Loading...
Agenda 06/22/2021 Item #16A20 (RPS #21-7880 w/Hardesty & Hanover Construction Services, LLC)06/22/2021 EXECUTIVE SUMMARY Recommendation to approve the selection committee's ranking and authorize staff to enter into contract negotiations with Hardesty & Hanover Construction Services, LLC, related to Request for Professional Services ("RPS") No. 21-7880, "CEI Services for Golden Gate Parkway over Santa Barbara Canal Bridge Replacement," to bring a proposed agreement back for the Board's consideration at a future meeting. OBJECTIVE: To approve the selection committee's ranking of RPS No. 21-7880 and to negotiate an agreement to engage professional Construction Engineering and Inspection ("CEI") services for the Golden Gate Parkway (CR 886) over Santa Barbara Canal Bridge Replacement (Bridge Number 030123). CONSIDERATIONS: The existing Golden Gate Parkway bridge is a four -lane bridge, built in 1971. Through the Bridge Inspection Program, the Florida Department of Transportation has deemed the bridge "structurally deficient" and in need of repair/replacement. The County Transportation Engineering Division is recommending replacing the existing bridge as soon as possible. To expedite the project, staff initiated the solicitation process for a design -build contractor to complete the bridge replacement. On March 10, 2021, the Procurement Services Division released notices of RPS No. 21-7880, CEI Services for Golden Gate Parkway (CR 886) over Santa Barbara Canal Bridge Replacement (Bridge Number 030123) and staff received three proposals by the April 9, 2021 submission deadline. Staff found all three firms to be responsive and responsible. A selection committee convened on April 26, 2021, scored each of the proposals, and shortlisted the following top three firms to move on to step 2, presentations: (1) Hardesty & Hanover Construction Services, LLC, (2) Kisinger Campo & Associates, Corp., and (3) American Consulting Engineers of Florida, LLC. The evaluation criteria included: ability of professional personnel; certified minority business enterprise; past performance/references; project approach, willingness to meet time and budget requirements; location; and recent, current, and projected workloads of the firm. The County requested a minimum of three references from clients on projects with a similar size for which the submitting firm provided services similar in scope and complexity within the past five years. On May 10, 2021, the selection committee reconvened for the step 2 presentations and ranked the firms as follows: Firm Names Final Ranking Hardesty & Hanover Construction Services, LLC 1 Kisinger Campo & Associates, Corp. 2 American Consulting Engineers of Florida, LLC 3 Subject to the Board's approval of staff s recommendation, staff will begin contract negotiations with the top ranked firm, Hardesty & Hanover Construction Services, LLC in accordance with Florida Statutes, Section 287.055, the Consultants' Competitive Negotiation Act. Hardesty & Hanover Construction Services, LLC, has been in business since 2011 with two local offices and has provided services on prior Collier County projects. If staff is unable to reach an agreement with the number one ranked firm, staff will continue negotiating with the remaining firms in ranked order, until a proposed Agreement can be brought back for the Board's consideration at a future meeting. FISCAL IMPACT: Approval of this item does not result in a direct fiscal impact; however, the source of funding for the future contract (subject to board approval at a subsequent meeting) will be Gas Taxes. Packet Pg. 994 06/22/2021 Approval of this item will not have an impact on operational and maintenance costs; however, the completed project can be expected to have the following operational and maintenance impacts: minimal to no maintenance costs are expected to be incurred within the first five to seven years of service for the new bridge and roadway features, and will be absorbed into the regular maintenance schedule thereafter; and the new stormwater features will require minimal maintenance that will be absorbed into the regular maintenance schedule resulting in minimal cost impact. GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. LEGAL CONSIDERATIONS This item is approved as to form and legality and requires majority vote for Board approval. -SRT RECOMMENDATION: To approve the selection committee's ranking and authorize staff to begin contract negotiations with Hardesty & Hanover Construction Services, LLC, related to RPS No. 21-7880, "CEI Services for Golden Gate Parkway over Santa Barbara Canal Bridge Replacement," and in the event that an agreement cannot be reached with that firm, to continue negotiating with the remaining firms in ranked order, so that a proposed agreement can be brought to the Board for consideration at a future meeting. Prepared By: Dennis F. McCoy, PE, Senior Project Manager, Transportation Engineering Division ATTACHMENT(S) 1.21-7880 Final Ranking (PDF) 2.21-7880 NORA(PDF) 3.21-7880 Solicitation (PDF) 4. [Linked] 21-7880 Hardesty&Hanover Proposal (PDF) Packet Pg. 995 16.A.20 06/22/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.20 Doe ID: 15926 Item Summary: Recommendation to approve the selection committee's ranking and authorize staff to enter into contract negotiations with Hardesty & Hanover Construction Services, LLC, related to Request for Professional Services ("RPS") No. 21-7880, "CEI Services for Golden Gate Parkway over Santa Barbara Canal Bridge Replacement," to bring a proposed agreement back for the Board's consideration at a future meeting. Meeting Date: 06/22/2021 Prepared by: Title: Project Manager Transportation Engineering Name: Dennis McCoy 05/17/2021 10:13 AM Submitted by: Title: Division Director - Transportation Eng — Transportation Engineering Name: Jay Ahmad 05/17/2021 10:13 AM Approved By: Review: Transportation Engineering Steve Ritter Additional Reviewer Transportation Engineering Marlene Messam Additional Reviewer Procurement Services Ana Reynoso Level 1 Purchasing Gatekeeper Transportation Engineering Anthony Khawaja Additional Reviewer Growth Management Department Lisa Taylor Additional Reviewer Growth Management Department Jeanne Marcella Growth Management Department Growth Management Operations Support Christopher Johnson Growth Management Department Gene Shue Additional Reviewer Procurement Services Sandra Herrera Additional Reviewer Growth Management Department Trinity Scott Transportation County Attorney's Office Scott Teach Level 2 Attorney Review Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Office of Management and Budget Susan Usher Additional Reviewer County Manager's Office Amy Patterson Level 4 County Manager Review Completed 05/17/2021 10:45 AM Completed 05/17/2021 11:03 AM Completed 05/17/2021 11:08 AM Completed 05/17/2021 12:39 PM Completed 05/18/2021 9:19 AM Completed 05/20/2021 8:36 AM Additional Reviewer Completed Completed 05/24/2021 1:43 PM Completed 05/26/2021 1:56 PM Completed 05/28/2021 10:09 AM Completed 06/01/2021 11:08 AM Completed 06/01/2021 11:11 AM Completed 06/01/2021 11:49 AM Completed 06/14/2021 4:13 PM Completed 06/14/2021 5:26 PM Packet Pg. 996 06/22/2021 Board of County Commissioners Geoffrey Willig Meeting Pending 06/22/2021 9:00 AM Packet Pg. 997 16.A.20.a Adminishative Services Division Procurement Services RPS #: 21-7880 Title: CEI Services for Golden Gate Parkway over Santa Barbara Canal Bridge Replacement Selection Committee Final Ranking Sheet Mindy Dennis Camden Selection Name of Firm Joe Coccia Julio Castro Total Committee Collier McCoy Smith Final Rank Hardesty & Hanover Construction Services, LLC 1 1 2 1 3 8 1.0000 Kisinger Campo & Associates, Corp. 3 2 1 2 1 9 2.0000 American Consulting Engineers of Florida, LLC 2 3 3 3 2 13 3.0000 Procurement Professional Sarah Hamilton Page 1 of 1 Packet P9. 998 DocuSign Envelope ID: 64E9E4FC-1289-42FA-8972-FD60244C43FF,, A2X 00111'ev County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 21-7880 Title: CEI Services for Golden Gate Parkway over Santa Barbara Canal Bridge Replacement Due Date and Time: April 9, 2021 at 3:00 PM 16.A.20. b Respondents: Company Name City County State Final Ranking Responsive/Responsible Hardesty & Hanover Construction Services, LLC Naples Collier FL 1 Yes/Yes Kisinger Campo & Associates, Corp. Fort Myers Lee FL 2 Yes/Yes American Consulting Engineers of Florida, LLC Wesley Chapel / Fort Myers Pasco / Charlotte FL 3 Yes/Yes Utilized Local Vendor Preference: Yes 0 No - Recommended Vendors) For Award: On March 10, 2021 the Procurement Services Division released notices for Request for Professional Services (RPS) No. 21-7880, CEI Services for Golden Gate Parkway over Santa Barbara Canal Bridge Replacement. The County notified 17,948 firms, seventy-six (76) firms viewed the RPS information, and three (3) proposals were received by the due date of April 9, 2021. All three proposers were found to be responsive and responsible. Per CCNA, Fla. Stat. the evaluation criteria included ability of professional personnel; past performance/ references; project approach, willingness to meet time and budget requirements; and recent, current, and projected workloads of the firm. A minimum of three references were requested from clients of projects with a similar size for which the firm provided services similar in scope and complexity within the past five years. The Selection Committee convened on April 26, 2021 and as described in step 1 of the solicitation documents, the committee scored each of the proposals and shortlisted the top three (3) firms to move to step 2 in the order listed below: Hardesty & Hanover Construction Services, LLC Kisinger Campo & Associates, Corp. American Consulting Engineers of Florida, LLC On May 10, 2021 the Selection Committee reconvened for step 2, presentations and final ranking. The firms were ranked as follows: Hardesty & Hanover Construction Services, LLC ranked as 1 Kisinger Campo & Associates, Corp. ranked as 2 American Consulting Engineers of Florida, LLC ranked as 3 Staff is recommending negotiations with the top ranked firm, Hardesty & Hanover Construction Services, LLC. Packet Pg. 999 DocuSign Envelope ID: 64E9E4FC-1289-42FA-8972-FD60244C43FF 16.A.20. b Contract Driven = Purchase Order Driven 0 uired Signatures Project Manager: Dennis McCoy [ " "' J/ tt/ LVLi by: Procurement Strategist: Sarah Hamilton I -wa44DfV rYO&""aan 5/11/2021 wpie6,t Services Director: 5"414 H 5/11/2021 Sandra Herrera Date Packet Pg. 1000 16.A.20.c Collier County Administrative Services Department Procurement Services Division 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 GOLDEN GATE PARKWAY OVER SANTA BARBARA CANAL BRIDGE REPLACEMENT RPS NO.: 21-7880 SARAH HAMILTON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8987 Sarah.Hamiltonkcolliercount�fl.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. Packet Pg. 1001 SOLICITATION PUBLIC NOTICE 16.A.20.c REQUEST FOR PROFESSIONAL 21-7880 SERVICES (RPS) NUMBER: PROJECT TITLE: CEI Services for Golden Gate Parkway over Santa Barbara Canal Bridge Replacement PRE -PROPOSAL CONFERENCE: N/A RPS OPENING DAY/DATE/TEVIE: FRIDAY, APRIL 9, 2021 at 3:00 P.M. PLACE OF RPS OPENING: Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System hltps://www.bidsync.com/bidsync-cas INTRODUCTION As requested by the Transportation Engineering Division (hereinafter, the "Division"), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this Request for Professional Services (hereinafter, "RPS") with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. Construction Engineering and Inspection (CEI) services have historically been added to the construction phase of transportation projects. The County typically performs CEI services with either in-house forces or by outsourcing. CEI work involves providing oversight for the County, ensuring that the Contractor builds the project in reasonable conformity with the plans, specifications, and special provisions for the Construction Contract. The CEI firm is the liaison between the County and the Contractor to observe the Contractor's work to determine the progress and quality of the work. The CEI Consultant identifies discrepancies, reports significant discrepancies to the County, and directs the Contractor to correct such observed discrepancies. Historically, County departments have spent approximately 10% to 12% of the total construction contract for CEI services; however, this may not be indicative of future buying patterns. BACKGROUND CEI services are required for the bridge replacement (Bridge No. 030123) at Golden Gate Parkway (CR 886) over the Santa Barbara Canal. The project will also include removal and disposal of the two (2) existing steel pedestrian bridges carrying the sidewalks over the Canal. The new bridge will carry both roadway traffic (2 lanes in each direction) and (2) sidewalks (1 in each direction) across the Canal. The transverse section for the new bridge shall be designed to accommodate two (2), 12-foot travel lanes (in each direction), an approximate eight -foot wide outside shoulder and a 12-foot wide sidewalk on each side. A concrete traffic railing shall be installed at the median to separate the two -directional traffic. Similarly, 36-inch high concrete traffic railings shall be installed to separate the sidewalks and the traffic lanes. 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. TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final payment. Prices shall remain firm for the 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. _ 0 2 0 Cn 0 0 0 ti N c m E z 0 .r Q Packet Pg. 1002 1.0 PURPOSE 2.0 This scope of services describes and defines the Construction Engineering and Inspection (CEI) services which are required m for contract administration, inspection, and materials sampling and testing for the construction projects listed below. E SCOPE m cvo Provide services as defined in this Scope of Services, the referenced Florida Department of Transportation (FDOT) manuals, a � and procedures. d The project for which the services are required is: a� L County Project IDs: 66066.16 m Description: Golden Gate Parkway over Santa Barbara Canal Bridge Replacement (Bridge No. 030123) Y L County: Collier a Major work groups include: d • 5 — Bridge Inspection; 5.1 — Conventional Bridge Inspection, 5.4 — Bridge Load Rating • 10 — CEI; 10.1 — Roadway CEI, 10.3 — Construction Materials Inspection, 10.4 — Minor Bridge and Miscellaneous c Structures CEI Minor work groups include: L • 3.1 — Minor Highway Design w • 4.1.1 —Miscellaneous Structures aa) co • 4.1.2 — Minor Bridge Design w V • 8.1 - Control Surveying o • 8.2 - Design, Right of Way Construction Surveying y • 8.3 - Photogrammetric Mapping c • 8.4 - Right of Way Mapping z • 9.1 - Soil Exploration a� i • 9.2 - Geotechnical Classification Lab Testing a • 9.3 - Highway Materials Testing • 9.4 - Foundation Studies c • 9.5 - Geotechnical Specialty Lab Testing ns The firms submitting as the PRIME CONSULTANT at a minimum must be pre -qualified through the FDOT in the following d E work groups: G • Group 5 — Bridge Inspection: (5.1, 5.4) • Group 10 — CEI: (10.1, 10.3, 10.4) N Also, at a minimum, the PRIME CONSULTANT or its subconsultant(s) must be pre -qualified through the FDOT in the Ln following work groups: V • Group 3 - Highway Design — Roadway: 3.1 Minor Highway Design • Group 4 - Highway Design — Bridges: 4.1 Miscellaneous Structures and Minor Bridge Design ca • Group 8 — Surveying and Mapping i0 • Group 9 — Soil Exploration, Material Testing, and Foundations 00 ti Exercise independent professional judgment in performing obligations and responsibilities under this Agreement. Pursuant N to Section 4.1.4 of the Construction Project Administration Manual (CPAM), the authority of the Consultant's lead person, c 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 Q manuals, procedures, and memorandums are found at the State Construction Office's website. Packet Pg. 1003 On a single Construction Contract, it is a conflict of interest for a professional firm to receive compensation from 16.A.20.c COUNTY and the Contractor either directly or indirectly. 4.0 LENGTH OF SERVICE --• The services for the Construction Contract shall begin upon written notification to proceed by the Division. c E The Division shall track the execution of the Construction Contract such that the Consultant is given timely authorization to u begin work. While no personnel shall be assigned until written notification by the Division has been issued, the Consultant & shall be ready to assign personnel within two weeks of notification. For the duration of the project, coordinate closely with p) the Division and Contractor to minimize rescheduling of Consultant activities due to construction delays or changes in as scheduling of Contractor activities. For estimating purposes, the Consultant will be allowed an accumulation of thirty (30) calendar days to perform preliminary L m administrative services prior to the issuance of the Contractor's notice to proceed on the first project and thirty (30) calendar 3 days to demobilize after final acceptance of the Construction Contract. L The anticipated letting schedules and construction times for the projects are tabulated below: a d Construction Contract Estimate a Financial Letting Date Start Date Duration Project ID (Mo/Day/Yr) (Mo/Day/Yr) (Days) 66066.16 TBD 12/2021 606 c DEFINITIONS p Jq 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, V and the basis of payment. B. Design Build Firm: The individual, firm, or company contracting with the COUNTY for the design and w construction performance of work. t� C. Construction Contract: The written agreement between the COUNTY and the Contractor setting forth the L obligations of the parties thereto, including but not limited to the performance of the work, furnishing of labor and Lh materials, and the basis of payment. c D. Construction Project Manager: The Division employee assigned to manage the Construction Engineering and W Inspection Contract and represent the Division during the performance of the services covered under this Agreement. o E. Construction Training/Qualification Program (CTQP): The FDOT program for training and qualifying technicians a in Aggregates, Asphalt, Concrete, Earthwork, and Final Estimates Administration. Program information is $ available at CTQP website. o F. Consultant: The Consulting firm under contract to the COUNTY for administration of Construction Engineering and Inspection services. c G. CEI Project Administrator/Project En , i neer: The employee assigned by the Consultant to be in charge of providing d E Construction Contract administration services for one or more Construction Projects. G H. CEI Senior Project En ig'neer: The Engineer assigned by the Consultant to be in charge of providing Construction W Contract administration for one or more Construction Projects. This person may supervise other Consultant employees and act as the lead Engineer for the Consultant. cm Ln I. Procurement Contract Manager: The administrative Contract manager at the County's Procurement Office. V J. Division's Construction Manager: The Division employee assigned to administer the Construction, and the c Consultant Construction Engineering and Inspection (CCEI) Contracts in the Transportation Engineering Division. m K. CouM's Director of Transportation Engineering: The Director of Construction, Engineering, and Traffic 2 Operations. i� L. CouM's Procurement Director: The Director of the Procurement Services Division. 00 M. CouM Manager: The Chief Executive Officer appointed by the Board of County Commissioners. ti r N N. Engineer of Record: The Engineer noted on the Construction plans as the responsible person for the design and preparation of the plans. E O. Community Liaison Officer: The Growth Management Department's employee assigned to manage the Public Information Issues. M .r Q P. Project Manager: The Engineer or employee assigned by the County to administer Construction Contracts for the Division. Packet Pg. 1004 ;911 6.0 16.A.20.c 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. E E 1. Construction Plans, in Adobe PDF and reproducible in size I I" X 17" prints. 0 U M 2. CADD Files will be provided upon request in Microstation format. 3. Specification Package, in Adobe PDF and reproducible in size 8.5" X I I" 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. L m 5. Utility Agency's Agreements and Work schedules (if applicable). Y L 6. Environmental Permits, in Adobe PDF. IL ITEMS FURNISHED BY THE CONSULTANT 6.1 FDOT Documents: c All applicable FDOT documents referenced herein shall be a condition of this Agreement. All FDOT documents, d 0 directives, procedures, and standard forms are available through the FDOT's Internet website. Most items can be 0 purchased through the following address. All others can be acquired through the District Office or on-line at the `p FDOT's website. y Florida Division of Transportation d Maps and Publication Sales 605 Suwannee Street, MS 12 y_ Tallahassee, Florida 32399-0450 w V Telephone No. (850) 414-4050 `o hqp://www.fdot.gov/construction/ y 6.2 Office Automation: r_ 0 Provide all software and hardware necessary to efficiently and effectively carry out the responsibilities under this z N Agreement. > 0 Provide each inspection staff with a laptop computer (or tablet) running software needed for project scheduling, L a documentation and control (such as, Site Manager application through Citrix, Primavera/Sidetrack, Claim Digger, co etc.) connection using a mobile broadband connection at the jobsite. All computer coding shall be input by Consultant personnel using equipment furnished by them. c 0 (a) Communication Technology: 0 13 c All informational, contractual and other business required for this project will be tailored to the needs of the d E project and to facilitate communication. At times a paperless electronic system may be necessary such as E emails, portals or web site, and at other times hard copies will be expected and accepted. U m 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 N equipment during performance of this Agreement. Field office equipment should always be maintained and 0 Ln operational. Current technical specifications for office automation can be viewed at: o http://www.fdot.,gov/Construction/DesignBuild/ConsultantCEI/OfficeAutomation.shtm 0 0 6.3 Field Office: i0 The County may require a satellite office for this project. The Consultant shall be reimbursed for allowed expenses 00 associated with this satellite office. The office must have at a minimum the following items to support the project: ti • Office space within a desired radius to the project for the duration of the project. N • Office telephone E • Copier rental/lease 0 • Broadband internet access Q Packet Pg. 1005 Consultant shall list this fixed monthly cost as a line item of the cost proposal titled "Field Office expens 16.A.20.c shall also be listed as such on invoices submitted to the County for payment. 