V P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

Size: px
Start display at page:

Download "V P1 - CEI Services for Countywide Transit Bus Stop Infrastructure"

Transcription

1 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 1. Ability of Professional Personnel: A. Describe the qualifications and relevant experience of the Construction Engineering Inspectors, Principal In Charge, Senior Construction Inspector Construction Inspector and include any additional key technical staff that are intended to be assigned to this project. Include resumes education and all applicable certificates of successfully completed training and accreditations required to perform CEI services required in the Scope of Services. Principal In Charge: State the level of education (which includes a professional engineering degree) and the amount of CEI experience. Senior Construction Inspector: State the level of education and the amount of experience in construction inspection, roadway construction inspection and bridge & roadway CEI experience. Construction Inspector: State the level of education and the amount of experience in construction inspection and bridge & roadway construction inspection experience. Points value: 25 B. Provide firm s experience and knowledge of local Florida Building Code and Broward County Minimum Standards Points Value: 10 C. Provide Inspectors Maintenance of Traffic Certifications and experience. Points Valve: 5 D. Include the qualifications and relevant experience of all subconsultants key staff to be assigned to this project. Points Value: 10 AE Engineering, Inc. (AE) has been a professional service provider in the Construction Engineering and Inspection Services since March of We currently have prime projects throughout the state of Florida, and our firm is also LAP certified by FDOT. AE is a registered Disadvantaged Business Enterprise/Small Business Enterprise/Minority Business Enterprise/Community Business Enterprise, and Prequalified in 10.1 Construction Engineering Inspection Services, and 10.4 Minor Bridge & Miscellaneous Structures with the State of Florida Department of Transportation. Our team brings extensive grant funding and complete streets initiative expertise to this contract. Principal in Charge Roderick Myrick, P.E. Mr. Myrick has over 21+ years of CEI experience, and brings an understanding of FDOT LAP specifications and the ability to provide leadership, direction, and plan interpretation to ensure the design intent is met. Roderick s background began with the Florida Department of Transportation as a Professional Engineer Trainee and subsequently he worked as a Project Manager for the Department prior to leaving for the private sector. Roderick has recently completed the SR A1A Reconstruction project between Sunrise Blvd and NE 18th Street in the City of Fort Lauderdale, and he has also completed approximately 20 local agency projects in Districts 4 and 6. The local agencies include Oakland Park, Davie, Miami Gardens, West Palm Beach, Fort Pierce, Jupiter, Bal Harbour, Miami Beach, and Fort Pierce. He has worked extensively with the previous and current FDOT District 4 LAP personnel and brings deep rooted connections that serve his clients and project s best interest. Calvin Giordano and Associates, Inc. (CGA) along with our teaming partners, Bolton Perez & Associates (DBE) and Professional Services Industries, Inc. are excited to present our team of highly qualified and experienced construction engineering and inspection (CEI) and Geotechnical & Testing professionals for your consideration on the CEI Services contract for Transit Bus Stop Infrastructure. We have assigned a proven leader to manage this contract, Mohamed Moe Mabrouk, PE who will serve as your direct contact and will lead a team of highly qualified individuals to ensure the successful completion of all project elements anticipated under this 730 calendar days contract &/or 365 calendar days contract. Calvin, Giordano & Associates, Inc. is a multidiscipline company with over 380 employees in South Florida. CGA provides a broad range of services including Construction Engineering and Inspection, Surveying, Design, Landscape Architecture and Inspection, Planning, Geographic Information Systems (GIS), Transportation Engineering, Civil Engineering Design Services, Environmental Services, Data Technology, and finally Indoor Air Quality and Emergency Management. Our team is ready to assist the County on this very important contract. The Construction Engineering & Inspection Division (CEI) was launched by Calvin, Giordano & Associates in CGA continues to provide CEI services on many successful projects for the Florida Department of Transportation (FDOT) in District 1, 4, 5, 6 & 7 as well as the Turnpike. Our municipal experience in Florida is enviable as we are currently serving or previously served as consultants to many municipalities including, but not limited to; Islamorada, Marathon, Key West, West Park, Weston, North Lauderdale, Lauderhill, Sunny Isles Beach, Pembroke Pines, Miramar, Hollywood, Davie, Dania Beach, Miami Gardens, Miami Beach, Jupiter, Surfside, West Palm Beach, Riviera Beach, West Park, Team CIMA provides the County and local public agencies (LPAs) with an experienced group of highly qualified key staff members aggregated into a cohesive team. All team members have CEI and LPA experience and qualified to deliver the BCT projects. CIMA s unique strengths for this contrac include: Principal in Charge Jose A. Gonzalez, PE: With more than 28 years of transportation, utilities and facilities experience, Jose is committed to delivering cost-efficient and valueadded projects. He offers a unique insight to construction management systems, processes and staff, with his nearly three decades of CEI experience to a multitude of public clients. Jose is our team s contract manager. He will be the single point of contact and will ensure that our team is ready and poised to respond quickly and efficiently. When contacted, Jose will assess the needs of the project and determine the appropriate project team with the technical expertise required to deliver the task successfully. He will select from a pool of highly experienced personnel, with an average experience level of 15 years in multidiscipline projects. Proven success in cost effective project delivery: In today s economic climate, adequate funding is scarce. It is critical to stretch every dollar of public funds and ensure that the project results in value. In this proposal, we will discuss several projects, led by Jose, where his experience and technical strength led to cost efficiencies and savings. Senior Construction Inspector(s) Dwayne Benitez Mr. Benitez has 11 years of engineering experience in Construction Engineering, Administration and Inspection services. He has performed these services on over 13 construction projects to include the MDX and FDOT. The following are key qualifications about Page 1 of 52

