. We believe they should be on both intermediate bents. Currently, showing on bent 2 only (see comment on sheet B1-9). GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R 4-4 ID Task Mode Task Name Duration Start Finish Predecessors Successors 1 GATOR SLOUGH 256 days Mon 1/6/20 Mon 12/28/20 2 Start Construction 0 days Mon 1/6/20 Mon 1/6/20 4 3 GENERAL 20 days Mon 1/6/20 Fri 1/31/20 4 Erosion Control 5 days Mon 1/6/20 Fri 1/10/20 2 5 5 MOT Phase I a 10 days Mon 1/13/20 Fri 1/24/20 4 6 6 MOT Phase I 5 days Mon 1/27/20 Fri 1/31/20 5 8 7 PHASE I BRIDGE 75 days Mon 2/3/20 Fri 5/15/20 8 Demo existing superstructure bridge 10 days Mon 2/3/20 Fri 2/14/20 6 9 9 Drive test piles 10 days Mon 2/17/20 Fri 2/28/20 8 10 10 Install temporary critical sheets 5 days Mon 3/2/20 Fri 3/6/20 9 11 11 Demo existing substructure bridge 10 days Mon 3/9/20 Fri 3/20/20 10 12,13 12 Drive piles 5 days Mon 3/23/20 Fri 3/27/20 11 14 13 Form & Pour end bents 10 days Mon 3/23/20 Fri 4/3/20 11 15 14 Form & Pour intermediate bents 10 days Mon 3/30/20 Fri 4/10/20 12 16 15 Place embankment @ Approaches 10 days Mon 4/6/20 Fri 4/17/20 13 16 16 Form & Pour Deck/approach slabs 15 days Mon 4/20/20 Fri 5/8/20 15,14 17 17 Form & Pour Traffic Rail 5 days Mon 5/11/20 Fri 5/15/20 16 19 18 PHASE II BRIDGE 70 days Mon 5/18/20 Fri 8/21/20 19 MOT Phase II 5 days Mon 5/18/20 Fri 5/22/20 17 20 20 Demo existing bridge 10 days Mon 5/25/20 Fri 6/5/20 19 21 21 Drive piles 10 days Mon 6/8/20 Fri 6/19/20 20 22 22 Install temporary critical sheets 5 days Mon 6/22/20 Fri 6/26/20 21 23,24 23 Form & Pour end bents 10 days Mon 6/29/20 Fri 7/10/20 22 25 24 Form & Pour intermediate bents 10 days Mon 6/29/20 Fri 7/10/20 22 26 25 Place embankment @ Approaches 10 days Mon 7/13/20 Fri 7/24/20 23 26 26 Form & Pour Deck/approach slabs 15 days Mon 7/27/20 Fri 8/14/20 24,25 27 27 Form & Pour Traffic Rail 5 days Mon 8/17/20 Fri 8/21/20 26 29 28 PHASE III BRIDGE 50 days Mon 8/24/20 Fri 10/30/20 29 MOT Phase III 5 days Mon 8/24/20 Fri 8/28/20 27 30 30 Demo existing bridge 10 days Mon 8/31/20 Fri 9/11/20 29 31,32 31 Form & Pour end bents 10 days Mon 9/14/20 Fri 9/25/20 30 33 32 Form & Pour intermediate bents 10 days Mon 9/14/20 Fri 9/25/20 30 34 33 Place embankment @ Approaches 10 days Mon 9/28/20 Fri 10/9/20 31 34 34 Form & Pour Deck/approach slabs 15 days Mon 10/12/20 Fri 10/30/20 32,33 36 35 FINAL PHASE 41 days Mon 11/2/20 Mon 12/28/20 36 Plane & groove deck 2 days Mon 11/2/20 Tue 11/3/20 34 37 37 Milling & Resurfacing 5 days Wed 11/4/20 Tue 11/10/20 36 38 38 Sodding 2 days Wed 11/11/20 Thu 11/12/20 37 39 39 Substantial Completion 1 day Fri 11/13/20 Fri 11/13/20 38 40 40 Punch list 30 days Mon 11/16/20 Fri 12/25/20 39 41 41 Final Completion 1 day Mon 12/28/20 Mon 12/28/20 40 1/6 Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan December January February March April May June July August September October November December January F 2020 2021 Task Split Milestone Summary Project Summary Page 1 Date: Mon 10/7/19 4-5 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Willingness to meet time and budget requirements Our staff has the responsibility to meet time and budget requirements both for our CEI contract and the construction contract. Below is an explanation of how this is accomplished for each contract. Construction Engineering and Inspection Staffing We have prepared a staffing estimate assuming an 18-month duration for construction. As stated in our approach, we believe the project can be completed in this time. We plan on meeting the budget by staffing the job with a full-time Project Engineer and Senior Inspector. The Senior Project Engineer and Administrative Assistant will be in a part-time capacity. Below is our staffing estimate showing a 20-month CEI duration. Steve has excellent contract management skills. Under his leadership, the Vanderbilt Drive Bridge Replacements project returned a significant portion of unused funds back to the County. Also, despite the White Boulevard project extending beyond the allowable contract time, Steve was able to adequately staff the project within the original budget eliminating the need for a change order for extra funds which would have been warranted. Value Added We are offering three value added concepts for this proposal. The first is performing all PIO responsibilities required under this contract with in-house staff, specifically Steve and Matt. This will be an easy feat as there will be minimal public involvement due to there being no residences or businesses located near the remote project location. Steve and Matt have successfully performed these duties on both the Vanderbilt Drive and White Boulevard projects where there were many concerns voiced by residents. They have successfully worked with Connie Dean, Community Liasion, on these two previous projects and will do the same for the Gator Canal bridge. The second is to utilize our staff in Tampa to perform casting yard inspections should they be required by Transportation. Utilizing qualified staff from our Eisenhower Boulevard office eliminates a substantial amount of travel time as staff is located close to the commonly used pre-stress yards in Tampa. The third is our proposed field offices. As stated in criteria 5, we are offering an additional office located at the corner of SR 29 and Lake Trafford Road. Quality Control/Quality Assurance H&H has created a Quality Assurance (QA) plan very different from our competitors. Our comprehensive plan is short enough to be used as guidance during construction for field staff, yet thorough enough to cover all requirements of the contract. This is accomplished through the use of detailed checklists that are completed by the project administrator during construction. Our QA plan reinforces our proactive approach by ensuring staff is receiving deliverables timely and not determining items were missed after the fact. The plan covers all items from pre-, during, and post-construction and internal meetings are held before each phase to make sure all team members’ expectations are understood. The use of our QA plan helps our staff with their responsibilities and keeps the project moving forward by clearly stating contract requirements and assisting to set expectations. 4-6 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R CONSTRUCTION Our team will ensure adherence of the construction schedule and budget by utilizing the steps below: 1. Proactively review documents and field conditions to address issues before they affect the contractor The common theme in our writeup is to be proactive. So how does our team do this? We begin with a thorough review of all contract documents. This includes the contract itself and all contract documents which include, but are not limited to, plans, special provisions, specifications, design standards, utility relocation schedules, and permits. Our team has already displayed this through the plan review findings listed above and the County has realized this proactive approach through plan reviews previously performed by Steve and Matt on the upcoming Palm River Bridge Replacement Project. The findings for these two projects have been provided to the Design Project Managers and shared with the EOR. Our team will also be proactive in reviewing possible overruns to pay items to make adjustments to the final plan set before they are sent out to bid. Through meticulous documentation and a detailed filing system, project closeout documents will easily be delivered to the County along with a quality project. 