7.0 8.0 9.0 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. 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 Construction Project Manager for review and approval. 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 o inspection personnel, within one week of notification. a B. Immediately replace personnel whose performance has been determined by the Consultant and/or the Division to 2 be inadequate. W 0 C. Immediately increase the frequency of monitoring and inspection activities in phases of work that are the 00 Consultant's responsibility. D. Increase the scope and frequency of training of the Consultant personnel. N c REQUIREMENTS OF THE CONSULTANT E 9.1 General: z It shall be the responsibility of the Consultant to administer, monitor, and inspect the Construction Contract such Q that the project is constructed in reasonable conformity with the plans, specifications, and special provisions for the Construction Contract. Packet Pg. 1006 Observe the Contractor's work to determine the progress and quality of work. Identify discrepancie 16.A.20.c significant discrepancies to the Division, and direct the Contractor to correct such observed discrepancies. 9.2 9.3 9.4 9.5 Consult with the Construction Project Manager as necessary and direct all issues, which exceed delegated authority to the Construction Project Manager for Division action or direction. Inform the designated Division project personnel of any significant omissions, substitutions, defects, and deficiencies noted in the work of the Contractor and the corrective action that has been directed to be performed by the Contractor. 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. On -site Inspection: Monitor the Contractor's on -site construction activities and inspect materials entering into the work in accordance with the plans, specifications, and special provisions for the Construction Contract to determine that the projects are constructed in reasonable conformity with such documents. Maintain detailed accurate records of the Contractor's daily operations and of significant events that affect the work. The Consultant shall have personnel qualified by the FDOT who can monitor off -site activities and fabrication unless otherwise stipulated by this Agreement. Perform underwater bridge construction inspections of bridges with permanently submerged structural members in compliance with CPAM Section 10.6, Underwater Bridge Construction Inspection. 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. Sampling and Testing: c z Perform sampling and testing of component materials and completed work in accordance with the Construction W a) Contract documents. The minimum sampling frequencies set out in the FDOT's Materials Sampling, Testing and c Reporting Guide shall be met. In complying with the aforementioned guide, provide daily surveillance of the a Contractor's Quality Control activities and perform the sampling and testing of materials and completed work items 0 for verification and acceptance. o The Consultant shall also perform inspection and sampling of materials and components at locations remote from c the project site and testing of materials normally done in a laboratory remote from the project site. M 13 Determine the acceptability of all materials and completed work items based on either test results or verification of d a certification, certified mill analysis, DOT label, DOT stamp, etc. E The Division will monitor the effectiveness of the Consultant's testing procedures through observation and ou independent assurance testing. Sampling, testing and laboratory methods shall be as required by the FDOT's Standard Specifications, N Supplemental Specifications. M Documentation reports on sampling and testing performed by the Consultant shall be submitted during the same week that the construction work is done. _ 0 Transport samples to be tested to the appropriate laboratory that meets the FDOT standards. M Supply CTQP (Construction Training Qualification Program) qualified technicians for concrete inspection. o Cn Supply CTQP qualified Asphalt Paving and Plant Technicians for asphalt inspection. 0 Supply CTQP qualified Earthwork Construction Inspection Technicians for embankment, pipe backfill, subgrade, ti base and asphalt inspection. N En2ineerin2 Services: Coordinate the Construction Contract administration activities of all parties other than the Contractor involved in E 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. Q Services shall include maintaining the required level of surveillance of Contractor activities, interpreting plans, Packet Pg. 1007 specifications, and special provisions for the Construction Contract. Maintain complete, accurate recor 16.A.20.c 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 independent Peer Review of the Design Build Firm's work for each design submittal (3) Prepare and submit to the Construction Project Manager for approval, within thirty (30) days after the pre - service meeting, a copy of the project specific Consultant Contract administration documents listed below (Adobe PDF file format is acceptable). In addition, the Consultant Contract administration documents, which shall be routinely used by the Consultant throughout the project, shall be in the format and content approved by the Construction Management Office. i. Action Request Form ii. Contract Status Report, or other approved fund tracking report iii. CEI Consultant Firm estimated staffing (completed in accordance with the original Consultant Contract Agreement) iv. CEI Consultant Data (4) 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. (5) Verify that the Contractor is conducting inspections, preparing reports and monitoring all storm water pollution prevention measures associated with the project. For each project that requires the use of the NPDES General Permit, provide at least one inspector who has successfully completed the "Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors". The Consultant's inspector will be familiar with the requirements set forth in the FEDERAL REGISTER, Vol. 57, No. 187, Friday, September 5, 1992, pages 4412 to 4435 "Final NPDES General Permits for Storm Water Discharges from Construction Sites" and the Division's guidelines. (6) Analyze the Contractor's schedule(s) (i.e. baseline(s), revised baseline(s), updates, as -built, etc.) for compliance with the contract documents. Elements including, but not limited to, completeness, logic, durations, activity, flow, milestone dates, concurrency, resource allotment, and delays will be reviewed. Verify the schedule conforms with the construction phasing and MOT sequences, including all contract modifications. Provide a written review of the schedule identifying significant omissions, improbable or unreasonable activity durations, errors in logic, and any other concerns as detailed in CPAM. (7) Analyze problems that arise on a project and proposals submitted by the Contractor; work to resolve such issues and process the necessary paperwork. (8) Monitor, inspect and document utility 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. (9) Produce reports, verify quantity calculations and field measure for payment purposes as needed to prevent delays in Contractor operations and to facilitate prompt processing of such information for the County to make timely payment to the Contractor. (10) 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. c 0 c� 2 0 0 0 0 1- 4 N c m (11) Provide Community Outreach Services and be proactive in keeping the community aware of the status z and traffic impacts of the referenced project. With approval from the Division's designee, prepare and um disseminate information to the public, elected officials and the media of any upcoming events, which will Q 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 r Packet Pg. 1008 news releases and the like. Provide timely, professional responses to project inquiries including 16.A.20.c telephone calls, etc. Coordinate general public information meetings, open houses, community meetings as directed by the Division's representatives. (12) Prepare and submit to the Construction Project Manager monthly, a Construction Status Report, in a format to be approved by the Division. (13) Video tape the pre -construction conditions throughout the project limits. Provide a digital photo log or video of project activities, with heavy emphasis on potential claim items/issues and on areas of real/potential public controversy. (14) Provide a digital camera for photographic documentation of pre -construction state and of noteworthy incidents or events during construction. These photographs will be fled 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. 10.0 PERSONNEL 10.1 10.2 Provide visual documentation of the Project through the periodic collection of a set of panoramic digital photographs at predetermined stations throughout the project. Photographic locations should be located at intervals such that the digital photographs collectively portray most of the visible surfaces on the Project. The digital photographs should be taken with a frequency designed to reveal changes in the progress of the Project, which can be compared to other project data including daily reports of construction and scheduling updates. Photographic data files comprising each digital photograph are to be supplied together with an HTML (web page) based access and display system for viewing the photographs. Original photographic data files are to be supplied for archival purposes and comprise photographic data identical in form and content to that produced by the digital camera used to capture the image. Working photographic data files are to be supplied for everyday reference purposes and comprise copies of each 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. General Requirements: Provide prequalified/competent personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. The County's Project Administrator/Manager shall be responsible for verifying and maintaining copies of all required licenses, certifications, and qualifications requested from the Consultant throughout the term of the contract. 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. Personnel Qualifications: Provide competent personnel qualified by experience and education. Submit to the Construction Project Manager the names of personnel proposed for assignment to the project, including a detailed resume for each containing at a minimum: salary, education, and experience. The Consultant Action Request form for personnel approval shall be submitted to the Construction Project Manager at least two weeks prior to the date an individual is to report to work. Personnel identified in the Consultant technical proposal are to be assigned as proposed and are committed to performing services under this Agreement. Personnel changes will require written approval from the Division. Staff that has been removed shall be replaced by the Consultant within one week of Division notification. Before the project begins, all project staff shall have a working knowledge of the current CPAM and must possess all the necessary qualifications/certifications for fulfilling the duties of the position they hold. Cross training of the Consultant's project staff is highly recommended to achieve a knowledgeable and versatile project inspection team but shall not be at any additional cost to the Division and should occur as workload permits. Visit the training page on the FDOT Construction Office website for training dates. 0 0 0 0 0 ti N c m E z M w Q Packet Pg. 1009 Minimum qualifications for the Consultant personnel are set forth as follows. Exceptions to these in 16.A.20.c 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 4) Standard Plans will be obtained. The Division Construction Engineer or designee will have the final approval M authority on such exceptions. di CEI SENIOR PROJECT ENGINEER - A Civil Engineering degree and registered in the State of Florida as a Professional Engineer (or if registered in another state, the ability to obtain registration in the State of Florida within six months) and six (6) years of engineering experience [(two (2) years of which are in major road or bridge construction)] or [(five (5) of which are in major bridge construction) - for Complex Bridge Projects with the exception of PTS projects which require two (2) years of major bridge construction], or for non-degreed personnel the aforementioned registration and ten (10) years of engineering experience (two (2) years of which are in major road or bridge construction). Qualifications include the ability to communicate effectively in English (verbally and in writing); direct highly complex and specialized construction engineering administration and inspection program; plans and organizes the work of subordinate and staff members; develops and/or reviews policies, methods, practices, and procedures; and reviews programs for conformance with FDOT standards. Also, must have the following: QUALIFICATIONS: Attend the CTQP Quality Control Manager course and pass the examination. CERTIFICATIONS: FDOT Advanced MOT OTHER: Complete the Critical Structures Construction Issues, Self -Study Course, and submit the mandatory Certification of Course Completion form (for structures projects) A Master's Degree in Engineering may be substituted for one (1) year engineering experience. CEI PROJECT ADMINISTRATOR/PROJECT ENGINEER - A Civil Engineering degree plus two (2) years of engineering experience in construction of major road or bridge structures, or for non-degreed personnel eight (8) years of responsible and related engineering experience, two (2) years of which involved construction of major road or bridge structures with the exception of Complex Category 2 (CC2) bridge structures. As an exception, only one (1) year of PTS bridge experience will be required for registered project administrators and two (2) years of PTS bridge experience for non -registered project administrators. Post -tensioning experience is not required for precast prestressed concrete flat slab superstructures but successful completion of an FDOT accredited grouting and post -tensioning course is required. To be in primary control, a Project Administrator must have supervised two or more inspectors as well as two or more support staff (Office Manager, Resident Compliance Specialist, and Secretary) and must have been directly responsible for all CEI services assigned. 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 0 2 0 Cn 0 0 0 ti N c m E z .r Q Packet Pg. 1010 16.A.20.c CERTIFICATIONS: FDOT Advanced MOT OTHER: Attend CTQP Quality Control Manager Course and pass the examination. m m Complete the Critical Structures Construction Issues, Self -Study Course, and submit the mandatory Certification M of Course Completion form (for structures projects) d W A Master's Degree in Engineering may be substituted for one (1) year of engineering experience a� 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 m personnel six (6) years of responsible and related engineering experience, two (2) years of which involved 3 construction of major road or bridge structures with the exception of Complex Category 2 (CC2) bridge structures. Y L QUALIFICATIONS: a CTQP Final Estimates Level II d M CERTIFICATIONS: FDOT Intermediate MOT CEI CONTRACT SUPPORT SPECIALIST - A High School diploma or equivalent and four (4) years of road & bridge construction engineering inspection (CEI) experience having performed/assisted in project related duties (i.e., Materials Acceptance and Certification (MAC) System, progress and final estimates, EEO compliance, processing Construction Contract changes, etc.) or a Civil Engineering Degree. Should exercise independent judgment in planning work details and making technical decisions related to the office aspects of the project. Should be familiar with the FDOT's Procedures covering the project related duties as stated above and be proficient in the computer programs necessary to perform these duties. Shall become proficient in Trimble Business Center - Heavy Construction Edition (HCE) or approved surface to surface comparison software and Engineering Menu. QUALIFICATIONS: CTQP Final Estimates Level II CEI ASSOCIATE CONTRACT SUPPORT SPECIALIST - High school graduate or equivalent plus three (3) years of secretarial and/or clerical experience including two (2) years of experience in construction office management having performed project related duties (i.e., Materials Acceptance and Certification (MAC) System, progress and final estimates, EEO compliance, processing Construction Contract changes, etc.). Experienced in the use of standard word processing software. Should exercise independent initiative to help relieve the supervisor of clerical detail. Assists the Project Administrator in office related duties (i.e., CQR, progress, and final estimates, EEO compliance, Processing Construction Contract changes, etc.). Project specific work under the general supervision of the Senior Project Engineer and staff. QUALIFICATIONS: d E CTQP Final Estimates Level I E 0 CEI SENIOR INSPECTOR/SENIOR ENGINEER INTERN — High school graduate or equivalent plus four (4) U 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 N degree and one (1) year of road & bridge CEI experience with the ability to earn additional required qualifications Ln 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 o directly responsible for all inspection requirements related to the construction operations assigned. a CPTS years of experience must have included a minimum of twelve (12) months of inspection experience in 2 one or both of the following depending on which area the inspector is being approved for: (1) casting yard c°n inspection; (2) erection inspection. In addition, two (2) years of geometry -control surveying experience is 0 required for inspectors that perform or monitor geometry control surveying in a casting yard. ti 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. m E PTS years of experience must include monitoring of the following: installation of PT ducts and related n hardware and post -tensioning and grouting of strands or be the level of experience that meets the criteria for cc Q CPTS or CPTCB bridges. MB years of experience must have included the inspection of MB mechanical componen Packet Pg. 1011 inspectors and MB electrical components/systems for electrical inspectors. 16.A.20.c Must have the following as required by the scope of work for the project: QUALIFICATIONS: CTQP Concrete Field Technician Level I m m CTQP Concrete Field Inspector Level II (Bridges) CTQP Asphalt Roadway Level I a CTQP Asphalt Roadway Level II -co CTQP Earthwork Construction Inspection Level I op CTQP Earthwork Construction Inspection Level II 3 CTQP Pile Driving Inspection CTQP Drilled Shaft Inspection (required for inspection of all drilled shafts including miscellaneous structures such IL as sign structures, lighting structures, and traffic signal structures) CTQP Grouting Technician Level I d CTQP Post -Tensioning Technician Level I c IMSA Traffic Signal Inspector Level I o CTQP Final Estimates Level I CERTIFICATIONS: FDOT Intermediate MOT d co Nuclear Radiation Safety U IMSA Traffic Signal Inspector Level I L OTHER: y Complete the Critical Structures Construction Issues, Self -Study Course, and submit the mandatory Certification r_ z of Course Completion form (for structures projects) W a� Responsible for performing highly complex technical assignments in field surveying and construction layout, o making, and checking engineering computations, inspecting construction work, and conducting field tests and is a responsible for coordinating and managing the lower level inspectors. Work is performed under the general supervision of the Project Administrator. ° CEI INSPECTOR/ENGINEER INTERN - High school graduate or equivalent plus two (2) years of experience c 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: E Must have the following as required by the scope of work of the project: 0 QUALIFICATIONS: m CTQP Concrete Field Inspector Level I cm CTQP Asphalt Roadway Level I V CTQP Earthwork Construction Inspection Level I c CTQP Pile Driving Inspection M CTQP Drilled Shaft Inspection (required for inspection of all drilled shafts including miscellaneous structures such o as sign structures, lighting structures, and traffic signal structures) Cn IMSA Traffic Signal Inspector Level I 0 ti CTQP Final Estimates Level I N CERTIFICATIONS: c FDOT Intermediate MOT m E z Nuclear Radiation Safety M Q IMSA Traffic Signal Inspector Level I Packet Pg. 1012 Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspec 16.A.20.c Contractors OTHER: .