Loading...
Agenda 09/08/2020 Item #16A27 (RPS #20-7728)09/08/2020 EXECUTIVE SUMMARY Recommendation to approve the section committee’s final ranking of Construction Engineering and Inspection (“CEI”) firms and to authorize staff to commence contract negotiations with top- ranked firm Hardesty & Hanover Construction Services, LLC, for Request for Professional Services (“RPS”) No. 20-7728, CEI Services for Veterans Memorial Boulevard Extension - Phase I and Phase II (Veterans Memorial Boulevard from Old 41 Road to the intersection with Livingston Road), County Project Number 60198. OBJECTIVE: To obtain professional CEI services for the Veterans Memorial Boulevard Extension, Phase I, and Phase II Projects (Veterans Memorial Boulevard from Old 41 Road to the intersection with Livingston Road). CONSIDERATIONS: On February 21, 2020, the Procurement Services Division released notices of RPS No. 20-7728, CEI Services for Veterans Memorial Boulevard Extension - Phase I and Phase II. The County sent out eleven thousand seven hundred fifty-two (11,752) notifications, and interested firms downloaded ninety-three (93) solicitation packages. The County received proposals by the April 22, 2020 deadline from the following firms: • AECOM Technical Services, Inc. • AIM Engineering & Surveying, Inc. • Hardesty & Hanover Construction Services, LLC • Rummel, Klepper & Kahl, LLP • SAM Surveying and Mapping, LLC On July 1, 2020, a selection committee scored and shortlisted the firms’ proposals based on their qualifications. The top four ranked firms selected moved on to Step 2 of the solicitat ion process for oral presentations are listed below: 1. AECOM Technical Services, Inc. 2. Hardesty & Hanover Construction Services, LLC 3. AIM Engineering & Surveying, Inc. 4. Rummel, Klepper & Kahl, LLP On July 15, 2020, all four firms gave an oral presentation to the selection committee, and the selection committee scored the oral presentations, resulting in the following final recommended ranking: Name of Firm Selection Committee Final Ranking Hardesty & Hanover Construction Services, LLC 1 AECOM Technical Services, Inc. 2 AIM Engineering & Surveying, Inc. 3 Rummel, Klepper & Kahl, LLP 4 Staff recommends approving the final ranking and requests that the Board authorize staff to commence negotiations with the top-ranked firm of Hardesty & Hanover Construction Services, LLC. If an agreement cannot be reached with the top-ranked firm, staff will continue negotiating with the remaining firms in their above-ranked order until a proposed agreement can be brought back for the Board’s consideration. FISCAL IMPACT: Once negotiations are complete, a contract will be brought to the Board for approval. Funding for the subsequent contract is available in Project 60198. Sources of funding are impact fees and 16.A.27 Packet Pg. 797 09/08/2020 gas tax. This is a multi year phased construction project with funding through FY 2023 and it is programmed within the AUIR and capital improvement element (CIE) at a projected all in cost of $28.1 million. GROWTH MANAGEMENT IMPACT: The project is in conformance with the goals and objectives of the Transportation Element of the Growth Management Plan. 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 final ranking of CEI firms and to authorize staff to commence contract negotiations with top-ranked firm Hardesty & Hanover Construction Services, LLC, as set forth above, for RPS No. 20-7728, CEI Services for Veteran Memorial Boulevard Extension - Phase I and Phase II (Veterans Memorial Boulevard from Old 41 Road to the intersection with Livingston Road), so that an agreement can be brought back for the Board’s consideration. Prepared by: Bee Thao, P.E, Sr. Project Manager, Transportation Engineering Division ATTACHMENT(S) 1. 20-7728 CEI Solicitation (PDF) 2. 20-7728 Final Ranking (PDF) 3. 20-7728 NORA_esigned (PDF) 4. [linked] VMB CEI - Hardesty & Hanover Submittal (PDF) 16.A.27 Packet Pg. 798 09/08/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.27 Doc ID: 13123 Item Summary: Recommendation to approve the selection committee’s final ranking of Construction Engineering and Inspection (“CEI”) firms and to authorize staff to commence contract negotiations with top-ranked firm Hardesty & Hanover Construction Services, LLC, for Request for Professional Services (“RPS”) No. 20-7728, CEI Services for Veterans Memorial Boulevard Extension - Phase I and Phase II (Veterans Memorial Boulevard from Old 41 Road to the intersection with Livingston Road), County Project Number 60198. Meeting Date: 09/08/2020 Prepared by: Title: – Transportation Engineering Name: Bee Thao 08/04/2020 4:53 PM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 08/04/2020 4:53 PM Approved By: Review: Transportation Engineering Steve Ritter Additional Reviewer Completed 08/05/2020 7:03 AM Transportation Engineering Jay Ahmad Additional Reviewer Completed 08/05/2020 7:07 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 08/05/2020 8:07 AM Procurement Services Evelyn Colon Additional Reviewer Completed 08/05/2020 8:19 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 08/05/2020 8:38 AM Growth Management Department Judy Puig Level 1 Reviewer Completed 08/05/2020 9:05 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 08/05/2020 9:18 AM Transportation Engineering Marlene Messam Additional Reviewer Completed 08/05/2020 1:17 PM Growth Management Department Gene Shue Additional Reviewer Completed 08/05/2020 4:42 PM Procurement Services Sandra Herrera Additional Reviewer Completed 08/06/2020 3:29 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 08/18/2020 1:51 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 08/18/2020 1:59 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 08/18/2020 3:03 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 08/19/2020 2:00 PM 16.A.27 Packet Pg. 799 09/08/2020 Budget and Management Office Mark Isackson Additional Reviewer Completed 08/25/2020 11:43 AM County Manager's Office Sean Callahan Level 4 County Manager Review Completed 08/31/2020 4:52 PM Board of County Commissioners MaryJo Brock Meeting Pending 09/08/2020 9:00 AM 16.A.27 Packet Pg. 800 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 Veteran Memorial Boulevard Extension – Phase I and Phase II RPS NO.: 20-7728 PATRICK BOYLE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8941 Patrick.Boyle@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.27.a Packet Pg. 801 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSINAL SERVICES (RPS) NUMBER: 20-7728 PROJECT TITLE: CEI Services for Veteran Memorial Boulevard Extension – Phase I and Phase II RPS OPENING DAY/DATE/TIME: Friday March 25th, 2020 at 3:00PM PLACE OF RPS OPENING: Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the 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 P rofessional Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. Construction Engineering and Inspection (CEI) services have historically been added to the construction phase of transportati on 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, specificat ions, and special provisions for the Construction Contract. The CEI firm is the liaison between the Division 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 Division , and directs the Contractor to correct such observed discrepancies. BACKGROUND CEI services are required for the construction of the extension of Veterans Memorial Boulevard (VMB) from Old 41 Road to the intersection with Livingston Road. Currently, the existing VMB is a two -lane roadway extending approximately 2,500 feet west of the intersection with Livingston Road. The new roadway geometry will be a four-lane urban divided arterial with on street bike lanes, and sidewalks on both sides of the roadway. We anticipate the eastbound travel lanes aligning with the existing roadwa y alignment. The southernmost sidewalk will align with the existing sidewalk extending along the south side of the existing VMB. The new roadway alignment crosses an existing railroad (extending in a north/south direction) approximately 0.5 miles east of Old US 41. The County will be responsible for s ecuring agreement rights with the railroad entity, Seminole Gulf Railway prior to the commencing construction. It is anticipated that design and construction of a railroad crossing gate system will be required. The project will be divided into two phases: Phase 1 – From proposed High School GGG east entrance to intersection with Livingston Road (approximately 1.4 miles total) Phase 2 – From Old US 41 to the east entrance of High School GGG (approximately 0.8 miles total) 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. Monitoring and inspecting the Contractor’s Work Zone Traffic Plan and reviewing modifications to the Work Zone Traffic Control Plan, in accordance with the Florida Department of Transportation (FDOT) procedures. Determining acceptability of all material and completed work items on the basis of either test results or by verification of a certification. The CEI firm is hereby advised that due to the nature of the two-phase Design and Construction process, the CEI Firm should expect a possible suspension of contract after the completion of Phase I, due to the split design and construction phases. 16.A.27.a Packet Pg. 802 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term will commence one month before the Contractors Contract Notice to Proceed is issued and end one month after the Contractor’s Contract is terminated per phase. Prices shall remain firm for the initial term of the awarded contract. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK SCOPE OF SERVICES CONSTRUCTION ENGINEERING AND INSPECTION 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, and the referenced Florida Department of Transportation (FDOT) manuals, and procedures. The project for which the services are required are: County Project ID: 60198 Project Name: Veterans Memorial Boulevard Extension. Description: New Road Construction from Old US 41 to Livingston Road 1. Phase 1- From East Entrance of High School GGG to Livingston Road 2. Phase 2 – From Old U.S. 41 to East Entrance of High School GGG 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 16.A.27.a Packet Pg. 803 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) 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 schedule and construction times for the project are tabulated below: Construction Contract Estimate Financial Project ID Letting Date (Mo/Day/Yr) Start Date (Mo/Day/Yr) Duration (Days) 60198PH1 60198PH2 TBD TBD TBD TBD 837 675 4.0 DEFINITIONS: A. Agreement: The Professional Services Agreement between the COUNTY and the Consultant setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of services, and the basis of payment. B. Contractor: The individual, firm, or company contracting with the COUNTY for performance of work or furnishing of materials. C. Construction Contract: The written agreement between the COUNTY and the Contractor setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of labor and materials, and the basis of payment. D. Construction Project Manager: The 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 Tran sportation 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. 16.A.27.a Packet Pg. 804 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) 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/ 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 necessary tools and equipment to carry out the scope of the contract (examples are: 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: 16.A.27.a Packet Pg. 805 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) 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 may require a satellite office for this project, if the Consultant office is located more than five (5) miles from the project site. 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. 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. 16.A.27.a Packet Pg. 806 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) 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. 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 County’s 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. 16.A.27.a Packet Pg. 807 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) Inform the designated Division project personnel of any significant omis sions, 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. 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 locat ions 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. 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. 16.A.27.a Packet Pg. 808 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) 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-construction 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 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. 16.A.27.a Packet Pg. 809 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) (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. 1. Identify, review, and track progress of Interlocal Agreements, and/or other Division and utility agreements. Address work progress, track reimbursement activities, and address betterment and salvage determination. Prepare all necessary documentation to support reimbursement activities and betterment and salvage determination. (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 16.A.27.a Packet Pg. 810 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) 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 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. 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 k nowledge 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 16.A.27.a Packet Pg. 811 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) 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 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 Spe cialist, and Secretary) and must have been directly responsible for all CEI services assigned. 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. 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. 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 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: 16.A.27.a Packet Pg. 812 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) 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 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’ 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. 16.A.27.a Packet Pg. 813 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) 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 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’ 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: 16.A.27.a Packet Pg. 814 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) 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 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. 16.A.27.a Packet Pg. 815 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) 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: A. Organization: A description is required of the Consultant QA Organization and its functional relations hip 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, 16.A.27.a Packet Pg. 816 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) 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. 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. 16.A.27.a Packet Pg. 817 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) (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 sett lement 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.27.a Packet Pg. 818 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) 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 25 Points 4. Project Approach, Willingness to Meet Time and Budget Requirements 20 Points 5. Location 10 Points 6. Recent, Current, and Projected Workloads of the Firm 20 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this advertisement. VENDOR CHECKLIST Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): 16.A.27.a Packet Pg. 819 Attachment: 20-7728 CEI Solicitation (13123 : Veteran Memorial Blvd CEI - Final Ranking) RPS #: 20-7728 Title: CEI Services for Veteran Memorial Boulevard Extension – Phase I and Phase II Name of Firm Bee Thao Julian Deleon Dennis McCoy Total Selection Committee Final Rank Hardesty & Hanover Construction Services, LLC 1 1 1 3 1.0000 AECOM Technical Services Inc.4 2 2 8 2.0000 AIM Engineering & Surveying, Inc.3 3 3 9 3.0000 Rummel, Klepper & Kahl, LLP 2 4 4 10 4.0000 Procurement Professional Evelyn Colon, Procurement Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached. Page 1 of 1 16.A.27.b Packet Pg. 820 Attachment: 20-7728 Final Ranking (13123 : Veteran Memorial Blvd CEI - Final Ranking) Notice of Recommended Award Solicitation: 20-7728 Title: CEI Services for Veteran Memorial Boulevard Extension – Phase I and Phase II Due Date and Time: April 22nd, 2020 at 3:00PM Respondents: Company Name City County State Final Ranking Responsive/Responsible Hardesty & Hanover Construction Services, LLC New York City New York NY 1 Y/Y AECOM Technical Services, Inc. Fort Myers Lee FL 2 Y/Y AIM Engineering & Surveying, Inc. Fort Myers Lee FL 3 Y/Y Rummel, Klepper & Kahl, LLP d/b/a RK&K Naples Collier FL 4 Y/Y SAM Surveying and Mapping, LLC Tallahassee Leon FL Not Ranked Y/Y Utilized Local Vendor Preference: Yes No Recommended Vendor(s) for Award On February 21st, 2020, the Procurement Services Division released notices of Request for Professional Services 20-7728 CEI Services for Veteran Memorial Boulevard Extension – Phase I and Phase II. Eleven thousand seven hundred fifty-two (11,752) were notified, ninety-three (93) firms viewed the bid information and five (5) proposals were received by the bid due date of April 22nd, 2020 at 3:00PM. The selection committee met on July 1st, 2020 as described in step 1 of the solicitation documents, the committee scored each of the proposals and shortlisted the following top four (4) firms to move to step 2 in the order listed below: AECOM Technical Services, Inc. Hardesty & Hanover Construction Services, LLC. Rummel, Klepper & Khal, LLP d/b/a RK&K AIM Engineering & Surveying, Inc. On July 15th, 2020 the Selection Committee reconvened for step 2, presentations were given and the Committee ranked the firms as follows: Hardesty & Hanover Construction Services, LLC. ranked as 1 AECOM Technical Services, Inc. ranked as 2 AIM Engineering & Surveying, Inc. ranked as 3 Rummel, Klepper & Khal, LLP d/b/a RK&K ranked as 4 DocuSign Envelope ID: 32783FDC-0379-4119-9245-D23D3F11616E 16.A.27.c Packet Pg. 821 Attachment: 20-7728 NORA_esigned (13123 : Veteran Memorial Blvd CEI - Final Ranking) Staff is recommending negotiations with the top ranked firm, Hardesty & Hanover Construction Services, LLC. Contract Driven Purchase Order Driven Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Herrera Date DocuSign Envelope ID: 32783FDC-0379-4119-9245-D23D3F11616E 7/23/2020 7/23/2020 7/23/2020 16.A.27.c Packet Pg. 822 Attachment: 20-7728 NORA_esigned (13123 : Veteran Memorial Blvd CEI - Final Ranking) CEI Services for Veterans Memorial Boulevard Extension Phase I & II Solicitation 20-7728 Submitted by: April 2020 950 Tamiami Trail • Unit 104 • Port Charlotte, FL 33953 T: 941.979.5476 • E: fl@hardestyhanover.com www.hardestyhanover.com i April 21, 2020 Patrick Boyle, Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, Bldg C-2 Naples, FL 34112 Re: CEI Services for Veterans Memorial Boulevard Extension – Phase I & II (RPS No.: 20-7728) Dear Mr. Boyle: The Hardesty & Hanover (H&H) team has prepared for the advertisement of this Veterans Memorial Boulevard Design- Build Project by meeting with Collier County Design staff, visiting the project site and discussing the project with the short- listed design-build firms. This proactive partnering approach has allowed us to gain a solid understanding of the project while giving us insight to the obstacles that could hinder the progress. Our write-up addresses these issues and offers our proposed solutions while highlighting why we believe H&H is the best team for this long duration Collier County Design- Build project. 