2 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 1. Ability of Professional Personnel: (continued) Senior Construction Inspector(s) - J. DeWitt Dulany Mr. Dulany is a reliable, quality-focused construction manager. He has vast amount of well-rounded experience of over 25 years as a commercial, residential, and industrial State of Florida Certified Building and Roofing Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations, Structural walls, sub-contractor trades (electrical, HVAC, plumbing) and roof systems. Chris Morris Mr. Morris possesses 23 plus years of experience on roadway construction projects from both a Contractor and CEI standpoint. This experience has reinforced his solid understanding of transportation and signalization specifications and standards. Chris is IMSA certified for signals and fiber, and works closely with the Contractor and our roadway inspectors to assure proper implementation of all materials. Chris outlines pertinent specifications and reviews common issues to avoid in conflicts with the construction operations. Chris also brings a strong knowledge of the design-build process for ITS improvement projects. As an added value, Chris is also experience in standard roadway elements such as asphalt placement, drainage, and MOT, and Striping, and has assisted in the successful closeout of many projects. Chris is certified in IMSA L1&L2 and Fiber Optics. Alex Baader - Mr. Baader possesses 12 plus years of experience on a variety of roadway, bridge, and lighting construction projects. Alex is a very strong Senior Inspector with excellent communication and leadership skills. Alex works closely with the Contractor to identify critical risk matters for the success of each of his projects. Alex brings design-build and conventional construction experience to the team. His most recent projects includes Kemp Channel Span Lantana, Pompano Beach, Oakland Park, Parkland, Coral Springs, Miami-Dade, Broward and Palm Beach Counties. We also have worked with the Seminole Tribe of Florida and have an ongoing contract with the Florida Department of Environmental Protection (FDEP). The scope under this Consultant Construction Engineering and Inspection contract is to provide the County with inspection services and technical support services related to improvements/construction of Countywide Transit Bus Stop Infrastructure. Also, part of the contract includes; contract administration, utility coordination, material verification testing and compliance with Broward County Board of County Commissioners, Broward County Transit, FTA regulations and FDOT guidelines. In order to successfully administer this project, the following skills are crucial for the CEI Team to develop and maintain good working relationships with project stakeholders: Leadership: Strong management, engineering and technical skills as well as experience managing roadway and bridge FDOT, BCT and FTA funded construction projects. Communication: Effective communication skills and a demonstrated ability to work with the community, as well as build public support for the project through close and frequent communication with all stakeholders. Prior to construction, a Public Information Meeting will be held where the public will be invited to ask questions about the construction schedule and process. The contractor will be required to present the Construction Schedule prior to that meeting. Proper notifications and advanced notices will be provided to all stakeholders, residents and business owners in advance of any construction activities at each location that will be impacted. Proper access will be maintained to the residences, businesses and pedestrians at all times. Coordination: Diligent coordination among all project stakeholders including utility owners is Mr. Benitez in performing the requested services: FDOT Inspector on FDOT s Miami Intermodal Center (MIC). FDOT Inspector on multiple projects such has Commercial Blvd., Red Road, Flamingo Road and I-95 Ramps. Contract Support Specialist on the FDOT s I- 95 Phase II Design Build project, a limited access facility included 16 miles of roadway construction. CTQP Certified Additionally, Mr. Benitez brings to the Team his inspection experience and will perform the following roles: FDOT Inspection Procedures FDEP Erosion Control Inspections Daily Project Reporting Environmental Compliance James Bard Mr. Bard has 11 years of engineering experience in Construction Engineering, Administration and Inspection services. He has performed these services on over 9 construction projects to include the MDX and FDOT. The following are key qualifications for Mr. Bard: Senior Inspector on the FDOT s I-95 Phase II Design Build project, a limited access facility included 16 miles of roadway construction. This project included new lighting, inspection of the ITS Systems, Toll Gantry Collection Systems, CCTV Systems, DMS installations, Overhead Sign Structures and (3) Communication Hub Buildings. Senior Inspector on the FTE All Electronic Tolling Conversion which included Roadway Ramp Construction, Lighting, ITS Systems, Tolling Gantries and (3) Communication Hubs. CTQP and IMSA Certified Additionally, Mr. Bard brings to the Team inspection experience and will perform the following roles: Roadway Inspections Page 2 of 52