2. Conduct effective meetings We summarize our findings of items that require attention from the review above and share them with the client at a pre-service meeting. This meeting will also be used to clarify items within our contract to ensure we are meeting the County’s intended expectations. Following the pre-service meeting, a preconstruction meeting will be scheduled with the selected contractor and stakeholders to share pertinent information determined to be appropriate. We will ask very specific questions to understand how the contractor anticipates performing the work and will stay on task in the meeting through the use of a detailed agenda meeting the requirements of the construction project administration manual (CPAM). During construction, weekly progress meetings will be held along with pre-activity meetings targeting new or unique construction activities like pile driving, concrete pours and asphalt paving. These meetings facilitate our proactive approach which helps to reduce claims, time extensions, and change orders by ensuring clear expectations are shared prior to work occurring. This minimizes conflict in the field and results in a quality product being constructed the first time. 3. Oversight from Senior Management Once construction begins, field staff will monitor construction closely ensuring conformance with contract documents, documenting quantities on the appropriate forms and summarizing all work on daily reports of construction. Both Steve and Matt are registered Professional Engineers who spend a substantial amount of time in the field to give the project a global view of the work. As they are not “in the trenches” on a daily basis they are able to see the big picture and assist inspection staff with looking ahead for potential issues. Being in the field also allows for expeditious resolution of issues using an agreed upon escalation matrix. It is common practice for inspection staff to escalate field conflicts to the Project Engineer and Senior Project Engineer. Having Matt and Steve in the field saves time explaining the issues over the phone. 4. Schedule Reviews One of the most important things our team can do is perform schedule reviews. For construction projects, careful review of the critical path method (CPM) schedule is key to ensuring timely completion of the project. This begins when the contractor submits his baseline schedule at the beginning of the project. The baseline will be reviewed to confirm all activities are included and that logic, durations, predecessors, successors, constraints, cost loading, and calendars are appropriate. Items of concern will be shared with the contractor and meetings will be held if necessary, until the baseline schedule can be accepted. Once accepted and construction begins, we will monitor the contractor’s work effort to ensure they align with the schedule. Updated as-built schedules will be reviewed monthly and checked to determine accurate commencement and completion dates have been entered and no other unauthorized changes have been made. For P6 schedules, this will be accomplished through the use of Primavera’s Claim Digger feature, which provides a detailed report of all changes made to the previous update. Steve and Matt both possess Primavera and Microsoft Project licenses allowing them to review contractor submitted schedules in either of these acceptable formats. 4-7 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Accuracy of the changes will be determined by comparing them to field records and items not confirmed will be sent back to the contractor until an acceptable response is received and the schedule can be accepted. All responses regarding the schedule will be made in writing to the contractor. Keeping the contractor responsible and notifying them when they are not meeting their schedule is a great way to both ensure timely project completion and protect the County in instances of claims. This was an important tool used for the White Boulevard Bridge Replacement project, keeping the contractor accountable for their work. 5. Utilization of Microsoft Teams Our team will implement Microsoft Teams for this project. Microsoft Teams is a next generation SharePoint where users can view documents and enjoy the added features of real time conversations via Skype. Features also include a mobile app to have documents readily available at their fingertips in the field and a calendar for meetings which automatically syncs to their Outlook calendar. The Skype feature will prove invaluable as impromptu meetings can be organized, videos can be shared showing site conditions, and documents can be shared on screen to pinpoint areas of concern quickly with all attendees. We believe these meetings will quickly evolve from a catchy feature to a necessity in delivering timely accurate information to project stakeholders. Guests are added to our user agreement, which means there is no cost for licensure. Past Experience Success Our staff places a high emphasis on cost and time overruns. The allowable threshold on FDOT projects is to keep project overruns within 10% cost and 20% time. Our staff always strives to meet or exceed this threshold by applying our proactive efforts and outside the box thinking to the items above. Through these actions, we are happy to share information on the successful completion of Steve and Matt’s previous projects shown in the chart below: Representative Projects Project Allowable Contract Time Days Used Percent Used Original Dollar Amount Final Dollar Amount Percent Used White Boulevard Over Cypress Canal Bridge Replacement Note: 125 days of LDs were charged to the Contractor for failure to complete the work within allowable contract time 605 730 120.66%$3,474,219.70 $2,649,060.58 76.25% Vanderbilt Drive Bridge Replacements 548 545 99.45%$5,415,914.91 $4,954,758.13 91.47% Immokalee Road & Collier Boulevard Intersection Improvement 585 585 100.00%$7,755,993.95 $6,970,138.09 89.87% US 41 Pedestrian Lighting Project 127 127 100%$443,667.73 $444,943.68 100.29% Gasparilla Island Swing Span Replacement 991 934 94.25%$17,806,520.45 $18,718,505.72 105.12% CEI SERVICES FOR GATOR CANAL BRIDGE REPLACEMENT (BRIDGE NO. 030160) SOLICITATION 19-7639R Section 5: Location Section 5: Location 5-1 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Location As we have previously stated, the residences of Matt Thomas, PE, and Steve Nappi, PE, have situated them in locations that will facilitate the effective management of this project. Junior lives in nearby Ft. Myers adding to the team’s local presence. Matt lives in Ave Maria which is approximately a 10-minute commute to the bridge. Living this close to a project is uncommon and comes as a huge benefit to the CEI team and client for many reasons. First, the response time to the bridge is negligible. Matt is available to quickly access the project in case an emergency should arise. In the unfortunate scenario of a vehicle accident, Matt can be onsite in minutes to assess the situation, complete a MOT Inspection Review Report (Form No. 700-011-37), and work with the contractor to safe up the area. This short drive prevents Junior from having to respond from nearby Ft Myers, where he could get caught in traffic. The quick response time would also be a benefit if complaints regarding MOT are received. Our team will not have to rely on the contractor as Matt can assess the situation personally. Second, Matt’s proximity to the project brings a sense of ownership. This is where he lives and driving in the vicinity of the