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 new road construction experience serving numerous clients and most recently completed two Collier County Bridge projects. He also has experience managing design-build contracts serving as the FDOT Project Manager on the Roadside Animal Detection System (RADS) project and $25 million Marco Island Bridge Replacement contract, both in Collier County. His construction experience, design-build contract administration, successful working relationship with the County and attentiveness to client satisfaction makes him an ideal candidate for the SPE position on this contract. Matt Thomas, PE, who resides in Naples, 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. Prior to his departure, Matt worked on the current design-build project Golden Gate Boulevard Widening Phase II for Collier County. His past experience as both CEI inspector and County Project Manager, prior design-build experience for the County, proximity to the project, and his successful recent completion of three County Transportation projects make him perfectly suited for this role. Elvido (Junior) Tiburcio will serve in the dual role of Associate Project Administrator / Senior Inspector. Junior has worked on multiple projects in Collier County over the past 6 years performing project administration duties. Junior has also served in many inspection roles on numerous FDOT and County contracts throughout his 12 year CEI career which will allow him to work effectively in this dual role. Junior will be supplemented as needed by H&H Inspectors Mateusz Kalamon, Paul Neptune, and Lucas Benitez. A unique requirement to this contract is the acquisition of environmental permits which could impact the timely completion of the temporary road to the new GGG high school building site for construction vehicle access. We are proposing Mark Easley to offer his expertise in assisting with this permitting which is complicated by the presence of gopher tortoises. Mark has 37 years’ experience in the acquisition of permits and is a significant resource who can be used on this project. The H&H team is also supported by our design staff that can perform peer reviews of the plan submittals. Understanding the unprecedented disruption COVID-19 has caused, H&H is prepared to adapt to a new digital working environment if required for this project. Our team has remained ahead of this pandemic through our commitment to embracing new technologies which are discussed in the approach section of our response. The safety and health of all parties involved in this project is paramount and our team will do their part to minimize the spread of COVID-19. We look forward to being short-listed so we can elaborate on our team members’ abilities, our understanding of the project, 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 iii VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 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 Veterans Memorial Boulevard Extension Phase I & II Solicitation 20-7728 Section 1Section 1: Ability of Professional Personnel 1-1 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728  Ability of Professional Personnel Ability of the Team The Hardesty & Hanover (H&H) team was carefully selected for the Veterans Memorial Design-Build (D-B) project. We focused on the experience of our staff, ensuring similar type, size, and complexity of projects. We understand Collier 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 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 working on similar projects in Southwest Florida and have a history of working together. We would like to share some significant resources available to the project before discussing our proposed management team. The schedule of this D-B project heavily relies on the acquisition of environmental permits. We are aware that the County has contracted separately with environmental consultants to produce a pond siting report, environmental resource permit, and U.S. Army Corp of Engineers (USACE) permits with the expectation that the Design-Build Firm (DBF) will work with the consultant to ensure the final design incorporates the environmental findings and recommendations. With this in mind, we are proposing Mark Easley to offer his expertise as it pertains to the project permitting. With 37 years of experience, Mark manages scientific investigations required for environmental assessment of a wide variety of project types, including surface, air, and water transportation, industrial and mixed-use complexes, and agricultural development. He is also active in regional-scale drainage studies, as well as research of marine coastal and freshwater wetland systems and federal and state listed species. Mark’s technical expertise includes biological and ecological investigations and impact analyses as well as preparation of related reports and permit applications, mitigation plans, and conservation measures. He has also been involved in the developments of National Environmental Policy Act (NEPA) documents ranging from Categorical Exclusions to Environmental Impact Statements (EIS) for multiple federal agencies. Mark has an in-depth knowledge of all federal, state, regional and local environmental criteria and associated agency procedures, including federal 404 Dredge and Fill Permitting, Sections 7 and 10 Consultations for protected species, state wetlands, and protected species permitting. In addition to Mark, we are proposing the H&H design staff to perform peer reviews of the drawings as requested by the County. With multidisciplined design teams, our staff will be available to review plan sets to ensure the RFP is satisfied and the design meets current criteria. Our team will be led by two professional engineers who have worked closely together on multiple Collier County projects over the past four years. Steve Nappi, PE, will be in the lead role as part-time Senior Project Engineer (SPE), responsible for the overall performance of the team assigned to this contract and ensuring the successful delivery of a quality project to Collier County. Matthew Thomas, PE, will also serve in a part-time role as the Project Engineer (PE) responsible for oversight of the inspection staff and subconsultants, and managing the project on a daily basis. Elvido (Junior) Tiburcio will serve as the full- time Associate Project Administrator/Senior Inspector who has worked on multiple projects in Collier County for the last six years. H&H Inspectors Mateusz Kalamon, EI, Paul Neptune, and Lucas Benitez will be used as needed to supplement Junior. 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 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 Boulevard and US 41 Intersection Improvement Project, a Joint Participation Agreement (JPA) with FDOT and Collier County. Junior gained significant knowledge, a thorough 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. Permitting Assistance Mark’s significant experience in the timely acquisition of environmental permits comes as a great resource to ensure delays to the start of construction are mitigated . 1-2 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 In addition to their recent similar Collier County project experience, Steve, Matt, and Junior have an impressive resume of projects, including D-B contracts, 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 15 years and has served in roles as FDOT Project Administrator/Project Manager and Construction Engineering and Inspection (CEI) PE/SPE on a variety of contracts. He was the Project Manager assigned to the Marco Island Bridge and Roadside Animal Detection System (RADS) design-build projects for FDOT District 1. This D-B contract experience along with his previous County experience make him an ideal candidate for SPE on this contract. With eight 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. In addition, he was the Project Manager for Collier County on the Golden Gate Boulevard Phase II D-B project that is currently under construction. He managed the project from the very start, until his departure, working closely with AJAX and Stantec receiving and processing submittals before construction started. 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 managing projects for 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 gained extensive experience working in the CEI industry in South Florida for the last 12 years on several roadway, bridge, and utility projects. He has previously worked on major projects with County Transportation and Utility project managers and is familiar with the existing infrastructure, standard specifications of construction and maintenance, and procurement guidelines for pay applications. He has provided Project Administration and Inspection services for Lee and Collier County Utilities which required close coordination with the water and wastewater departments’ project managers, maintenance personnel, and contractors. Serving as Senior Inspector, Junior has been involved 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. This successful past experience has allowed him to develop solid working relationships with Steve Ritter and Ben Bullert as well as Traffic Operations and Road Maintenance staff for signal work and punch list walk throughs. 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 D-B 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. Marco Island Bridge Design-Build 1-3 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 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  Hyatt Survey will provide surveying services on an as needed basis. Qualifications The qualifications of proposed staffing further illustrates 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. 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 *l l l l l l l l Matt Thomas, PE Project Engineer l l l l l l l l *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 l Paul Neptune Inspector P P l P P l l * = Attended course, passed examination P = Pending 1-4 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 Organizational Chart Steve Nappi, PE Senior Project Engineer Matthew Thomas, PE Project Engineer Brendan O’Shea, PE Principal-in-Charge Additional Support Surveying Hyatt Survey Services, Inc. (DBE) Materials Testing Ardaman & Associate, Inc. E. Junior Tiburcio APA/Senior Inspector Mateusz Kalamon, EIPaul NeptuneLucas Benitez * to be used as needed Inspection Support* Mark Easley Environmental/Permitting Stephan Heimburg, PE Lisa Heimburg, PE J. Webb Jones, III, PE (Roadway) Jason Dunn, PE (Drainage) Robert Hideck, PE (TTC) Matt Wolczynski, PE (P/SM) Marco Lara, PE (Lighting) James Englert, PE (Structures) Peer Reviews 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 Project Engineer on this project which required the replacement of a structurally deficient swing span bridge located on the Boca Grande Causeway. The total bridge replacement length is 678 feet which includes a 219-foot swing span. The fixed portion of the bridge utilizes Florida I-beam girders founded on hammerhead pier caps and cast in place footings with 24-inch precast concrete piles. The new swing span has a 224-foot span. “Fish belly” main girders were used to resemble the old bridge. The new swing pivots on 2’-6” bronze and steel spherical discs housed in a pivot box. Eccentric wheel end lift assemblies and span locks are located on the rest piers which raise and 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 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. Steve continues to serve GIBA performing quarterly inspections of the new swing span and assisting in troubleshooting issues that may arise. GIBA Reference: Kathy Verrico, Executive Director; (941) 697-2271, ext. 2. 11/2013-7/2016 (Present) 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 US 41 WILDLIFE CROSSING, ROADSIDE ANIMAL DETECTION SYSTEM (RADS) | COLLIER COUNTY, FL FLORIDA DOT DISTRICT 1 Project Manager. The first project of its type in the state of Florida which utilizes break of beam technology to detect animals crossing the roadway and flashing signs to warn motorists. [FPID: 195338-2-52-01] FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800. 1/2011-1/2012 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 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 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 ............................................... 8 TRAINING/CERTIFICATIONS TIN #: T52055686 CTQP  2-25/Asphalt Paving, Level 1  2-25/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 MATTHEW THOMAS, PE CEI 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 Manager, (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 APA/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 1/2017 - 10/2018 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. Collier County Reference: Pamela Libby, Water Distribution Manager (239) 252-6239. VANDERBILT DRIVE WATER MAIN REPLACEMENT PROJECT | COLLIER COUNTY, FL COLLIER COUNTY PUBLIC UTILITIES 1/2015 - 12/2016 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. Collier County Reference: Pamela Libby, Water Distribution Manager (239) 252-6239. US 41 AND SR/CR 951 INTERSECTION IMPROVEMENTS | COLLIER COUNTY, FL COLLIER COUNTY DOT 1/2013 – 12/2015 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. Collier County Reference: Steve Ritter, Roadway Construction Manager; (239) 253-1154 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 APA/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 4/2012 – 12/2013 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. Collier County Reference: Steve Ritter, Roadway Construction Manager; (239) 253-1154 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. Highland County DOT Refrence: Susan Honeycutt, P.E., Project Manager, (863) 402-6877 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. Florida Turnpike Enterprise Reference Pacifico Castillo, P.E Project Manager; (954) 934-1118. 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  12/25 ACI Concrete Field Inspector 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, Florida 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 Corps CBT 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 OTHER  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 MARK EASLEY PROJECT MANAGER, SECTION 4(F), TYPE 2 CATEGORICAL EXCLUSION, PUBLIC INVOLVEMENT Summary Biography With 37 years of experience Mark Easley manages scientific investigations required for environmental assessment of a wide variety of project types, including surface, air, and water transportation, industrial and mixed-use complexes, and agricultural development. He is also active in regional-scale drainage studies, as well as research of marine coastal and freshwater wetland systems and federal and state listed species. His technical expertise includes biological and ecological investigations and impact analyses as well as preparation of related reports and permit applications, mitigation plans, and conservation measures. He has also been involved in the developments of National Environmental Policy Act (NEPA) documents ranging from Categorical Exclusions (CE) to Environmental Impact Statements (EIS) for multiple federal agencies. He has an in-depth knowledge of all federal, state, regional and local environmental criteria and associated agency procedures, including federal 404 Dredge and Fill Permitting, Sections 7 and 10 Consultations for protected species, state wetlands, and protected species permitting. Project Experience SR 70 FROM JEFFERSON AVENUE TO CR 29 | HIGHLANDS COUNTY, FL | FDOT DISTRICT 1 Project Manager responsible for the management and oversight of the development of the NEPA document and support documents for the widening of an approximately 7.5-mile section of SR 70 from two to four lanes. Specific tasks included the oversight of data collection, development and review of environmental documents, and coordination with federal and state regulatory and resource agencies. Key issues included impacts to multiple federal and state protected species, public lands (4 [f] properties), private research facilities, and extensive utilities. Environmental documents developed included wetlands, protected species, hazardous materials, drainage, noise and archaeological/historical reports, as well as the NEPA document. CENTRAL POLK PARKWAY FROM US 17 TO SR 60 STATE ENVIRONMENTAL IMPACT REPORT (SEIR) | POLK COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Project Manager responsible for the management and oversight of the development of the SEIR document and supporting documents for the development of an approximately 2.2-mile segment of a new four-lane (expandable to six) roadway. Specific tasks included the oversight of data collection, development and review of environmental documents, and coordination with federal and state regulatory and resource agencies. Key issues include potential impacts to multiple federal and state protected species, extensive wetland impacts, and extensive floodplain impacts. Much of the project corridor extends through phosphate mine reclamation lands with extremely unstable soils. Environmental documents being developed for the project include NRE, CSER, NSR, CRAS, and PER, as well as the SEIR. SR 70 FROM LORRAINE ROAD TO CR 675, CONCURRENT PD&E AND DESIGN | MANATEE COUNTY, FL | FDOT DISTRICT 1 Project Manager responsible for the management and oversight of the development of the NEPA document and support documents for the widening of an approximately OFFICE LOCATION Tampa REGISTRATION/CERTIFICATIONS  1987 Habitat Evaluation Procedures (HEP) / USFWS  1988 Wetlands Evaluation technique (WET) / USACE  2004 Uniform Mitigation Assessment Method / WMD  2009 Authorized Gopher tortoise Agent / FFWCC (GTA-09-00263) EDUCATION B.S., 1981, Biology, University of South Florida YEARS OF EXPERIENCE Years with H&H ..................................... 1 Total Years ............................................ 