3 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 1. Ability of Professional Personnel: (continued) Replacement (Project FM # ), and the Florida Keys Overseas Heritage Trail Windley Key Trail Segment. Alex s organizations skills and very strong leadership abilities set him apart as an A+ Senior Inspector and Field Supervisor. Israel Cabrera - Mr. Cabrera possesses 12 plus years of experience. His most recently completed projects are for Broward County Transportation / Service and Capital Planning This project included coordinating the removal and replacement of damaged concrete sidewalk slabs and general improvements including inspection of new sidewalk, bus stop shelters, pedestrian ramps, electrical underground wiring, and components such as lighting and solar power supplies for bus shelters and coordination of landscaping and irrigation relocation. Construction Inspector / Inspector Keith Perry- Mr. Perry brings over nine years of experience on Florida Department of Transportation bridge and roadway construction projects. He has worked as an Inspector on FDOT projects, and is also an Asphalt Plant inspector as well. Keith provide daily review of maintenance of traffic and materials sampling as necessary to keep the Project Engineer continuously notified of any quality control, traffic control, or erosion control issues. Torrance Thomas - Mr. Thomas has 6 plus years working on numerous projects in various roles including Quality Control and Verification inspections as an Inspector. Torrance maintains roadway and bridge certifications such as pile driving and drilled shaft inspection certifications. He has recently completed projects including an award winning FTBA project. In addition, he has served in similar roles on SR-715/SW-NW 16th Street from SR-717/W Canal Street to SR-15 Project; FIN # and other projects. essential in order to maintain the project schedule, minimize construction impacts, and deliver the project within budget and time. We have developed a coordination plan that will be discussed later within this letter, specific to this project to ensure proper coordination implementation. CGA will ensure the completion of this project safely, with the highest quality, within time and budget. CGA has extensive experience managing similar projects for Broward County as well as the FDOT. The team will also work diligently to minimize the construction impacts to the surrounding residents. We will meet and coordinate the construction activities with representatives all stakeholders accordingly. We will use our extensive experience managing bridge and roadway projects to ensure the timely submittal of documentation. CGA s office located at 1800 Eller Drive, Suite 600; Fort Lauderdale, FL will be the main office for this contract. We anticipate having ample resources to assist Broward County with this important project, and we are 100% committed to you, you will be a top priority. We appreciate your consideration of our qualifications, as well as the opportunity to provide professional services to Broward County. Principal in Charge MOHAMED MOE MABROUK, PE Mr. Mabrouk has over 10 years of leadership, management, and construction experience in the South Florida area. Prior to working at CGA, Mr. Mabrouk worked for FDOT District 4 & District 6, most recently from District 6 as the North Dade Assistant Resident Engineer. He has an extensive project management background; he possesses solid experience and proven success in managing complex operations, cross-functional teams, and milliondollar budgets. Mr. Mabrouk is a Florida PE with a B.S. Degree in Civil Engineering, Master Degree in Civil Engineering, Master in Engineering Management from Florida Signal Verification Testing during integration process. Daily Project Reporting Vladimir Melguizovski, E.I, Mr. Melguizovski is a graduate Civil Engineer with a Masters in Construction Management and is a Certified Engineer Intern in the State of Florida. He has 16 years of experience in the CE&I and Construction Management (CM) profession. He has extensive experience on both bridge and roadway projects and most recently provided these services on FDOT s District 4 Quadrille Blvd Project, Commercial Blvd Resurfacing project and I-95 Express Lane Phase II project. His specializations include concrete, asphalt, earthwork, QC management, advanced MOT, drainage, drilled shaft inspection, storm water and erosion control, and final estimates. Additionally, he brings key knowledge to such as: Monthly and Final Estimates Experience. Materials Certification Experience. Constructability reviews Utility coordination and inspections. Drill Shaft Inspections Roadway / Utilities Inspector Douglas Bravo- Mr. Bravo is an inspector. He has 5 years of experience providing QC and VT on many projects throughout South Florida. Utility Inspector for Miami Dade Water and Sewer. Roadway inspector for the AET 4B conversion for the Florida Turnpike Enterprise and Seminole Tribes of Florida Phase 1 and 3. Additionally, he brings key knowledge such as: Material Testing Experience Project documentation. Roadway Inspections Water and Sewer Inspections FDEP Erosion Control Inspections Daily Project Reporting Environmental Compliance Page 3 of 52

4 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 1. Ability of Professional Personnel: (continued) Torrance is well liked in the industry and has an excellent reputation for his quality of work Local Florida Building Code / Broward County Minimum Standards - Construction of bus shelters is the primary scope of work for the project included in this contract. Our team is extremely familiar with the Florida Building Code (FBC) and the Broward County Minimum Standards (BCMS) which are of significant importance to these operations. We have extensive past experience with numerous vertical construction projects of various sizes. This experience includes vertical construction projects in Broward County specifically, and has helped our team develop a project approach tailored for just these types of projects. Our knowledge and familiarity with the Code and Standards has ensured that our projects are constructed in accordance with plans and specifications. Mr. William K. Bill Francis, P.E. will be the lead Construction Engineer for the project. He has over 28 years of experience in the construction of roads, bridges, and buildings in Broward County, for both threshold and non-threshold buildings. He was also the Town Engineer for the Town of Palm Beach, Florida which required specific knowledge and application of the FBC and coordination with the Building Department. In addition, Mr. Francis was routinely included on task teams to evaluate, amend, and rewrite the Building Code. Mr. Francis will also be supported by Mr. J. De Witt Dulany who has over 25 years of experience as a Building Official for Belle Glade, South Bay, and Pahokee, Florida. He is also a licensed building and roofing