� Complete the Critical Structures Construction Issues, Self -Study Course, and submit the mandatory Certification of Course Completion form (for structures projects) 4) Responsible for performing assignments in assisting Senior Inspector in the performance of their duties. Receive a, general supervision from the Senior Inspector who reviews work while in progress. d W CEI ASPHALT PLANT INSPECTOR- High School Graduate or equivalent plus one (1) years' experience in 0 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: m QUALIFICATIONS: 3 Y CTQP Asphalt Plant Level I a CTQP Asphalt Plant Level II d 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. 2 CEI SURVEY PARTY CHIEF - High School graduate plus four years of experience in construction surveying o (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 w Project Administrator. •2 CEI INSTRUMENT PERSON - High school graduate plus three (3) years of experience in construction surveying y one (1) year of which shall have been as instrument -man. Responsible for performing assignments in assisting Party w Chief in the performance of their duties. Receives general supervision from Party Chief who reviews work while V L in progress. ,o CEI ROD-PERSON/CHAIN PERSON - High school graduate with some survey experience or training preferred. y Receives supervision from and assists Party Chief who reviews work while in progress. c CEI SECRETARY/CLERK TYPIST - High school graduate or equivalent plus two (2) years of secretarial and/or z w clerical experience. Ability to type at a rate of 35 correct words per minute. Experienced in the use of standard c word processing software. Should exercise independent initiative to help relieve the supervisor of clerical detail. a Work under general supervision of the Senior Project Engineer and staff. 10.3 Staffing: Once authorized, the Consultant shall establish and maintain appropriate staffing throughout the duration of c 0 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. E Construction engineering and inspection forces will be required of the Consultant while the Contractor is working. Ou 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 cm will be allowed ten (10) days maximum to demobilize, relocate, or terminate such forces. M 11.0 OUALITY ASSURANCE (OA) PROGRAM 11.1 Quality Assurance Plan: c� 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 .o organization for providing services pursuant to this Agreement. Unless specifically waived, no payment shall be CO made until the Division approves the Consultant QA Plan. 00 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 N not be limited to, the following areas: c m A. Organization: A description is required of the Consultant QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. The authority, responsibilities and autonomy Q of the QA organization shall be detailed as well as the names and qualifications of personnel in the quality Packet Pg. 1013 B. control organization. Quality Assurance Reviews: 16.A.20.c 11.2 11.3 C. W E. Detail the methods used to monitor and achieve organization compliance with Agreement requirements for services and products. Quality Assurance Records: Outline the types of records which will be generated and maintained during the execution of the QA program. Control of Subconsultants and Vendors: Detail the methods used to control subconsultant and vendor quality. 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. Quality Assurance Reviews: Conduct semi-annual Quality Assurance Reviews to ensure compliance with the requirements of the Agreement. Quality Assurance Reviews shall be conducted to evaluate the adequacy of materials, processes, documentation, procedures, training, guidance, and staffing included in the execution of this Agreement. Quality Assurance Reviews shall also be developed and performed to achieve compliance with specific QA provisions contained in this Agreement. The semi-annual reviews shall be submitted to the Construction Project Manager in written form no later than one (1) month after the review. For this project, the CCEI shall perform an initial QA review within the first two (2) months of the start of construction. The CCEI shall perform an initial QA review on its asphalt inspection staff after the Contractor has completed ten (10) full work days of mainline asphalt paving operations, or 25% of the asphalt pay item amount (whichever is less) to validate that all sampling, testing, inspection, and documentation are occurring as required of the CCEI staff. Ouality 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 12.2 12.3 Final Estimate and As -Built Plans Submittal: E Prepare documentation and records in compliance with the Agreement, Statewide Quality Control (QC) Plan, or c Consultant's approved QC Plan and the FDOT's Procedures as required by CPAM. m W Submit the Final Estimate(s) and one (1) set of final "as -built plans" documenting the Contractor's work in accordance with CPAM. N 0 Ln Revisions to the Certified Final Estimate will be made at no additional cost to the County. Certification: _ 0 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 0 FDOT's procedures. W 0 0 Offer of Final Payment: 0 ti 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. t .r Q Packet Pg. 1014 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, Vendor Check List)**** Packet Pg. 1015 poFW 1� t t� R. r - �7 T i 4�' 4 1 _ •.� �lrk� Mw Hardesty &Hanover engineering that moves you April 8, 2021 Sarah Hamilton Procurement Strategist Procurement Services Division 3295 Tamiami Trail East, Bldg C-2 950 Tamiami Trail • Unit 104 • Port Charlotte, FL 33953 T: 941.979.5476 fl@hardestyhanover.com www.hardestyhanover.com Naples, Florida 34112 Re: CEI Services for Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No. 21-7880 Dear Ms. Hamilton and Selection Committee: Collier County is seeking a qualified project engineer to provide construction engineering and inspection (CEI) services for the bridge replacement and relocation of two existing steel pedestrian bridges at Golden Gate Parkway over the Santa Barbara Canal. The Hardesty & Hanover (H&H) team is perfectly suited for this assignment for the following reasons: 1. Bridge Experience: Our CEI staff and designers have extensive experience administering bridge contracts and reviewing bridge plan sets. Specific to this contract, our CEI team recently worked on Collier County bridge projects involving phased construction and removal of a steel pedestrian bridge. 2. County Design Build Experience: Members of the H&H team have previously performed design -build contracts in Collier County. H&H currently serves as the CEI the County on the Veterans Memorial Phase I Design -Build contract. This valuable experience directly prepares us for this assignment by having excellent working relationships with County design and construction staff, knowing the submittal routing process, and understanding expectations. 3. Local Offices: H&H has two local offices that can service this project. A new office at the Napoli Center located at the intersection of Immokalee Road and 1-75 and our field office located at the corner of Lake Trafford Road and SR 29. Qualified Staff: The H&H team inspection will be led by Ron Westrem, a Senior Bridge Inspector with 35 years of experience who has also served in the roles of Project Administrator and Contract Support Specialist. Additionally, our team offers the services of Steven Nappi, PE, and Matthew Thomas, PE, who have worked on numerous Collier County projects and are capable in assisting with testing and inspection duties as required. We look forward to the opportunity of providing CEI services required under this contract. 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 Construction Services Stephan Heimburg PE Principal CEI Services for Collier county Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 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 Section5: Location................................................................................................................. 5-1 Section 6: Recent, Current, and Projected Workloads of the Firm ......................................... 6-1 Section 7: Required Forms Hardesty&Hanover CO 7eY COUnty CEI SERVICES FOR Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No. 21-7880 Hardesty riW &Hanover CEI Services for COTRICY c01414ty Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement The Hardesty & Hanover (H&H) team is prepared to provide construction engineering and inspection (CEI) services and design reviews by our renowned designers on this important design -build bridge replacement project. With an anticipated start date in late 2021, our proposed team will be available as we expect the current Gator Canal Bridge Replacement project to be complete. This provides our team the opportunity to demonstrate the same efficiency and cost savings the County is currently experiencing by having one firm performing CEI services for multiple County projects. Additionally, we will service this contract from our newly opened Naples office located on the northwest corner of the Immokalee Road and I- 75, which houses our staff for the Veterans Memorial Phase I design -build project. This location will save the County time and money as our team will be available to visit the project at a moment's notice and the cost is absorbed by the Veterans project. H&H's recent experience on the Gator Canal Bridge Replacement and Veterans Memorial Design -Build Phase I projects has given us the experience to successfully deliver the Golden Gate Parkway Design - Build project. The Gator Canal project involves the construction of a new bridge while maintaining traffic on the existing structure through three maintenance of traffic (MOT) phases. This will be similar to the Golden Gate project but made more difficult by the volume of traffic RPS No.: 21-7880 Why the H&H Team is ideal for this project: ► Experienced staff providing bridge Design & CEI ► Current Collier County Experience ► Direct history working with and for Collier County ► Experience working on a Collier County Design -Build contract ► Staff Redundancy ► Office Locations currently utilizing the facility. The Veterans project is being delivered through the design -build process. We have had several meetings with County Design staff to ensure a smooth transition from design to construction. Combining the experience gained from these two projects makes our team prepared for this assignment allowing for minimal involvement from County staff as our team will hit the ground running with no learning curve. Ability of the Team H&H's commitment to Collier County is being displayed through our efforts of staffing the Gator and Veteran's projects. Our team is accustomed to working with limited budgets while ensuring the clients expectations are met. The proposed team selected for this assignment has built in redundancy ensuring the project will be adequately staffed at all times. This will be important in instances of vacation, illness, or other occurrences that could lead to a team member not being available. Steve Nappi, PE, is being proposed in the lead role as Senior Project Engineer (SPE), responsible for the overall performance of the team assigned to this contract and ensuring the successful delivery of a quality project to Collier County. Matthew Thomas, PE, will serve as the Project Engineer. Matt continues to excel in this role on his current assignments. His previous experience as Project Manager in the Transportation Division provides him with a solid understanding in managing county projects. The inspection will be led by our Senior Bridge Inspector Ron Westrem. Ron has significant bridge inspection experience and has previously served in this capacity on other Collier County projects. Steve Nappi, PE — Senior Project Engineer Steve will be responsible for the project delivery and the overall performance of our team. Steve has 15 years a of CEI experience in Florida working on various bridge replacement projects. Additionally, his experience includes working on design -build contracts and projects utilizing post tension construction. Steve currently serves as the Senior PE on the Veterans Memorial Phase I design -build project. This experience has provided him with a thorough understanding of design -build contracts and the requirements of the CEI, Hardesty &Hanover 1 z CEI Services for Collier County Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 which will assist in minimizing the burden on County staff. His unique skillset provides him with the ability to quickly resolve issues by thinking outside the box, keeping projects on schedule and within budget as well as assisting staff with their duties. During design, he will provide constructability reviews of the plan sets, which has resulted in significant findings in the past. He will also be tasked with coordinating reviews through our design staff. Matt Thomas, PE — Project Engineer low—. With nine years of CEI project experience, Matt will serve as the Project Engineer (PE) assigned to this W. contract. He has managed several projects in Southwest Florida, including the Vanderbilt Drive Bridge Replacements, White Boulevard over Cypress Canal Bridge Replacement, and Collier Boulevard and Immokalee Road Intersection Improvement projects. More recently, he is serving as PE on the Gator Canal Bridge Replacement and Veterans Memorial Phase I contracts. Additionally, working as an FDOT consultant and Collier County Project Manager, Matt has acquired a unique understanding of how to deliver quality work while meeting the owner's needs and expectations. Ron Westrem — Senior Inspector Ron Westrem will serve as our team's Senior Bridge Inspector. Ron possesses 35 years of CEI experience focusing on bridge replacement projects. His experience includes all facets of bridge construction, including several roadway projects. He previously worked on Collier County projects, along with other FDOT and municipality assignments across Southwest Florida and is familiar with the existing infrastructure, standard specifications of construction and maintenance, and guidelines for pay applications. This successful experience has provided Ron with a skillset that will be beneficial for his role as Senior Bridge Inspector for this assignment. Design Reviews Understanding the importance of a complete plan set meeting criteria set forth in the RFP, H&H is proposing members of our design team to perform reviews of the design submittals. Our designers are very experienced and accustomed to performing these types of reviews, which has resulted in design changes to meet current design criteria. Our Florida CEI and design teams have worked together for years and have an efficient and symbiotic relationship that will allow for productive reviews. James Phillips, III, PE / Henri Sinson, PE — Independent Peer Review Jim, an industry -recognized bridge engineering expert, and Henri will be responsible for '= providing reviewing bridge design plans. Combined they have more than 60 years of fixed and movable bridge design experience. Jim and Henri will use their experience to ensure all designs are constructible and meet Collier County and FDOT regulatory requirements. This process will assist with limited change orders —saving the County time and money. Our team's experience administering contracts in southwest Florida, specifically for Collier County, gives us the knowledge to successfully perform the duties required under this contract. In addition, their previous experience working together on Collier County Contracts has allowed them to build a team synergy that is unmatched. Utilization of Subconsultants The following subconsultants have been added to our team to provide as needed services required under this contract: YPC Consulting Group, Inc., is fully equipped to provide all our construction materials testing needs. Their services include, but are not limited to, the following: i > Limerock Bearing Ratio (LBR) and California Bearing Ratio (CBR) Tests > Modified or Standard Proctor Tests > Atterberg Limits Tests, Gradation Tests, and Soil Classifications > Concrete Cylinder Testing for Compressive Strength HardestN &Hanover 1-3 CEI Services for Collier County Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 Hyatt Survey Services, Inc., is a full -service DBE surveying and mapping company and will be utilized as needed for this project. Their professional staff holds over 60 years of extensive �7 experience in a variety of project areas. Providing boundary, topographic, right-of-way, Hyatt intricate geodetic, construction, and hydrographic/bathymetric surveying, they can fulfill any surveying needs required under this contract. Their DBE designation further displays H&H's commitment to the DBE program. Volkert, Inc. is a nationally recognized bridge safety inspection firm providing over 30,000 • TpLKERT inspections in the past 20 years. They help maintain the safety and structural integrity of our �/ nation's transportation infrastructure through both systematic bridge inspections and emergency response efforts. Volkert's staff provide underwater inspections, load ratings, scour analyses, scour counter- measure recommendations and design, and bridge repair recommendations and design. Their bridge inspection unit includes more than 75 certified and credentialed staff, including professional engineers, certified bridge inspectors, and certified divers. Qualifications The qualifications of proposed staffing clearly show our team's ability to address all facets of construction required under this project. L04 P = Previously held certification; S = Currently schedule to attend; * = Attended course, passed examination Hardesty&Hanover 1-4 CEI Services for Collier Couvity Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 Organization Chart Co14Hty Brendan O'Shea, PE James Phillips, PE Henri Sinson, PE Stephan Heimburg, PE SeniorLisa Heimburp, PE Steve Nappi, PE J. Webb Jones, III, PE {Roadway Jason Dunn, PE (Drainage) EngineerProject Robert Hideck, PE (TTC) Matt Wolczynski, PE (P/SM) Matthew Thomas, PE Marco Lara, PE (Lighting) James Englert, PE (Structures) Ron Westrem Surveying Materials Testing Underwater Inspection �y Services, Inc. (DBE) YPC Consulting Group, Inc. Volkert, Inc. Hardesty&Hanover 1-5 STEVEN NAPPI, PE 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) and several local municipalities. With a strong background in structural engineering, he has successfully held positions with increasing levels of responsibility in both the private and government sectors on bridge and roadway projects. This coupled with his experience working with a variety of clients makes him well suited to serve as the Senior Project Engineer on this assignment for the Golden Gate Parkway project. Project Experience COMPUTER SIGNAL SYSTEM UPDATE PHASE II (LAP) I LEE COUNTY, FL LEE COUNTY Senior Project Engineer. This $8.5 million federally funded ATMS project consists of connecting 110 intersections to Lee County's existing Traffic Management System. Installation of conduit, fiber optic cable, communication cable, pull boxes, electrical service, controllers, CCTV poles and cameras, ITS cabinets, and other related pedestrian improvements are required under this contract. [FPID:412636-4-58-011. Lee County Reference: Rob Price, PE, Traffic Operations Center Manager,- (239) 634-4893. 312018-1 /2019 WHITE BOULEVARD OVER CYPRESS CANAL BRIDGE REPLACEMENT I 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 V- 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 I BONITA SPRINGS, FL COLLIER COUNTY DOT uardesty tom &Hanover Port Charlotte Professional Engineer: ■ FL (2010) 72412 B.S. Engineering; Minor -Structural Engineering and Mathematics, 2005, Roger Williams University, Rhode Island Years with H&H.....................................2 Total Years............................................15 TIN #: N10079383 REQUIRED QUALIFICATIONS ■ FL Professional Engineer ■ FDEP/Stormwater Management Inspector (SWPPP) #17903 PREFERRED QUALIFICATIONS ■ 9-21/Pile Driving Inspection ■ 9-22/Final Estimates, Level 1 ■ 9-22/Final Estimates, Level 2 ■ 7-20/FDOT Advanced MOT ■ Passed CTCI examination OTHER ■ DNE/QC Manager ■ Nuclear Density Gauge Safety Senior Project Engineer on this project that required the replacement of two existing, Training functionally obsolete bridges located on Vanderbilt Drive and the resurfacing/ • Critical Structures Construction reconstruction of approximately .5 mile of roadway. The existing bridge culvert was Issues SSC replaced with a double barrel 12'X8' box culvert while the three -span bridge over Little • NHI Safety Inspection of In -Service Horse Pass was replaced with a single span founded on 24-inch pile end bents. 36-inch Bridges Florida I -beams with an 8-inch CIP concrete deck and CIP traffic barriers and pedestrian ■ OSHA walls round out the superstructure. A concrete sheet pile wall was used to raise the ■ All FDOT Self Studies 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 STEVEN NAPPI, PE SENIOR PROJECT ENGINEER 2 1 Par BOCA GRANDE CAUSEWAY SWING BRIDGE REPLACEMENT I PLACIDA, FL I 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 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 perform quarterly inspections of the new swing span and is on call to assist in troubleshooting issues that may arise GIBA Reference: Kathy Verrico, Executive Director; (941) 697-2271, ext. 2.11/2013-7/2016 US 41 PEDESTRIAN LIGHTING (LAP) I NORTH PORT, FL I CITY OF NORTH PORT Senior Project Engineer. The City of North Port was awarded a Federal Highway Administration (FHWA) Transportation Alternatives Program Grant in the amount of $427,258 to install lighting along the US 41 pedestrian walkways, between Biscayne Drive to North Port Boulevard including two rest areas and landscaping. Work included installation of decorative light structures on precast foundations, conduit installation, concrete sidewalks and plantings throughout the project site. City of North Port Reference: Ben Newman, PE, Project Engineer, (947) 240-8320. 