37 MARK EASLEY PROJECT MANAGER, SECTION 4(F), TYPE 2 CATEGORICAL EXCLUSION, PUBLIC INVOLVEMENT 2 | Page 6.5 - mile section of SR 70 from two to four lanes. This project was undertaken using a concurrent PD&E and design process. This process overlaps the project’s PD&E and Design phases and accelerates the project’s overall schedule. Specific tasks included the oversight of data collection, development and review of environmental documents, and coordination with federal and state regulatory and resource agencies. Environmental documents developed for the project included wetlands, protected species, hazardous materials, drainage, noise and archaeological/historical reports, as well as the NEPA document. US 41 FROM SR 29 TO COLLIER/DADE COUNTY LINE | COLLIER COUNTY, FL | FDOT DISTRICT 1 Project Manager responsible for the oversight of the development of environmental documents and Type II CE associated with proposed guardrail and safety shoulder improvements on approximately 32 miles of US 41. Specific tasks included development of the project description and purpose and need statement, oversight of consultant data collection, review of environmental documents, project scheduling, and coordination with federal and state regulatory agencies and local project stakeholders. I-75 INTERCHANGE AT EVERGLADES BOULEVARD, NEW INTERCHANGE | SOUTHWEST FL | FDOT DISTRICT 1 Project Manager/Principal Biologist assisting FDOT District 1, with a Cumulative Effects Evaluation assessment for the proposed I-75 Interchange at Everglades Boulevard in Collier County. The primary objective of the study is to define the potential cumulative effects of the proposed new interchange, when considered with other past, present, and proposed land use and transportation actions, on defined environmental resources. Environmental resources include the following species and their habitats: Florida panther, Florida black bear, Florida sandhill crane, wood stork, red-cockaded woodpecker, gopher tortoise, Eastern indigo snake, and Mangrove fox squirrel. The assessment of reasonably foreseeable future impacts included the use of the Land Use Conflicts Identification Strategy (LUCIS) model, while the assessment of overall cumulative impacts includes the use of GIS-based spatial analysis to identify the location and amount of change in the study area. PROJECT DEVELOPMENT & ENVIRONMENT (PD&E) DISTRICTWIDE | DISTRICTWIDE, FL | FDOT DISTRICT 5 Senior Environmental Scientist responsible for project-specific task assignments associated with natural environment issues. Specific tasks include the assessment of project specific impacts to federal and state listed protected species and wetlands, development of protected species biological assessments, conservation measures to address impacts to protected species, development of environmental permits and wetland mitigation plans, and development of interagency memorandums of understanding. Additional tasks include coordination with multiple state and federal regulatory and resource agencies. SR 40 FROM EAST OF CR 314 TO CR 314A | MARION COUNTY, FL | FDOT DISTRICT 5 Environmental Task Manager responsible for the permitting of the widening of an approximately six-mile segment of SR 40 through Ocala National Forest. The project consists of widening this segment of roadway from two to four lanes and the development of a stormwater management system to address water quality and quantity concerns. Specific tasks included the assessment of the project area for the presence of federal and/or state listed protected species, determination of wetland jurisdictional boundaries using federal and state guidelines, a quantitative assessment of existing wetland values, and wetland values lost using the Unified Mitigation Assessment Method (UMAM), and the development of construction guidelines for protection of existing on-site protected species. The design and development of construction notes and specifications for 13 wildlife crossings, ranging in size from 36-inch by 58-inch to arch pipes to 400-foot-long bridge structures were included. Additional tasks include obtaining US Army Corps of Engineers 404 Dredge and Fill Permit, Florida Department of Environmental Protection National Pollutant Discharge Elimination System Permit, and St. Johns River Water Management District Environmental Resource Permit. STEPHAN HEIMBURG, PE PRINCIPAL-IN-CHARGE, SENIOR TECHNICAL ADVISORY QUALITY CONTROL (ROADWAY) Summary Biography Stephan Heimburg has 35 years of engineering and design experience in the transportation industry. His key design experience has included roadway, drainage, toll systems, and traffic control design for arterial highways, and limited/controlled access facilities and minor roadways. This diverse experience contributed to his ability to design, manage, and direct engineering studies and roadway design plans. His ability to develop and implement “out of the box” solutions has served his clients well. Project Experience ORLANDO SOUTH ULTIMATE INTERCHANGE AT SR 91 (FLORIDA’S TURNPIKE) AND SR 528 (BEACHLINE EXPRESSWAY) PD&E STUDY | ORANGE COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Project Manager responsible for concept development, coordination, and project oversight. This project includes an evaluation of a complex interchange that provides both direct and indirect ramping between this arterial and the adjacent two limited access highways. The project goal is to improve system capacity by adding “missing” movements, express connections, as well as all electronic tolling and improving arterial operations with revised ramping. FORT HAMER BRIDGE APPROACHES, UPPER MANATEE RIVER ROAD TO FORT HAMMER ROAD | MANATEE COUNTY, FL | MANATEE COUNTY Chief Engineer responsible for roadway oversight and temporarry traffic control (TTC) plan design for over a mile of approach roadway for a new bridge over the Manatee River, connecting Upper Manatee River Road with Fort Hamer Road. The project was designed for stage construction with two lanes being delivered with construction. VETERANS EXPRESSWAY WIDENING PD&E STUDY, FROM MEMORIAL HIGHWAY TO SUNCOAST PARKWAY | HILLSBOROUGH COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Chief Engineer provided technical assistance and authored a memorandum recommending All Electronic Tolling (AET) conversion, concurrent with capacity construction, leading to $50 million in savings. This project included widening 11 miles of an existing four-lane facility to eight lanes, 11 interchanges, and two mainline toll sites. HEFT (SR 821) KENDALL DRIVE INTERCHANGE | MIAMI-DADE COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Chief Engineer responsible for leading the effort in the documentation of various alternatives. Also responsible for concept development of express lanes. This project included the analysis of potential interchange and surface street improvement scenarios and a preliminary design. TAMPA INTERSTATE EXPRESS LANE MASTER PLAN | TAMPA, FL | FDOT DISTRICT 7 Chief Engineer responsible for conceptual design efforts and criteria development for implementing tolled express lanes for high volume segments of I-275 and I-4, from the Howard Frankland Bridge to 50th Street and SR 60 between I-275 and SR 589. OFFICE LOCATION Tampa REGISTRATION Professional Engineer:  FL (1989) 41934 EDUCATION B.S., 1984, Civil Engineering, Georgia Institute of Technology YEARS OF EXPERIENCE Years with H&H .................................. 11 Total Years ............................................ 35 STEPHAN HEIMBURG, PE PRINCIPAL-IN-CHARGE, SENIOR TECHNICAL ADVISORY QUALITY CONTROL (ROADWAY) 2 | Page Coordinated interfaces with adjoining segments on I-275 to the west and north and I-4. FDOT District 7 initiated development of an express lane master plan that expanded on the geographic limits of express lanes, defined in the Tampa Interstate Study (TIS) Final Environmental Impact Statement (FEIS), and changed their operation with the addition of tolls. Conceptual design efforts included a stage construction plan from “starter” projects of individual segments through buildout of three systems interchanges and assessments of new and changed access. CONCEPTUAL DESIGN SR 60/I-275 INTERCHANGE | HILLSBOROUGH COUNTY, FL | FDOT DISTRICT 7 Chief Engineer responsible for the development of alternatives for the buildout of this system interchange to address changing traffic patterns, stage construction, and planned tolling of express lanes. Additional tasks included stakeholder coordination and conceptual design construction packages. The design of this four-level interchange with express connections was documented under the TIS FEIS in the mid-1990s and included systems connections for two major roadway systems, including multiple express lane connections. PRELIMINARY DESIGN SR 60/I-275 INTERCHANGE | HILLSBOROUGH COUNTY, FL | FDOT DISTRICT 7 Chief Engineer responsible for developing a stage construction plan for financial feasibility and conceptual TTC plans for each of the planned three stages of construction in support of line and grade development. The design of this four-level interchange with express connections was documented under the TIS FEIS in the mid-1990s, including systems connections for two major roadway systems. I-275 LANE CONVERSION FROM HIMES AVENUE TO HILLSBOROUGH RIVER | HILLSBOROUGH COUNTY, FL | FDOT DISTRICT 7 Chief Engineer responsible for concept development. This project provided an interim improvement to I-275 southbound between downtown Tampa and the Westshore Business District, by using undemolished existing pavement. The project facilitated future construction with the early implementation of the first temporary traffic control (TTC) stage of a planned reconstruction project. The resultant project had a benefit/cost ratio of 17 for a four-year design life based on anticipated user delay costs. HEFT (SR 821) FROM US 1 TO KENDALL DRIVE (SR 874) | MIAMI-DADE COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Chief Engineer responsible for an alternative system interchange configuration and provided documentation for the design- change reevaluation. The modified concept led to $80 million in construction savings and improved traffic operations. I-4 AT LEE ROY SELMON CROSSTOWN CONNECTOR RE-EVALUATION AND UPDATE | HILLSBOROUGH COUNTY, FL | FDOT DISTRICT 7 Chief Engineer responsible for concept modifications that included AET and separation of movements to eliminate weaving. This project involved performing a re-evaluation of the TIS FEIS for the I-4/Lee Roy Selmon Crosstown Connector. Changes included addressing a 4(f) impact to the McKay Bay Nature Park, a Section 106 Case Study Report for the Palmetto Beach Historic District, as well as the addition of dedicated truck lanes to link the Port of Tampa with I-4. I-95/I-295/SR9A INTERCHANGE | JACKSONVILLE, FL | FDOT DISTRICT 2 Chief Engineer responsible for development of refinements to improve constructability, improve level of service, and reduce costs. This project included developing refinements for the reconstruction of a system interchange. The previous project concept was constrained by the concurrent construction of the first phase (soutbound and eastbound flyover). Additional considerations in the development of alternatives were ease of maintaining traffic and the PD&E right-of-way footprint. I-10/I-95 INTERCHANGE | JACKSONVILLE, FL | FDOT DISTRICT 2 Chief Engineer responsible for the subsequent concept refinement tasks, which included development of alternatives for the buildout, interchange to address changing traffic patterns, stage construction, and the planned tolling of express lanes. Additional tasks included stakeholder coordination and the conceptual design of an initial construction package. LISA HEIMBURG, PE PRELIMINARY ENGINEERING REPORTS Summary Biography Lisa Heimburg has 32 years of professional engineer experience, in key roles such as Engineer, Project Engineer, Engineer Manager for Project Development and Environment (PD&E) Studies, Group Manager, and Project Manager. During her career she has specialized in roadway design and PD&E Studies for urban and rural projects requiring major reconstruction, as well as preliminary design of controlled access facilities including interstate highways. Each project role has contributed to her ability to design, coordinate, manage, and direct engineering studies. Most recently, she has been responsible for coordinating the engineering aspects of PD&E Studies to develop unique solutions to non-standard design issues, such as conflicts between criteria, constraints and project budgets. Her expertise includes roadway design, corridor analysis, preliminary engineering, alternative impact analyses, engineering documentation, including preparation of Preliminary Engineering Reports (PER), and recommendations regarding needed improvements to existing facilities. Project Experience BRUCE B. DOWNS BOUELVARD (CR 581) PD&E STUDY, BEARSS AVENUE TO SR 54 | HILLSBOROUGH AND PASCO COUNTIES, FL | FDOT DISTRICT 7 Engineering Manager/Engineer of Record (EOR) responsible for the development and evaluation of alternatives, and preparation of the PER. This project evaluated the widening of a 13-mile roadway from the existing four- to six-lane to a six to eight-lane divided facility. The Hillsborough County segments also included provisions for light rail transit. Concurrent with the PD&E Study, an Interchange Modification Report (IMR) was prepared for a new flyover from southbound CR 581 to southbound I-75. EAST-WEST ROAD PD&E STUDY, I-275 TO COMMERCE PARK BOULEVARD | HILLSBOROUGH COUNTY, FL | FDOT DISTRICT 7 Senior Engineer responsible for development and evaluation of alternatives and preparation of the PER. This project included the evaluation of improvement options for a proposed new three-mile connection in New Tampa. The project included multiple four-lane and two-lane toll concepts with a new interchange at I-275. In addition, an Interchange Justification Report (IJR) was prepared as part of the study. SR 29 LABELLE PD&E -COWBOY WAY TO US 27 | HENDRY/GLADES COUNTIES, FL | FDOT DISTRICT 1 Senior Engineer responsible for the preparation of the PER. This project elvauated widening the 15-mile roadway from an existing two-lane facility to a four-lane facility. The project included the development and analysis of alternative alignments, analysis of a one-way pair alternative, and analysis of a roundabout at Cowboy Way. I-275/SR 60 SAFETY PROJECT AND I-75/CR 54 IOARS | HILLSBOROUGH COUNTY, FL | FDOT DISTRICT 7 Senior Engineer responsible for the coordinating and supporting the preparation of IOAR for these projects. The I-275/SR 60 Safety Project included a low-cost interim OFFICE LOCATION Tampa REGISTRATION Professional Engineer:  FL (1993) 47231  NC (1991) 017624 EDUCATION B.S., 1987, Civil Engineering, University of Florida YEARS OF EXPERIENCE Years with H&H .................................. 11 Total Years ............................................ 32 LISA HEIMBURG, PE PRELIMINARY ENGINEERING REPORTS 2 | Page operational and safety improvement for the traffic movement from I-275 northbound to SR 60 westbound by combining the two separate exits into a single exit. The I-75/CR 54 interchange included reconstruction of the interchange and proposed the addition of a lane to the northbound off-ramp. US 41 PD&E STUDY FROM CR 951 TO CR 92 | COLLIER COUNTY, FL | FDOT DISTRICT 1 Engineering Manager/EOR responsible for the development of design criteria, typical sections, mainline horizontal alignments and interchange concepts to minimize right-of-way impacts, and development of a Project Development Summary Report. This project included the widening of US 41 from the existing two to four lanes to a four- to six-lane divided facility. Concepts development included an evaluation of interchange options at US 41/CR 951, and preparation of six-lane and four-lane suburban typical sections. I-75 PD&E STUDY, UNIVERSITY PARKWAY TO MOCCASIN WALLOW ROAD | MANATEE COUNTY, FL | FDOT DISTRICT 1 Engineering Manager/Senior Engineer responsible for the development of design criteria and typical sections, design of horizontal alignment for interim improvements to the mainline and interchanges, development of a plan for staged improvements leading to buildout, and preparation for portions of the PER. This project was conducted to evaluate improvements options for 16 miles of interstate widening, considering both interim and ultimate improvements. The corridor included four service interchanges, the I-75/I-275 systems interchange and the Manatee River crossing. The preferred alternative included a four-lane inner roadway for express lanes, a six-lane outer roadway for general use lanes, auxiliary lanes between the interchanges south of US 301, and modifications to all five interchanges. I-4/LEE ROY SELMON CROSSTOWN CONNECTOR RE-EVALUATION AND IJR UPDATE | HILLSBOROUGH COUNTY, FL | FDOT DISTRICT 7 Senior Engineer responsible for development and re-evaluation of alternatives, and preparation of the re-evaluation document and sections of the IJR as well as the supporting public workshop and hearing. This project involved performing a re-evaluation of the Tampa Interstate Study Final Environmental Impact Statement for the I-4/Lee Roy Selmon Crosstown Connector. Changes included addressing a Section 4(f) impact to the McKay Bay Nature Park, a Section 106 Case Study Report for the Palmetto Beach Historic District, and the addition of dedicated truck lanes to link the Port of Tampa with I-4. In addition, prepared the Project Management Plan and supported the District with the Project Financial Plan to meet the Federal Highway Administration’s (FHWA) criteria. ORLANDO SOUTH ULTIMATE INTERCHANGE AT SR 91 (FLORIDA’S TURNPIKE) AND SR 528 (BEACHLINE EXPRESSWAY) PD&E STUDY | ORANGE COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Chief Engineer leading engineering documentation and assisting with public involvement. This project includes an evaluation of a complex interchange that provides both direct and indirect ramping between Florida’s Turnpike, the Beachline Expressway, and Orange Blossom Trail. The project goal is improvement of system capacity by adding exclusve high speed system ramps, replacing SR 528 bridges over SR 91 to add lanes on SR 91, and improve arterial operations with revised ramping and open road tolling. Additional express lanes, as well as express direct connection ramps are also being considered. DISTRICTWIDE ENVIRONMENTAL MANAGEMENT CONSULTANT | DISTRICTWIDE, FL | FDOT DISTRICT 7 Project Engineer responsible for performing support services for engineering, environmental, and public involvement. This contract involved as-needed services for the five-county District 7. Key assignments included the completion of environmental documentation for the SR 39 PD&E Study, including the developing the alternative alignment concept, finalizing the PER, and coordinating with FDOT regarding environmental efforts associated with this corridor. GULF BOULEVARD PD&E STUDY (PARK BOULEVARD TO WALSINGHAM ROAD) | PINELLAS COUNTY, FL | FLORIDA DOT DISTRICT 7 Engineering Manager/EOR responsible for the development and evaluation of alternatives and preparation of the PER. This project was conducted to evaluate improvement options for a three-mile roadway corridor. This project proposed a three-lane typical section, including the evaluation of a one-way pair alternative from 