contractor. He is currently working with AE on miscellaneous projects as a Building Inspector and has extensive knowledge of the FBC and BCMS. As a team, Bill and DeWitt will closely monitor the contractors schedule, equipment, and progress. They will coordinate with the Building Department on a daily basis to ensure seamless inspection. Any deficiencies or International University and has successfully completed over 40 bridge and roadway projects throughout his career. Senior Construction Inspector(s) JULIO ANTONIO Mr. Antonio has over 32 years of experience as a Senior Inspector/Senior Bridge Inspector. He is also a licensed Contractor and Certified Home Inspector. One of his most recently completed projects was with Broward County Transit, overseeing ADA improvements and shelter installations at various Bus Stop locations throughout Broward County on a General Assigned Contract for FDOT District 4. During his tenure on the project, he had a comprehensive relationship with his BTA Project Manager Arethia Douglas. He was also a key Senior Inspector on the $1.25 Billion, I-595 Expressway Corridor Improvement project and FDOT District 4 and the FDOT District 4 Bridge Deck Overlay Project where 13 concrete bridge decks were rehabilitated with an epoxy overlay. Julio is currently serving as the senior inspector on the Sunny Isles Beach North Bay Road Emergency Access Bridge & Seawall Mitigation project and holds a Construction Management Degree from Miami Dade College. Construction Inspector / Inspector CARLOS CHAPMAN (Bolton Perez & Assoc) Mr. Chapman has over 8 years of experience in Construction Engineering Inspection (CEI) services and has served as an inspector on a variety of Florida Department of Transportation (FDOT Districts 4 and 6) projects. For the past three years he has served as inspector for the south extension of the FDOT District 6 North Dade CEI Residency where he is responsible for two to three projects at a time. The concurrent projects range from Landscaping to Roadway Resurfacing. Mr. Chapman is responsible for performing and documenting routine and technical inspections of the contractor s work and adherence to the project plans. Carlos has HS Degree from Local Florida Building Code / Broward County Minimum Standards All the proposed staff has worked on Florida projects requiring building permits thru the state and local municipalities. In this contract, several Bus Facilities will be located within the municipalities of Broward County. These facilities will require a building permit for compliance with local ordinances from their respective building departments. We have gained this experience from the following projects that are further detailed in the Past Performance Section of this proposal: City of Fort Lauderdale s Fire Station Bond Program which, we constructed (5) five new State of the Art Fire Facilities. FDOT s I -95 Express Lane Phase II which we constructed (3) three communication hub buildings which act as the backbone to tolling and incident management along the highway. FDOT s Turnpike Toll Conversion Project which we removed Toll Building Facilities at Griffin Road and Hollywood Blvd. and replaced it with an advanced tolling system Presently where are constructing a new Transit facility for Miami Dade County Transit called Dolphin Station Park and Ride. All the proposed staff is familiar with Broward County s Standards in constructing Bus Stops. We have worked on over (10) ten FDOT Roadway Projects with in Broward County that required coordination with BCT during construction. This coordination included the following along with other items discussed in future sections of this proposal: Developing Temporary Bus Stop Locations during the construction of new ones. Maintaining ADA requirements during and for final construction of new Bus Stops for the commuters. Installation and coordination of signage identifying locations and routes. Page 4 of 52

5 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 1. Ability of Professional Personnel: (continued) noted deviations from the plans, specifications, or Code will be identified and corrected with the concurrence of the Building Department as it occurs. This will ensure no rework and adherence to the project schedule. Inspectors Maintenance of Traffic Certifications and experience. Certifications and experience are provided within submittal Qualifications and relevant experience of all subconsultants key staff to be assigned to this project. No qualifications or relevant experience for subconsultants submitted for this project. New Town High School in Queens, NY. Local Florida Building Code / Broward County Minimum Standards - CGA is committed to the Florida Building Code (FBC) standards. It is a set of standards designed by the US state of Florida for buildings. Many regulations and guidelines distributed are important benchmarks regarding hurricane protection. Miami-Dade County was the first in Florida to certify hurricane resistant standards for structures which the Florida Building Code subsequently enacted across all requirements for Hurricane resistant buildings. In many aspects the Florida Building Code is similar to and is based upon the International Building Code (IBC) used in the United States. The Florida Building Code, 5 th Edition, released 2014, is currently the latest edition and where provided, bus shelters shall comply with section Inspectors Maintenance of Traffic Certifications and experience. Certifications and experience are provided within submittal Qualifications and relevant experience of all subconsultants key staff to be assigned to this project. Calvin, Giordano & Associates, Inc. (CGA) has developed a comprehensive team with a specific skill set and expertise to provide all the services required in the scope of work. CGA has teamed up with DBE firm in a planned effort to meet the goal participation criteria of 20%. The team of sub-consultants includes the following professional firms along with their services, local business address and key staff: Inspectors Maintenance of Traffic Certifications and experience. A key area we focus on from a safety perspective is the project s Maintenance of Traffic (MOT) and the project s Traffic Control Plan. CIMA s role is to monitor and inspect the Contractor s Work Zone Traffic Control Plan (WZTCP) and review modifications to the Work Zone Traffic Control Plan. All the