bridge will serve as a constant reminder of the need for quality so pride can be taken in the final product. While we ensure quality on all our projects regardless of location to our homes, there is something special about serving projects near our hometown. Lastly, residing minutes from the projects allows Matt to understand weather threatening the project. This could range from heavy rains to hurricane force winds. Matt will be available to keep a pulse on weather forecasts and assist the contractor with steps required for preparedness. He will also be available to review the project after storms to decide if items need to be addressed. Steve Nappi, PE, lives in North Port and works in H&H’s Port Charlotte office. This distance was not an issue for Steve serving as the Senior Project Engineer for the White Boulevard Bridge and Vanderbilt Drive Bridge Replacement projects. Both projects were successfully completed and there were no issues with his availability. We feel it is important to note that these two projects which were completed for the County, required three years from start to finish. Steve’s commitment to these projects was evidenced by him completing his responsibilities under the contract and delivering three quality bridges at final acceptance. An 18 month CEI duration is anticipated for this Gator Canal bridge contract and Steve will bring the same commitment to ensure County satisfaction as he has for the previous two projects. H&H currently has a field office in Immokalee at the corner of SR 29 and Lake Trafford Road where our Project Engineer Matt Thomas, PE, works out of several days a week. This office provides the County and contractor a convenient meeting location at no cost to the County. We anticipate opening another office location in the Ave Maria town center. This location will also have more space to allow for larger capacity meetings. Having two offices a short distance from the project provides the contractor, county, and CEI ease of use for the management and day-to-day field operations. H&H has strategically selected our team due in part to their proximity to the project, along with their vast qualifications. All of our inspection staff presented for this contract are within one hour travel time to the project sites. From management to inspectors we look forward to providing resources to this contract that are responsive and locally based. CEI SERVICES FOR GATOR CANAL BRIDGE REPLACEMENT (BRIDGE NO. 030160) SOLICITATION 19-7639R Section 6: Recent, Current and Projected Workload Section 6: Recent, Current, and Projected Workload 6-1 GATOR CANAL BRIDGE REPLACEMENT CEI SERVICES SOLICITATION 19-7639R Workload Firm’s Current Workload Hardesty & Hanover (H&H) has recently been awarded five contracts. They are listed below with a contract description and reasons why they will not affect this project if awarded. D1 20156 431614626201 - Continuing Services Maintenance Contract Support H&H is a subconsultant to Jacobs Engineering Group on this continuing services contract for FDOT District 1. Task work orders are assigned to the Prime and they receive resumes from the subconsultants for candidates to be considered. We will not propose staff assigned to the Gator Canal Bridge project for tasks under this contract. D7 20731 41160217208 - District Maintenance Area Wide Support Continuing Maintenance Contract H&H is a subconsultant to Jacobs Engineering Group on this continuing services contract for FDOT District 7. Task work orders are assigned to the Prime and they receive resumes from the subconsultants for candidates to be considered. We will not propose staff assigned to the Gator Canal Bridge project for tasks under this contract. D1 19155 CEI Continuing Services (Inspection) Fort Myers Operations Center H&H is a subconsultant to Jacobs Engineering Group on this continuing services inspection only contract for FDOT District 1. Task work orders are assigned to the Prime and they receive resumes from the subconsultants for candidates to be considered. We will not propose staff assigned to the Gator Canal Bridge project for tasks under this contract. Contract No. 2019-23-05 Professional Engineering Services Contracts for City of North Port Public Works H&H was recently selected as a prime on this library-type contract for CEI and design services. If the City desires consultants, they will provide an RFP to firms listed in the library. Firms are not required to submit an LOI. However, if we choose to pursue, we will not propose staff assigned to the Gator Canal Bridge project in excess of a 40-hour work week. Gasparilla Island Bridge Authority (GIBA) Consulting Services Agreement H&H has been awarded this contract to provide quarterly inspections of their swing span bridge and be on call in case of emergencies. Currently, Steve is the only staff member assigned to this contract, which averages one day per month. Availability With Matt and Steve available at their projected workloads for the duration of this project and H&H’s pool of inspectors, we are confident the Gator Canal project will be adequately staffed from start to finish. The chart below shows the availability of the proposed team. We can ensure the County that we have the staff necessary for the successful completion of this contract and the resources to bring on additional staffing if deemed appropriate. Staff 2020 2021 Jan Feb Mar Apr May Jun Jul Aug Sept Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sept S. Nappi   M. Thomas  E. Tiburcio   M. Kalamon  P. Neptune  L. Benitez  100%; 25% CEI SERVICES FOR GATOR CANAL BRIDGE REPLACEMENT (BRIDGE NO. 030160) SOLICITATION 19-7639R Section 7: Required Forms Section 7: Required Forms Form 2: Vendor Check List Updated: October 24th 2019 IMPORTANT: THIS SHEET MUST BE SIGNED. Please read carefully, sign in the spaces indicated and submit with your Proposal through Bidsync. Vendor should check off each of the following items as the necessary action is completed: The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/etc.) has been completed and attached. 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. Affidavit for Claiming Status as a Local Business, if applicable. Collier or Lee County Business Tax Receipt MUST be included. Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/. Proof of E-Verify (Memorandum of Understanding or Company Profile page) and Immigration Affidavit MUST be included - https://www.e-verify.gov/. Grant Provisions and Assurances package in its entirety, if applicable. Reference Questionnaires MUST be included or you may be deemed non-responsive. ALL SUBMITTALS MUST HAVE THE SOLICITATION NUMBER AND TITLE Name of Firm: ________________________________________________________ Address: ________________________________________________________ City, State, Zip: ________________________________________________________ Telephone: ________________________________________________________ Email: ________________________________________________________ Representative Signature: ________________________________________________________ Representative Name: ________________________________________ Date ___________ N/A N/A N/A Hardesty & Hanover Construction Services, LLC 950 Tamiami Trail, Unit 104 Port Charlotte, FL 33953 941.979.5476 boshea@hardestyhanover.com Brendan O’Shea, PE, Principal 1/9/2020 Form 3: Conflict of Interest Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules – The firm has not set the “ground rules” for affiliated past or current Collier County project identified