1st Street to Walsingham Road. J. WEBB JONES, III, PE ROADWAY/TEMPORARY TRAFFIC CONTROL Summary Biography Webb Jones has 23 years of engineering and design experience in the transportation industry. His extensive transportation design experience includes roadway, signing and pavement marking, and traffic control design for minor roadways, arterial highways, and controlled access facilities. Webb has held key project roles, including Project Engineer, Team Leader, Engineer of Record, Design Group Manager, and Project Manager. Project Experience ORLANDO SOUTH ULTIMATE INTERCHANGE AT SR 91 (FLORIDA’S TURNPIKE) AND SR 528 (BEACHLINE EXPRESSWAY) PD&E STUDY | ORANGE COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Deputy Project Manager responsible for concept development of alternatives. This project includes an evaluation of a complex interchange that provides both direct and indirect ramping between Florida’s Turnpike, the Beachline Expressway, and Orange Blossom Trail. The project goal is improvement of system capacity by adding exclusive high-speed system ramps, replacing SR 528 bridges over SR 91 to add lanes on SR 91, and improve arterial operations with revised ramping and open road tolling. Additional express lanes, as well as express direct connection ramps are also being considered. CR 545 BRIDGE REPLACEMENT AT I-4 | OSCEOLA COUNTY, FL | FDOT DISTRICT 5 Project Engineer responsible for the design and preparation of maintenance of traffic plans. This project included design services for a bridge replacement over I-4. Design included the removal of the existing two-lane bridge and the installation of a new bridge. I-75 PROJECT DEVELOPMENT & ENVIRONMENT (PD&E) STUDY FROM NORTH OF UNIVERSITY PKWY TO NORTH OF MOCCASIN WALLOW ROAD | MANATEE COUNTY, FL | FDOT DISTRICT 1 Project Engineer responsible for development of conceptual design alternatives. The project included conceptual design alternatives for 16 miles of interstate widening, considering interim and ultimate improvements. The corridor included four service interchanges, I-75/I-275 systems interchange, and Manatee River crossing. The preferred alternative included a four-lane inner roadway for express lanes, a six-lane outer roadway for general use lanes, auxiliary lanes between the interchanges south of US 301, and modifications to all five interchanges. GANDY BOULEVARD (SR 694) FROM I-275 TO EAST OF SR 687 (4TH STREET N) | PINELLAS COUNTY, FL | FDOT DISTRICT 7 Senior Engineer responsible for temporary traffic control (TTC) plans for the construction of new grade separated lanes to improve capacity on this major east-west arterial, connecting to a bridge across Tampa Bay. The 2.5-mile-long project included three grade separations. The project was delivered substantially under budget with design-build delivery. CENTRAL POLK PARKWAY (SEGMENT 1) FROM POLK PARKWAY SR 540 TO SR 35 (US 17) | POLK COUNTY, FL | FDOT DISTRICT 1 Engineer-of-Record (EOR)/Senior Engineer responsible for roadway design and plans production. This project required the use of Corridor Modeler software to aid in the design of a new six-lane expressway facility. The project included the design of a one-mile new alignment, over two miles of widening, and a new interchange at SR 540 including over two miles of new ramp OFFICE LOCATION Tampa REGISTRATION Professional Engineer:  FL (2001) 56950 Advanced Traffic Control (2002) EDUCATION B.S., 1996, Civil Engineering, University of South Florida YEARS OF EXPERIENCE Years with H&H ...................................... 7 Total Years ............................................. 23 J. WEBB JONES, III, PE ROADWAY/TEMPORARY TRAFFIC CONTROL 2 | Page alignments. This segment is among several that were under design to complete the northeasterly connection of Central Polk Parkway to I-4. GATEWAY EXPRESS IMPROVEMENTS | PINELLAS COUNTY, FL | FDOT DISTRICT 7 Project Engineer responsible for technical oversight of traffic control plans for the Gateway Express improvement project, which includes new toll facilities and needed limited and controlled access connections from the Bayside Bridge on the north, US 19 on the west, and the St. Pete Clearwater International Airport to I-275. For this design-build project, H&H is contributing to FDOT’s Alternative Technical Concepts (ATC) process, as well developing traffic control plans for Segments 2 and 4; TCP coordination among Segments 1-4; tolls design for Segments 1, 2, and 4; and structure designs for four bridges in Segment 4. US 19 (SR 55) FROM NORTH OF SR 580 (MAIN STREET) TO NORTHSIDE DRIVE | PINELLAS COUNTY, FL | FDOT DISTRICT 7 Engineer of Record /Senior Engineer responsible for the preparation of the maintenance of traffic design concepts and final plans for a portion of this roadway improvement project. This 1.05-mile section of roadway is being converted from an existing eight-lane divided arterial roadway to a six-lane controlled access roadway with two-lane one-way frontage roads. I-75 FROM BRUCE B. DOWNS BOULEVARD TO SR 56 | HILLSBOROUGH AND PASCO COUNTIES, FL | FDOT DISTRICT 7 Deputy Project Manager/Project Engineer responsible for horizontal and vertical alignment as well as the design and preparation of maintenance of traffic plans. This project included the design of a five-mile rural widening and resurfacing project located in a rapidly developing area of northern Tampa. The project widened the divided rural interstate highway from four to six lanes and added ramps between the I-75/I-275 interchange and the I-75/SR 56 interchange. SAWGRASS EXPRESSWAY PD&E STUDY | BROWARD COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Project Engineer responsible for preparing the typical sections and concept development to evaluate the widening of the 12-mile-long Sawgrass Expressway corridor. The recommended improvement included an interim widening of the existing four-lane expressway to six lanes with an option to expand to eight lanes at a future date. The project included six full interchanges and 17 existing bridges in the corridor and one water crossing over the C-5 Canal. The project was completed within an aggressive three-month schedule with no right-of-way acquisition, so a portion could be let as a design-build project. TAXIWAY J BRIDGE REPLACEMENT, TAMPA INTERNATIONAL AIRPORT (TPA) | HILLSBOROUGH COUNTY, FL | HILLSBOROUGH COUNTY AVIATION AUTHORITY Engineer of Record responsible for design and production of roadway, signing and pavement marking, and traffic control plans. This project replaced the existing taxiway over the only roadway entrance into TPA with a longer structure, designed to accommodate more lanes in the future, and an automated people mover that will link the terminal to economy parking. Principal constraints included utilities, a drainage canal, and maintenance of traffic. The traffic control plan required multiple phases that maintained continuous airport access and concurrent construction of the people mover required consideration of construction scheduling. I-75 (SR 93A) SB OFF-RAMP FROM S OF BYPASS CANAL TO EB/WB I-4 | HILLSBOROUGH COUNTY, FL | FDOT DISTRICT 7 Project Manager/Engineer of Record responsible for project coordination and oversight for this two-mile roadway improvement project that included ramp widening, an extension of the ramp to provide off-line queueing and an extended auxiliary lane on I-75. A unique aspect of the design team’s approach was incorporation of operational improvements into a long-term build-out. This project was expedited for construction based on no right-of-way acquisition and no impact to Florida Gas Transmission lines. SR 75 (US 231) FROM SR 30A (US 98) TO PIPELINE ROAD | PANAMA CITY, FL | FDOT DISTRICT 3 Senior Engineer responsible for preparation of roadway and traffic control plans. The project consists of providing design services for the single point urban interchange (SPUI) at SR 77 over US 231 and CSX RR improvement project. The project includes design for roadway and drainage of the intersection, lighting design for the entire project, and bridge design for a new major steel structure. JASON W. DUNN, PE, CFM, ENV SP, LEED AP DRAINAGE Summary Biography Jason Dunn has 17 years of experience in drainage design, stormwater modeling, and environmental permitting for complex roadway and aviation projects. His drainage project experience involves culvert design, stormwater and sewer system analysis, on- and off-site conveyance systems, floodplain compensation, and stormwater management facility design. Jason excels at hydrologic and hydraulic analyses using the latest stormwater modeling software. Project Experience I-95 AT VIERA BOULEVARD DIVERGING DIAMOND INTERCHANGE | BREVARD COUNTY, FL | FDOT DISTRICT 5 Drainage Engineer responsible for developing and preparing the pond siting report. Improvements to drainage around the interchange are key project features. The new I-95 interchange at Viera Boulevard is a Diverging Diamond Interchange configuration, including mast-arm signalized intersections at two ramp terminals. Drivers travel through the intersections at the opposite side of the roadway to ensure free-flow of left-turning traffic onto the ramps. The ramp intersections move the pedestrian sidewalks from the outside of the bridges to the inside, requiring installation of pedestrian fences and a barrier to separate the sidewalk from the travel lanes. SR 500/US 441 FROM SR 437 (ORANGE AVENUE) TO NORTH OF JUNCTION/WESLEY ROAD | ORANGE COUNTY, FL | FDOT DISTRICT 5 Drainage Engineer providing rigid pavement rehabilitation along the southbound lanes of SR 500 (US 441) north of Apopka for approximately 2.8 miles. Bicycle keyhole lanes were added at the right-turn lanes to Wesley Road, Orange Circle, Fudge Road, Hermit Smith Road, and Kitt Avenue. In addition, existing southbound left-turn lanes, right-turn lanes, and median crossovers were milled and resurfaced. I-4 INTERCHANGES AT GRAND NATIONAL DRIVE AND KIRKMAN ROAD VALUE ENGINEERING STUDY | ORLANDO, FL | FDOT DISTRICT 5 Drainage Engineer responsible for reviewing current design and making drainage recommendations for cost benefits, including drainage calculations, pond sizes, cost analysis, and a presentation for two separate design projects. I-75 / ALLIGATOR ALLEY REST AREAS | COLLIER COUNTY, FL | FDOT DISTRICT 1 Drainage Engineer of Record (EOR) responsible for developing drainage designs, calculations, and environmental permitting. Construction of this new northbound rest area provides primarily public parking and restroom accommodations. It is maintained by FDOT and features light sensors and waterless toilets. The new facilities are becoming LEED® certified since they are being constructed with sustainable design elements, which reduce long-term maintenance costs. OFFICE LOCATION Tampa REGISTRATION Professional Engineer:  FL (2006) 65309 EDUCATION B.S., 2001, Civil Engineering, University of Florida CERTIFICATIONS/TRAININGS  Certified Floodplain Manager  Association of State Floodplain Managers: (US-07-03133) 2007  LEED® Accredited Professional, 2009 YEARS OF EXPERIENCE Years with H&H .............................. 2 Total Years..................................... 17 JASON DUNN, PE, CFM, ENV SP, LEED AP DRAINAGE 2 | Page DISTRICTWIDE MISCELLANEOUS DESIGN CONTRACT | BREVARD AND LAKE COUNTIES, FL | FDOT DISTRICT 5 Drainage Engineer responsible for miscellaneous drainage engineering services driven by task orders. These services included hydraulic design of highway drainage and water management systems, obtaining environmental and water management district permits, performing hydraulic studies and various survey, geotechnical and video inspection services, preparing plans and compiling contract documents for the rehabilitation, and repairing the existing storm drainage structures and facilities, as well as verifying field conditions. Projects performed under this contract include Town of Melbourne Beach Flooding Evaluations, US 1 and Riverside Drive Stormwater Pond Evaluation, SR 44 and US 27 Drainage Restoration, and the Lake Harris Regional Pond Feasibility Study. SR 9 (I-95) OVERLAND BRIDGE DESIGN-BUILD REPLACEMENT | JACKSONVILLE, FL | FDOT DISTRICT 2 Drainage Engineer responsible for design, environmental permitting, coordination and quality control. The primary focus was the design of five stormwater management facilities and urban stormwater collection systems. This project included the reconstruction of 2.5 miles of roadway, bridges, and interchanges in Jacksonville. GANDY BOULEVARD (SR 694) FROM I-275 TO EAST OF SR 687 (4TH STREET N) | PINELLAS COUNTY, FL | FDOT DISTRICT 7 Drainage Engineer responsible for post drainage design services of the stormwater design for this highway improvement project involving new grade separated lanes to improve capacity on this major east-west arterial, connecting to a bridge across Tampa Bay. The 2.5-mile-long project includes three grade separations and has been delivered substantially under budget using the design-build delivery method. TRI-COUNTY TRAIL FROM CR 611 AT KEYSTONE ROAD TO PASCO COUNTYLINE, DESIGN-BUILD | PINELLAS COUNTY, FL | FDOT DISTRICT 7 Drainage Engineer responsible for developing the stormwater management facilities and floodplain mitigation site plans for this project. The primary focus is to construct a 12- to 15-foot-wide path that supports multiple recreation and transportation activities, such as bicyclists and pedestrians. Other improvements included adding mid-block crossings; providing new fencing; installing access and pedestrian gates; and adding new signage, pavement markings, and removable bollards. This shared use path begins at the intersection of Keystone Road (CR 58) and East Lake Road (CR 611) and continues east for three miles to the Pinellas/ Hillsborough County line, then turns north through Pinellas County’s Brooker Creek Preserve for two miles ending at the Pinellas/ Pasco County line. SR 30 (US 98) WIDENING FROM CR 457 (MACK BAYOU ROAD) TO CR 30A WEST | WALTON COUNTY, FL | FDOT DISTRICT 3 Drainage Engineer, working as a subconsultant, responsible for the drainage design and permitting requirements. This capacity improvement project involved widening SR 30 from a four-lane roadway to a six-lane roadway. The project also included resurfacing, signalized intersection redesign, stormwater management capacity evaluation, landscaping, and Americans with Disabilities Act (ADA) upgrades to pedestrian features. The addition of sidewalk and/or multi-use path was analyzed throughout the project limits on both sides of SR 30. US 17 WIDENING FROM DESOTO COUNTYLINE TO CR 634 | HARDEE COUNTY, FL | FDOT DISTRICT 1 Drainage EOR responsible for developing the pond siting report and drainage design for this 5.2-mile rehabilitation and reconstruction project involving a rural, four-lane, divided highway in Hardee County. WATERSHED MANAGEMENT PROGRAM PEER REVIEW | DISTRICTWIDE, FL | SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT Drainage EOR responsible for reviewing the complex interconnected pond routing models, using a hydrology and hydraulics modeling program. The software involved was ArcGIS and ArcHydro which was used to review Green-Ampt hydrology and percolation features. Additional tasks focused on developing preliminary floodplains, review of documentation, and public involvement concerns. Peer reviews included Deep Creek, Thornton Branch, Alligator Creek, Gant Lake, and Big Prairie Watersheds. ROBERT HIDECK, PE DEPUTY PROJECT MANAGER, ROADWAY/TEMPORARY TRAFFIC CONTROL LEAD Summary Biography Robert Hideck has over 16 years of engineering and design experience in the transportation industry. His roadway engineering experience includes conceptual, preliminary, and final design of limited-access highways, interchange design, and widening realignments for urban and rural roads. He has expertise in the preparation of construction plans including horizontal and vertical design, cross sections, typical sections, temporary traffic control plans and signing and pavement marking plans. Project Experience GANDY BOULEVARD (SR 694) FROM I-275 TO EAST OF SR 687 (4TH STREET N) DESIGN-BUILD | PINELLAS COUNTY, FL | FDOT DISTRICT 7 Temporary Traffic Control (TTC) Engineer of Record/Project Engineer responsible for the design and preparation of traffic control plans, quality control of roadway plans, and post design services of a two and one-half-mile design-build project that included three grade separations. The construction of new grade separated lanes improves capacity on this major east-west arterial, connecting to a bridge across Tampa Bay. This project also included the replacement of an existing three-barrel box culvert at Tinney Creek. GATEWAY EXPRESS IMPROVEMENTS DESIGN-BUILD | PINELLAS COUNTY, FL | FDOT DISTRICT 7 Project Manager/TTC Engineer of Record responsible for managing the tolling, structural engineering, and traffic control services for the Gateway Express improvement project. This project will deliver toll facilities and needed limited and controlled access connections from the Bayside Bridge on the north, US 19 on the west, and the St. Pete Clearwater International Airport to I-275 via general purpose and new express lanes. H&H’s scope for this design-build project includes contributing to FDOT’s Alternative Technical Concepts (ATC) process; developing temporary traffic control plans (TTC) design for Segments 2 and 4; TCP coordination among Segments 1 through 4; tolls design for Segments 1, 2, and 4; and structures design for four bridges in Segment 4. I-75/SR 50 INTERCHANGE RECONSTRUCTION DESIGN-BUILD | HERNANDO COUNTY, FL | FDOT DISTRICT 7 TTC Engineer of Record/Senior Engineer responsible for the traffic control design and plans preparation for the replacement of twin bridges on I-75 over SR 50. This project widens I-75 from a four- to six-lane facility, including complete interchange reconstruction at SR 50 to a single point urban interchange. Also included in this project is the widening and reconstruction of SR 50 to a six-lane urban typical section constructed using concrete pavement. SR 75 (US 231) FROM SR 30A (US 98) TO PIPELINE ROAD | PANAMA CITY, FL | FDOT DISTRICT 3 Roadway, Signing and Pavement Markings, and TTC Engineer of Record responsible for design and preparation of roadway, signing and pavement marking, and traffic control plans for the single point urban interchange (SPUI) at SR 77 over OFFICE LOCATION Tampa REGISTRATION Professional Engineer:  FL (2008) (67495)  LA (2017) (41953)  Advanced Traffic Control  Specification Package Preparation EDUCATION B.S., 2002, Civil Engineering, University of Pittsburgh YEARS OF EXPERIENCE Years with H&H ..................................... 5 Total Years ............................................ 16 ROBERT HIDECK, PE DEPUTY PROJECT MANAGER, ROADWAY/TEMPORARY TRAFFIC CONTROL LEAD 2 | Page US 231 and CSX RR improvement project. The project includes design for roadway and drainage of the intersection, lighting design for the entire project, and bridge design for a new major steel structure. 