proposed certified staff has worked and managed MOT Scenarios ranging from local roads to limited access facilities and to include pedestrian safety routes. Proposed is familiar and experienced with the FDOT MOT Standards and the MUTCD. The Contractor is required to retain a Professional Engineer and prepare a detailed Traffic Control Plan signed and sealed by a qualified Professional Engineer licensed in Florida. This Contractor s WZTCP is to be submitted to the Owner for Review and Approval. It is incumbent on the Contractor to maintain traffic flow through the area especially during these activities in which a flagging operation is being conducted and avoid undue traffic delays. CIMA will work closely with the Contractor prior to the initiation of the flagging operations to help support their efforts to keep traffic moving through the project limits. Certifications and experience are provided within submittal Qualifications and relevant experience of all subconsultants key staff to be assigned to this project. No qualifications or relevant experience for subconsultants submitted for this project. Bolton Perez & Associates, Inc. (DBE) Construction Engineering & Inspection Services 7205 Corporate Center Drive, Suite 201 Miami, Florida Carlos Chapman Page 5 of 52

6 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 1. Ability of Professional Personnel: (continued) Professional Service Industries, Inc. Geotechnical & Testing Services 6500 NW 12th Avenue, Suite 116 Fort Lauderdale, FL Wesley Foster, PE Deibbys Rodriguez Frank Saladrigas Kevin Ketchum 2. Project Approach: Describe firm s experience on projects similar nature, scope and duration along with evidence of satisfactory completion, both on time and within budget, for the past five (5) years. Max Total 20 Points AE Engineering s (AE) managerial approach is to constantly look ahead of the contractor and to identify and resolve issues up front to eliminate surprises. This is how AE has been successful on numerous similar projects. The contractor must know his contract and our goal as your CEI professional is to ensure they abide by the requirements of the contract we do this as their Partner to mitigate any project delays or costs. The proposed AE team is extremely familiar with the project scope, the Broward County Staff, and its processes. We are prepared to manage this project for Broward County. The project scope includes, but is not limited to: bus shelter construction, and potentially minor widening, milling and resurfacing, construction of sidewalk and curb ramps, lighting improvements, and landscaping throughout the county. From the public involvement standpoint maintenance of traffic, pedestrian, vehicular, and public transit safety and access during construction will be critical to the County s Transit plan. Locationspecific public outreach will be conducted by our project staff to minimize the impacts to the traveling public. We will also provide strict management as it relates to the contractor s management of each shelter given his proposed schedule and production rates and depending on the construction schedule, substantial completion will be required within 14 days of this anticipated completion date, excluding approved time extensions. AE s team will ensure that the project is completed within time and budget and the County receives the corresponding reimbursement from the Department of Transportation. Our firm and proposed team The Calvin Giordano and Associates (CGA) Team provides a remarkable combination of technical capability, regional knowledge, creative and resourceful approaches to complex problems, and a thorough knowledge of the program requirements of federal, state and local governing agencies. Our approach to project management is a holistic project approach as detailed below; UNDERSTANDING OF THE CONTRACT SCOPE The scope under this contract is to provide Broward County with inspection, administration and construction management resources to provide construction engineering and inspection services on the Construction Engineering and Services Contract for Bus Stop Infrastructure. Critical to the success of this contract will be the team s experience with the County and FDOT requirements and the effective management of the amount of resources required to ensure coverage for multiple concurrent task work order. In order to accomplish that, a wellthought out strategic plan has been developed. Our approach incorporates the concepts of early and open communication with the PM, establishing expectations and detailed personnel planning for availability and qualifications and most importantly the inclusion of County s staff in a partnership to ensure we are consistently exceeding your expectations. The CEI team selected by the County will be responsible for the following, 1.1 The CONSULTANT is responsible for all construction inspection functions. The CONSULTANT shall utilize effective The project is to provide inspection and support services to Broward County Transit. The following is a discussion on key items of work on these projects: Clearing and Grubbing: The contractor will be required to clear and grub the roadway bus stops for most of these projects. Before construction commences, CIMA and the contractor will review, video and document all the clear and grubbing areas to identify any conflicts not addressed in the plans. This will allow for early resolution of conflicts and avoid damages of facilities to be maintained by contractor. Roadway Reconstruction: The projects will require that parts of roadways be reconstructed which will be primarily located in the sidewalk areas. CIMA will ensure that all roadway items are constructed is accordance with Broward County Standards and the applicable FDOT Standards detailed in the plans. Signalization and Lighting: These projects may also be constructed in areas that existing County services such as lighting and signalization are routed. CIMA will ensure that we coordinate the locations of these facilities ahead of time to avoid disruption to these services. The following are key CEI verification activities to be performed: Set up a pre-work meeting with the contractor and Broward County Traffic Engineering to inventory the existing conditions, identify any foundation conflicts and existing inter-connect communication lines. Power: Even though the bus stop shelters are going Solar, sometimes an electrical service will be Page 6 of 52