1012016-6/2018 CR 78 (PINE ISLAND ROAD) MATLACHA BASCULE BRIDGE REPLACEMENT I MATLACHA, FL I 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)1 LEE COUNTY, FL FDOT DISTRICT 1 Project Manager for this $14 million project widened the last 3.4 miles of US 41 in the area from four lanes to six. In order to accomplish this, the existing bridge spanning the Estero River needed to be widened and significant utility relocations were performed both prior to and during construction. Drainage was placed under numerous MOT phases and new mast arms were installed. FDOT Reference: Gerald Byrne, PE, Construction Engineer; (239) 985-7800.1/2011-3/2012 SR 951 JOLLEY BRIDGE (FPID:195410-1-52-01) 1 COLLIER COUNTY, FL I FDOT 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 carried 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 Hardesty&Hanover MATTHEW THOMAS, PE CEI PROJECT ENGINEER Summary Biography Matthew Thomas has extensive experience in managing, administering and inspecting P.M., "nrdesty road and bridge construction projects for cities, counties and the Florida Department of&Hanover 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 OFFICE LOCATION multiple roles within the CEI industry has prepared him for any assignment. Naples, FL Project Experience M.1i.L%10'm'mmvzumLwIILI'� Professional Engineer: GATOR CANAL BRIDGE REPLACEMENT I NAPLES, FL I COLLIER COUNTY DOT FL (2019) 86405 Project Engineer for the replacement of a structurally obsolete bridge (#034843) on • County Road 846. The new bridge is founded on 24-inch piles, with cast -in -place caps B.S., 2010, Environmental and deck. The new bridge will have 12 foot lanes with 10 foot shoulders on either side Engineering, Florida Gulf Coast and have 3 spans that total 105 feet long. Due to traffic on CR 846 the bridge University, Florida construction had to be phased to accomadate current volume of commuters. Matt was responsible for oversight of all construction and administrative aspects which includes YEARS OF EXPERIENCF reviewing contract documents, accommodating meetings, reviewing progress pay Years with H&H................................ estimates, change orders and the final estimate package. Collier County Reference: Total Years .......................................... Steve Ritter, Roadway Construction Manager, (239) 253-1154. 10/20 - Present . , I 2 1 WHITE BOULEVARD OVER CYPRESS CANAL BRIDGE REPLACEMENT I NAPLES, FL TIN #: T52055686 COLLIER COUNTY DOT CTQP ■ 2-25/Asphalt Paving, Level 1 Project Manager for the replacement of a structurally obsolete bridge (#034020) and . 2-25/Asphalt Paving, Level 2 roadway resurfacing/reconstructing for approaches. Matt was responsible for oversight of all construction and administrative aspects which includes reviewing contract documents, ' 4-21/Earthwork, Level 2 attending meetings, reviewing progress pay estimates, change orders and the final ■ 8-22/Pile Driving estimate package, reviewing shop drawings, updating submittal logs, reviewing the final ■ CTCI- Passed Exam as-builts, monitoring field activities, and reviewing daily construction reports. The new ■ 2-24/Final Estimates, Level 1 bridge was founded on 18-inch square piles with concrete -in -place (CIP) caps and a one - ' 2-24/Final Estimates, Level 2 foot six-inch cast -in -pace deck. The new wider bridge can accommodate 12-foot travel lanes, 5.5-foot shoulders, and 6.5-foot sidewalks. This project also includes extensive ■ No Expiration/QC Manager drainage installations comprising of 4 large baffle boxes that were installed at each corner ■ FDOT Concrete Field Inspector of the bridge. Collier County Reference: Steve Ritter, Roadway Construction Manager, Specs (239) 253-1154. 11 /2016 —1 /2019 OTHER ■ 5-23/FDOTAdvanced MOT VANDERBILT DRIVE BRIDGE REPLACEMENTS I NAPLES, FL I COLLIER COUNTY DOT ■ Nuclear Density Gauge Safety Project Manager for the replacement of two existing, functionally obsolete bridges Training located on Vanderbilt Drive and the resurfacing/reconstruction of the roadway from ■ FDEP/Stormwater Management approximately 300 feet south of Bridge #030178 to the south end of Bridge #034176 over Inspector (SWPPP) #27247 the Cocohatchee River. Matt was responsible for all construction and administrative ■ Critical Structures Construction aspects which include review of contract documents, review of progress pay estimates, Issues SSC change orders and the final estimate package, reviewing shop drawings, submittal logs ■ NHI Certified Bridge Inspector and the final as-builts, monitoring field activities. The existing bridge culvert was replaced (CBI) with a double barrel 12-foot by 8-foot box culvert while the three -span bridge over Little ■ Auger Cast Pile Certification Horse Pass were replaced with a single span founded on 24-inch pile end bents. The ■ MSE Wall Certification superstructure also included 36-inch Florida -I Beams with an eight -inch CIP concrete deck, MATTHEW THOMAS, PE CEI PROJECT ENGINEER 2 1 Page 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. Collier County Reference: Steve Ritter, Roadway Construction Manager, (239) 253-1154. 10/2016 — 6/2018 GOLDEN GATE BOULEVARD 20TH STREET TO EVERGLADES BOULEVARD WIDENING DESIGN -BUILD I NAPLES, FL COLLIER COUNTY DOT 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. Matt 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.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. Collier County Reference: Steve Ritter, Roadway Construction Manager, (239) 253-1154. 7/2018 — 2/2019 COLLIER BOULEVARD AND IMMOKALEE ROAD INTERSECTION IMPROVEMENT PROJECT I NAPLES, FL I COLLIER COUNTY DOT Project Manager for the replacement of one existing, functionally obsolete bridge located on the corner of Collier Boulevard and Immokalee Road. 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. 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. Collier County Reference: Steve Ritter, Roadway Construction Manager, (239) 253-1154. 412016 — 1212017 COLLIER BOULEVARD FROM GREEN BOULEVARD TO GOLDEN GATE BOULEVARD WIDENING I NAPLES, FL I COLLIER COUNTY DOT 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. Matt was responsible for all construction and administrative aspects, including attending meetings, monitoring field activities, and reviewing daily construction reports. This project also included the widening of Collier Boulevard from four to six lanes, drainage installation, intersection widening, signalization work, and extensive utility relocations. Collier County Reference: Steve Ritter, Roadway Construction Manager, (239) 253-7154. 3/2015 — 4/2016 US 41 AND COLLIER BOULEVARD INTERSECTION IMPROVEMENT I NAPLES, FL I COLLIER COUNTY DOT AND FDOT DISTRICT 1 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. This project also contained mass amounts of drainage pipe and deep structures to be installed for water storage throughout the project limits. Matt 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) 253-1754. 10/2013 — 3/2015 Hardesty&Hanover RON WESTREM SENIOR INSPECTOR Summary Biography Mr. Westrem has over 30 years of experience in construction engineering inspection, contract administration and materials testing. He is qualified for, and has performed the roles and responsibilities of, Assistant Project Administrator, Contract Support Specialist, and Senior Roadway & Bridge Inspector and has worked on numerous State, County and City, civil construction projects throughout south Florida during his career. He is completely knowledgeable of the policies and procedures for administering Florida Department of Transportation and other Governmental Agency construction contracts as well as the use of their required computer software and databases. His experience includes, preparing, compiling and processing of all construction contract documentation, including, daily work reports, monthly progress & certified final estimates, change orders, as -built plans and final contract deliverables. He is also qualified and has vast experience in providing verification and/or quality control inspection and materials testing of all phases of road and bridge construction, including; erosion control, maintenance of traffic, earthwork, drainage, utilities, subgrade, base, paving, lighting, signalization, guardrail, flatwork, bridge substructure & superstructure components, MSE walls and survey/layout. Project Experience SR 82 FROM EAST OF SHAWNEE ROAD I LEE COUNTY, FL I LEE COUNTY DOT Assistant PA/Lead Senior Inspector. The improvements under this contract consists of adding lanes, reconstruction, milling and resurfacing, widening, base work, shoulder treatment, drainage improvements, curb and gutters, sidewalks, signing and pavement markings, lighting and borrow pit construction. The project is approximately 2.949 miles to the east of Alabama Road. BURNT STORE ROAD IMPROVEMENTS, MIDDLE SEGMENT (BRIDGE #124137) 1 LEE COUNTY, FL I LEE COUNTY DOT Senior Bridge Inspector. This bridge structure spans over Hermosa Canal on Burnt Store Road in Lee County. The structure consists of two flat spans at 97 feet, 11 inches each, for a total length of 195 feet,10 inches. The substructure is composed of three bents, with each bent having six 24-inch square prestressed, precast concrete piling, pile caps, pedestals and neoprene bearing pads. The superstructure was designed and constructed with a total of six Type V AASHTO Beams at each span for a total of 12 beams, diaphragms, 8.5-inch deck with traffic railings and parapet wall. This project also included the construction of cast -in -place retaining walls and concrete sheet pile seawalls. Mr. Westrem served in the capacity of CEI Senior Bridge Inspector for this project. He was responsible for overseeing and performing inspection, materials testing, measurement & tracking of pay items and documentation of the contractor's workforce during all phases of the bridge substructure and superstructure, seawall and retaining wall construction. ESTERO BOULEVARD IMPROVEMENT PROJECT, SEGMENT 11 LEE COUNTY, FL LEE COUNTY DOFT Lead Senior Inspector. The project consisted of 1.09 miles of mill and resurface and new construction of Estero Boulevard with one 10-foot travel lane in each direction, an 11-foot center turn lane and 9-foot sidewalks on each side of the highway. Included in the work was the installation of a continuous storage, treatment and conveyance, storm sewer P.Muardesty &Hanover Naples, FL Years with H&H..................................<1 Total Years............................................35 TIN #: W23672259 CTQP ■ CTQP/FDOT-Construction Academy/Project Engineers School. 9/28/03 to 10/10/03 ■ PTI-Qualified post tensioning technician, Level 1 ■ PTI-Qualified Grouting technician, Level 1 ■ Final Estimates, Levels 1 & 2 ■ Asphalt Paving Technician, Levels 1 & 2 ■ Concrete Field Technician, Levels 1&2 ■ Earthwork Construction Inspection, Levels 1 & 2 ■ Drilled Shaft Inspection ■ Pile Driving Inspection Other ■ ACI-Concrete Field Testing Technician, Grade I ■ ACI-Concrete Transportation Construction Inspector ■ IMSA-Traffic Signal Inspector, Level-1 ■ IMSA-Traffic Signal Field Technician, Level-2 ■ T2/UF-Advanced Maintenance of Traffic, Cert. #39833 ■ FDEP-Qualified Storm water Management Inspector, #3393 RON WESTREM SENIOR INSPECTOR 2 Page system. Work also entailed erosion control, maintenance of traffic, earthwork, drainage, utilities, subgrade, base, paving, flatwork and survey/layout. Mr. Westrem served in the capacity of Lead Senior Inspector for this project and provided verification construction engineering inspection services. This included daily documentation of the contractor's work force, inspection of work and materials for contract compliance, material testing, tracking of quantities, change order review, as well as other related duties associated with this project. SR 739 METRO PARKWAY, (WINKLER AVENUE TO HANSON STREET) I LEE COUNTY, FL I FDOT DISTRICT 1 Contract Support Specialist. This project realigned SR 739 in Fort Myers to provide a continuous north/south corridor between SR45 (US41) and 1-75 at a cost of $22 million. The plans called for four -lanes of new alignment, with milling and resurfacing, roadway reconstruction and new construction, two new bridges that span over the Seminole Gulf Railway and 10 Mile Canal, new signalization, drainage, utility relocation and lighting. Mr. Westrem was responsible for data entry into the FDOT's Site Manager, LIMS and other required databases. He produced and generated the monthly progress estimates, prepared and processed all change orders and was key to submitting the final estimate and as -built plans for this project. The FDOT audited the final estimate and did not find any SUMMERLIN ROAD SIX LANE IMPROVEMENTS (CYPRESS LAKE DRIVE TO BOYSCOUT DRIVE) I FT. MYERS, FL I LEE COUNTY DOT Assistant Project Administrator/Senior Bridge Inspector responsible for contract compliance for all aspects of the Contractor's work. This consisted of daily inspection and documentation of the contractor's operations, including testing and inspection of the work components and materials, providing measurement and tracking of pay item quantities, monthly estimate preparation and assisting the project administrator with his responsibilities, as well as other related duties associated with this project. This $25 million project involved the construction of a 445-foot four -lane structural steel box girder bridge on Summerlin Road spanning College Parkway, in conjunction with 2.6 miles of Six Laning Summerlin Road, from Cypress Lake Drive to Boy Scout Drive and major improvements to the College Parkway and Summerlin Road intersection. Work included milling, widening, resurfacing, bridge construction, mechanically stabilized earth wall construction, drainage improvements, lighting, signalization, and highway signing and pavement markings. SUMMERLIN ROAD SIX-LANING (SAN CARLOS BOULEVARD TO GLADIOLUS DRIVE) I LEE COUNTY, FL I LEE COUNTY DOT Senior Bridge Inspector responsible for the daily inspection and documentation of the contractor's operations, including testing and inspection of all substructure and superstructure bridge components and materials and providing measurement and tracking of pay item quantities for monthly pay estimates. This $45 million project involved widening of the existing four -lane road to six lanes for a distance of approximately 4.5 miles and the construction of two grade -separated intersections. The Gladiolus Drive intersection consisted of two left turn flyover structures that are comprised of twin 542.5-foot curved steel girder bridges and the San Carlos Boulevard intersection has a 204.5-foot-long single span steel girder bridge, both being on driven pile foundations with MSE wall approaches. Mr. Westrem served as the CEI Senior Bridge Inspector for the three bridge structures. ALICO ROAD/1-75 INTERCHANGE IMPROVEMENTS I LEE COUNTY, FL I FDOT DISTRICT 1 Contract Support Specialist responsible for generating the monthly and certified final estimates, preparing and processing all change orders, preparing final as -built plans and contract documents for this project He was also responsible for data entry into the FDOT's Site Manager, LIMS and other required databases, as well as the use of engineering menu and multi -line computer programs. This $31 million interchange improvement project consisted of new roadway and bridge construction, including milling and resurfacing, widening, drainage improvements, lighting, signalization, highway signing, pavement markings, utilities and landscaping. SR 45 (US 41) (CORKSCREW ROAD TO OLD 41) 1 LEE COUNTY, FL I FDOT DISTRICT 1 Contract Support Specialist responsible for generating the weekly and monthly estimates, assisting the Project Administrator with processing of supplemental agreements and unilateral payments, field supplemental agreements and work orders, and preparation of as -built plans and final estimates. Mr. Westrem was also responsible for Data entry into FDOT Site Manager and CQR databases, as well as the use of engineering menu and multi -line computer programs. Hardesty&Hanover JAMES M. PHILLIPS, III, PE INDEPENDENT PEER REVIEW OVERSIGHT Summary Biography James Phillips is an industry —recognized bridge engineering expert with over 37 years of engineering experience in design, studies, and analysis for bridges of all sizes and complexities. Mr. Phillips is responsible for technical direction, project management, and engineering for fixed and movable bridge studies, design and rehabilitation projects including bridge architecture, structural, mechanical, and hydraulic elements. Project Experience 1-75 AT SR 50 DESIGN -BUILD INTERCHANGE BRIDGE REPLACEMENT AND WIDENING HERNANDO COUNTY, FL I FDOT DISTRICT 7 Senior Bridge Engineer responsible for design oversight and quality control for design of a replacement bridge on 1-75. Performed detailed checking of contract plans for twin 298-foot simple span steel plate girder structures consisting of five 10-foot, 6-inch deep (web) girders, bolted field splices, X-frame end diaphragms and K-frame intermediate diaphragms. This design —build project added lanes to 1-75 from south of SR 50 to the Hernando/Sumter County Line. 1-75 EXPRESS LANES — SEGMENT AB I MIAMI-DADE AND BROWARD COUNTIES, FL FDOT DISTRICT 4 Chief Bridge Engineer responsible for analysis and design of ramp H-4/H-12 Bridge over 1-75 SB. The Segment AB design —build project, the largest and most complex extending 3.1 miles, and added express lanes in the existing 1-75 median, located NW 170th Street and Miramar Parkway. The Ramp H-4 is a braided ramp with a reverse curve. The resulting geometry required a three -span (183 feet, 229 feet,183 feet), twin steel box structure with a significant straddle pier over 1-75. Analysis included a 3D SAP model and corroborated MDX model. Responsible for oversight of calculations, design, detailing and plans production. JUPITER FEDERAL BRIDGE REPLACEMENT I JUPITER, FL I FDOT DISTRICT 4 Principal Engineer responsible for design, quality control and technical oversite in the preliminary and final design phases of this bascule bridge replacement project. Project involves replacement of the US 1/SR 5 Jupiter Federal Bridge with a new bridge featuring a twin, double -leaf trunnion bascule span over the Atlantic Intracoastal Waterway. Responsible for QC review the Bridge Development Report and QC of the hydraulic drive system design calcuationd and drawings. Also participated in the Risk Assessment Workshop. SR 968/SW 1ST STREET BRIDGE AT MIAMI RIVER I MIAMI-DADE COUNTY, FL FDOT DISTRICT 6 Chief Engineer responsible for design oversight; peer review of the structural concept; and quality control of the drive machinery, trunnion assemblies, and span locks for the replacement of this nationally registered historic bridge. The 507-foot-long bridge includes a double -leaf bascule span, 240 feet long between trunnions, over a 125-foot-wide navigation channel.4,000-kip bascule span features an Exodermic concrete deck, simple trunnions with plain journal bearings, and a 150-HP electro—mechanical drive system. �!! uardesty �y &Hanover OFFICE LOCATION Professional Engineer: ■ AL (2004) 26439 ■ FL (1986) 36865 ■ GA (1999) 25621 ■ LA (1992) 25091 ■ MA (1998) 40935 ■ MS 12929 ■ NC 017790 ■ SC (1999) 19642 ■ TX (2009) 104360 ■ WA (2003) 39658 ■ WI (2005) 37789-6 ■ NY (1987) 064177 ■ NJ(1996) 24GE03983100 ■ Certified Fluid Power Specialist ■ Certified Fluid Power Engineer B.S., 1982, Civil Engineering, University of Florida Years with H&H.....................................5 Total Years............................................38 JAMES M. PHILLIPS, III, PE 2 1 Page PRINCIPAL ASSOCIATE - CHIEF ENGINEER CR 78/MATLACHA BRIDGE REPLACEMENT I MATLACHA, FL I LEE COUNTY GOVERNMENT Project Manager/Chief Bridge Engineer for a replacement bridge design featuring a single -leaf bascule span on Pine Island Road in the historic town of Matlacha. The bridge provides the only connection between the Greater Pine Islands and mainland Lee County. The channel span featured a trunnion type bascule with hydraulic cylinder drive machinery. Approach spans consisted of precast, prestressed concrete slabs, transversely post -tensioned and finished with a composite cast -in -place concrete topping. THOMAS B. MANUEL DESIGN —BUILD BRIDGE REPLACEMENT I STUART, FL I FLORIDA TURNPIKE ENTERPRISE Chief Bridge Engineer responsible for engineering oversight for preparation of design plans to replace the existing bridge deck and reconfigure the typical section from two-way traffic to southbound traffic. Overall project involved design of a new 3,000-foot- long northbound bridge crossing St. Lucie Canal carrying three lanes of traffic as well as rehabilitation and joining of the existing southbound and northbound bridge to carry three lanes southbound. 1-75 BRIDGE OVER BEE RIDGE ROAD I SARASOTA COUNTY, FL I FDOT DISTRICT 1 Chief Bridge Engineer responsible for engineering oversight and quality reviews for design —build project involving widening and replacement of the existing bridge decks on 1-75 over Bee Ridge Road. Project involved phased replacement of existing precast deck panel decks with full depth cast -in -place (CIP) concrete decks. 