above (e.g., writing a procurement’s statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity – The firm has not performed work on an affiliated past or current Collier County project identified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor’s ability to render impartial advice to the government. Unequal access to information – The firm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor / vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above-mentioned project; and, 2. Indicate if the information produced was obtained as a matter of public record (in the “sunshine”) or through non-public (not in the “sunshine”) conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the firm (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Firm: ____________________________________________________________________________ Signature and Date: _________________________________________________________________ Print Name: _______________________________________________________________________ Title of Signatory: __________________________________________________________________ Hardesty & Hanover Construction Services, LLC Brendan O’Shea, PE 1/9/2020 Principal Form 4: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor agrees, if this solicitation submittal is accepted, to execute a Collier County document for the purpose of establishing a formal contractual relationship between the firm and Collier County, for the performance of all requirements to which the solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced Solicitation. Further, the vendor agrees that if awarded a contract for these goods and/or services, the vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated with work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Signature by: (Typed and written) Title: 9th January 20 New York New York Hardesty & Hanover Construction Services, LLC 950 Tamiami Trail, Unit 104 Port Charlotte, FL 33953 Port Charlotte, FL 33953 45-3031781 1MD51 941.979.5476 Brendan O’Shea, PE, Principal Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Hardesty & Hanover Construction Services, LLC Que Tu Financial Accounting Manager 1501 Broadway, Suite 601 New York, NY 10036 212.994.1150 qtu@hardestyhanover.com Hardesty & Hanover Construction Services, LLC Steven Nappi, PE Regional Manager of Construction Services 950 Tamiami Trail, Unit 104 Port Charlotte, FL 33953 941.979.5476 snappi@hardestyhanover.com Form 5: Immigration Affidavit Certification This Affidavit is required and should be signed, by an authorized principal of the firm and submitted with formal solicitation submittals. Further, Vendors are required to enroll in the E-Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the Vendor’s proposal. Acceptable evidence consists of a copy of the properly completed E-Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment in the E-Verify program may deem the Vendor’s proposal as non- responsive https://www.e-verify.gov/. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act (“INA”). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor’s proposal. Company Name ____________________________________________________________________ Print Name Title _______________________ Signature Date _______________________ Hardesty & Hanover Construction Services, LLC Brendan O’Shea, PE Principal 1/9/2020 Page 1 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of Form I-9, Employment Eligibility Verification (Form I-9). This Memorandum of Understanding (MOU) explains certain features of the E-Verify program and describes specific responsibilities of the Employer, the Social Security Administration (SSA), and DHS. 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). The Federal Acquisition Regulation (FAR) Subpart 22.18, “Employment Eligibility Verification” and Executive Order 12989, as amended, provide authority for Federal contractors and subcontractors (Federal contractor) to use E-Verify to verify the employment eligibility of certain employees working on Federal contracts. ARTICLE II RESPONSIBILITIES A. RESPONSIBILITIES OF THE EMPLOYER 1.The Employer agrees to display the following notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system: a.Notice of E-Verify Participation b.Notice of Right to Work 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 about E-Verify. The Employer also agrees to keep such information current by providing updated information to SSA and DHS whenever the representatives’ contact information changes. 3.The Employer agrees to grant E-Verify access only to current employees who need E-Verify access. Employers must promptly terminate an employee’s E-Verify access if the employer is separated from the company or no longer needs access to E-Verify. 141330 The parties to this agreement are the Department of Homeland Security (DHS) and the Hardesty & Hanover, LLC (Employer). The purpose of this agreement is to set forth terms and conditions which the Employer will follow while participating in E-Verify. Page 2 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 4. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. 5. The Employer agrees that any Employer Representative who will create E-Verify cases will complete the E-Verify Tutorial before that individual creates any cases. a. The Employer agrees that all Employer representatives will take the refresher tutorials when prompted by E-Verify in order to continue using E-Verify. Failure to complete a refresher tutorial will prevent the Employer Representative from continued use of E-Verify. 6. The Employer agrees to comply with current Form I-9 procedures, with two exceptions: a. 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 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 888-464-4218. b. If an employee presents a DHS Form I-551 (Permanent Resident Card), Form I-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete 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 Employer will use the photocopy to verify the photo and to assist DHS with its review of photo mismatches that employees contest. DHS may in the future designate other documents that activate the photo screening tool. Note: Subject only to the exceptions noted previously in this paragraph, employees still retain the right to present any List A, or List B and List C, document(s) to complete the Form I-9. 7. 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. 8. The Employer agrees that, although it participates in E-Verify, the Employer has a 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. a. The following modified requirements are the only exceptions to an Employer’s obligation to not employ unauthorized workers and comply with the anti-discrimination provision of the INA: (1) List B identity documents must have photos, as described in paragraph 6 above; (2) When an Employer confirms the identity and employment eligibility of newly hired employee using E-Verify procedures, the Employer establishes a rebuttable presumption that it has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of that employee; (3) If the Employer receives a final nonconfirmation for an employee, but continues to employ that person, the Employer must notify DHS and the Employer 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) If the Employer continues to employ an employee after receiving a final nonconfirmation, then the Employer is subject to a rebuttable presumption that it has knowingly 141330 Page 3 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employed an unauthorized alien in violation of section 274A(a)(1)(A); and (5) no E-Verify participant is civilly or criminally liable under any law for any action taken in good faith based on information provided through the E-Verify. b. DHS reserves the right to conduct Form I-9 compliance inspections, as well as any other enforcement or compliance activity authorized by law, including site visits, to ensure proper use of E-Verify. 