7 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) members are extremely experienced in CEI Management and familiar with the County s guidelines and permit coordination as established by the Florida Department of Transportation, Broward Operations office. AE brings unique abilities to coordinate these permits as we have personnel that work within the Operations Center currently. The proposed team has previous experience with similar improvements and understands the permit and coordination requirements that will allow our team members to quickly resolve any issues that arise during the projects. AE will complete the following technical and administrative tasks to ensure constant contract compliance. Technical Services Daily Inspections Enforcement of Contract Specifications / Standards Submittals - Shop Drawings, Material Requirements Quality Control Plan (Earthwork/Concrete/Asphalt) Establishment of Pre-Activity Meetings Review Sampling and Testing Methods Perform ALL required verification Sampling/Testing Verify Producer Certifications and retain for closeout Monitor Maintenance of Traffic - Daily Ensure adequate ADA Compliant Pedestrian, Transit and Driveway Access is maintained Document Item Quantities installed for monthly payment Contract Administration Services Schedule Review Communication/Coordination with Project Stakeholders o Broward County (Construction, Public Information and Maintenance) o SFWMD (Permit Compliance) o Municipality/Residents / Businesses / Schools (Schedule/Access/Potential Impacts) o Local Police / Emergency (MOT / Lane Closures / Potential Impacts) control procedures that will assure that the construction of the Project is performed in reasonable conformity with the plans, specifications and contract provisions. 1.2 The CONSULTANT is responsible for providing inspection personnel as necessary to effectively carry out its responsibilities under this scope and underlying Agreement. 1.3 In order to allow sufficient time for the CONSULTANT to schedule its activities the CONSULTANT will be issued a Notice to proceed by the Contract Administrator at least fourteen (14) calendar days in advance of any Broward County Transit construction project commencing. The CONSULTANT is responsible for maintaining close coordination with the COUNTY and the Contractor in order to minimize rescheduling of the CONSULTANT s activities due to construction delays or changes in scheduling of the Contractor s activities. 1.4 The CONSULTANT is fully responsible for carrying out all functions assigned to it by this scope and underlying Agreement. 1.5 The CONSULTANT is responsible for providing coordination of all activities, correspondence, reports and other communications related to its responsibilities under this Agreement necessary for the Contract Administrator to carry out its responsibilities. 1.6 Construction inspection personnel are required of the CONSULTANT at all times while the Contractor is working on the Project. 1.7 The CONSULTANT is responsible for providing a minimum of one (1) qualified Senior CEI Inspector and one (1) qualified CEI Inspector for up to a two (2) year duration, and with an optional one (1) year extension in order to effectively carry out its responsibilities under this scope and underlying Agreement. We understand the importance of providing staff who has experience working with the County of similar projects to eliminate the learning curve and ensure construction is performed as per the County requirement. Therefore we will assign Mr. Julio Antonio as our lead senior inspector on required. The following are key CEI Verification activities to be performed: Co-ordinate with FPL the new service point. Inspect all installations by our Inspectors and ensure that as-builts are provided to the county before requesting an acceptance inspection. Co-ordinate with FPL the removal of services that are no longer required. Landscaping and Irrigation: Our experience in working on sidewalk areas has lead us to encounter conflicts with landscaping and irrigation systems for the adjacent properties. Adjacent properties place their facilities at the back edge of the sidewalks and are damaged during construction. These conflicts cause the most complaints from Citizens. The following are Key CEI Verification activities to be performed: Set up a pre-work meeting with the adjacent property owner to identify the irrigations systems and gather contact information in case of damages. Ensure that the contractor repairs any damages within 24 hours. Ensure contractor provides plant material that is harmonizing with the adjacent property during restoration. Impacts to Project: Along with construction activities, this project also requires cooperation by the project team to accomplish the following task that are key in satisfying County Commitments and State Regulations: Staging Areas: Proper selection of a staging area for these projects are key to avoid any adverse impacts to the adjacent properties. CIMA will coordinate the staging area for review and acceptance by the County. Access to Adjacent Properties: We understand that access to residence is a top concern. While it is inevitable that construction crews will need to work in front of side streets, driveways and businesses, the contractor must maintain alternate access routes during construction. TEAM CIMA will work with the contractor and County s PIO to review the contract Page 7 of 52