44TH AVENUE E FROM 45TH STREET E TO 44TH AVENUE PLAZA E, BRADEN RIVER SEGMENT | MANATEE COUNTY, FL | MANATEE COUNTY GOVERNMENT Senior Roadway Engineer and TTC Engineer of Record responsible for roadway and traffic control design and plans preparation. This project involved the design for the reconstruction, re-alignment and extension of 44th Avenue East from 45th Street East to 44th Avenue Plaza East. The design plans included reconstruction from a two-lane roadway to a four-lane divided urban roadway. As part of this project, a new bridge was designed to cross over the Braden River, as well as a realignment of Morgan Johnson Road and Caruso Road to provide route continuity. Alternative intersection designs, including a roundabout, and stage construction are being considered as part of the design package. DISTRICTWIDE INTERSTATE PROGRAM MANAGER (IPM) | DISTRICTWIDE, FL | FDOT DISTRICT Project Engineer assisting with the development and review of concept designs. This multidiscipline indefinite quantity contract provides as-needed services to support the FDOT work program as it relates to all interstate highway improvements within FDOT District 7. The geographic limits include over 150 miles of I-275, I-4, and I-75 and key contributing arterials. HOMESTEAD EXTENSION OF FLORIDA'S TURNPIKE (HEFT) (SR 821) FROM S OF KILLIAN PARKWAY TO N OF SUNSET DRIVE DESIGN-BUILD | MIAMI-DADE COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Project Engineer responsible for roadway and temporary traffic control design for Kendall Drive and Sunset Drive, as well as the temporary traffic control design for mainline HEFT. This design-build project comprises the widening of the mainline HEFT (SR 821) from south of Killian Parkway to just north of Sunset Drive. The project includes development of express lanes, relocation of ramp tolling, and operational improvements to the Kendall Drive interchange as well as resurfacing and other minor improvements. I-75 SB OFF-RAMP FROM S OF BYPASS CANAL TO EB/WB I-4 | HILLSBOROUGH COUNTY, FL | FDOT DISTRICT 7 Project Engineer responsible for the roadway and temporary traffic control design and plans preparation for this two-mile roadway improvement project that included ramp widening, an extension of the ramp to provide off-line queueing, and an extended auxiliary lane on I-75. A unique aspect of the design team’s approach was incorporation of operational improvements into a long-term buildout. This project was expedited for construction based on no right-of-way acquisition or impact to Florida Gas Transmission lines. SR 9A/I-295 AT COLLINS ROAD LANDSCAPING | DUVAL COUNTY, FL | FDOT DISTRICT 2 Project Engineer responsible for design and preparation of traffic control plans. The project is approximately one mile in length and included the landscaping and irrigation of interchange ramps, ponds and the urban corridor medians located east and west of the interstate. SR 212 (BEACH BOULEVARD) LANDSCAPING FROM ST. JOHNS BLUFF ROAD TO SAN PABLO ROAD | DUVAL COUNTY, FL | FDOT DISTRICT 2 Project Engineer responsible for design and preparation of traffic control plans. The project was over five and one-half miles in length and included landscaping and irrigation improvements for proposed Bold Landscaping within existing medians on Beach Boulevard, from St. Johns Bluff Road to San Pablo Road in Jacksonville. I-75 FROM BRUCE B. DOWNS BOULEVARD TO SR 56 | HILLSBOROUGH AND PASCO COUNTIES, FL | FDOT DISTRICT 7 Engineering Intern responsible for design calculations, plans preparation, cross sections, and maintenance of traffic concepts. This project included the design of a five-mile rural widening and resurfacing project, located in a rapidly developing area of northern Tampa. The project widened the divided rural interstate highway from four to six lanes and added ramps between the I-75/I-275 interchange and the I-75/SR 56 interchange. MATTHEW WOLCZYNSKI, PE SIGNING & PAVEMENT MARKINGS Summary Biography Matthew Wolczynski has 16 years of roadway design engineering experience in the transportation industry. As a senior engineer, he has held key positions on complex projects including: Roadway Engineer, Team Leader, Lead Design Engineer, Traffic Control Engineer of Record and Owner’s Representative. His extensive transportation design experience includes: traffic control plans many FDOT roadway and highway projects, Project Development & Environment (PD&E) studies, Lead Reviewer of technical proposals, as well as being responsible for coordinating all design efforts with multi-disciplinary project staff. Project Experience ORLANDO SOUTH ULTIMATE INTERCHANGE AT SR 91 (FLORIDA’S TURNPIKE) AND SR 528 (BEACHLINE EXPRESSWAY) PD&E STUDY | ORANGE COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Senior Engineer responsible for preliminary design and assisting with concept development. This project includes an evaluation of a complex interchange that provides both direct and indirect ramping between Florida’s Turnpike, the Beachline Expressway, and Orange Blossom Trail. The project goal is improvement of system capacity by adding exclusive high speed system ramps, replacing SR 528 bridges over SR 91 to add lanes on SR 91, and improve arterial operations with revised ramping and open road tolling. Additional express lanes, as well as express direct connection ramps are also being considered. TURNPIKE MAINLINE PD&E STUDY FROM JUPITER (INDIANTOWN ROAD) TO FT. PIERCE (MP 116 TO MP 153.7) | PALM BEACH, MARTIN AND ST. LUCIE COUNTIES, FL | FLORIDA’S TURNPIKE ENTERPRISE Senior Engineer responsible for assisting with the development of the PD&E Study to evaluate alternatives for the widening of approximately 37 miles of the Florida’s Turnpike mainline from four to eight lanes, including improvements to existing interchanges, as well as evaluations of new interchange access locations in the corridor, and assess potential impacts to the social, natural, and physical environment. 15TH STREET E / 301 BOULEVARD E (TALLEVAST ROAD TO US-41) RECONSTRUCTION, MANATEE COUNTY, FL | FDOT DISTRICT 1 Senior Engineer responsible for developing horizontal and vertical alignments for 15% grade, including the development of a 3-D Corridor Model to create cross sections and assess additional right-of-way needed. Also, prepared the Pavement Design Package and assisted with design of the roundabouts included within the project limits. GATEWAY EXPRESS IMPROVEMENTS DESIGN-BUILD | PINELLAS COUNTY, FL | FDOT DISTRICT 7 Segment Lead Design Engineer responsible for the development of the conceptual design plans for the I-275 component (including Typical Section Package Development, Design Variations and Design Exceptions); assisted with preparation of the RFP, including development and review of attachments and reference documents; OFFICE LOCATION Tampa REGISTRATION Professional Engineer:  FL (2008) 67768 Advanced Traffic Control (2002) EDUCATION B.S., 2003, Civil Engineering, Georgia Institute of Technology Certifications and Training Florida DOT Certified -Traffic Control, Specifications Package Preparation Florida Engineering Society Member YEARS OF EXPERIENCE Years with H&H ..................................... 2 Total Years ............................................ 16 MATTHEW WOLCZYNSKI, PE SIGNING & PAVEMENT MARKINGS 2 | Page assisted with reviews of ELOIs, ATCs and Technical Proposals. This project will deliver toll facilities and needed limited and controlled access connections from the Bayside Bridge on the north, US 19 on the west, and the St. Pete Clearwater International Airport to I-275 via general purpose and new express lanes. H&H’s scope for this design-build project includes contributing to FDOT’s Alternative Technical Concepts (ATC) process; developing temporary traffic control plans (TTC) design for Segments 2 and 4; TCP coordination among Segments 1 through 4; tolls design for Segments 1, 2, and 4; and structures design for four bridges in Segment 4. VETERANS EXPRESSWAY (SR 589) OWNER’S REPRESENTATIVE | HILLSBOROUGH COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Project Manager, responsible for developing subconsultant RFPs, lead consultant reviewer of ELOIs, ATCs and Technical Proposals. This segment of the Veterans Expressway was prepared for construction using the design-build method and consisted of two separate design-build projects that were procured and awarded consecutively for construction. These projects involved widening and resurfacing and interchange improvements. The northern segment included implementing the express lane system for both segments from Gunn Highway to the Dale Mabry Spur. EXPRESS LANE IMPLEMENTATION (VETERANS EXPRESSWAY (SR 589) FROM MEMORIAL TO GUNN HIGHWAYS) | HILLSBOROUGH COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Project Manager and Roadway Engineer of Record, responsibilities required close coordination with FTE project management and design staff to revise and coordinate express lane implementation with other active projects under construction along the Veterans Expressway. The express lane system was implemented, after completion of multiple design and design build projects, as a single package. VETERANS EXPRESSWAY (SR 589) TRAFFIC CONTROL PLAN, FROM MEMORIAL TO GUNN HIGHWAYS | HILLSBOROUGH COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Traffic Control Engineer of Record responsible for developing a safe and effective traffic control concept, which accounted for client priorities. The concept called for AET conversion elements to be constructed first, then coordinating with each individual project to interface with the overall traffic control plan. POST DESIGN SERVICES, VETERANS EXPRESSWAY (SR 589) WIDENING FROM MEMORIAL TO GUNN HIGHWAYS | HILLSBOROUGH COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Project Manager during the post design-construction efforts of the three widening projects that comprise 6.3 miles of the Veterans Expressway. The road was enlarged from four lanes to eight lanes and express lanes were added. As part of the expansion, the existing conventional cash toll collection method was converted to an All Electronic Toll (AET) collection method. The project included two full interchanges and four partial interchanges. The project also included the milling and resurfacing of the existing roadway, as well as widening and reconstruction. HEFT (SR 821) FROM SW 216TH STREET TO KENDALL DRIVE | MIAMI-DADE COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Lead Traffic Control Engineer tasked with developing a safe and effective traffic control design for over seven miles of the project; supervised and managed the production of all traffic control plans; significantly aided in the development of a revised roadway design that would salvage and utilize existing elements of the roadway system, while streamlining and improving the traffic control design and, most importantly, reducing the construction cost of the project. This project included widening and reconstruction of nine miles of this FTE facility and the complete reconstruction and reconfiguration of the interchange between Coral Reef Drive and SR 874. The project also included the addition of express lanes. Other responsibilities included RFP development for design-build delivery and assisting in the review of design-build proposals. SR 60 TAMPA INTERNATIONAL AIRPORT INTERCHANGE RECONSTRUCTION | HILLSBOROUGH COUNTY, FL | FDOT DISTRICT 7 Engineering Intern responsible for design of the entire guardrail layout throughout the project; significantly assisted with the quantity take-offs, development of the input for the FDOT TRNS*PORT system and production of plans. This $200 million project included a six-lane mainline, multi-lane, directional collector/distributor roads, ramps and bridge replacements. MARCO LARA, PE LIGHTING Summary Biography Marco Lara is responsible for directing the preparation of roadway lighting plans; electrical power and control system plans; and technical specifications of bridges, toll facilities, highways, and other infrastructure projects. He is also responsible for technical supervision and management of engineering personnel. Other responsibilities include design and specification of electrical control systems, power systems, major drive systems, lightning protection, roadway/interior lighting design, and back-up power generation systems for movable bridge projects. He has provided specialty engineering design and specification of cathodic protection systems that include impressed current, sacrificial anode, impressed-current cathodic protection (ICCP) pile jackets, and galvanic pile jacket systems for movable and fixed bridges. Project Experience GATEWAY EXPRESS DESIGN-BUILD | PINELLAS COUNTY, FL | FDOT DISTRICT 7 Project Electrical Engineer responsible for electrical design for toll sites for the Gateway Express improvement project. This project will deliver toll facilities and needed limited and controlled access connections from the Bayside Bridge on the north, US 19 on the west, and the St. Pete Clearwater International Airport to I-275 via general purpose and new express lanes. H&H’s scope for this design-build project includes contributing to FDOT’s Alternative Technical Concepts (ATC) process; developing temporary traffic control plans (TTC) design for Segments 2 and 4; TCP coordination among Segments 1 through 4; tolls design for Segments 1, 2, and 4; and structures design for four bridges in Segment 4. SR 82 (IMMOKALEE ROAD) FROM E. ALABAMA ROAD TO E. OF HOMESTEAD ROAD S. | LEE COUNTY, FL | FDOT DISTRICT 1 Project Electrical Engineer responsibilities included the technical review of the roadway lighting design consisting of lighting design; calculations; and plans preparation, including Lighting Design Analysis Report (LDAR) and Lighting Justification Report (LJR). Served as a technical reviewer for the roadway lighting on the reconstruction project of a 3.5-mile segment of SR 82 (Immokalee Road) from east of Alabama Road to east of Homestead Road South. LABELLE BRIDGE (SR 29) REHABILITATION | LABELLE, FL | FDOT DISTRICT 1 Lead Electrical Designer responsible to perform routine electrical inspection of electrical power and control systems for a double-leaf bascule bridge. Responsibilities included electrical power distribution layout, calculations, and development of technical special provisions and plan sheets. Additional duties included functional checkout of complete electrical system. Provided post-design services that included shop drawing review, shop testing, RFIs, and field review. OFFICE LOCATION Tampa REGISTRATION Professional Engineer:  FL (2015) 78414  OH (2015) 80302  CA (2016) 21552  MI (2016) 6201064609  TX (2018) 130831 EDUCATION B.S., 2004, Electrical Engineering, University of South Florida YEARS OF EXPERIENCE Years with H&H ..................................... 2 Total Years ............................................ 15 CERTIFICATIONS & TRAINING  NACE Certified CP1 Cathodic Protection Tester (28390)  NACE Certified CP2 Cathodic Protection Technician (28390)  NACE Certified Corrosion Technician (28390) MARCO LARA, PE LIGHTING 2 | Page STICKNEY POINT BRIDGE REHABILITATION (SR 72) | SARASOTA COUNTY, FL | FDOT DISTRICT 1 Project Electrical Engineer for rehabilitation of existing four-leaf bascule bridge. Responsibilities consisted of replacement of programmable logic controller (PLC) and hydraulic power unit control panels with new hydraulic power unit motors. Also replaced limit switches, disconnect switches, conduits, lighting, navigation lighting systems, and miscellaneous electrical equipment. FLORIDA’S TURNPIKE AT SR 710 | PALM BEACH COUNTY, FL | FDOT DISTRICT 4 Project Electrical Engineer responsible for technical review of the 60% roadway lighting design, consisting of lighting design; calculations; and plans preparation, including LDAR and LJR. Served as a technical reviewer for the roadway lighting on the reconstruction project of a three-mile segment of SR 710 (Beeline Road) from Northlake Boulevard to SR 708 (Blue Heron Boulevard), and SR 91 (Florida’s Turnpike) from MP 31.980 to MP 33. CR 78 MATLACHA BASCULE BRIDGE REPLACEMENT | MATLACHA, FL | LEE COUNTY GOVERNMENT Electrical Designer responsible for electrical power distribution layout, calculations, development of technical special provisions, and plan sheets for a replacement single-leaf bascule bridge. Other responsibilities included lighting and roadway lighting schemes, standby-generator set sizing, navigation and development of closed-circuit television (CCTV), and grounding systems. Performed lighting analysis and design of electrical equipment room, control house, and the piers project features a variable speed drive (VSD) controlling a hydraulic cylinder span drive configuration. Duties included shop drawing review, shop inspections, witness testing, field inspection, and estimate of completion. SOUTHERN BOULEVARD BRIDGE REPLACEMENT | PALM BEACH, FL | PALM BEACH COUNTY GOVERNMENT Electrical Engineer responsible for complete electrical design and power distribution layout. Developed plan sheets for a relay-based control system with PLC monitoring and diagnostic alarm system for project replacement on double-leaf bascule bridge. Span motor controls are flux vector drive with encoder feedback. Performed lighting analysis and design of electrical equipment room, control house, and bascule piers. Also, provided standby generator sizing, power flow and voltage drop studies, short circuit analysis, and lighting panel calculations. US 231 FROM SR 30A (US 98) TO PIPELINE ROAD | PANAMA CITY, FL | FDOT DISTRICT 3 Project Electrical Engineer responsible for roadway lighting design of this capacity reconstruction project consisting of calculations, LDAR, LJR and plans preparation. This project consists of widening SR 75 (US 231) within the City of Panama City and unincorporated Bay County from four to six lanes, as well as capacity improvements on SR 30A, SR 77, SR 389 and Transmitter Road. HOMESTEAD EXTENSION OF FLORIDA'S TURNPIKE (HEFT) (SR 821) FROM S OF KILLIAN PARKWAY TO N OF SUNSET DRIVE DESIGN-BUILD | MIAMI-DADE COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Project Electrical Engineer responsible for the roadway lighting design; photometrics; daytime lighting analysis; underdeck lighting analysis; calculations; and plans preparation, including LDAR and LJR for the bridge and road widening over the Florida’s Turnpike. Additional responsibilities included utility coordination activities with local power utility and project coordination. This design-build project comprises the widening of the mainline HEFT (SR 821) from south of Killian Parkway to just north of Sunset Drive. The project includes development of express lanes, relocation of ramp tolling, and operational improvements to the Kendall Drive interchange as well as resurfacing and other minor improvements. NW 12TH AVENUE BRIDGE REPLACEMENT | MIAMI-DADE COUNTY FL | FDOT DISTRICT 6 Electrical Designer responsible for evaluation of electrical functionality of the power distribution systems, motor control, and lighting design for replacement of four-leaf bascule bridge over the Miami River. Developed innovative electrical design concepts that included use of dual-power service, elimination of submarine cable between bascule piers, use