9. The Employer is strictly prohibited from creating an E-Verify case before the employee has been hired, meaning that a firm offer of employment was extended and accepted and Form I-9 was completed. The Employer agrees to create an E-Verify case for new employees within three Employer business days after each employee has been hired (after both Sections 1 and 2 of Form I-9 have been completed), and to complete as many steps of the E-Verify process as are necessary according to the E-Verify User Manual. If E-Verify is temporarily unavailable, the three-day time period will be extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make inquiries during the period of unavailability. 10. The Employer agrees not to use E-Verify for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use that this MOU or the E-Verify User Manual does not authorize. 11. The Employer must use E-Verify for all new employees. The Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. Employers who are Federal contractors may qualify for exceptions to this requirement as described in Article II.B of this MOU. 12. The Employer agrees to follow appropriate procedures (see Article III below) regarding tentative nonconfirmations. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. Further, when employees contest a tentative nonconfirmation based upon a photo mismatch, the Employer must take additional steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge. 13. 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 mismatch, does not establish, and should not be interpreted as, evidence that the employee is not work authorized. In any of such cases, 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 141330 Page 4 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, withholding pay, refusing to assign the employee to a Federal contract or other assignment, or otherwise assuming that he or she is unauthorized to work) 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 photo mismatch 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 (customer service) or 1-888-897-7781 (worker hotline). 14. 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, employment eligibility verification, or recruitment or referral practices because of his or her national origin or citizenship status, or by committing discriminatory documentary practices. 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 immigration-related unfair 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). 15. The Employer agrees that it will use the information it receives from E-Verify 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. 16. The Employer agrees to notify DHS immediately in the event of a breach of personal information. Breaches are defined as loss of control or unauthorized access to E-Verify personal data. All suspected or confirmed breaches should be reported by calling 1-888-464-4218 or via email at E-Verify@dhs.gov. Please use “Privacy Incident – Password” in the subject line of your email when sending a breach report to E-Verify. 17. The Employer acknowledges that the information it receives 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)). 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. 18. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, which includes permitting DHS, SSA, their contractors and other agents, upon 141330 Page 5 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the Employer’s use of E-Verify, and to respond in a prompt and accurate manner to DHS requests for information relating to their participation in E-Verify. 19. The Employer shall not make any false or unauthorized claims or references about its participation in E-Verify on its website, in advertising materials, or other media. The Employer shall not describe its services as federally-approved, federally-certified, or federally-recognized, or use language with a similar intent on its website or other materials provided to the public. Entering into this MOU does not mean that E-Verify endorses or authorizes your E-Verify services and any claim to that effect is false. 20. The Employer shall not state in its website or other public documents that any language used therein has been provided or approved by DHS, USCIS or the Verification Division, without first obtaining the prior written consent of DHS. 21. The Employer agrees that E-Verify trademarks and logos may be used only under license by DHS/USCIS (see M-795 (Web)) and, other than pursuant to the specific terms of such license, may not be used in any manner that might imply that the Employer’s services, products, websites, or publications are sponsored by, endorsed by, licensed by, or affiliated with DHS, USCIS, or E-Verify. 22. The Employer understands that if it uses E-Verify procedures for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its participation in E-Verify according to this MOU. B. RESPONSIBILITIES OF FEDERAL CONTRACTORS 1. If the Employer is a Federal contractor with the FAR E-Verify clause subject to the employment verification terms in Subpart 22.18 of the FAR, it will become familiar with and comply with the most current version of the E-Verify User Manual for Federal Contractors as well as the E-Verify Supplemental Guide for Federal Contractors. 2. In addition to the responsibilities of every employer outlined in this MOU, 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 “employee assigned to the contract” (as defined in FAR 22.1801). Once an employee has been verified through E-Verify by the Employer, the Employer may not create a second case for the employee through E-Verify. a. 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 in the E-Verify program within 30 calendar days of contract award and, within 90 days of enrollment, begin to verify employment eligibility of new hires using E-Verify. The Employer must verify those employees who are working in the United States, whether or not they are assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within three business days after the hire date. Once enrolled in E-Verify as a Federal contractor, the Employer must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. 141330 Page 6 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. 