2001 1-75 MULTIPLE BRIDGE DECK REPLACEMENTS AND WIDENING I SARASOTA COUNTY, FL I FDOT DISTRICT 1 Chief Bridge Engineer responsible for engineering oversight and quality reviews for design —build project involving widening and replacement of the existing bridge decks on 1-75 over Big Slough Canal (two bridges), Sumter Boulevard (two bridges), and NB over Toledo Blade Boulevard. Project involved phased replacement of existing precast deck panel decks with full depth CIP concrete decks. SOUTHERN BOULEVARD (CR 80/SR 98) BRIDGE OVER LAKE WORTH LAGOON REPLACEMENT I PALM BEACH COUNTY, FL FDOT DISTRICT 4 Chief Bridge Engineer responsible for technical oversight for design of a new bridge over the Atlantic Intracoastal Waterway (ICWW) to replace an existing bridge. The bridge consisted of a 948-foot-long, two-lane bridge with a 228-foot-long double -leaf, rolling -lift bascule main span, and 360-foot-long concrete approach spans each side of the bascule span. The approach spans consisted of a post -tensioned concrete slab superstructure, designed to be constructed by incremental launching. The bridge foundations were on -pressure grouted drilled shafts. Performed design of the rolling track and tread system. Conducted peer review of the overall bridge concept and quality control reviews of the bascule leaf structural steel and bridge machinery. Also performed peer review of the Bridge Development Report (BDR). NW 12TH AVENUE BRIDGE I MIAMI DADE COUNTY, FL I FOOT DISTRICT 6 Chief Bridge Engineer responsible for the design of a 677-foot- long replacement bridge carrying six lanes and two 6-foot-wide sidewalks over the Miami River. The new bridge features twin double -leaf bascule spans over the navigable channel with a span length of 200-foot, center -to -center of trunnions. Each bascule leaf consists of two steel box main girders, supported on a 25-inch diameter alloy steel trunnion shaft. Four 11-inch diameter bore hydraulic cylinders arranged in two -tandem push/pull pairs operate each bascule leaf. A multi -pump 150-HP power unit provides hydraulic power. PLC -controlled variable pumps control each leaf. ROYAL PARK BRIDGE REPLACEMENT I PALM BEACH COUNTY, FL I FDOT DISTRICT 4 Chief Bridge Engineer responsible for design of a 1,089-foot-long replacement double -leaf bascule bridge and approaches over Lake Worth Lagoon at the Intracoastal Waterway (ICWW). The bascule span features a simple trunnion design, Exodermic bridge deck, and AC variable speed motor/drive system. The trunnion -to -trunnion span is 183 feet. A span lock system was developed within the traffic barriers, above deck, for ease of maintenance. The approach spans feature unique post —tensioned segmental box girders with an arch form and have been constructed as cast -in -place segments using an overhead erection gantry. The approach span lengths varied from 61.3 to 128 feet, representative of the arch forms of the previous historic bridge. The bridge foundations are on drilled shafts —many of which are pressure grouted. Bascule piers were designed for a 1000-kip vessel impact load. The bridge was awarded the Eugene C. Figg Jr. Medal for Signature Bridges at the 2007 International Bridge Conference. Hardesty&Hanover HENRI SINSON, PE INDEPENDENT PEER REVIEW OVERSIGHT Summary Biography Henri Sinson is a senior structural engineer with over 22 years of experience conceptualizing and delivering complex bridge projects. Henri has been responsible for the design and management of many major steel and concrete bridge structures, including movable spans such as vertical lift, swing, and bascule spans. Bridge projects include major river crossings and interstate bridge interchange facilities. Project Experience JUPITER FEDERAL BRIDGE REPLACEMENT I JUPITER, FL I FDOT DISTRICT 4 Structural Engineer responsible for structures quality control for this bascule bridge replacement project. The SWAT process of overlapping the design phase with the PD&E phase requires that the preliminary design phase includes coordination and support of the NEPA process in developing the Type 2 Categorial Exclusion documentation. Serving as the Engineer of Record of the project, H&H is addressing the structural and functional deficiencies of the existing US-1 / SR- 5 Jupiter Federal Bridge from CR-Al A (Ocean Boulevard) to Beach Road, developing vertical and horizontal alignments for bridge replacement alternatives, and studying the resulting impacts. The design will incorporate intersection improvements and improve traffic functions at both ends of the approximately 2,960-foot-long (0.56 mile) project corridor. The design will incorporate ADA access ramps to the 8-foot sidewalks and a new 7-foot buffered bike lane for additional safety. FLAGLER MEMORIAL BRIDGE OVER ICWW I PALM BEACH, FL I FDOT DISTRICT 4 Lead Structural Engineerfor the design of the 1480-foot approach structures flanking the new rolling -lift bascule for the $95 million design -build contract to replace the twin double -leaf bascule bridge over the Atlantic ICWW. The approach spans are nominally 150-foot utilizing custom continuously arched prestressed beams. Interior beams are bulb- T type while the fascia beams have rectangular beams providing a smooth bridge facade. The beam geometry was developed to meet the aesthetic and structural requirements as well as the fabricator and constructor transportation and erection weight limits. The custom arched shape is 10-feet deep at the ends and 6-foot deep at midspan. These were the first beams of their type used in the state. CR 3/MATHERS BRIDGE OVER BANANA RIVER I INDIAN HARBOR BEACH, FL BREVARD COUNTY Project Manager for the construction engineering services of a new 200-foot steel truss swing -span and approach widening. An in-depth inspection of the structural, mechanical, and electrical systems for the bridge, constructed in 1927, was required to determine rehabilitation and replacement feasibility. H&H provided a swing -span replacement, approach span improvements, and control house renovation plan to improve the roadway geometry, pedestrian access, bridge operation, and aesthetic appearance. This $6 million swing -span replacement included structural, architectural, mechanical, and electrical plans. �!! uardesty � &Hanover Fort Lauderdale, FL Professional Engineer ■ FL (2004) # 62197 ■ VA (2002) # 0402037684 M.E. Civil Engineering, 2003, Old Dominion University B.E. Civil Engineering,1997, University of Tennessee at Chattanooga Years with H&H.................................. 22 Total Years............................................22 HENRI SINSON, PE 2 1 Page INDEPENDENT PEER REVIEW OVERSIGHT 1-95 EXPRESS LANES PHASE 3C, BROWARD COUNTY, FL I BROWARD COUNTY, FL I FDOT DISTRICT 4 Structural Engineer providing the independent peer review of structural plans for twelve Category-2 complex bridge structures, which includes steel plate girders and boxes, steel straddle integral pier caps, non -redundant drilled shafts, and unique C-shaped replacement piers. The design/build 1-95 Express Lane Conversion project will create two tolled express lanes in each direction. The 3C segment scope includes widening, milling, resurfacing, overbuild, and/or reconstruction to which extends from south of Stirling Road to south of Broward Boulevard. 1-75 (SR 93) OVER SR 50 (CORTEZ BLVD.) INTERCHANGE TWIN BRIDGES I HERNANDO COUNTY, FL I FDOT DISTRICT 7 H&H Project Manager/Structural Engineer of Record for the replacement of twin bridges on 1-75 over SR 50. The two 298-foot single bridges carry the north and southbound 1-75 mainline over the single -point urban interchange (SPUI) at SR 50. The approximately 12-foot superstructure consists of weathering steel plate girder structures supported on end bents. Mechanically - stabilized earth walls wrap around each bridge and continue for hundreds of feet before meeting the grade. The girders will be constructed using the existing piers as temporary shoring towers. The project also consists of a temporary widening of the existing southbound 1-75 bridge as part of the maintenance of traffic plan during the new bridge construction. SR 75 OVER US 231 BRIDGE AND SPUI IMPROVEMENTS FROM SR 30A (US 98) TO PIPELINE ROAD I PANAMA CITY, FL FOOT DISTRICT 3 H&H Project Manager of the design services for the new single -point urban interchange (SPUI) at SR 77 over SR 75 (US 231) and CSX railroad. Work includes the design of roadway, drainage systems, lighting, and major bridge. The new bridge is an 840-foot three -span continuous structure; the main span is 355-feet and is supported on intermediate piers with post -tensioned integral caps. SR-A1A / NORTH CAUSEWAY BRIDGE OVER ICWW I FORT PIERCE, FL I FDOT DISTRICT 4 Project Manager for the 4000-foot-long bridge replacement project which replaces a bascule span with a high-level fixed bridge that has 85-foot vertical clearance over the navigable channel. The preferred replacement fixed bridge alternative includes the FIB superstructure and spans over Old Dixie Hwy and the FEC Railway. In addition to the new bridge, the project includes extending Juanita Ave east from US-1 to Old Dixie Hwy and provisions for a new access roadway for the businesses south and north of the new bridge along SR Al A. 1-75 EXPRESS LANES SEGMENT C, PEMBROKE ROAD AND MIRAMAR PARKWAY BRIDGES I PEMBROKE PINES/ MIRAMAR, FL FDOT DISTRICT 4 Structural Engineer responsible for quality control for the design -build of Segment D, a 3.7-mile-long portion of the 1-75 Express Lanes Project. The design/build delivery project included constructing express lanes in the existing median; constructing entrance and exit ramps for the express lanes at various locations; constructing Sheridan Street Interchange improvements; installing sound barrier walls; drainage, signage, lighting, and landscaping; upgrading traffic monitoring cameras, dynamic message signs and installing toll gantries. Segment D was located south of Sheridan Street to the north of Griffin Road in Broward County. 1-75 EXPRESS LANES SEGMENTS AB I MIRAMAR, FL I FDOT DISTRICTS 4 & 6 Structural Engineer responsible for supervising the superstructure design and plan development Ramp H-4/1-1-12, Ramp H-5, and MSE walls. Ramp H-4/1-1-12 is a three -span, 595-foot-long bridge with 30-foot roadway width. Superstructure design was comprised of two steel twin box girders, an 8-foot structural concrete deck, and 115-foot-long straddle box girder bent. H&H developed a successfully approved cost -saving initiative (CSI) for Ramp H-4/H-12. Ramp H-5 is a single span, skewed bridge, comprised of 78- inch FIBS supported on pile end bents. Segment A&B, the largest and most complex segment of the 75 Express Lane project covering 3.1 miles from NW 170th St to the south of Miramar Parkway, included constructing express lanes in the existing 1-75 median, 2.6 miles of reconstruction, widening, and other interchange ramp connections and improvements. Hardesty&Hanover STEPHAN HEIMBURG, PE INDEPENDENT PEER REVIEW OVERSIGHT 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 I ORANGE COUNTY, FL I 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 I 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 HIGHWAYTO SUNCOAST PARKWAY I HILLSBOROUGH COUNTY, FL I 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 I MIAMI-DADE COUNTY, FL I 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 I TAMPA, FL I FDOT DISTRICT 7 Chief Engineer responsible for conceptual design efforts and criteria development for implementing tolled express lanes for high volume segments of 1-275 and 1-4, from the Howard Frankland Bridge to 50th Street and SR 60 between 1-275 and SR 589. uardesty WW &Hanover OFFICE LOCATION Tampa REGISTRATION Professional Engineer: ■ FL (1989) 41934 B.S., 1984, Civil Engineering, Georgia Institute of Technology Years with H&H.................................. I I Total Years............................................35 STEPHAN HEIMBURG, PE 2 1 Page INDEPENDENT PEER REVIEW OVERSIGHT Coordinated interfaces with adjoining segments on 1-275 to the west and north and 1-4. 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 60/1-275 INTERCHANGE I HILLSBOROUGH COUNTY, FL I 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 60/1-275 INTERCHANGE I HILLSBOROUGH COUNTY, FL I 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. 1-275 LANE CONVERSION FROM HIMES AVENUE TO HILLSBOROUGH RIVER I HILLSBOROUGH COUNTY, FL I FDOT DISTRICT 7 Chief Engineer responsible for concept development. This project provided an interim improvement to 1-275 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) 1 MIAMI-DADE COUNTY, FL I 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. 1-4 AT LEE ROY SELMON CROSSTOWN CONNECTOR RE-EVALUATION AND UPDATE I HILLSBOROUGH COUNTY, FL I 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 1-4/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 1-4. 1-95/1-295/SR9A INTERCHANGE I JACKSONVILLE, FL I 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. 1-10/1-95 INTERCHANGE I JACKSONVILLE, FL I 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. Hardesty&Hanover LISA HEIMBURG, PE INDEPENDENT PEER REVIEW OVERSIGHT Summary Biography Lisa Heimburg has 32 years of professional engineer experience, in key roles such as T�a R. rC12Sty Engineer, Project Engineer, Engineer Manager for Project Development and .a &Hanover 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 OFFICE LOCATION facilities including interstate highways. Each project role has contributed to her ability Tampa 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 REGISTRATION unique solutions to non-standard design issues, such as conflicts between criteria, Professional Engineer: constraints and project budgets. Her expertise includes roadway design, corridor ■ FL (1993) 47231 analysis, preliminary engineering, alternative impact analyses, engineering ■ NC (1991) 017624 documentation, including preparation of Preliminary Engineering Reports (PER), and recommendations regarding needed improvements to existing facilities. • B.S., 1987, Civil Engineering, Project Experience University of Florida BRUCE B. DOWNS BOUELVARD (CR 581) PD&E STUDY, BEARSS AVENUE TO SR 54 YEARS OF HILLSBOROUGH AND PASCO COUNTIES, FL I FDOT DISTRICT 7 Years with H&H..................................11 Engineering Manager/Engineer of Record (EOR) responsible for the development Total Years............................................32 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 1-75. EAST -WEST ROAD PD&E STUDY,1-275 TO COMMERCE PARK BOULEVARD HILLSBOROUGH COUNTY, FL I 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 fora proposed new three-mile connection in New Tampa. The project included multiple four -lane and two-lane toll concepts with a new interchange at 1-275. In addition, an Interchange Justification Report (IJR) was prepared as part of the study. SR 29 LABELLE PD&E -COWBOY WAY TO US 271 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. 1-275/SR 60 SAFETY PROJECT AND 1-75/CR 54 IOARS I HILLSBOROUGH COUNTY, FL FDOT DISTRICT 7 Senior Engineer responsible for the coordinating and supporting the preparation of IOAR for these projects. The 1-275/SR 60 Safety Project included a low-cost interim LISA HEIMBURG, PE 2 1 Page INDEPENDENT PEER REVIEW OVERSIGHT operational and safety improvement for the traffic movement from 1-275 northbound to SR 60 westbound by combining the two separate exits into a single exit. The 1-75/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 1 COLLIER COUNTY, FL I 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. 1-75 PD&E STUDY, UNIVERSITY PARKWAY TO MOCCASIN WALLOW ROAD I MANATEE COUNTY, FL I FOOT 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 1-75/1-275 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. 1-4/LEE ROY SELMON CROSSTOWN CONNECTOR RE-EVALUATION AND IJR UPDATE I HILLSBOROUGH COUNTY, FL FOOT 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 1-4/Lee Roy Selmon Crosstown Connector. Changes included addressing a Section 4(fl 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 1-4. 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 I ORANGE COUNTY, FL I 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 I DISTRICTWIDE, FL I 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) I PINELLAS COUNTY, FL I 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 1 st Street to Walsingham Road. Hardesty&Hanover J. WEBB JONES, III, PE PEER REVIEWS (ROADWAY) 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 I ORANGE COUNTY, FL I 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 1-4 1 OSCEOLA COUNTY, FL I 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 1-4. Design included the removal of the existing two-lane bridge and the installation of a new bridge. 1-75 PROJECT DEVELOPMENT & ENVIRONMENT (PD&E) STUDY FROM NORTH OF UNIVERSITY PKWYTO NORTH OF MOCCASIN WALLOW ROAD I MANATEE COUNTY, FL I 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,1-75/1-275 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 1-275 TO EAST OF SR 687 (4TH STREET N) I PINELLAS COUNTY, FL I 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) 1 POLK COUNTY, FL I 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 Hardesty &Hanover Tampa Professional Engineer: ■ FL(2001) 56950 Advanced Traffic Control (2002) B.S., 1996, Civil Engineering, University of South Florida Years with H&H......................................7 Total Years.............................................23 J. WEBB JONES, III, PE 2 1 Page PEER REVIEWS (ROADWAY) alignments. This segment is among several that were under design to complete the northeasterly connection of Central Polk Parkway to 1-4. GATEWAY EXPRESS IMPROVEMENTS I PINELLAS COUNTY, FL I FOOT 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 1-275. 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 I PINELLAS COUNTY, FL I 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. 1-75 FROM BRUCE B. DOWNS BOULEVARD TO SR 56 1 HILLSBOROUGH AND PASCO COUNTIES, FL I 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 1-75/1-275 interchange and the 1-75/SR 56 interchange. SAWGRASS EXPRESSWAY PD&E STUDY I BROWARD COUNTY, FL I 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 BRIDGE REPLACEMENT, TAMPA INTERNATIONAL AIRPORT (TPA) I HILLSBOROUGH COUNTY, FL I 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. 1-75 (SR 93A) SB OFF -RAMP FROM S OF BYPASS CANAL TO EB/WB 1-4 1 HILLSBOROUGH COUNTY, FL I 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 1-75. 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 I PANAMA CITY, FL I 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. Hardesty&Hanover JASON W. DUNN, PE, CFM, ENV SP, LEED AP PEER REVIEWS (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 1-95 AT VI ERA BOULEVARD DIVERGING DIAMOND INTERCHANGE I 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 1-95 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 I FDOT DISTRICT 5 Hardesty � &Hanover Tampa Professional Engineer: ■ FL (2006) 65309 B.S., 2001, Civil Engineering, University of Florida ■ Certified Floodplain Manager ■ Association of State Floodplain Managers: (US-07-03133) 2007 ■ LEED® Accredited Professional, 2009 Drainage Engineer providing rigid pavement rehabilitation along the southbound Years with H&H ..............................2 lanes of SR 500 (US 441) north of Apopka for approximately 2.8 miles. Bicycle keyhole Total Years.....................................17 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. 1-4 INTERCHANGES AT GRAND NATIONAL DRIVE AND KIRKMAN ROAD VALUE ENGINEERING STUDY I ORLANDO, FL I 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. 1-75 / ALLIGATOR ALLEY REST AREAS I COLLIER COUNTY, FL I 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. JASON DUNN, PE, CFM, ENV SP, LEED AP 2 1 Page PEER REVIEWS (DRAINAGE) DISTRICTWIDE MISCELLANEOUS DESIGN CONTRACT I BREVARD AND LAKE COUNTIES, FL I FOOT 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 (1-95) OVERLAND BRIDGE DESIGN -BUILD REPLACEMENT I JACKSONVILLE, FL I 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 1-275 TO EAST OF SR 687 (4TH STREET N) I PINELLAS COUNTY, FL I FOOT 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 I PINELLAS COUNTY, FL I FOOT 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 I WALTON COUNTY, FL I FOOT 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 6341 HARDEE COUNTY, FL I FOOT DISTRICT 1 Drainage FOR 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 I DISTRICTWIDE, FL I SOUTHWEST FLORIDA WATER MANAGEMENT DISTRICT Drainage FOR 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. Hardesty&Hanover ROBERT HIDECK, PE PEER REVIEWS (TTC) 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 1-275 TO EAST OF SR 687 (4TH STREET N) DESIGN -BUILD PINELLAS COUNTY, FL I FOOT 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 I PINELLAS COUNTY, FL I 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 1-275 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. 1-75/SR 50 INTERCHANGE RECONSTRUCTION DESIGN -BUILD I HERNANDO COUNTY, FL I FOOT DISTRICT 7 TTC Engineer of Record/Senior Engineer responsible for the traffic control design and plans preparation for the replacement of twin bridges on 1-75 over SR 50. This project widens 1-75 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 I PANAMA CITY, FL I FOOT 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 a"On �y &Hanover Tampa Professional Engineer: ■ FL (2008) (67495) ■ LA (2017) (41953) ■ Advanced Traffic Control ■ Specification Package Preparation B.S., 2002, Civil Engineering, University of Pittsburgh Years with H&H.....................................5 Total Years............................................16 ROBERT HIDECK, PE PEER REVIEWS (TTQ 2 1 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 I MANATEE COUNTY, FL I 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) I DISTRICTWIDE, FL I 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 1-275,1-4, and 1-75 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 I 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. 1-75 SB OFF -RAMP FROM S OF BYPASS CANAL TO EB/WB 1-4 1 HILLSBOROUGH COUNTY, FL I 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 1-75. 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/1-295 AT COLLINS ROAD LANDSCAPING I DUVAL COUNTY, FL I 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 I DUVAL COUNTY, FL I FOOT 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. 