8 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) Request for Information/Shop Drawing Process Issue / Conflict Resolution Permit Coordination / Close Out Documentation Review of Final Record Plans Project Closeout Documents Utilize process & ensure disbursement of payments (every month until final acceptance) Track DBE Participation (this is submitted before start of work, and to be resubmitted with any changes during the progress of project and at final) Final Inspection and Acceptance Record of Final Plans and Documents o Documents Contract Time o Documents Liquidated Damages o Documents Overruns and Underruns o Verification of As Builts o Final Invoice o Must show Final Construction Project Cost and Final Plan Quantities o Supporting Documentation must attest that all DBEs and Subs have been paid a) Certification Disbursement of Previous and Periodic Payment to Subcontractors b) Lien Releases from all Subcontractors to Prime Contractor, and from Prime to Agency o Materials Certification o Overrun Underrun Calculations (Excel Spreadsheet) o Record of Final Plans o Material Certification Letter Communication Methods The AE CEI approach is to maintain early and constant communication with the affected stakeholders for the projects. AE will achieve this by assigning the right staff with the required skills that will meet the demands of the project, manage the contractor and County s expectations. For this project, we have proposed Roderick Myrick, P.E. who brings excellent communication, technical and written skills to the execution of this contract. Roderick brings the ability to provide leadership, direction and this project. Julio has worked with Ms. Arethia Douglas, PE between 2013 and 2015 on the Broward County Wide Bus Shelter and Bus Pad/ADA Improvements project. The project included the construction of multiple bus shelters in Broward County for over two years. The project included Improvements include ADA upgrades to sidewalks, new bus shelters, removal and replacement of damaged concrete sidewalk slabs, site furnishings, bike racks, signage, electrical underground wiring and components such as lighting and solar power supplies, and relocation of existing landscaping and irrigation throughout Broward County. The project might include earthwork verification and inspection for bus pad and sidewalk construction as well as minor asphalt work for restoration. The field staff s knowledge and experience with the paving and earthwork placement and the inspection requirements during those operation will be critical to the success of the project. Proactive CGA Approach: The team proposed by CGA is certified and has extensive experience with milling, resurfacing, roadway reconstruction, earthwork testing, utility adjustments and pavement markings. The team will hold a pre paving meeting (if needed) with the contractor to review the specifications and plans requirements to ensure substantial compliance with the contract documents. The team will review the asphalt QC plan prior to paving and will provide comments to the contractor. Our veteran inspection staff is CTQP Asphalt level 1 and 2 certified and will ensure that temperature testing is performed, the asphalt tickets are collected for review, and milling depth is checked. The inspectors will check the cleanness of the milled surface prior to tack application, track asphalt application rates, track tack application rates. The team will also perform cross slope checks and a rolling straight edge on the asphalt surface to ensure compliance with the FDOT rideability requirements. Any noted deficiencies will be corrected. All VT tests will be sampled and requirements to maintain access and work during hours designated by the plans. Our strategy is to maximize access and minimize complaints. The following are successful strategies that our team has used in the past to yield excellent results: Discuss with adjacent business owners, tenants and community the contractor s work plan and coordinate allowed disruptions. Follow thru on all commitments to adjacent business owners and tenants. Dust Control: The contractor is required to provide dust control during handling of materials and from exposed earth. Along the project corridor, residences are present. CIMA will ensure that the contractor provides dust control and stabilizes the earth as soon as possible to cooperate with the local community. Utility Adjustments: Early coordination with the utilities is essential to prevent delays and cost overruns. Team CIMA will have weekly utilities meetings with the entire project team to identify and assess any potential impacts to the utility and project schedule. TEAM CIMA will ensure that all utilities are identified ahead of time and evaluated for conflicts also track their progress till completion. Bus Routes: The contractor will be constructing new bus stop landings with in the project limits. Broward County Transit (BCT) provides bus service within the project limits. To continue the existing level of service, TEAM CIMA will ensure that bus stops in conflict with the proposed work are coordinated with BCT for their new temporary locations and acceptance of the new pads. Monthly and Final Estimates: CIMA has developed an effective way of reviewing and approving estimates on contracts. We will thoroughly review the pay items to make sure that the quantities are accurate and our backup tracking is developed before construction commences that contains the appropriate level of detail needed to ensure that the payments will be accurate. We will ensure that all required Page 8 of 52

9 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) plan interpretation to ensure we meet the design intent. Roderick ensures that the lines of communication are open between all stakeholders to confirm that the projects are built in accordance with the contract guidelines. Roderick will remain in constant contact with our project staff and the County s Project Manager and Contract Administrator to make sure we meet the intent of the project requirements and budget. The communication with the County s Project Manager, Contract Administrator and PIO staff will be via , phone and required progress meetings to advise them of the contractor s work schedules, pedestrian, transit, or vehicular impacts and unforeseen conditions encountered during the duration of the construction phase. Safety is a primary concern at AE and our staff is committed to keeping the public apprised of all activities to help ensure access and level of service to the traveling public and offices adjacent to the project. We truly believe that an informed stakeholder is an understanding stakeholder. In order to deliver a successful project, the following skills are crucial in order for the CEI Team to develop and maintain good working relationships with project stakeholders: 1) Proactive Relevant experience, Strong engineering and technical abilities, 2) Experienced Similar project experience and FTA Grant expertise 3) Communication Diligent coordination, our team is attentive to the concerns of all Stakeholders Our team will keep the County informed we will provide up-to-date project status and schedule information to the County and relevant project stakeholders, as well as to the residents, businesses, emergency services and government entities