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 begin 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 three business days after the date of hire. If the Employer is enrolled in E-Verify as a Federal contractor 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 three business days after the date of hire. An Employer enrolled as a Federal contractor in E-Verify must begin 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. c. Federal contractors 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 under a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. Employers in this category must begin verification of employees assigned to the contract within 90 calendar days after the date of enrollment or within 30 days of an employee’s assignment to the contract, whichever date is later. d. Upon enrollment, Employers who are Federal contractors 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 those employees assigned to a covered Federal contract. After enrollment, Employers must elect to verify existing staff following DHS procedures and begin E-Verify verification of all existing employees within 180 days after the election. e. The Employer may use a previously completed Form I-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form I-9 is complete (including the SSN) and complies with Article II.A.6, ii. The employee’s work authorization has not expired, and iii. The Employer has reviewed the Form I-9 information either in person or in communications with the employee to ensure that the employee’s Section 1, Form I-9 attestation has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). f. The Employer shall complete a new Form I-9 consistent with Article II.A.6 or update the previous Form I-9 to provide the necessary information if: i. The Employer cannot determine that Form I-9 complies with Article II.A.6, ii. The employee’s basis for work authorization as attested in Section 1 has expired or changed, or iii. The Form I-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form I-9 is otherwise valid and up-to-date and the form otherwise complies with 141330 Page 7 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Article II.C.5, but reflects documentation (such as a U.S. passport or Form I-551) that expired after completing Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.A.5, subject to any additional or superseding instructions that may be provided on this subject in the E-Verify User Manual. g. The Employer agrees not 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 based on this Article. 3. The Employer understands that if it is a Federal contractor, 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. C. RESPONSIBILITIES OF SSA 1. SSA agrees to allow DHS to compare data provided by the Employer against SSA’s database. SSA sends DHS confirmation that the data sent either matches or does not match the information in SSA’s database. 2. SSA agrees to safeguard the information the Employer provides through E-Verify procedures. SSA also agrees to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security numbers or responsible 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). 3. SSA agrees to provide case results from its database within three Federal Government work days of the initial inquiry. E-Verify provides the information to the Employer. 4. SSA agrees to update SSA records as necessary if the employee who contests the SSA tentative nonconfirmation visits an SSA field office and provides the required evidence. If the employee visits an SSA field office within the eight Federal Government work days from the date of referral to SSA, SSA agrees to update SSA records, if appropriate, within the eight-day period unless SSA determines that more than eight days may be necessary. In such cases, SSA will provide additional instructions to the employee. If the employee does not visit SSA in the time allowed, E-Verify may provide a final nonconfirmation to the employer. Note: If an Employer experiences technical problems, or has a policy question, the employer should contact E-Verify at 1-888-464-4218. D. RESPONSIBILITIES OF DHS 1. DHS agrees to provide the Employer with selected data from DHS databases to enable the Employer to conduct, to the extent authorized by this MOU: a. Automated verification checks on alien employees by electronic means, and 141330 Page 8 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: b. Photo verification checks (when available) on employees. 2. DHS agrees to assist the Employer with operational problems associated with the Employer's participation in E-Verify. DHS agrees to provide the Employer names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process. 3. DHS agrees to provide to the Employer with access to E-Verify training materials as well as an E-Verify User Manual that contain instructions on E-Verify policies, procedures, and requirements for both SSA and DHS, including restrictions on the use of E-Verify. 4. DHS agrees to train Employers on all important changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual. Even without changes to E-Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. 5. DHS agrees to provide to the Employer a notice, which indicates the Employer's participation in E-Verify. DHS also agrees to provide to the Employer 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. 6. DHS agrees to issue each of the Employer’s E-Verify users a unique user identification number and password that permits them to log in to E-Verify. 7. DHS agrees to safeguard the information the Employer provides, and to limit access to such information to individuals responsible for the verification process, for evaluation of E-Verify, 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 INA and Federal criminal laws, and to administer Federal contracting requirements. 8. DHS agrees to provide a means of automated verification that provides (in conjunction with SSA verification procedures) confirmation or tentative nonconfirmation of employees' employment eligibility within three Federal Government work days of the initial inquiry. 9. DHS agrees to provide a means of secondary verification (including updating DHS records) for employees who contest DHS tentative nonconfirmations and photo mismatch tentative nonconfirmations. This provides 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. ARTICLE 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 notice as directed by E-Verify. The Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify 141330 Page 9 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer agrees to provide written referral instructions to employees and instruct affected employees to bring the English copy of the letter to the SSA. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. After a tentative nonconfirmation, the Employer will refer employees to SSA field offices only as directed by E-Verify. The Employer must record the case verification number, review the employee information submitted to E-Verify to identify any errors, and find out whether the employee contests the tentative nonconfirmation. The Employer will transmit the Social Security number, or any other corrected employee information that SSA requests, to SSA for verification again if this review indicates a need to do so. 4. The Employer will instruct the employee to visit an SSA office within eight Federal Government work days. SSA 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. 5. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. 6. The Employer agrees not to ask the employee to obtain a printout from the Social Security Administration number database (the Numident) or other written verification of the SSN from the SSA. B. REFERRAL TO DHS 1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must promptly notify employees in private of the finding and provide them with the notice and letter containing information specific to the employee’s E-Verify case. The Employer also agrees to provide both the English and the translated notice and letter for employees with limited English proficiency to employees. The Employer must allow employees to contest the finding, and not take adverse action against employees if they choose to contest the finding, while their case is still pending. 2. The Employer agrees to obtain the employee’s response about whether he or she will contest the tentative nonconfirmation as soon as possible after the Employer receives the tentative nonconfirmation. Only the employee may determine whether he or she will contest the tentative nonconfirmation. 