1-75 FROM BRUCE B. DOWNS BOULEVARD TO SR 561 HILLSBOROUGH AND PASCO COUNTIES, FL I 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 1-75/1-275 interchange and the 1-75/SR 56 interchange. Hardesty&Hanover MATTHEW WOLCZYNSKI, PE PEER REVIEWS (PAVING/SIGNING 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 I ORANGE COUNTY, FL I 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) 1 PALM BEACH, MARTIN AND ST. LUCIE COUNTIES, FL I 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 I FOOT 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 I PINELLAS COUNTY, FL I FDOT DISTRICT 7 Segment Lead Design Engineer responsible for the development of the conceptual design plans for the 1-275 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; uardesty &Hanover Tampa Professional Engineer: ■ FL (2008) 67768 Advanced Traffic Control (2002) B.S., 2003, Civil Engineering, Georgia Institute of Technology Florida DOT Certified -Traffic Control, Specifications Package Preparation Florida Engineering Society Member Years with H&H.....................................2 Total Years............................................16 MATTHEW WOLCZYNSKI, PE PEER REVIEWS (PAVING/SIGNING MARKINGS) 2 1 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 1-275 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 I HILLSBOROUGH COUNTY, FL I 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) I 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 I 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 I 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 I MIAMI-DADE COUNTY, FL I 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 I HILLSBOROUGH COUNTY, FL I FOOT 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 FDOTTRNS*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. Hardesty&Hanover MARCO LARA, PE PEER REVIEWS (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 I PINELLAS COUNTY, FL I 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 1-275 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. I LEE COUNTY, FL I 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 I LABELLE, FL I 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. �!! uardesty �y &Hanover OFFICE LOCATION Professional Engineer: ■ FL (2015) 78414 ■ OH (2015) 80302 ■ CA (2016) 21552 ■ MI(2016) 6201064609 ■ TX (2018) 130831 B.S., 2004, Electrical Engineering, University of South Florida Years with H&H ........... Total Years ..................... • NACE Certified CPI Cathodic Protection Tester (28390) ■ NACE Certified CP2 Cathodic Protection Technician (28390) ■ NACE Certified Corrosion Technician (28390) .. 2 15 MARCO LARA, PE PEER REVIEWS (LIGHTING) 2 1 Page STICKNEY POINT BRIDGE REHABILITATION (SR 72) 1 SARASOTA COUNTY, FL I FOOT 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 1 PALM BEACH COUNTY, FL I 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 I MATLACHA, FL I 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 I PALM BEACH, FL I 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 I PANAMA CITY, FL I FOOT 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 PARKWAYTO N OF SUNSET DRIVE DESIGN -BUILD MIAMI-DADE COUNTY, FL I 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 I MIAMI-DADE COUNTY FL I 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, RFls, and field review. Hardesty&Hanover JAMES W. ENGLERT, PE PEER REVIEWS (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 I 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 a"On �y &Hanover OFFICE LOCATION Professional Engineer: ■ FL (1992) 44968 ■ NY (1988) 064397 ■ MD (1991) 19018 Policy Act (NEPA) standards including bridge rehabilitation, low-level and mid -level B.S.,1982, Civil Engineering, bascule bridges and a high-level fixed bridge. Developed and evaluated impacts of Syracuse University three horizonal alignments with different construction and maintenance of traffic strategies including phased construction and detour with a temporary movable YEARSOF ' ERIENCF bridge. Years with H&H..................................... I Total Years............................................36 VENETIAN CAUSEWAY BRIDGES PD&E STUDY I MIAMI, FL I FOOT 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 I FOOT 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. JAMES W. ENGLERT, PE 2 1 Page PEER REVIEWS (STRUCTURES) EAST LINK BASCULE BRIDGE EVALUATION I DUBLIN, IRELAND I 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 I SAN JOAQUIN COUNTY, CA I 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. 1-75 OVER MAIN A CANAL BRIDGE DECK REPLACEMENT I SARASOTA COUNTY, FL I FOOT 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. 1-75 OVERJACARANDA BOULEVARD BRIDGE WIDENING AND DECK REPLACEMENT I SARASOTA COUNTY, FL I 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. 1-75 OVER RIVER ROAD, JACKSON ROAD AND HAVANA ROAD, BRIDGE WIDENING AND DECK REPLACEMENT, SARASOTA COUNTY, FL — FOOT 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. 1-75 OVER CLARK ROAD BRIDGE DECK REPLACEMENT I SARASOTA COUNTY, FL I FOOT 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 I LYNCHBURG, VA I 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. JUPITERANDIANTOWN ROAD INTERCHANGE RAMP BRIDGE REPLACEMENT OVER FLORIDA'S TURNPIKE I 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. Hardesty&Hanover CO 7eY C014ftty CEI SERVICES FOR Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No. 21-7880 Hardesty riW &Hanover CEI Services for Collier C014ftty Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 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 H&H is not a certified (DBE), we have teamed with Hyatt Survey Services whom carries this designation to show our commitment to the program. Woman Business Certification Hyatt Survey Services, Inc. Is certified underthe provisions of 287 and 295.187, Florida Statutes, for a period from: 09/03/2019 09/03/2021 s R.c Florida➢eparcmenc of ]4e®agement9ernires DePadmsnl cf Office MS�PWie-Drve-si[y MANAGEMENT "°° Pia raiiah s32599 SERVICES ,FLszsvP �u OHlce of Supplier Diversity www.dmsmyllvitlacwnfcM Hardesty&Hanover 3-1 CO 7eY C014ftty CEI SERVICES FOR Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No. 21-7880 Hardesty riW &Hanover W CEI Services for COTRICT county Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement Gator Canal Bridge Replacement Collier County, FL This Collier County project requires the replacement of the structurally obsolete bridge spanning Gator Canal on CR 836. The construction is phased to maintain 2 lane traffic as Immokalee Road is the main route to downtown Naples for the roughly 30,000 Immokalee residents. Maintaining two lanes of traffic is made difficult as the current bridge constructed in 1955 (widened in 1977) has many deficiencies in the timber pile foundations as noted in FDOT bridge inspection reports. Additionally, workers have to remain cognizant in the tight work zone and staging areas due to vehicles traveling at a high rate of speed and a high volume of truck traffic. The new bridge is founded on 24-inch square piles with cast -in -place (CIP) caps and a 1-foot, 6-inch CIP deck. The new bridge is being constructed wider to accommodate 12-foot travel lanes and 10-foot shoulders. Guardrail, shoulder widening, milling RPS No.: 21-7880 Owner. Collier County Contact: Steve Ritter, PE T. 239.348.1328 E: steve.ritter@colliercountyfl.gov Role: Construction Manager 2021 Anticipated 2021 Anticipated Construction Cost $1.38 million Key Personnel Steven Nappi, PE, Senior Project Engineer; and resurfacing, and rip rap complete the work. Steve serves Matthew Thomas, PE, Project Engineer as the Senior PE and is responsible for the performance of the team. His duties include claim mitigation, schedule reviews, reviewing contract documents, attending progress meetings, reviewing progress pay estimates and change orders, preparing CEI monthly invoices, and ensuring field staff have the proper training and equipment. Matt serves as the Project Engineer and is tasked with overseeing all aspects of construction. 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. Hardesty&Hanover 3-1 CEI Services for Colflier Couvity Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 Hardesty&Hanover 3-2 Collier County Administrative Services Department Procurement Services Division Reference Questionnaire Solicitation: Reference Questionnaire for: Hardestv & Hanover Construction Services. LLC (Name of Company Requesting Reference Information) Matthew Thomas/ Steve Nappi (Name of Individuals Requesting Reference Information) Name: Steve Ritter Company: Collier County Transportation (Evaluator completing reference questionnaire) (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/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Gator Canal Bridge Replacement Project Project Budget: $1,386,643.50 Completion Date: 1/19/22 Project Number of Days: 457 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.) Ongoing* 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 CEI Services for Collier Couvity Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 Gasparilla Island Swing Span Charlotte County, FL This project involved the replacement of a structurally Project Reference deficient swing span bridge located on the Boca Grande Causeway. The total bridge replacement length was 678 feet, Owner. Gasparilla Island Bridge Authority including a 219-foot swing span. Steve was responsible for all Contact: Kathy Banson-Verrico construction and administrative aspects of the new bridge T. 941.697.2271 ext. 2 which included review of contract documents and shop E: kathygiba@earthlink.net drawings; coordination of field inspection of structural, Role: Executive Director mechanical, and electrical components; assisting in CEI Completed preparation of progress pay estimates; updating shop drawing submittal logs; preparation of the final as-builts, computation books and pay item overruns/underruns; and reviewing daily reports of construction. Steve kept the client abreast of all situations affecting the project and attended meetings regarding construction claims to provide his professional opinion and recommendations on how to proceed. This project finished ahead of schedule and only saw a 5% increase from the contractor's original bid, which is a huge accomplishment given the project's complexity and issues faced. 2016 2016 $18,718,505.72 Steven Nappi, PE, Project Engineer Hardesty&Hanover 3-3 AWIN Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No.: 21-7880 CEI Services for Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement Reference Questionnaire for: Hardestv & Hanover Construction Services. LLC (Name of Company Requesting Reference Information) Steven Nappi. PE (Name of Individuals Requesting Reference Information) Name: Kathy Banson-Verrico Company: Gasparilla Island Bridge Authority (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: kathygiba@earthlink.net FAX: 941.697.56929 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/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Boca Grande Swing Span Completion Date: 7/2016 Project Budget: $18,178,505.02 Project Number of Days: 964 Item Criteria Score must be completed) 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 ***UPDATED JANUARV 28, 2020` CEI Services for Collier County Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 Vanderbilt Drive Bridge Replacements Collier County, FL This project required the replacement of two existing, Project Reference functionally obsolete bridges located on Vanderbilt Drive and the resurfacing/reconstruction of the roadway from south of Owner. Collier County Bridge #030178 to the south end of Bridge #034176 over the Contact: Steve Ritter Cocohatchee River. The existing bridge culvert was replaced T. 239.348.1328 with a double -barrel 12-foot by 8-foot box culvert while the three -span bridge over Little Horse Pass was replaced with a single -span founded on 24-inch pile end bents. The superstructure included 36-inch Florida -I Beams with an 8-inch CIP concrete deck, CIP traffic barriers, and pedestrian walls. A concrete sheet pile wall was used to raise the existing roadway approximately 7 feet. The concrete wall was installed by means of jetting per FDOT Specifications. This project also included the reconstruction of a 10-foot shared path, deconstruction and removal of a pedestrian bridge, and extensive utility E: Steve.Ritter@ coIIiercountyfLgov Role: Roadway Construction Manager CEI Completed 2018 2018 $5.4 million Key Personnel Steven Nappi, PE, Senior Project Engineer relocations. The newly constructed asphalt pathway stretched Matt Thomas, PE, Project Engineer for just over half a mile spanning the distance between both bridges. Due to the pathway crossing over force mains and water mains servicing the local condominiums, detailed communication was needed for the residents being affected within the area. Maintaining the pedestrian flow for this project was vitally important as this area of Naples is a corridor for cyclists and residents walking to the beach. Steve and Matt were 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. QM—: �i 'it 04, Ali P;tiili AA ti �� uii v .dMln J11',lild' ,I i{Slil, !l v ���_• _ -._...w..� Y.:!ir� ri �rF:,��� -.qFe 4�k JiLP! 4.ii7! r{yy�.J4_ TliyT :s7n Erna: Hardesty&Hanover 3-4 AWIN Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No.: 21-7880 CEI Services for Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement Reference Questionnaire for: Hardestv & Hanover Construction Services. LLC (Name of Company Requesting Reference Information) Steven Nappi. PE (Name of Individuals Requesting Reference Information) Name: Kathy Banson-Verrico Company: Gasparilla Island Bridge Authority (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: kathygiba@earthlink.net FAX: 941.697.56929 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/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Boca Grande Swing Span Completion Date: 7/2016 Project Budget: $18,178,505.02 Project Number of Days: 964 Item Criteria Score must be completed) 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 ***UPDATED JANUARV 28, 2020` AWIN Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No.: 21-7880 CEI Services for Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement Reference Questionnaire for: Hardestv & Hanover Construction Services. LLC (Name of Company Requesting Reference Information) Steven Nappi. PE (Name of Individuals Requesting Reference Information) Name: Steve Ritter Company: Collier County Transportation Engineering (Evaluator completing reference questionnaire) (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/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Vanderbilt Drive Bridge Replacements Completion Date: 6/2018 Project Budget: $5,415,914.91 Project Number of Days: 553 Item Criteria Score must be completed) 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 ***UPDATED JANUARV 28, 2020*** CEI Services for Collier Couvity Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 White Boulevard over Cypress Canal Bridge Replacement Collier County, FL This Collier County project required the replacement of a Project Reference 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 and Matt were responsible for oversight of all Owner. Collier County Contact: Steve Ritter T. 239.348.1328 E: Steve.Ritter@ coIIiercountyfLgov Role: Roadway Construction Manager CEI Completed 2019 2019 $3.5 million Steven Nappi, PE, Senior Project Engineer Matt Thomas, PE, Project Engineer construction and administrative aspects, including reviewing contract documents; conducting progress meetings; completing progress pay estimates, change orders, and the final estimate package; submitting CEI monthly invoices; reviewing shop drawings; updating submittal logs; producing the final as-builts; managing field activities; and reviewing daily construction reports. Hardesty&Hanover 3-5 AXIN Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7817 CEI Services for Pelican Bay Sidewalk Improvements Reference Questionnaire for: Hardestv & Hanover Construction Services. LLC (Name of Company Requesting Reference Information) Matthew Thomas, PE (Name of Individuals Requesting Reference Information) Name: Steve Ritter Company: Collier County Transportation Engineering (Evaluator completing reference questionnaire) (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/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: White Bouelvards at Cypress Canal Completion Date: 2/2019 Project Budget: $3,730,719.70 Project Number of Days: 578 Item Criteria Score must be completed) 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 ***UPDATED JANUARV 28, 2020` AXIN Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7817 CEI Services for Pelican Bay Sidewalk Improvements Reference Questionnaire for: Hardestv & Hanover Construction Services. LLC (Name of Company Requesting Reference Information) Matthew Thomas, PE (Name of Individuals Requesting Reference Information) Name: Steve Ritter Company: Collier County Transportation Engineering (Evaluator completing reference questionnaire) (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/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: White Bouelvards at Cypress Canal Completion Date: 2/2019 Project Budget: $3,730,719.70 Project Number of Days: 578 Item Criteria Score must be completed) 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 ***UPDATED JANUARV 28, 2020` CEI Services for Collier Couvity Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 Immokalee Road Intersection Improvement Collier County, FL 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 Owner. Collier County Contact: Eric Fey T. 239.252.1037 E. eric.fey@colliercountyfl.gov Role: Utility Project Manager CEI Completed 2017 2017 $7.75 million Key Personnel project required installation of over eight tons of fittings and Matthew Thomas, PE, Project Manager 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. Hardesty&Hanover 3-6 AWIN Collier County Administrative Services Department Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 20-7817 CEI Services for Pelican Bay Sidewalk Improvements Reference Questionnaire for: Hardestv & 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) Email: eric.feyncolliercountyfl.gov FAX:N/A Company: Collier County Public Utility Engineering and Project Management Division (Evaluator's Company completing reference) Telephone: 23 9.252.103 7 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/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: Immokalee Road & Collier Boulevard Intersection Improvement Project Budget: $7,750,472.15 Completion Date: 12/2017 Project Number of Days: Item Criteria Score must be completed) 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 ***UPDATED JANUARV 28, 2020` CO 7eY C014ftty CEI SERVICES FOR Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No. 21-7880 Hardesty riW &Hanover if:P1 CEI Services for COTRICT county Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 W8100 H&His a renowned engineering firm with 134 years of experience delivering comprehensive 87solutions to some of the most unique engineering challenges throughout the world. We employ more than 400 professionals in 25 offices, including Naples located at the intersection of 1-75 and Immokalee Road and a field office in Immokalee at the corner of Lake Trafford Road and SR 29. With our experience, staffing, and offices, H&H offers the resources of a large firm with the responsiveness of a small company. We are happy to report record high rankings in the 2020 Engineering News Record (ENR) placing 7th in bridges and 42nd in transportation. We are H&H has performed CEI and design services on iconic bridges throughout prequalified in 25 work types with the Florida Department of Florida and around the world! Transportation (FDOT), including 3.1, 4.1.1, 4.1.2, 5.1, 5.4, 9.0, 10.1, 10.3, and 10.4, which are relevant for this contract. In addition to our CEI group, we have an impressive design group working out of H&H's Tampa and Ft. Lauderdale offices. The design teams are available to perform plan reviews for the design portion of the contract which has proven to be a valuable service on our current Veterans Memorial project. Findings discovered during these reviews have assisted the design build firm in maintaining the schedule while ensuring the County receives a quality set of plans. 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 H&H's personnel proposed for this project sets us apart from our competition. This includes our management team led by Steve Nappi, PE, and Matt Thomas, PE, our inspection staff led by Senior Inspector Ron Westrem, and a design team led by Jim Phillips, PE, and Henri Sinson, PE. Our staff will ensure that the project progresses in accordance with County expectations, field work is performed according to the plans and specs, and design submittals meet the requirements of the RFP and specified manuals. PROJECT UNDERSTANDING We understand this project to be the fifth design -build contract for the County has recently undertaken. Design -build contracts are different from conventional design -bid -build contracts in that the designer and contractor work together to develop the plan set to meet the RFP's goals. This requires permit acquisition along with plan submittals at specified intervals. In addition to expediting projects, one of the greatest advantages of design -build contracts is a reduction in claims. Interpretation of the RFP and differing site conditions are typically the PROACTIVE PARTNERING APPROACH Prior to advertisement, we met with County Design Project Managers to learn about this project. We have also discussed the project with the three shortlisted design -build firms and have worked with all of the contractors on previous assignments. 