of dual- redundant fault-tolerant/fail-safe PLCs, and touch-screen control panel. Provided post-design services that included shop drawing review, RFIs, and field review. JAMES W. ENGLERT, PE SENIOR TECHNICAL ADVISORY QUALITY CONTROL (STRUCTURES) Summary Biography James Englert is a bridge engineer with 36 years of experience. He has served as Project Manager and Project Engineer on a variety of fixed and movable bridge projects and has been responsible for the management of movable and fixed bridge studies, design, and rehabilitation projects. He has also managed bridge departments in Florida. Project Experience DUNEDIN CAUSEWAY BRIDGE PROJECT DEVELOPMENT AND ENVIRONMENT (PD&E) STUDY | DUNEDIN, FL | CITY OF DUNEDIN GOVERNMENT Project Manager responsible for managing the PD&E study for the evaluation of alternatives for rehabilitation or replacement of the existing double leaf bascule bridge and the tide relief bridge adjacent to Honeymoon Island State Park. Developed and evaluated no-build and build alternatives in accordance with National Environmental Policy Act (NEPA) standards including bridge rehabilitation, low-level and mid-level bascule bridges and a high-level fixed bridge. Developed and evaluated impacts of three horizonal alignments with different construction and maintenance of traffic strategies including phased construction and detour with a temporary movable bridge. VENETIAN CAUSEWAY BRIDGES PD&E STUDY | MIAMI, FL | FDOT DISTRICT 6 Project Engineer responsible for completing the concept engineering regarding the East Bascule Bridge for this PD&E study addressing improvements to Venetian Causeway from North Bayshore Drive to Purdy Avenue. Developed and presented alternatives and cost estimates including rehabilitation and replacement of the historic double leaf bascule bridge at agency and public meetings. Based on feedback from interested stakeholders, revised the vertical profile until consensus was achieved between engineering and aesthetics. SR 80 (SOUTHERN BOULEVARD) OVER LAKE WORTH LAGOON BASCULE BRIDGE REPLACEMENT | PALM BEACH COUNTY, FL | FDOT DISTRICT 4 Project Engineer responsible for completion of the design and management of post design services during construction. This project consisted of a new rolling lift bascule bridge over the Atlantic Intracoastal Waterway (ICWW) that replaced an existing bridge. The new bridge is structural steel and has a bascule pier, with a cast-in-place, incrementally launched, post-tensioned concrete slab superstructure as well as cast- in-place piers supported on post-grouted drilled shaft foundations. The drilled shafts are supported by cast-in-place cantilever retaining walls and steel King pile bulkheads. The approach span superstructure consists of two 360-foot-long continuous units with five 72-foot spans. The project also includes a temporary bridge with a vertical lift span constructed to the north of the existing bridge to carry traffic during construction. OFFICE LOCATION Tampa REGISTRATION Professional Engineer:  FL (1992) 44968  NY (1988) 064397  MD (1991) 19018 EDUCATION B.S., 1982, Civil Engineering, Syracuse University YEARS OF EXPERIENCE Years with H&H ..................................... 1 Total Years ............................................ 36 JAMES W. ENGLERT, PE SENIOR TECHNICAL ADVISORY QUALITY CONTROL (STRUCTURES) 2 | Page EAST LINK BASCULE BRIDGE EVALUATION | DUBLIN, IRELAND | DUBLIN CITY COUNCIL Project Manager responsible for development and evaluation of alternatives to widen an existing single leaf rolling lift bascule bridge to carry additional pedestrian and bicycle lanes. The study revealed that the existing bascule span girders and the hydraulic machinery and control systems could accommodate the additional weight, but the concrete approach spans could not without strengthening. WALNUT GROVE ROAD BRIDGE REPLACEMENT | SAN JOAQUIN COUNTY, CA | SAN JOAQUIN COUNTY GOVERNMENT Project Engineer responsible for formulating a movable bridge alternative to replace a deteriorated swing-span structure over a commercially navigable waterway. Developed concepts, performed preliminary engineering, and prepared estimates of cost for a double-leaf bascule with under-deck counterweight system, a single-leaf bascule with under-deck counterweight, and a single-leaf bascule with overhead counterweight system. Developed construction staging and accelerated bridge construction concepts to minimize impacts and outages to highway and waterway traffic. I-75 OVER MAIN A CANAL BRIDGE DECK REPLACEMENT | SARASOTA COUNTY, FL | FDOT DISTRICT 1 Project Manager for the design-build phased deck replacement of twin pre-stressed girder bridges. Testing of shear steel in beam webs resulted in lower than expected strengths and insufficient load ratings. The beams were replaced to avoid posting the bridge. I-75 OVER JACARANDA BOULEVARD BRIDGE WIDENING AND DECK REPLACEMENT | SARASOTA COUNTY, FL | FDOT DISTRICT 1 Project Manager for the design-build phased deck replacement of twin steel girder bridges. The project involved widening both bridges to the median for use in maintenance of traffic. Extensive stormwater treatment facilities were required by the permitting agency. A temporary on-ramp was constructed for northbound interstate traffic while the loop ramp was closed. I-75 OVER RIVER ROAD, JACKSON ROAD AND HAVANA ROAD, BRIDGE WIDENING AND DECK REPLACEMENT, SARASOTA COUNTY, FL — FDOT DISTRICT 1 Project Manager for the design-build phased deck replacement of twin prestressed girder bridges. The project involved widening all six bridges to the median for use in maintenance of traffic. Extensive stormwater treatment facilities were required. I-75 OVER CLARK ROAD BRIDGE DECK REPLACEMENT | SARASOTA COUNTY, FL | FDOT DISTRICT 1 Project Manager for the phased deck replacement of twin, prestressed girder bridges. Following a localized deck failure, an FDOT Declaration of Emergency resulted in deck replacement plans being produced within ten days. KEMPER STREET VALUE ENGINEERING STUDY | LYNCHBURG, VA | CITY OF LYNCHBURG GOVERNMENT Project Manager for a Value Engineering Study involving the replacement of the Kemper Street Bridge over the Lynchburg Expressway. Cost saving measures focused on the vertical profile of the new bridge, the number of beams in each span, and the elimination of end spans using mechanically stabilized earth (MSE) walls. JUPITER/INDIANTOWN ROAD INTERCHANGE RAMP BRIDGE REPLACEMENT OVER FLORIDA’S TURNPIKE | PALM BEACH COUNTY, FL | FLORIDA’S TURNPIKE ENTERPRISE Bridge Engineer for the preparation of the Bridge Development Report (BDR) and final design for a new bridge spanning the Turnpike Mainline. The new structure was needed to accommodate future widening of the Mainline and was constructed in phases adjacent to the existing ramp bridge. The new bridge is a two-span 261-foot-long prestressed beam bridge with a continuous deck. Design included temporary critical sheet pile walls to accommodate the phased construction and MSE walls to support the final roadway alignment. CEI Services for Veterans Memorial Boulevard Extension Phase I & II Solicitation 20-7728 Section 2Section 2: Certified Minority Business Enterprise 2-1 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728  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 Hyatt Surveying whom carries the DBE designation to show our commitment to the program. 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 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 Woman Business Certification Hyatt Survey Services, Inc. 09/03/2019 09/03/2021 CEI Services for Veterans Memorial Boulevard Extension Phase I & II Solicitation 20-7728 Section 3Section 3: Past Performance 3-1 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728  Past Performance Reference Questionnaire Solicitation: Solicitaion 20-7728 / CEI Services for Veteran Memorial Boulevard Extension Phase I & II 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 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 Reference Questionnaire Solicitation: Solicitaion 20-7728 / CEI Services for Veteran Memorial Boulevard Extension Phase I & II 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 3-3 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 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 were 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 walls. A concrete sheet pile wall was used to raise the existing roadway approximately seven feet. 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. The project replaced the existing watermain and forcemain and included the removal or plugging of existing pipes. Each main required installing 720 feet of 18-inch HDPE pipe using directional drill method, tunneling underneath Little Horse Pass. This project also included the relocation of a major Centurylink fiber that was in conflict with the new mains being installed. Maintaining the pedestrian flow for this project was vitally important as this area of Naples is a corridor for cyclist and residents walking to the beach. This project required close communication with several utility companies that were within the narrow construction zone for right-of-way. 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. Similarities to this Project  Collier County Project  New roadway construction  Milling & Resurfacing  Environmental permitting requirements  Water/Force Main Utility Installations  FDEP Approvals  Drainage structure/pipe installation  Phased MOT  Worked with Collier County Traffic Operations for new signal installations  Worked closely with local residents in surrounding high rise condominiums. 3-4 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 Reference Questionnaire Solicitation: Solicitaion 20-7728 / CEI Services for Veteran Memorial Boulevard Extension Phase I & II 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 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 Reference Questionnaire Solicitation: Solicitaion 20-7728 / CEI Services for Veteran Memorial Boulevard Extension Phase I & II 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 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 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 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. His duties included 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 the 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. Their experience working closely with the contractor, through difficult circumstances has afforded them the experience needed for this design-build contract. Similarities to this Project  Collier County Project  New Road Construction  Temporary Road Construction  Extensive Drainage structure/pipe installation  Milling & Resurfacing  Utilities  FDEP approvals  MOT Phasing. 3-7 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 Reference Questionnaire Solicitation: Solicitaion 20-7728 / CEI Services for Veteran Memorial Boulevard Extension Phase I & II 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 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 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 six-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 eight tons of fittings and restraints, multiple bacteria sampling points, and several Air Release Valves (ARV). This intersection is one of the busiest in Collier County and is a major hub for utilities ranging from cable to gas lines. Several utility lines needed relocating including Comcast, TECO, CenturyLink, FPL, and Summit Broadband for this project to be completed. 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 and Bridge Divisions. Matt worked closely with Collier County Traffic Operations Engineer Tony Khawaja to ensure the intersection improvements met County standards and enhanced the traffic flow as intended. He is knowledgeable of the requirements for Traffic Operations and the procedures that are used by the County for shop drawing approvals and County inspection of signal work, from conduit installation to signal head placement Similarities to this Project  New roadway construction  Drainage pipe and structure installation  Multiple phased MOT  Water/Force Main Utility Installations  Lighting installations  Intersection improvement and new signal configuration  Widening of existing roadway  Collier County Project  High volume of pedestrian traffic 3-9 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 Reference Questionnaire Solicitation: Solicitaion 20-7728 / CEI Services for Veteran Memorial Boulevard Extension Phase I & II 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 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 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. Similarities to this Project  New roadway construction  Significant environmental permitting requirements  Drainage structure/pipe installation  Phased MOT  Water/Force Main Utility Installations  FDEP approvals  New traffic signal installations  Lighting installation  Working with EOR to implement design changes  Worked closely with local residents 3-11 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 Reference Questionnaire Solicitation: Solicitaion 20-7728 / CEI Services for Veteran Memorial Boulevard Extension Phase I & II Reference Questionnaire for: Hardesty & Hanover Construction Services, LLC (Name of Company Requesting Reference Information) Steven Nappi, PE (Name of Individuals Requesting Reference Information) Name: Rob Price, PE (Evaluator completing reference questionnaire) Company:Lee County Traffic Operations (Evaluator’s Company completing reference) Email: rprice@leegoc.xom FAX: N/A Telephone: 239.533.9532 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: Lee County ATMS Phase II Completion Date: 04/2020 (anticipated) Project Budget: $8,535,900.00 _____________ Project Number of Days: _760____________________ 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 3-12 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 Lee County Advanced Traffic Management System (ATMS) Phase II Project Type: Lee County Utility Collection/Distribution Systems Engineering Project Cost: $8,535,900 Project Completion Date: April 2020 (anticipated) Contact Name: Rob Price, PE Client Name: Lee County Traffic Operations This $8.5 million federally funded ATMS project connected 110 intersections to Lee County’s existing Traffic Management System. The scope of work included the installation of conduit, 173,301 linear feet via directional bore and 25,515 linear feet via open cut. Fiber optic cable, communication cable, pull boxes, and electrical services were required to complete the underground work. Signal work included controllers, closed circuit television (CCTV) poles and cameras, Bluetooth devices, and intelligent transportation system (ITS) cabinets. Pedestrian and pavement marking improvements were also included under this contract. Signals are a vital part to any roadway project and without proper installation and careful inspection the safety of the traveling public becomes at risk. Steve has worked closely with Lee County Traffic Operations and is well versed in traffic signals and all they entail. His knowledge and experience will help assist our staff and the design-build team in upgrading and creating three signalized intersections for the Veterans Memorial Boulevard project. Similarities to this Project  Installing and upgrading traffic management systems  CCTV Installation  Conduit installation via directional bores  Significant coordination with EOR to accommodate field changes CEI Services for Veterans Memorial Boulevard Extension Phase I & II Solicitation 20-7728 Section 4Section 4: Project Approach, Willingness to Meet Time and Budget Requirements 4-1 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728  PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS 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 more than 400 professionals in 23 offices, including a field office in Immokalee, at the corner of Lake Trafford Boulevard and SR 29. With our experience, staffing, and offices, H&H offers the resources of a large firm with the responsiveness of a small company. 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 Construction Engineering and Inspection (CEI) group, we have an impressive design group working out of H&H’s Tampa and Ft. Lauderdale offices. Our design teams are available to perform peer reviews for the design portion of the contract if the County desires. With our internal employees and the utilization of our subconsultants, we can assure the County that we have the staff necessary for this contract and the resources to bring on additional staffing if deemed appropriate. We believe our management team sets H&H apart from our competition on this project. Our team will be led by Steve Nappi, PE, who will serve as the Senior Project Engineer (SPE) assigned to the contract. Steve will serve in a part-time capacity, assisting with resolving issues, ensuring team members are performing work to set expectations, and working with Collier County to ensure client satisfaction. He has been the Project Manager on two design-build (D-B) projects within Collier County: The Marco Island Bridge Replacement and the Roadside Animal Detection System. This previous experience has given him a thorough understanding of D-B contracts and the requirements of the CEI, which will help to minimize the burden on County staff. His unique skill set provides him with the ability to quickly resolve issues using outside of the box thinking, keeping projects on schedule and within budget and assisting any staff with inspection, Contract Support Specialist (CSS) or PE duties. During design, he will provide constructability reviews of the plan sets which have resulted in significant findings in the past. Matt Thomas, PE, will serve as our Project Engineer (PE). His previous experience as a Collier County Project Manager makes him well-suited to perform the administrative duties required under this contract. Matt has intimate knowledge of the County’s procedures—particularly as they apply to D-B projects. He was previously the Project Manager for the latest D-B project for Collier County. His experience includes working with the D-B team processing preconstruction submittals and reviewing designs at 30, 60, and 90%, as well as the final plan set. Matt was tasked with holding bi-weekly progress meetings with the D-B team and Collier County to ensure all parties were working together and all requirements of the contract were being upheld. Along with managing the project, he also helped organize and structure monthly pay estimates for the County. This can prove to be difficult to gauge since all pay items are lump sum quantities. Matt’s successful experience with D-B projects will help streamline the submittal and shop drawing process—minimizing the County Project Manager’s time. Elvido “Junior” Tiburcio has 12 years of experience working in the CEI field. With a strong background in inspection and several assignments requiring Project Administrator (PA) duties, Junior brings tremendous value to this D-B contract. He will be able to assist Matt with project administration while spearheading inspection efforts by both performing inspection duties and managing the inspectors in the field. Junior has previously worked on major projects alongside County Transportation and Utilities Department project managers and is familiar with the existing infrastructure, standard specifications of construction and maintenance, and procurement guidelines for pay applications. One of Junior’s strengths that he brings to this project is his previous Utility project experience. He has performed as Senior Inspector on the CR 951/US 41 Intersection Improvement, Imperial Golf Boulevard Water Main Replacement, and Vanderbilt Beach Drive Water Main Replacement from Bluebill to Clams Pass projects. We believe his experience with the various disciplines provides him with the knowledge to analyze complex construction and design problems and makes him able to help communicate potential issues to avoid change orders and costly delays in the construction phase. Resources With our experience, staffing, and offices, H&H offers the resources of a large firm with the responsiveness of a small company. Design-Build Experience Steve and Matt are Professional Engineers with D-B Experience in Collier County. 