3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation. 4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will instruct the 141330 Page 10 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: employee to contact DHS through its toll-free hotline (as found on the referral letter) within eight Federal Government work days. 5. If the Employer finds a photo mismatch, the Employer must provide the photo mismatch tentative nonconfirmation notice and follow the instructions outlined in paragraph 1 of this section for tentative nonconfirmations, generally. 6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo mismatch, the Employer will send a copy of the employee’s Form I-551, Form I-766, U.S. Passport, or passport card to DHS for review by: a. Scanning and uploading the document, or b. Sending a photocopy of the document by express mail (furnished and paid for by the employer). 7. The Employer understands that if it cannot determine whether there is a photo match/mismatch, the Employer must forward the employee’s documentation to DHS as described in the preceding paragraph. The Employer agrees to resolve the case as specified by the DHS representative who will determine the photo match or mismatch. 8. 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. 9. While waiting for case results, the Employer agrees to check the E-Verify system regularly for case updates. ARTICLE IV SERVICE PROVISIONS A. NO SERVICE FEES 1. SSA and DHS will not charge the Employer for verification services performed under this MOU. The Employer is responsible for providing equipment needed to make inquiries. To access E-Verify, an Employer will need a personal computer with Internet access. ARTICLE V MODIFICATION AND TERMINATION A. MODIFICATION 1. This MOU is effective upon the signature of all parties and shall continue in effect for as long as the SSA and DHS operates the E-Verify program unless modified in writing by the mutual consent of all parties. 2. Any and all E-Verify system enhancements by DHS or SSA, including but not limited to E-Verify checking against additional data sources and instituting new verification policies or procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. 141330 Page 11 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: B. TERMINATION 1. The Employer may terminate this MOU and its participation in E-Verify at any time upon 30 days prior written notice to the other parties. 2. Notwithstanding Article V, part A of this MOU, DHS may terminate this MOU, and thereby the Employer’s participation in E-Verify, with or without notice at any time if 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 Employer, or a failure on the part of the Employer to comply with established E-Verify procedures and/or legal requirements. The Employer understands that if it is a Federal contractor, termination of this MOU by any party for any reason may negatively affect the performance of its contractual responsibilities. Similarly, the Employer understands that if it is in a state where E-Verify is mandatory, termination of this by any party MOU may negatively affect the Employer’s business. 3. An Employer that is a Federal contractor may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such cases, the Federal contractor must provide written notice to DHS. If an Employer that is a Federal contractor fails to provide such notice, then that Employer will remain an E-Verify participant, will remain bound by the terms of this MOU that apply to non-Federal contractor participants, and will be required to use the E-Verify procedures to verify the employment eligibility of all newly hired employees. 4. The Employer agrees that E-Verify is not liable for any losses, financial or otherwise, if the Employer is terminated from E-Verify. ARTICLE VI PARTIES A. 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 necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU. B. 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 Employer, its agents, officers, or employees. C. The Employer may not assign, directly or indirectly, whether by operation of law, change of control or merger, all or any part of its rights or obligations under this MOU without the prior written consent of DHS, which consent shall not be unreasonably withheld or delayed. Any attempt to sublicense, assign, or transfer any of the rights, duties, or obligations herein is void. D. 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 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 Employer. E. The Employer understands that its 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, 141330 Page 12 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 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). F. The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer and DHS respectively. The Employer understands that any inaccurate statement, representation, data or other information provided to DHS may subject the Employer, its subcontractors, its employees, or its representatives to: (1) prosecution for false statements pursuant to 18 U.S.C. 1001 and/or; (2) immediate termination of its MOU and/or; (3) possible debarment or suspension. G. The foregoing constitutes the full agreement on this subject between DHS and the Employer. To be accepted as an E-Verify participant, you should only sign the Employer’s Section of the signature page. If you have any questions, contact E-Verify at 1-888-464-4218. 141330 Page 13 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Approved by: Employer Name (Please Type or Print) Title Signature Date Department of Homeland Security – Verification Division Name (Please Type or Print) Title Signature Date 141330 Hardesty & Hanover, LLC Billinghurst Michelle Electronically Signed 08/01/2008 USCIS Verification Division Electronically Signed 08/01/2008 Page 14 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information Required for the E-Verify Program Information relating to your Company: Company Name Company Facility Address Company Alternate Address County or Parish Employer Identification Number North American Industry Classification Systems Code Parent Company Number of Employees Number of Sites Verified for 141330 Hardesty & Hanover, LLC 1501 Broadway New York, NY 10036 NEW YORK 453031954 541 100 to 499 22 Page 15 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 141330 CONNECTICUT 1 site(s) FLORIDA 3 site(s) ILLINOIS 1 site(s) KANSAS 1 site(s) LOUISIANA 1 site(s) MASSACHUSETTS 1 site(s) MARYLAND 1 site(s) MAINE 1 site(s) MICHIGAN 1 site(s) NORTH CAROLINA 1 site(s) NEW HAMPSHIRE 1 site(s) NEW JERSEY 4 site(s) NEW YORK 3 site(s) VIRGINIA 1 site(s) WASHINGTON 1 site(s) Page 16 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: 141330 Name Susan Cohen Phone Number (646) 428 - 8520 Fax Number (646) 390 - 0800 Email Address scohen@hardesty-hanover.com Page 17 of 17 E-Verify MOU for Employers | Revision Date 06/01/13 Company ID Number: 141330 Page intentionally left blank Form 6: Vendor Substitute W – 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) requires that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1. General Information (provide all information) Taxpayer Name ________________________________________________________________________________ (as shown on income tax return) Business Name (if different from taxpayer name) Address ____________________________________ City ______________________________________________ State ______________________________________ Zip______________________________________________ Telephone __________________ Email_____________________ Order Information (Must be filled out) Address ___________________________________ Remit / Payment Information (Must be filled out) Address ____________________________________________ City __________ State ________ Zip ___________ City _____________ State _________ Zip______________ Email ____________________________________ Email _____________________________________________ 2. Company Status (check only one) Individual / Sole Proprietor Corporation Partnership Tax Exempt (Federal income tax-exempt entity under Internal Revenue Service guidelines IRC 501 (c) 3) Limited Liability Company Enter the tax classification (D = Disregarded Entity, C = Corporation, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) _______________________________________________________________ (Vendors who do not have a TIN, will be required to provide a social security number prior to an award). 