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 to meet the County's goals while avoiding claims. Our staff has design -build project experience in Collier County with H&H's current experience working on the Veterans Memorial Phase I contract. This design -build experience gives our team the knowledge and understanding to administer this type of contract and allows us to assist the County, as well as the design -build team in successfully completing the project. From our Veterans Memorial experience we have gained practical knowledge of how the County manages design -build contracts. We have had several meetings with Collie County design staff to discuss concerns and receive RFP clarification to mitigate issues. Hardesty&Hanover 4-1 CEI Services for Collier Couvity Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 Post Tensioned Sonovoid Slabs & Maintenance of Traffic The Golden Gate Parkway Bridge was completed in 1971. Recent inspection reports have noted issues with the post tensioning system, which resulted in an increased inspection frequency and designation as a functionally obsolete bridge. The post tensioning will present some issues with phasing as the bars will need to be exposed and de -tensioned prior to demolishing the slabs for Phase I. This is further hindered by the volume of vehicular traffic that travels this route daily. Our team will ensure the demolition is carefully performed to avoid damage to the Phase II post tensioning system. This attention to detail will also be required when placing the type k barrier wall to avoid drilling through transversely post tensioned bars and longitudinally pretensioned strands for the keeper pins. Another MOT concern is pedestrian access. Phase I necessitates the removal of the north pedestrian bridge, which will close the north sidewalk and pedestrians will have to be routed around the work zone using the south pedestrian bridge. We will review the temporary traffic control (TTC) plans to ensure the design -build firm has addressed these concerns. Utilities There appear to be three conduits attached to the north face of the bridge, with one of them being a Traffic Operations line. These utilities will need to be relocated prior to starting phase I. This requires early communication with the utility owners to ensure their relocations do not affect the work schedule. We understand that the County is in the process of not allowing utility owners to attach their facilities to the bridge. This will likely have the utilities cross the canal via directional bores. Additionally, there are overhead electric lines which will need to be considered when performing the work. We are very familiar with this type of work and will ensure utility owners are contacted early in the design phase. Along with the conduit lines, there is also a water line that is in close proximity to the existing bridge structure. The contractor will need to use extreme caution as they remove the pedestrian bridge on the south side of the road. Our team has experience working on and close to utility lines that parallel bridge replacements, similar to the White Boulevard Bridge Replacement Project. H&H has experience in relocating pedestrian bridges for Collier County as we previously provided oversight for this work with the Vanderbilt Drive Bridge Replacement project. Florida Slab Beams Florida Slab Beams (FSBs) are now detailed in FDOT standard plans 450-450. These drawings also include Standard Plans Instructions (SPIs) to assist designers with the application. Items found within the STIs include: • Plans content requirements with respect to beam variables (e.g. data tables for prestressing strand patterns, camber and deflection) • Construction materials and standard pay item numbers • Superstructure components including superstructure rebar details, bearing pads and expansion joints. • Design aids with recommended maximum span lengths based on beam width, beam type, and CIP topping thickness. Hardesty&Hanover 4-2 CEI Services for Collier county Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement Standard slab beam designs are for 12-, 15-, and 18-inch thicknesses which have a cast -in -place concrete topping that is either 6 or 6.5 inches, depending on the bridge classification. FSBs vary in width from 4 to 5 feet in 1-inch increments and are designed as simply supported spans for dead and live load. An emphasis must be placed on the phasing to ensure the connections of one phase to the next. Additional construction concerns that must be contemplated include the camber as differential camber can be an issue, and the topping slab surface preparation and curing which requires attention during inspection and proper plan notes. An additional resource offered by the H&H team is the utilization of our Tampa design staff RPS No.: 21-7880 _J Imo. -imI I„li11Eil II®I should casting yard inspection be requested. Having the inspection performed by Tampa staff saves time traveling to the yard (should a Tampa facility be used) and comes as a cost savings to the County. PROJECT APPROACH H&H will apply a proactive partnering approach to this project. We will be proactive during the design phase by ensuring the contractors' conformance to the RFP scope, holding biweekly 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 design -build contract will ensure constructability concerns are met prior to construction, which will assist in project completion within contract time. Plan reviews of design submittals will be performed by H&H's design team, which is made up of professionals in various disciplines. PROACTIVE PARTNERING APPROACH We successfully manage projects with this philosophy, as evidenced by our staff's projects being completed on time and within budget and their personal relationships with contractors continuing once projects are completed. 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. The H&H 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. We will meet with the contractor's project manager prior to work beginning to share our expectations and listen to their concerns. We will also 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 the project on schedule. Hardesty&Hanover 4-3 ID Task Name Duretion Start Finish Predecessors Successors 1 NTP 1 day Mon 8/2/21 Man 8/2/21 2 2 Design/Permitting/Re—,110 days Tue 8/3/21 Mon 1/3/22 1 3F5-5 days 3 Mobilization 5 days Tue 12/28/21 Mon 1/3/22 2FS-S days 4SS,SSS a TTC Signage 2days Tue 12/28/21 Wed 12/29/2355 6 S Erosion Control 2 days Tue 12/28/21 Wed 12/29/2355 6 6 MOT Phase l Setup Demo existing bridge 15 days 15 days Thu 12/30/21 Wed 1/19/224,5 Thu 1/20/22 Wed 2/9/22 6 , 855+10 days ] 8 Drive test piles 1D days Thu 2/3/22 Wed 2/16/227SS+10 days 9SS+5 day, 9 Drive Bent 5days Thu 2/10/22 Wed 2/16/228SS+5days 10,13F5+5days 10 Drive Bent 5days Thu 2/17/22 Wed 2/23/229 11 11 Drive Bent Sdays Thu 2/24/22 Wed 3/2/22 10 12 12 Drive Bent Form & Pour end bent 1 5days 5 days Thu 3/3/22 Wed 3/9/22 11 Thu 2/24/22 Wed 3/2/22 9F5+5 days 16 14 13 14 Form & Pour S days Thu 3/3/22 Wed 3/9/22 13 15 intermediate bent 2 15 Farm & Pour 5 days Thu 3/10/22 Wed 14 16 intermediate bent 3 3/16/22 16 Form & Pour and bent 4 5 days Thu 3/17/22 Wed 3/23/2215,12 17 17 Place embankment/base to days Thu 3/24/22 Wed 4/6/22 16 1855+5days Approaches 18 Place rip rap Place beam slabs span 1 10 days 2days Thu 3/31/22 Wed 4/13/22 1711+5 days Thu 4/14/22 Fri 4/15/22 18 19 20 19 20 Place beam slabs span 2 2days Mon 4/18/22 Tue4/19/2219 21 t Place beam slabs span 3 2days Wed 4/20/22 Thu 4121/22 20 22 22 Place beam slabs span 4 2days Fri 4/22/22 Mon 4/25/2221 23 23 Form&Pour 1S days Tue 4/26/22 Mon 22 24 Deck/approach slabs Farm& Pour TrafFlc/Ped 30 days 5/16/22 Tue 5/17/22 Mon 23 25 24 Rail Install ped rail 5 days 5/30/22 Tue 5/31/22 Mon 6/6/22 24 26 25 26 MOT Phase 11 30 days Tue 6/7/22 Mon 6/20/2225 27 27 Demo existing bridge 15 days Tue 6/21/22 Mon ]/11/2226 28 The creation of this CPM conceptual schedule highlights our 28 Ed. bent 1 ]days Tue,%12/22 Wed 7/20/2227 ,9,32 29 Drive bent 5days Thu 7/21/22 Wed ,/27/2228 3D understanding of bridge construction and the ability to utilize Drivebent 3 5days Thu,/28/22 Wetl8/3/22 29 31 Microsoft Project as a scheduling platform. Our staff puts a high 30 31 Drivebent 4 5days Th.8/4/22 Wed 8/10/2230 35 emphasis on reviewing schedules as they can either strengthen or 32 Form &Pour end bend 5days Thu,/21/22 Wed ,/27/2228 33 , weaken the County s position with regard to claim solutions. 33 Form &Pour intermediate bent 5days Thu Wed 32 34 Ensuring schedules are submitted timely and are a reasonable, 34 Form&Pour 5days Thug/4/22 Wed 33 35 accurate portrayal of the Contractor's work efforts assists in the intermediate bent 3 8/ID/22 timely completion of projects. We believe this exercise also allows 36 36 Form &Pour end bent Form&Pour 5days IS days Thu 8/11/22 Wed 8/17/2234,31 Thug/18/22 Wed9/]/22 35 36 3, us to be ready for this project as our team has broken the work into Deck/approachslabs small tasks providing us a solid understanding of how the work will 37 Form &PourTraf,Rail Plane &groove deck 1Ddays 2days Thu9/8/22 Wed 9/21/2236 Thu9/22/22 F69/23/22 37 38 39 proceed. 38 39 Milling & Resurfacing Sdays Mon 9/26/22 Fn9/30/22 38 40 40 Sodding Substantial Completion 2 days 1 day Mon 30/3/22 Tue 30/4/22 39 Wed 10/5/22 Wed 1D/5/2240 41 42 41 42 Punch list 24 days Thu 10/6/22 Tue 11/8/22 41 43 43 Final Completion 1 day Wed 11/9/22 Wed 11/9/2242 Tao ummary 11 lnamve.11— O 1urm0n-0n1y son,-0n1y C loernal i—.a ♦ manual vmgrex P je Golden GAte Schedule Date: Thu 4/8/21 split — — — — _ P.,ac ummary r -----1 lnamre ummary I 1 mama ummary nollup rims only 3 —11re ♦ n rack n n mmary lx rn — Pro9nss Page 1 CEI Services for Collier Couvity Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 Willingness to meet time and budget requirements CEI BUDGET We have the responsibility of adequately staffing the project as desired by the County. Our understanding of construction, design, and CEI contracts will ensure the proper contract amount is agreed to. Understanding design -build contracts, the design process, and construction phasing is essential when assembling staff hour estimates and this will ensure the CEI budget is adequate. It will also be imperative to utilize appropriately skilled inspection staff where required. Staffing Steve and Matt have excellent contract management skills. Under Steve's From management to inspectors leadership, the Vanderbilt Drive Bridge Replacements project returned a we look forward to providing significant portion of unused funds back to the County. Also, despite the White resources to this contract that are Boulevard project extending beyond the allowable contract time, Steve was responsive and locally based. able to adequately staff the project within the original budget eliminating the need for a change order for additional CEI funds, which would have been warranted. Matt is also showcasing his management skills by successfully staffing the Gator Canal Bridge Replacement contract, which has a significantly reduced CEI budget. He will utilize the same skills on this contract which requires flexibility and all hands on deck. Value Added Our local presence and previous experience working with Collier County offer significant value to the project. With current Collier County assignments, we work from two local offices: a field office located at the corner of SR 29 and Lake Trafford Road and an office at the Napoli Center located at Immokalee Road and 1-75. Either office can be supplemented through work from our vehicles, which are equipped with laptops and printers. We will discuss how Microsoft Teams further simplifies our mobile office below. Additionally, our staff has a successful work history with Collier County staff. This includes vast experience on design build projects like the Golden Gate Boulevard Widening Phase II project. Our staff has also worked with all of the contractors that are shortlisted on this contract including QE on the Veterans Memorial Phase I design build contract. Utilization of Microsoft Teams Our team will implement Microsoft Teams for this project. Microsoft Teams is a next generation . SharePoint where users can view documents and enjoy the added features of real time conversations via video calling. These features include a mobile application to have documents readily available at their fingertips in the field and a calendar for meetings that automatically syncs to an Outlook calendar. The video calling 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. 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. We used this program for progress meetings with great success on previous County projects. Quality Control/Quality Assurance H&H has created a Quality Assurance (QA) plan very different from our competitors. Our comprehensive plan is short enough to be used as guidance during construction for field staff. Our QA plan reinforces our proactive approach by ensuring staff is receiving deliverables timely and not determining items were missed after the fact. The plan covers all items from pre-, during, and post- construction activities and internal meetings are held before each phase to make sure Hardesty&Hanover 4-5 CEI Services for Collier County Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 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. Material Testing H&H previously created material tracking spreadsheets saved on shared 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. Innovative Concepts H&H continuously strives to stay ahead of emerging technologies. The most recent example of this was the purchase of a drone capable of taking high definition aerial photos. These photos will be used to capture progress photos of the project which will be included in our monthly summaries. We will also take a photo upon completion to serve as a memento of the project. This drone will also complement our inspection staff by helping us to get views of areas that might otherwise not be accessible. Hardesty&Hanover 4-6 CO 7eY COUnty CEI SERVICES FOR Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No. 21-7880 Hardesty riW &Hanover CEI Services for COTRICY c01414ty Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 The majority of our day-to-day work will be conducted out of our vehicles which are equipped with laptops, printers, and hand tools required to inspect the work including smart levels, density gauges, and measuring devices. Working out of vehicles affords our team real time information from the project site allowing staff to know what's occurring on the project and the ability to resolve issues expeditiously. Our ability to work from vehicles, location of offices and the residences of our team members will facilitate the effective management of this project. Our recently opened Napoli office at the north west corner of 1-75 and Immokalee Road will be used for administration duties. This office is large enough to house our staff and has conference room suitable for in person meetings. This comes as a significant cost savings to the County as we will not be charging the rent and utilities to this project. Our selected team members all reside near the project site. This allows for a quick response time to the project when needed. Staff can quickly arrive to the site to perform tests, sample materials, inspect work, complete necessary reports, or perform other actions as required by the County. Our teams proximity to the project also enables us to understand weather threatening the project. This could range from heavy rains to hurricane force winds. Our staff will be available to keep a pulse on weather forecasts and assist the contractor with steps required for preparedness. We will also be available to review the project after storms to decide if items need to be addressed. H&H has a SharePoint based server called Egnyte. This allows H&H users to save and share information while having the additional security of the documents being backed up. Egnyte is very useful on this project as we will be able to place the documents in folders that can be accessed by members of our design team. This is more convenient than utilizing a file transfer protocol (FTP) site to share documents as it is faster and avoids duplicate work. Once the files are saved, any H&H employee from our design offices can access the documents, perform their reviews, and save their comments. This has already proved effective on the Veterans Memorial Boulevard project. Hardesty&Hanover 5-1 z CO 7eY C014ftty CEI SERVICES FOR Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No. 21-7880 Hardesty riW &Hanover CEI Services for Collier County Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 Tab 6: Recent, Current, And Projected Workloads of the Firm Firm's Current Workload Hardesty & Hanover (H&H) has recently been awarded nine contracts. They are listed below with a contract description and explanation of how they will not affect the staffing of this project. Veterans Memorial Phases I & II Collier County Transportation Engineering H&H has been awarded this contract to provide CEI services for the Veterans Memorial road construction project which will connect Livingston road to Old 41 in Naples. Several inspectors with will be working on this project which is very close in location to the Golden Gate project. This will allow us to have local staff available to assist if the need arises. Staff is utilizing our Napoli Center office to manage this contract which will also be used by our Golden Gate staff. 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. We anticipate this contract being final accepted prior to the start of the Golden Gate contract. Hendry County Sidewalk Project H&H has been awarded this contract to provide CEI services for the sidewalk installation on Old CR 78 from CR78 to SR 29. We will have an Senior Inspector on this short duration project which we anticipate being complete prior to the start of the Golden Gate contract. Lee County Miscellaneous Services Contracts H&H has been awarded this continuing services contract for Lee County which includes both our CEI and Design teams. Consultants holding this contract will be solicited for tasks and will have the option of accepting the assignment. We will not accept assignments that cannot be handled by our additional staff. 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 if it conflicts with our ability to adequately staff the Golden Gate contract. D7 2073141160217208 - 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 if it conflicts with our ability to adequately staff the Golden Gate 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 if it conflicts with our ability to adequately staff the Golden Gate 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. We will not propose staff if it conflicts with our ability to adequately staff the Golden Gate contract. 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. Hardesty&Hanover 6-1 CEI Services for Collier Co-Nnty AVAILABILITY Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 We can ensure the County that we have the staff necessary and the flexibility to adequately manage this project. In addition, H&H has the resources to bring on additional staffing if deemed appropriate. The table below shows our team's availability in percentage, followed by a staff hour estimate. 2021 Staff Availability 2022 2023 Staff Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Apr Mar Apr Steven 90 90 90 90 90 90 90 90 90 90 90 90 90 90 90 90 90 90 Nappi, PE Matt 60 60 60 60 60 60 60 60 60 60 60 60 60 60 60 60 60 60 Thomas, PE Ron 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 Westrem CEI = 17 Months 17 Constructon = 15 Months o c d Based on Scope Time y O U Personnel O a 2022 2023 a6 Jan Feb Mar Apr May Jun Jul Aug Sept Oct Nov Dec tan Feb Mar Apr Staff Name Firm DBFJSBE Classifications Dec Man Months Man Hours Steve N appi, P.E. H&H Senior Project En g inear 0.50 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.20 0.10 0.10 0.10 3.4 661 Matt Thomas , P.E. H&H Project Engineer 0.60 0.20 0.2D 0.20 0.20 0.20 0.20 0.20 0.2D 0.2D 0.20 0.20 0.2D 0.60 0.60 0.60 0.60 6.4 891 Ron Westrem H&H Senior Ins pector 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.50 C.50 1,00 1.00 1.00 1.00 10.6 1733 0.0 0 TOTAL 1.6 0.9 0.9 0.9 0.9 0.9 0.9 0.9 0.9 0.9 0.9 0.9 0.9 1.8 1.7 1.7 1.7 19.3 3196 Hardesty&Hanover 6-2 CO 7eY COUnty CEI SERVICES FOR Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No. 21-7880 Hardesty riW &Hanover f 7u JD 4 C !D Q 0 CEI Services for Collier county Golden Gate Parkway Over Santa Barbara Canal Bridge Replacement RPS No.: 21-7880 Hardesty&Hanover 7-1 Collier C014.-nty Administrative Services Department Procurement Services Division Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items: ® General Bid Instructions has been acknowledged and accepted. ® Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. ® Form 1: Vendor Declaration Statement ® Form 2: Conflict of Interest Certification ® Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. ® Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. ® Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal or you MAY be DEEMED NON -RESPONSIVE ® E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. ❑ , has been e*eeu4ed and r-etumed. Collier- 0 Lee County Business Tax Reeeipt should be a4taehed with yeur submittal to be eensid N/A ® Form 5: Reference Questionnaires form must be utilized for each requested reference and included with your submittal; if applicable to the solicitation. F-1 Form 6: &ant Provisions and Assufances package in its entirety, if applieable, are executed and should be included with your submittal. All forms must be executed or you MAY be DEEMED NON RESPONSIVE. N/A ® Vendor W-9 Form. ® Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. ❑ N/A ® Copies of all requested licenses and/or certifications to complete the requirements of the project. ® All addenda have been signed and attached, or you MAY be DEEMED NON -RESPONSIVE. ❑ , if . N/A ® Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. ***UPDATED JANUARV 28, 2020` corer CAMHty Administrative SerAm Depaftal Procurement Services Division Form 1: 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 hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. 