4-2 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 PROJECT APPROACH H&H will apply a proactive partnering approach to this project during the design phase to ensure the contractors’ conformance to the RFP scope, holding progress meetings, tracking and routing submittals, and performing constructability reviews. Our findings through constructability reviews have reduced change orders on conventional design-bid-build projects. Findings on a D-B contract will ensure constructability concerns are met prior to construction, which will assist in project completion within contract time. Design peer reviews can be performed by H&H’s design team at the request of the County. Our proactive approach during construction will continue with our staffs review of the specifications and plans stamped released for construction. Emphasis will be placed on the schedule and details will be shared with the inspection team to ensure the contractor is actively and systematically pursuing the work in accordance with their schedule. Work will be discussed in advance of the construction activity being performed through the use of progress and pre-activity meetings. Our team will also adhere to our comprehensive Quality Assurance Plan which reinforces our proactive approach through the use of checklists. Our team, from the SPE to inspectors will partner with the contractor. This relationship will be built on trust and begins with open communication prior to construction. Our team will meet with the contractor’s project manager prior to work beginning to 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 progress meetings during design will ensure communication is successful and targeted milestones are met. Pre-activity meetings during construction will continue to allow expectations to be shared which will assist in work being performed correctly the first time. We have found that constant communication during the design phase and delivery of clear expectations during the construction phase help keep projects on schedule. PROJECT UNDERSTANDING We understand this project to be the third D-B contract for the County in recent years. D-B contracts are very different from design-bid-build contracts. The primary difference is that the designer and contractor work together to develop the plan set meeting the RFP. This requires permit acquisition along with plan submittals at specified intervals. In addition to expediting projects, one of the greatest advantages of D-B contracts to the owner is a reduction in claims. Interpretation of the RFP and differing site conditions are typically the only grounds for claims for the Contractor as their Engineer designs the plans and any issues found within the plan set are their responsibility. We will work closely with the County to ensure we understand the intent of the RFP and work with the Contractor. As evidenced in the resumes, our staff’s D-B project experience occurred in Collier County. This past D-B experience has given our team the knowledge and understanding to administer this type of contract and allows us to assist the County as well as the D-B team in successfully completing the project. Phase I of construction consists of widening the existing two-lane Veterans Memorial Boulevard approximately .5 miles from the Livingston Road Intersection west to where the road terminates. The new configuration will have four lanes with a 22-foot median to separate traffic. Along with the widening, the project will construct a new four-lane corridor through the forested uplands, pine flatwoods, and mixed forested wetlands approximately one mile west to include the entrance of the County’s new GGG High School. All of the Phase I roadway will be a straight alignment with no horizontal or vertical curves. Due to the addition of non-pervious pavement, ponds are required to treat and store the additional surface water. Along with the ponds, extensive drainage pipe and structures will be needed to channel the water off the roads and into the designated treatment areas. We are aware from the environmental studies and the topography that the limits within construction have a significant wetland impact. This project will also consist of the widening of one intersection and the creation of two new intersections. The intersection at Livingston Road and Veterans Memorial Boulevard will be expanded to accommodate the new lanes and will require at least one new drilled shaft. Two new intersections will be created at the entrances of the Veterans Memorial Elementary school and the entrance to the new high school. This will require the installation of at least two drilled shafts per intersection with multiple PROACTIVE PARTNERING APPROACH We have had great success in managing our projects with this philosophy as evidenced by our staff’s projects being completed on time and within budget and their personal relationships with the contractors continuing once projects are complete PROACTIVE PARTNERING APPROACH Prior to advertisement, we met with County Design Project Managers to learn about this project. Also, with our knowledge of the local contractors and previous relationships with them, we have discussed the project with the three shortlisted D-B firms. 4-3 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 mast arms attached. Staff will need to work closely with Traffic Operations to meet all County requirements for installation of signal arms and cabinets. This project is settled between the two high income neighborhoods of Mediterra and Imperial Golf Estates. We are aware of the proximity of construction to the resident’s homes especially the south end of the project with Imperial Golf Estates. It is likely that a sound wall will need to be installed to soften the noise created by traffic. The D-B team’s Public Information Officer (PIO) will be tasked with keeping residents informed of the impacts caused by this project and the CEI team will assist. Keeping the County liaison up to date with road alerts and construction updates will be vital for residents to be mindful of the ever-changing working conditions within the project limits. The D-B team will need to work closely with residents, neighborhood associations, and Collier County School Board to ensure driveway connections accommodate residents and traffic is not impeded during construction. The Contractor will also need to work with Collier County Utilities to expand the 12-inch force main and 12-inch watermain to the new high school . The new lines will need to be installed via open trench or horizontal directional drilling approximately one mile from the stub out location to the site of new high school. While the eastern 0.5 mile segment of Phase I consists of the existing two-lane extension of Veterans Memorial Boulevard and maintained roadway right-of-way, the remainder of the alignment consists of a mix of pine dominated forested uplands, pine flatwoods, and mixed forested wetlands. Since the project will result in impacts to wetlands, an Environmental Resource Permit (ERP) will be required from the South Florida Water Management District (SFWMD) and a 404 Dredge and Fill permit will be required from the US Army Corps of Engineers (USACE). We understand these permits are being obtained by a previously selected environmental consultant. Due to the sensitive nature of the project area, implementation of acquired permits will be important to project success during this phase. The H&H Team has extensive experience in ERP and 404 permitting and can support the County in ensuring the selected D-B firm implements environment permits and their conditions correctly. Phase II of this project will consist of a separate construction contract that will expand Veterans Memorial from the new high school entrance to Old US 41. The second phase of the project still has many obstacles that will need to be addressed including right-of-way and environmental permitting. There will also be a need to cross an existing railroad that is east of Old US 41. Working closely with railroad authorities to ensure the county and contractor are meeting the Railroad’s specifications and safety standards will be very important for the successful completion of this phase. The Phase II project segment consists of a mix of maintained right-of-way, pine flatwoods, and sand scrub communities. Wetlands within this segment are less abundant and consist of manmade drainways and mixed forested systems. As a result, wetland impacts will be less. Soils within the sand scrub communities found within this project phase consist of satellite series soils which have a high groundwater table greater than 40 inches below existing grade for the majority of year. These soils and community types are commonly utilized by gopher tortoises, Eastern indigo snakes, and other federal and state listed protected species. The D-B firm selected for this project phase will likely be required to implement protected species construction conditions and relocate the gopher tortoise or listed plants found within the project alignment. Our team will be available to assist the County and the selected D-B firm with agency consultations and to ensure that impacts to listed species are avoided and minimized to the greatest extent possible. GOPHER TORTOISE Our staff has reviewed the Gopher Tortoise Guidance for each phase of FDOT Project Delivery published by FDOT’s Office of Environmental Management. We understand there to be over 50 gopher tortoise burrows within the project limits which will require a permit from Florida Fish and Wildlife Conservation Commission (FWC). The application process is anticipated to take 90 days and is time critical to allow for construction to begin in accordance with our schedule write-up above. The FWC permit will be reviewed to verify the burrow designation, determine that all burrows are accounted for, and that the contractor is adhering to the requirements when relocating tortoises and backfilling burrows. We are prepared to receive training from the contractor to act as authorized individuals to assist with relocation and permit adherence. Our team understands the requirement of temperatures exceeding 50 degrees due to tortoises typically not leaving their burrows when temperatures fall below this threshold. Our team will closely monitor this requirement to ensure permit adherence. Exclusionary fencing could allow construction to continue in certain areas, specifically our temporary road. This becomes crucial during colder months when the 50-degree threshold is not made and the 30-day waiting period resets. Permitting Assistance Mark Easley, H&H’s Senior Environmental Scientist with over 37 years of experience dealing with environmental permitting and project construction, will be available to support our team and the County in ensuring that environmental impacts are minimized, and permits are adhered to by the D-B contractor. 4-4 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 ID Task Mode Task Name Duration Start Finish Predecessors 1 NTP 1 day Mon 5/4/20 Mon 5/4/20 2 Start Design 199 days Tue 5/5/20 Fri 2/5/21 1 3 BEGIN  CONSTRUCTION 4 MOT Phase I 2 days Mon 2/8/21 Tue 2/9/21 2 5 Erosion Control 20 days Wed 2/10/21 Tue 3/9/21 4 6 Clearing & Grubbing 20 days Wed 2/10/21 Tue 3/9/21 4 7 TEMPORARY ROAD  CONSTRUCTION  8 Embankment 15 days Wed 3/10/21 Tue 3/30/21 6 9 Drainage Structures 5 days Wed 3/17/21 Tue 3/23/21 8SS+5 days 10 Drainage Pipe 21 days Fri 3/19/21 Fri 4/16/21 9SS+2 days 11 Subgrade 15 days Mon 4/19/21 Fri 5/7/21 10 12 Curb & Gutter 10 days Mon 5/10/21 Fri 5/21/21 11 13 Base 15 days Mon 5/24/21 Fri 6/11/21 12 14 Structural Asphalt 4 days Mon 6/14/21 Thu 6/17/21 13 15 COMPLETE  TEMPORARY  ROADWAY Fri 6/18/21 16 NORTH SIDE 17 Embankment 30 days Fri 6/18/21 Thu 7/29/21 14 18 Utilities 15 days Fri 6/18/21 Thu 7/8/21 14 19 DEP Approval/Tie In 10 days Fri 7/9/21 Thu 7/22/21 18 20 Pond 15 days Fri 6/18/21 Thu 7/8/21 14 21 Drainage Structures 7 days Fri 6/18/21 Mon 6/28/21 14 22 Drainage Pipes 32 days Mon 6/21/21 Tue 8/3/21 21SS+1 day 23 Subgrade 20 days Wed 8/4/21 Tue 8/31/21 22 24 Sound Wall 20 days Wed 8/4/21 Tue 8/31/21 22 25 Curb & Gutter 15 days Wed 9/1/21 Tue 9/21/21 23 26 Type E Median 18 days Wed 9/22/21 Fri 10/15/21 25 27 Sidewalk 10 days Wed 9/22/21 Tue 10/5/21 25 28 Drilled Shafts 10 days Wed 9/1/21 Tue 9/14/21 23 29 Mast Arms 10 days Mon 9/6/21 Fri 9/17/21 28SS+3 days 30 Signals 20 days Mon 9/20/21 Fri 10/15/21 29 31 Roadway Lighting 20 days Wed 9/15/21 Tue 10/12/21 28 32 Base 20 days Wed 10/6/21 Tue 11/2/21 27 33 Structural Asphalt 4 days Wed 11/3/21 Mon 11/8/21 32 34 Sod 5 days Tue 11/9/21 Mon 11/15/21 33 35 Mill (South Side)1 day Tue 11/16/21Tue 11/16/21 34 36 Friction 8 days Wed 11/17/2 Fri 11/26/21 35 37 Striping 2 days Mon 11/29/2 Tue 11/30/21 36 38 Substantial  Completion 1 day Wed  12/1/21 Wed 12/1/21 37 39 Punch List 30 days Thu 12/2/21 Wed 1/12/22 38 40 Final Completion 1 day Thu 1/13/22 Thu 1/13/22 39 6/18 TFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTar Mar Mar Apr 5Apr 1Apr 1Apr 2May May May May May Jun 7 Jun 1 Jun 2 Jun 2 Jul 5,Jul 12Jul 19Jul 26Aug Aug Aug Aug Aug Sep 6Sep 1Sep 2Sep 2Oct 4Oct 1Oct 1Oct 2 Nov Nov Nov Nov Nov Dec 6Dec 1Dec 2Dec 2Jan 3 Jan 1 Jan 1 Jan 2 Jan 3 Feb 7Feb 1Feb 2Feb 2Mar Mar Mar Mar Apr 4Apr 1Apr 1Apr 2May May May May May Jun 6 Jun 1 Jun 2 Jun 2 Jul 4,Jul 1 Jul 18Jul 25Aug Aug Aug Aug Aug Sep 5Sep 1Sep 1Sep 2Oct 3Oct 1Oct 1Oct 2 Oct 3Nov Nov Nov Nov Dec 5Dec 1Dec 1Dec 2Jan 2 Jan 9 Jan 1 Ja Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Page 1 Project: Project1.mppDate: Thu 4/2/20 SCHEDULING Pursuant to the RPS, the DBF must complete the temporary access road by June 18, 2021 to allow for the construction of the new school facility. We constructed a baseline schedule utilizing this deadline as a constraint and used average production rates for construction activities applied to our logic. This exercise determined that building the temporary road to permanent standards requires a design duration of approximately nine months beginning in May 2020. We have discussed this with our Environmental Specialist, Mark Easley, and while he believes nine months is a tight schedule, permits can be obtained within this period. The County, CEI, and D-B firm will need to work together to meet this aggressive schedule so the benefits of installing a permanent roadway in lieu of temporary can be realized. According to our schedule, the now permanent roadway carries a four and a half month duration with the remainder of the project taking an additional seven months. We believe the entire project can be completed in approximately 21 months: 9 months design and 12 months construction. The selected D-B team will be able to construct the south extension up to the structural course and concentrate on the north segment with minimal impacts to MOT. We recognize the contractor has some lane closure restrictions listed and performing work according to the logic shown in our schedule will minimize the need for lane closures. There will be some driveway tie in work that needs to be coordinated and this will occur through the use of meetings. Other concerns regarding residents and motorists will be the installation of sound walls and mast arms. H&H understands the importance and necessity for proper MOT set up for all phases of construction, especially within the proximity of the elementary school. Our team will make sure congestion is low and traffic flow stays fluid during peak times of the day, particularly when school is starting and ending. Our firm is aware of the time constraints for lane closures on this project and will ensure the contractor adheres to them as well. Traffic within the project limits will also increase after the temporary road is built due to construction vehicles accessing the new high school. Our team anticipates the use of Portable Changeable Message Signs (PCMS) with proper post-mounted signage to alert traffic of school zones and pedestrians within the area. The team for this project has worked closely with the Traffic Operations Division on the past several projects, including intersection improvements. Having open lines of communication for this project is crucial to the success of the contract as signal submittals and shop drawings will need to be approved and completed signal assemblies inspected by Traffic Operations staff. We are aware that two new intersections are going to be created at the entrance to the elementary school and the entrance to the new high school, while upgrading and widening the existing intersection of Veterans Memorial Boulevard and Livingston Road. We find it important to mention that mast arms are currently experiencing a 26- to 28-week turnaround. This has to be coordinated early and procurement time needs to be shown in the contractor’s schedule to ensure no delays are encountered. PROACTIVE PARTNERING APPROACH Our conceptual schedule shows our staffs understanding of construction phasing and shows our proactive approach greatly preparing us for this project. Confirming durations with design professionals and the shortlisted contractors reinforces our understanding of the project and shows the benefits of partnering. 4-5 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 Willingness to meet time and budget requirements H&H has the responsibility to meet time and budget requirements both for our CEI contract and the D-B contract. Below is an explanation of how this is accomplished for each contract. CEI Staffing We have prepared a staffing estimate assuming a 28-month duration. As stated in our schedule write-up, we believe the project can be completed in 21 months. We plan on meeting the budget by staffing the job with a part-time Senior Project Engineer, Project Engineer, and Associate Project Administrator during the design phase. The SPE and PE will remain part-time during construction with the APA serving on a full-time basis with the addition of an Inspector. Below is our staffing estimate showing the utilization and during the two phases. 