4. Sign and Date Form: Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Signature ___________________________________________________________ Date ______________________________ Title _______________________________________________________________ Phone Number ________________________ 1501 Broadway, Suite 601 New York NY 10036 212.944.1150 boshea@hardestyhanover.com 1501 Broadway, Suite 601 1501 Broadway, Suite 601 New York New York NY NY 10036 10036 boshea@hardestyhanover.com boshea@hardestyhanover.com X 45-3031781 Brendan O’Shea, PE, Principal January 9, 2020 212.994.1150 INSURANCE AND BONDING REQUIREMENTS Insurance / Bond Type Required Limits 1. Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits and Requirements Evidence of Workers’ Compensation coverage or a Certificate of Exemption issued by the State of Florida is required. Entities that are formed as Sole Proprietorships shall not be required to provide a proof of exemption. An application for exemption can be obtained online at https://apps.fldfs.com/bocexempt/ 2. Employer’s Liability $___1,000,000______ single limit per occurrence 3. Commercial General Liability (Occurrence Form) patterned after the current ISO form Bodily Injury and Property Damage $_1,000,000____single limit per occurrence, $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor shall defend, indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contractor/ Vendor or anyone employed or utilized by the Contractor/Vendor in the performance of this Agreement. 5. Automobile Liability $__1,000,000__ Each Occurrence; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included 6. Other insurance as noted: Watercraft $ __________ Per Occurrence United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ __________ Per Occurrence Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ __________ Per Occurrence Pollution $ __________ Per Occurrence Professional Liability $ _1,000,000__________ Per claim & in the aggregate Project Professional Liability $__________ Per Occurrence Valuable Papers Insurance $__________ Per Occurrence Cyber Liability $__________ Per Occurrence Technology Errors & Omissions $__________ Per Occurrence 7. Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers’ check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 8. Performance and Payment Bonds For projects in excess of $200,000, bonds shall be submitted with the executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as “A-“ or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders’ surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 9. Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 10. Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Vendor’s policy shall be endorsed accordingly. 11. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 12. On all certificates, the Certificate Holder must read: Collier County Board of Commissioners, 3295 Tamiami Trail East, Naples, FL 34112 13. Thirty (30) Days Cancellation Notice required. 14. Collier County shall procure and maintain Builders Risk Insurance on all construction projects where it is deemed necessary. Such coverage shall be endorsed to cover the interests of Collier County as well as the Contractor. Premiums shall be billed to the project and the Contractor shall not include Builders Risk premiums in its project proposal or project billings. All questions regarding Builder’s Risk Insurance will be addressed by the Collier County Risk Management Division. 9/27/19 - CC ___________________________________________________________________________________________________________ Vendor’s Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. The insurance submitted must provide coverage for a minimum of six (6) months from the date of award. Name of Firm _______________________________________ Date ____________________________ Vendor Signature _________________________________________________________________________ Print Name _________________________________________________________________________ Insurance Agency _________________________________________________________________________ Agent Name ___________________________________ Telephone Number ________________ Brendan O’Shea, PE Greyling Ins. Brokerage/EPIC Jerry Noyola 750.552.4225 Hardesty & Hanover Construction Services, LLC January 9, 2020 INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE National Union Fire Ins Co of PA Aspen American Insurance Company Commerce & Industry Ins. Co. Zurich American Insurance Co 11/19/2019 Greyling Ins. Brokerage/EPIC 3780 Mansell Road, Suite 370 Alpharetta, GA 30022 Jerry Noyola 770-552-4225 866-550-4082 jerry.noyola@greyling.com Hardesty & Hanover Construction Services, LLC 1501 Broadway New York, NY 10036 19445 43460 19410 16535 19-20 A X X X Contractual Liab. X X X X GL9566090 08/01/2019 08/01/2020 1,000,000 500,000 25,000 1,000,000 2,000,000 2,000,000 A X X Hired Phy Dam X X X X CA5425480 08/01/2019 08/01/2020 1,000,000 B X X X 10,000 X X CX009N719 08/01/2019 08/01/2020 8,000,000 8,000,000 C N X WC43172130 08/01/2019 08/01/2020 X 1,000,000 1,000,000 1,000,000 D Valuable Papers CPP9433490-11 08/01/2019 08/01/2020 Limit $1,000,000 To Whom It May Concern 1 of 1 #S1874291/M1717733 HARDHANOClient#: 25393 JNOY1 INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Evanston Insurance Company 11/19/2019 Greyling Ins. Brokerage/EPIC 3780 Mansell Road, Suite 370 Alpharetta, GA 30022 Jerry Noyola 770-552-4225 866-550-4082 jerry.noyola@greyling.com Hardesty & Hanover Construction Services, LLC 1501 Broadway New York, NY 10036 35378 19-20 A Professional Liab MKLV7PL0003443 01/01/2019 01/01/2020 Per Claim $5,000,000 Aggregate $5,000,000 Deductible $500,000 To Whom It May Concern 1 of 1 #S1874292/M1325804 HARDHANOClient#: 25393 JNOY1 Halsey Beshears, SecretaryRon DeSantis, GovernorSTATE OF FLORIDADEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATIONBOARD OF PROFESSIONAL ENGINEERSTHE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THEPROVISIONS OF CHAPTER 471, FLORIDA STATUTESHARDESTY & HANOVER CONSTRUCTION SERVICES, LLCDo not alter this document in any form.1501 BROADWAY, 6TH FLOORLICENSE NUMBER: CA29740EXPIRATION DATE: FEBRUARY 28, 2021This is your license. It is unlawful for anyone other than the licensee to use this document.NEW YORK NY 10036Always verify licenses online at MyFloridaLicense.com Hardesty & Hanover, LLC 950 Tamiami Trail, Unit 104 Port Charlotte, FL 33953 Tel: 941.979.5476