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 work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 8th day of April , 2021in the County of Hillsborough , in the State of Florida Firm's Legal Name: Address: City, State, Zip Code: Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: Hardesty & Hanover Construction Services. LLC _Naples, FL 34110 ®1 Principal Stephan Heimburg, PE Additional Contact Information Send payments to: Hardesty & Hanover Construction Services. LLC (required if different from Company name used as payee above) Contact name: Que Tu Title: Financial Accounting Manager Address: 1501 Broadway, Suite 601 City, State, ZIP New York. NY 10036 Telephone: 212.994.1150 Email: qtu@L)hardestVhanover.com Office servicing Collier County to place orders (required if different from above) Contact name: Steven NanniPE Title: Regional Manager of Construction Services Address: 5644 Tavilla Court, Suite 206 City, State, ZIP Naples, FL 34110 Telephone: 941,979,5476 Email: snaooil@hardestvhanover.com Coder Cmilty Administrative Services Depatrrient Procurement Services Division Form 2: Conflict of Interest Certification 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. Hardestv & Hanover Construction Services. LLC Company Name Signature Stephan Heimburg, PE, Principal State of Florida County of Hillsborough The foregoing instrument was acknowledged before me by means of ® physical presence ❑ of April (month), ?m1 (year), by Stephan Heimburg. PE r T ___� fi Pon Ni fARY PUBLIC JfA M! OF FLORIDA 11a3 Personallv Known R Produced Identification Type of Identification Produced Print Name and Title notarization, this 8th day Public LSt6te of Florida) Yolanda Perez (Print, Type, or Stamp Commissioned Name of Notary Public) 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 MI 1000005507. I further certify that said limited liability company has paid all fees due this office through December 31, 2021, that its most recent annual report was filed on February 3, 2021, 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 Third day of February, 2021 Secretary etarj o ,Mate Tracking Number: 3001428973CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:Hservices.sunbiz.org/Filings/CertificateOfstatus/CertificateAuthentication cor er co.,lty AdministaM Services Departrrtent Procurement Semces DNIsion Form 3: 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 be enrolled in the E-Verify program (https://www.e-verify.2ov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment 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 which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BED MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid. Hardesty & Hanover Construction Services, LLC Company Name to Signature Stephan Heimburg, PE, Principal Print Name and Title State of Florida County of Hillsborough The foregoing instrument was acknowledged before me by means of IN physical of April _ (month), 7021 (year), by V"Vcwie Yolanda Perez NOTARY PUBLIC STATE OF FLORIDA Cornrrdt GG971183 wExpires 7112l2024 Yolanda Perez (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification Type of Identification Produced � sect v- orE-Verif Company ID Number: 141330 THE E-VERIFY MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS ARTICLE I PURPOSE AND AUTHORITY 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. E-Verify is a program that electronically confirms an employee's eligibility to work in the United States after completion of Form 1-9, Employment Eligibility Verification (Form 1-9). 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. Page 1 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 141330 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 1-9 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 1-551 (Permanent Resident Card), Form 1-766 (Employment Authorization Document), or U.S. Passport or Passport Card to complete Form 1-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee's Form 1-9. 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 1-9. 7. The Employer agrees to record the case verification number on the employee's Form 1-9 or to print the screen containing the case verification number and attach it to the employee's Form 1-9. 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 1-9 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 1-9 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 Page 2 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 141330 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 1-9 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 1-9 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 1-9 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(1)) 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 Page 3 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 141330 (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 VI 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 VI 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 Page 4 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 141330 reasonable notice, to review Forms 1-9 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. Page 5 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 141330 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 1-9 as the basis for creating an E-Verify case for an employee assigned to a contract as long as: i. That Form 1-9 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 1-9 information either in person or in communications with the employee to ensure that the employee's Section 1, Form 1-9 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 1-9 consistent with Article II.A.6 or update the previous Form 1-9 to provide the necessary information if: i. The Employer cannot determine that Form 1-9 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 1-9 contains no SSN or is otherwise incomplete. Note: If Section 1 of Form 1-9 is otherwise valid and up-to-date and the form otherwise complies with Page 6 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 141330 Article II.C.5, but reflects documentation (such as a U.S. passport or Form 1-551) that expired after completing Form 1-9, 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 Page 7 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 141330 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 Page 8 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 141330 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 Page 9 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 141330 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 1-551, Form 1-766, 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. Page 10 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 141330 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, Page 11 of 17 E-Verify MOU for Employers i Revision Date 06/01/13 E-Verifv- Company ID Number: 141330 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. Page 12 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 riE-Vefv— or �y�N� Company ID Number: 141330 Approved by: Employer Hardesty & Hanover, LLC Name (Please Type or Print) Title Billinghurst Michelle Signature Date Electronically Signed 08/01/2008 Department of Homeland Security — Verification Division Name (Please Type or Print) Title USCIS Verification Division Signature Date Electronically Signed 08/01/2008 Page 13 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 � sect v- orE-Verif Company ID Number: 141330 Information Required for the E-Verify Program Information relating to your Company: Company Name Hardesty & Hanover, LLC Company Facility Address 1501 Broadway New York, NY 10036 Company Alternate Address County or Parish NEW YORK Employer Identification Number 453031954 North American Industry Classification Systems Code 541 Parent Company Number of Employees 100 to 499 Number of Sites Verified for 22 Page 14 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: 141330 Are you verifying for more than 1 site? If yes, please provide the number of sites verified for in each State: 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 15 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: 141330 Information relating to the Program Administrator(s) for your Company on policy questions or operational problems: Name Susan Cohen Phone Number (646) 428 - 8520 Fax Number (646) 390 - 0800 Email Address scohen@hardesty-hanover.com Page 16 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 E-Verifv- Company ID Number: 141330 Page intentionally left blank Page 17 of 17 E-Verify MOU for Employers I Revision Date 06/01/13 Request for Taxpayer Form Wm 9 (Rev. October 2018) Identification Number and Certification Department of the Treasury Internal Revenue Service ► Go to www.irs.gov1FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Hardesty & Hanover, LLC 2 Business name/disregarded entity name, if dJferent from above Give Form to the requester. Do not send to the IRS. M 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to 0 following seven boxes. certain entities, not individuals; see a o r� ❑ Individual/sole proprietor or LJ C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate instructions on page 3): ai single -member LLC Exempt payee code (if any) ao ,j ❑✓ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► S p w Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting w LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is another LLC that is not disregarded from the owner for U.S. federal tax Otherwise, a single -member LLC that code if any) ( d cci _ purposes. is disregarded from the owner should check the appropriate box for the tax classification of its owner. y ❑ Other (see instructions) ► (Applies to accounts maintalmd outside the U.S.) N 5 Address (number, street, and apt. or suite no.) See instructions. Requester's name and address (optional) 1501 Broadway, STE 601 6 City, state, and ZIP code New York, NY 10036 7 List account number(s) here (optional) Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid social security number backup withholding. For individuals, this is generally your social security number (S. However, fora _ m — resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. F_T__� Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part II, later. Sign Signature of Here I U.S. person ► To General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov1FormW9. Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) which may be your social security number (SSN), individual taxpayer identification number ([TIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid) Date ► 6;/13 /2 Ut 19 • Form 1099-DIV (dividends, including those from stocks or mutual funds) • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds) • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers) • Form 1099-S (proceeds from real estate transactions) • Form 1099-K (merchant card and third party network transactions) • Form 1098 (home mortgage interest), 1098-E (student loan interest), 1098-T (tuition) • Form 1099-C (canceled debt) • Form 1099-A (acquisition or abandonment of secured property) Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. If you do not return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. Cat. No. 10231X Form W-9 (Rev. 10-2018) Collier County Solicitation 21-7880 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:Hgpps.fldfs.com/bocexempt/ 2. ® Employer's Liability $_1,000,000_ single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $_1,000,000_single limit per occurrence, $2,000,000 aggregate for Bodily Injury ISO form Liability and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor 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 ContractorNendor 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 $ _500,000_ 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 ❑ Umbrella $ 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. 4/1/2021 2:49 PM p. 41 Collier County Solicitation 21-7880 8. ❑ Performance and Payment For projects in excess of $200,000, bonds shall be submitted with the executed Bonds 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. 3/10/21 - 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 Ha� . & Vendor Signature Print Name Insurance Agency Agent Name Stephan Heimburg, PE; Greyling Ins. Brokerage/EPIC Jerry Noyola Services, LLC Date April 8, 2021 Telephone Number 770.552.4225 4/1/2021 2:49 PM p. 42 Client#: 25393 HARDHANO ACORD.. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 7/21/2020 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). PRODUCER CONTACT NAME: Jerry Noyola Greyling Ins. Brokerage/EPIC PHONE 770-552-4225 FAX 866-550-4082 A/C, No, EXt : A/C, No 3780 Mansell Road, Suite 370 E-MAIL o oa re Il ADDRESS:er ry•nl y �g n y • g•com Alpharetta, GA 30022 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: National Union Fire Ins Co of PA 19445 INSURED INSURER B : Aspen American Insurance Company 43460 Hardesty &Hanover, LLC Commerce & Indust Ins. Co. INSURER C : Industry 19410 1501 Broadway INSURER DZurich American Insurance Co 16535 New York, NY 10036 INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: 20-21 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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. LT R LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR Contractual Liab. X X GL9566090 8/01/2020 08/01/2021 EACH OCCURRENCE s2,000,000 PREMISES ERENTED .r nce $ 500,000 X MED EXP (Any one person) $ 25,000 PERSONAL & ADV INJURY $2,000,000 GEN'LAGGREGATE LIMIT APPPLIESPER: POLICY XI JECT [XILOC OTHER: GENERAL AGGREGATE $4,000,000 PRODUCTS - COMP/OPAGG $4,000,000 $ A AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY X AUTOS ONLY Phy Dam X X CA5425480 8/01/2020 08/01/2021 CMINED Ea acciden SINGLE LIMIT $2,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ XHii $ B UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X X CX009N720 8/01/2020 08/01/2021 EACH OCCURRENCE $8 000 000 X AGGREGATE s8,000,000 DED X RETENTION $O $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? � (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A X WC43172130 08/01/2020 08/01/2021 X PER OTH- TAT TE ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 D Valuable Papers CPP9433490-12 8/01/2020 08/01/2021 Limit $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) ILO] aG's I I a LUTG\ I an III PJ A NJ aL'\C PI a A AG\ I PJ0 To Whom It May Concern SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE zzlllv ACORD 25 (2016/03) 1 of 1 #S2319333/M2319050 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD JNOY1 Client#: 25393 HARDHANO ACORD.. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)12/13/2020 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). PRODUCER CONTACT NAME: Jerry Noyola Greyling Ins. Brokerage/EPIC PHHc°NN 770-220-7699 a/c, • EXt : No): 3780 Mansell Road, Suite 370 E-MAIL o oa re lin y �g y g•com ADDRESS:er ry•nl Alpharetta, GA 30022 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Evanston Insurance Company 35378 INSURED INSURER B : Hardesty & Hanover, LLC 1501 Broadway INSURER C New York, NY 10036 INSURER D INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: 21-22 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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. LT R LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR PREMISES ERENTED oN.0 ence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO- JECTLOC POLICY PRO- PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY COBINED SINGLE LIMIT Ea Maccident $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ WORKERS COMPENSATION PER OH - AND EMPLOYERS' LIABILITY Y / N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N / A E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ A Professional/ MKLV7PL0004434 1/01/2021 01/01/202 Per Claim $5,000,000 Pollution Liab. Aggregate $5,000,000 Deductible $500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) ILO]a G's I I a LUTG\ I an III PJ A NJ aL'\C PI a A AG\ I PJ0 To Whom It May Concern SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE zzlllv ACORD 25 (2016/03) 1 of 1 #S2496789/M2489015 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD JNOY1 1= Loto too Ago) amom, Foot dUpr Search her a dark dome Anslication Name Find Exam Internal Lilatillikeic Details License Tire Rank "wq expire Florida Department of Transportation RON nESANTIS 605 Suwannee Street KEVIN J. THIBauLT, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY July 28, 2020 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, 2021 for contracting purposes. Aparoved Rates Field Facilities Premium Reimburse Field Overhead Capital Cost Overtime Actual Direct of Money Expenses Expense 91.04% 0.051 % Reimbursed No 2.39%* *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, ITIld Carliayn Kell Professional Services Qualification Administrator Safety, Mobility, Innovation www.fdot.gov FDOT Florida Department of Transportation RON DESANTIS 605 Suwannee Street KEVIN J. THIBAULT, P.E. GOVERNOR Tallahassee, FL 32399-0450 SECRETARY April 5, 2021 Michael Sileno, Principal HARDESTY & HANOVER, LLC 3250 West Commercial Boulevard, Suite 348 Ft. Lauderdale, Florida 33309 Dear Mr. Sileno: 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 3 - Highway Design - Roadway 3.1 - Minor Highway Design 3.2 - Major Highway Design 3.3 - Controlled Access Highway Design Group 4 - Highway Design - Bridges 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design 4.2.1 - Major Bridge Design - Concrete 4.2.2 - Major Bridge Design - Steel 4.2.3 - Major Bridge Design — Segmental 4.3.1 - Complex Bridge Design — Concrete 4.3.2 - Complex Bridge Design - Steel 4.4 - Movable Span Bridge Design Group 5 - Bridge Inspection 5.1 - Conventional Bridge Inspection 5.2 - Movable Bridge Inspection 5.3 - Complex Bridge Inspection 5.4 - Bridge Load Rating Group 6 - Traffic Engineering and Operations Studies 6.1 - Traffic Engineering Studies Safety, Mobility, Innovation www.fdot.gov Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization Group 9 - Soil Exploration, Material Testing and Foundations 9.4.1 - Standard Foundation Studies Group 13 - Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering Group 14 - Architect 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, 2021 for contracting purposes. Aegroved Rates Home/ Facilities Premium Reimburse Home Branch Capital Cost Overtime Actual Direct Overhead of Money Expenses Expense 149.13%* 0.347%* Reimbursed No 3.63%* *Interim Rates 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. CBHK/kw Sincerely, Carliayn Kell Professional Services Qualification Administrator Safety, Mobility, Innovation www.fdot.gov Collier CoN.nty Administrative Services Division Procurement Services Date: March 17, 2021 Email: Sarah.Hamilton@colliercountyfl.gov Telephone: (239) 252-8987 Addendum 1 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum # 1: 21-7880 — CEI Services for Golden Gate Parkway over Santa Barbara Canal 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: Please see the following additional document(s): 1. Concept Plans — Bridge Replacement Project Golden Gate Parkway (CR 886) over Santa Barbara Canal; and 2. Addendum comments from County's Project Manager on Concept Plans - Bridge Replacement Project Golden Gate Parkway (CR 886) over Santa Barbara Canal. If you require additional information, please post a question on the Online Bidding site or contact me at the information noted above. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. April 8, 2021 (Signature) Hardesty & Hanover Construction Service, LLC (Name of Firm) Date Collier c014ftty Administrative Services Division Procurement Services Date: March 30, 2021 Email: Sarah.Hamilton@colliercountyfl.gov Telephone: (239) 252-8987 Addendum 2 From: Sarah Hamilton, Procurement Strategist To: Interested Bidders Subject: Addendum # 2: 21-7880 — CEI Services for Golden Gate Parkway over Santa Barbara Canal 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. Detailed Scope of Work: The following has been added to 2.0 Scope: Major work groups include: 5 — Bridge Inspection; 5.1 — Conventional Bridge Inspection, 5.4 — Bridge Load Rating 10 — CEI; 10.1 — Roadway CEI, 10.3 — Construction Materials Inspection,10.4 — Minor Bridge and Miscellaneous Structures CEI Minor work groups include: • 3.1 — Minor Highway Design • 4.1.1 — Miscellaneous Structures • 4.1.2 — Minor Bridge Design • 8.1 - Control Surveying • 8.2 - Design, Right of Way Construction Surveying • 8.3 - Photogrammetric Mapping • 8.4 - Right of Way Mapping • 9.1 - Soil Exploration • 9.2 - Geotechnical Classification Lab Testing • 9.3 - Highway Materials Testing • 9.4 - Foundation Studies • 9.5 - Geotechnical Specialty Lab Testing The firms submitting as the PRIME CONSULTANT at a minimum must be pre -qualified through the FDOT in the following work groups: Group 5 — Bridge Inspection: (5.1,5.4) Group 10 — CEL (10.1, 10.3, 10.4) Also, at a minimum, the PRIME CONSULTANT or its subconsultant(s) must be pre -qualified through the FDOT in the following work groups: • Group 3 - Highway Design — Roadway: 3.1 Minor Highway Design • Group 4 - Highway Design — Bridges: 4.1 Miscellaneous Structures and Minor Bridge Design • Group 8 — Surveying and Mapping • Group 9 — Soil Exploration, Material Testing, and Foundations If you require additional information, please post a question on the Online Bidding site or contact me at the information noted above. Please sign be (Signature) d return a copy of this Addendum with your submittal for the above referenced solicitation. Hardesty & Hanover Construction Services, LLC (Name of Firm) April 8, 2021 Date Hardesty 5644Tavilla Court, Suite 206 • Naples, FL 34110 T:941.979.5476 • fl@hardestyhanover.com &Hanover www.hardestyhanover.com