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 funds which would have been warranted. Value Added We are offering three value added concepts for this proposal. The first is the use of a qualified APA to administer the project. Using Junior during the design phase will help route submittals and keep the project on schedule while saving money on CEI. Steve and Matt will be utilized to ensure the project is progressing smoothly and will be available should issues arise. The second is Junior will absorb most of the senior inspection duties during the construction phase. Having Junior involved during the design phase will ensure he is aware of all critical items discovered through the development of the plans making him aware of the issues during construction. Junior will be able to share these critical items with inspection staff and his dual role comes as a cost savings to the project. The third is a reduction in field office costs. We have already reached out to the short-listed firms and anticipate the selected firm utilizing a trailer on the project site. We will work with the contractor to ensure additional power and communication hook ups are available so we can also use a trailer on the job site. This innovative concept will save the County money on rent reimbursement, allow staff to be in the field within minutes to address issues and assist in facilitating our partnering approach by working next door to the contractor. Quality Control/ Quality Assurance Hardesty & Hanover (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 PE and APA during construction. 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. We have included a specific section for D-B contracts to ensure staff is aware of the requirements for this alternative bidding contract. 4-6 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 DESIGN/CONSTRUCTION Our team will ensure schedules and budget are met by ensuring the following protocol is met: 1. Design Submittals We realize the importance of bringing the CEI on board early in the process so that submittals can be routed and tracked to maintain the project schedule. Design progress meetings will be held to ensure both submittals and responses are being made timely. We feel the permitting process during the design phase is critical for this particular project and will keep the status of permits as a focal point following the selection of the contractor. We will discuss how our resources can assist in permit acquisition which is complicated by the presence of Gopher Tortoises and a tight schedule to allow access for construction of the new high school. 2. Proactively Review Documents and Field Conditions to Address Issues Before They Affect the Contractor The common theme in our write-up is to be proactive. This is accomplished in both the design and construction phases through thorough reviews of all submittals and contract documents. For design we will remain proactive by ensuring the contractors’ submittals conform to the RFP scope. We are prepared to perform peer reviews of the design using H&H’s design team if requested by the County. Meetings will be held to discuss the status of submittals and address concerns if the schedule is not being met. We will ensure the 30%, 60%, 90%, and 100% submittals are received timely and they will be reviewed. Our team will also be performing constructability reviews to ensure the best approach is being made as well as assisting with permit acquisition as stated above through Mark’s experience. For construction, our staff will review all the release for construction contract documents which include, but are not limited to, plans, special provisions, specifications, design standards, utility relocation schedules, and permits. Through meticulous documentation and a detailed filing system, the submittal process will be streamlined ensuring project closeout documents will be delivered to the County along with a quality project. 3. Conduct Effective Meetings Design biweekly meetings will be held to ensure the team is meeting set deadlines and the design is meeting the requirements of the RFP. These meetings will be crucial to ensure the permitting is moving forward according to the schedule to avoid delays to the project. Once construction nears, we will summarize all items discovered during the design phase and schedule the preconstruction meeting with the selected contractor and stakeholders to share pertinent information. 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, such as sound wall construction, paving operations, drilled shaft installation, and utility tie-ins. 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 which minimizes conflict in the field and results in a quality product being constructed the first time. 4. Oversight from Senior Management Once construction begins, field staff will monitor construction operations 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 Junior and 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. As previously stated, Junior’s role in the design phase will make him keenly aware of constraints identified which will allow him to assist both inspection staff and contractor crews to foresee the difficulties and overcome obstacles. 4-7 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 5. Schedule Reviews The most important thing 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. If P6 schedules are allowed by the County, 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 formats. 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. 6. Utilization of Microsoft Teams Understanding the unprecedented disruption COVID-19 has caused, H&H is prepared to adapt to a new digital working environment if required for this project. Our team has remained ahead of this pandemic through our commitment to embracing new technologies. One of these emerging technologies that we possess and are currently utilizing is Microsoft Teams. 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 application so documents can be made readily available at users’ fingertips in the field and a calendar for meetings that automatically syncs to Outlook calendars. 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. While we prefer face to face interaction, we are prepared to utilize Teams to successfully administer this project while keeping County staff informed. 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 Blvd Over Cypress Canal Bridge Replacement 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 Rd & Collier Blvd 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% * 125 days of LDs were charged to the Contractor for failure to complete the work within allowable contract time Scheduling Capabilities The Hardesty & Hanover team’s scheduling capabilities is highlighted by their submission of a conceptual baseline schedule, which identifies both permitting and mast arm acquisition as critical activities that may impact the timely completion of the project. CEI Services for Veterans Memorial Boulevard Extension Phase I & II Solicitation 20-7728 Section 5Section 5: Location 1 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 Location Hardesty & Hanover (H&H) currently has a Port Charlotte Construction Engineering and Inspection (CEI) office and a field office in Immokalee at the corner of SR 29 and Lake Trafford Road where our Project Engineer Matt Thomas, PE, and Associate Project Administrator Junior Tiburcio work from several days a week. These offices will provide our CEI staff locations to manage the design portion of this contract. We are also opening another office in the northern part of Collier County with more space than the Immokalee office to allow for larger capacity meetings. We anticipate and strongly encourage the selected contractor to set up a trailer near the school project site after clearing and grubbing operations. Placing the trailer at a location adjacent to the school, but away from roadway construction, would allow the trailer to remain throughout Phase I of the project without impeding the work. H&H will set up a trailer next to the contractor to share the benefits of having an office location on the project site at a low cost to the County. This will make communication with the contractor effortless as they will be steps away and issues in the field can be resolved quickly as staff will be on site. The residences of Matt Thomas, Junior Tiburcio, and Steve Nappi are situated in locations that will facilitate the effective management of this project. Junior lives in nearby Lehigh Acres and Matt lives in Naples which results in an approximate 30-minute commute for both employees. Having a Project Engineer living within the county comes as a huge benefit to the CEI team and client for many reasons. First, the response time to the project is negligible. Both Matt and Junior are available to quickly access the project in case an emergency should arise. In the unfortunate scenario of a utility line break or vehicle accident, they can be onsite in a short amount of time to assess the situation, alerting the affected utility owner or county assigned project managers, or complete a MOT Inspection Review Report (Form No. 700-011-37) and work with the contractor to safe up the area. The proximity to the project is also beneficial if complaints regarding MOT are received. Our team will not have to rely on the contractor as Matt or Junior can assess the situation personally. Second, Matt’s lifelong residence in Collier County provides him with knowledge of the area and makes him well aware of the wide variety of diverse groups that reside there. He is mindful of the attention that most residents require for local construction projects from previous experience. The economic influence and wealth of Collier County is not matched by many other counties in the state of Florida. Catering to the needs and being able to speak candidly with residents is a very strong character trait that Matt possesses. Lastly, residing a short distance from the project allows our team to understand impending weather threatening the project. This could range from heavy rains to hurricane force winds. Matt and Junior will be available to keep a pulse on weather forecasts and assist the contractor with steps required for preparedness. They will also be available to perform post weather event assessments of the project and help determine remedial actions as needed. 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 delivered to the County with no availability issues. We feel it is important to note that these two projects 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. A 28-month CEI duration is anticipated for this Veterans Memorial Boulevard contract and Steve will bring the same commitment to ensure County satisfaction as he has for the previous two projects. H&H has strategically selected our team due to their proximity to the project, their project experience in Collier County, and their possession of qualifications which exceed requirements. 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 Veterans Memorial Boulevard Extension Phase I & II Solicitation 20-7728 Section 6Section 6: Recent, Current and Projected Workload 6-1 VETERANS MEMORIAL BOULEVARD EXTENSION - PHASE I AND PHASE II CEI SERVICES SOLICITATION 20-7728 Workload Firm’s Current Workload Hardesty & Hanover (H&H) has recently been awarded six contracts. They are listed below with a contract description and explanation of why they will not affect this project if awarded. Gator Canal Bridge Replacement Project Collier County Transportation Engineering H&H has been awarded this contract to provide CEI services for the Gator Canal bridge replacement on SR 846. Steve is assigned to this contract at 20% and Matt at 50%. This utilization allows 32 hours a week availability for Steve and 20 hours for Matt to work on other project assignments. 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 Veterans Memorial Design-Build 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 Veterans Memorial Design-Build project for tasks under this contract. D1 19155 CEI Continuing Services (Inspection) Fort Myers Ops 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 necessary for the Veterans Memorial Design-Build project 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. If we choose to pursue, we will not propose staff assigned to the Veterans Memorial Design-Build 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 Steve, Matt, and Junior will be available at their projected workloads for the duration of this project. Ensuring that the management of this project stays intact is a high priority for our firm on this important Collier County design-build contract. We can assure 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. We recognize that there may be a long contract suspension as we wait for Phase II to commence due to railroad and ROW issues. Hardesty & Hanover is committed to this contract and will adequately staff the project regardless of how long it takes to begin Phase II. CEI Services for Veterans Memorial Boulevard Extension Phase I & II Solicitation 20-7728 Section 7Section 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 ___________ Hardesty & Hanover Construction Services, LLC 950 Tamiami Trail, Unit 104 Port Charlotte, FL 33953 941.979.5476 boshea@hardestyhanover.com Brendan O’Shea, PE April 21, 2020 N/A N/A N/A 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 Principal April 21, 2020 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: Hardesty & Hanover Construction Services, LLC 950 Tamiami Trail, Unit 104 Port Charlotte, FL 33953 CA29740 45-3031781 1MD51 Principal 941.979.5476 21st April 20 New York New York 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 Account 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 April 21, 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 ________________________ Hardesty & Hanover Construction Services, LLC 1501 Broadway, Suite 601 New York NY 10036 212.994.1150 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 April 21, 2020 Brendan O’Shea, PE, Principal 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 County 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. 2/12/20 - 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 ________________ Hardesty & Hanover Construction Services, LLC April 21, 2020 Brendan O’Shea, PE Greyling Ins. Brokerage/EPIC Jerry Noyola 750.552.4225 INSR ADDLSUBRLTRINSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: 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 12/12/2019 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, LLC 1501 Broadway New York, NY 10036 35378 20-21 A Professional/ Pollution Liab. MKLV7PL0003896 01/01/2020 01/01/2021 Per Claim $5,000,000 Aggregate $5,000,000 Deductible $500,000 To Whom It May Concern 1 of 1#S1895469/M1894945 HARDHANOClient#: 25393 JNOY1 INSR ADDLSUBR 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 7/18/2019 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, LLC 1501 Broadway New York, NY 10036-0000 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 #S1718790/M1717733 HARDHANOClient#: 25393 JNOY1 State of Florida Department of State I certify from the records of this office that HARDESTY & HANOVER CONSTRUCTION SERVICES, LLC is a Delaware limited liability company authorized to transact business in the State of Florida, qualified on November 1, 2011. The document number of this limited liability company is M11000005507. I further certify that said limited liability company has paid all fees due this office through December 31, 2020, that its most recent annual report was filed on March 4, 2020, and that its status is active. I further certify that said limited liability company has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Fourth day of March, 2020 Tracking Number: 0426980037CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication 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 Florida Department of Transportation RON DESANTIS GOVERNOR 605 Suwannee Street Tallahassee, FL 32399-0450 KEVIN J. THIBAULT, P.E. SECRETARY www.fdot.gov December 30, 2019 Brendan O’Shea, Principal HARDESTY & HANOVER CONSTRUCTION SERVICES, LLC 950 Tamiami Trail, Unit 104 Port Charlotte, Florida 33953 Dear Mr. O’Shea: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2020 for contracting purposes. Approved Rates Field Overhead Facilities Capital Cost of Money Premium Overtime Reimburse Actual Expenses Field Direct Expense 87.50% 0.019% Reimbursed No 3.19%* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to Code for additional information. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator Addendum 1 Date: 02/25/2020 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 1 CEI Services for Veteran Memorial Boulevard Extension Phase I & II The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Added additional Request for Professional Services instruction form. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Patrick.Boyle@colliercountyfl.gov Telephone: (239) 252 - 8941 Hardesty & Hanover, LLC April 21, 2020 Addendum 2 Date: 03/03/2020 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 2 CEI Services for Veteran Memorial Boulevard Extension Phase I & II The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Added Reference Form. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Patrick.Boyle@colliercountyfl.gov Telephone: (239) 252 - 8941 Hardesty & Hanover, LLC April 21, 2020 Addendum 3 Date: 03/18/2020 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 3 CEI Services for Veteran Memorial Boulevard Extension Phase I & II The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Updated insurance requirements form. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Patrick.Boyle@colliercountyfl.gov Telephone: (239) 252 - 8941 Hardesty & Hanover, LLC April 21, 2020 Addendum 4 Date: 03/20/2020 From: Patrick Boyle, Procurement Strategist To: Interested Bidders Subject: Addendum 4 Palm River Bridge Replacement The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Extended Bid Open Date to April 10th, 2020 at 3:00PM If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. CC: Mario Puente, Project Manager Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Patrick.Boyle@colliercountyfl.gov Telephone: (239) 252 - 8941 Hardesty & Hanover, LLC April 21, 2020 Addendum 5 Date: 03/31/2020 From: Patrick Boyle, Procurement Strategist - Acquisitions To: Interested Bidders Subject: Addendum 5 CEI Services for Veteran Memorial Boulevard Extension Phase I & II The following clarifications are issued as an addendum identifying the following clarification to the scope of work, changes, deletions, or additions to the original solicitation document for the referenced solicitation: Change 1. Extended Bid Open date to April 22nd, 2020 at 3:00PM. If you require additional information, please post a question on our Bid Sync (www.bidsync.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) Email: Patrick.Boyle@colliercountyfl.gov Telephone: (239) 252 - 8941 Hardesty & Hanover, LLC April 21, 2020