that will be directly affected by construction operations. Our team will develop a database, after the initial door-to-door public outreach, listing all the construction project activities and the affected parties contact information. This database will be used to maintain constant contact throughout the project durations ahead of each project tested by the CEI team to ensure compliance with the County and FDOT requirements. All tests will be performed at the same frequencies listed in the Contract & the FDOT standard specifications. CGA will ensure that the contractor uses the trackless tack as required in the latest specification edition. CGA understands the industry s latest challenges with tack balls, raveling & the use of nonelectronic paving machines. To ensure compliance, either the SPE or the PA will be present on the field during the paving operation to identify issues early & implement corrective measures. The contractor s paving machines will be checked daily & the CPPR process (or the process stipulated in the County s contract with the contractor) will be followed if the equipment doesn t meet our standard specification requirements. Our veteran inspection staff is experienced with earthwork construction & will ensure that all the proper testing is performed. Tracking of the earthwork quantities, proper documentation in the density log book & verification of cross sections are the most major issues related to earthwork on the project. We will verify the truck measures. The PA will perform QA checks on the Density Log Book on weekly basis. Our team will conduct a pre-earthwork meeting & the three way calibration test. The material source will be verified to ensure compliance with the contractor s QC plan. All testing & sampling will be performed by our inspection staff. Routes for trucks entering & exiting the project site hauling material will be discussed during the pre-con meeting. Ensuring that all ADA ramps, truncated domes, ramp landings are in compliance with the County and FDOT standard specifications are all critical to the success of the project. Proactive CGA Approach: CGA understands the importance of verifying that all ADA components are in compliance with the County and FDOT requirements. Our Senior Inspector, Mr. Julio Antonio, has extensive experience working on projects with bus bay and ADA improvements in the County and he will ensure that all sidewalks, monthly documentation and schedule updates are provided before any estimate is approved. Problem Solving: As engineers and engineering technicians were trained to solve problems. Previous discussions above have already provided solutions to our approach on issues. Approach to CEI Services: CIMA has outlined below our anticipated project tasks and deliverables about administration of this contract. A strict adherence to these steps has enabled our CEI teams in the past to complete all projects with outstanding results. Pre-Construction Activities: Establish contact with Contractor Establish contact and coordination with utilities. Obtain ROW agreements Pre-Construction meeting with Contractor. Perform pre-construction field survey activities. Obtain pre-project photo documentation/video Submit CEI quality management plan to County and request approval of proposed staffing Review project requirements with inspection staff (critical requirement guide lists, specifications, plans, etc.) and set up field books Develop file system and document control guidelines Set up correspondence distribution lists Review Contractor s schedule, Quality Control (QC) Plan, and other pre-construction submittals (shop drawings, etc.) CEI kickoff meeting with County and EOR. Construction Activities: Once the day-to-day construction activities begin, the following items will be part of our routine services to ensure the Contractor provides the best quality of construction to the County and risks for unnecessary costs or claims are minimized to the lowest extent possible. Each activity can be described in detail, but has been limited to a bulleted list. Pre-activity meetings for all construction phases Weekly progress meetings Monthly status report Daily work reports and weekly engineer s summaries Adjacent project coordination Page 9 of 52

10 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) operation. This proactive approach has been implemented by our team in other projects and has proven extremely effective in minimizing public complaints. Additionally, we will send weekly updates of anticipated construction operations to both the County and the local municipalities. Our team is committed to maintaining the project schedule, minimize construction impacts, and deliver the projects within budget. EEO Compliance & Davis Bacon AE s proposed CEI team will focus on achieving quality construction standards and will implement a compliance program to ensure that the contractor meets the EEO compliance and reporting expectations for this FTA funded project. The proposed team has previously managed projects for local municipalities and FDOT with Federal Funding and we offer a proven Resident Compliance Specialist to ensure compliance with all contractual requirements of FHWA 1273 and Davis Bacon. Our team will verified that the Wage rate is the current wage rate and no new Wage rate was provided within 10 days of the bid. Davis Bacon & Payrolls As per the Davis Bacon Act, we understand that the laborers and mechanics on the project are being paid the prevailing wage rates, as per the wage table applicable at the time of letting, and as per their work classification(s) and no less than once a week. Since this contract will be in excess of $100,000 we will ensure the contractors and subcontractors pay laborers and mechanics at least one and one-half times their regular rate of pay for all hours worked over 40 in a work week. Our firm will ensure that the wage determination (applicable to the project at the time of letting) is posted on the bulletin board and used to check that the Contractor/Subcontractor are paying no less than the US Dept. of Labor Wage Determination; The most current version of the wage tables (specified in the contract special provisions) is locked in at a date 10 days before the letting date. Disadvantaged Business Enterprise (DBE) ADA ramps, truncated domes, and bus pads are constructed in compliance with the County requirements. All ADA slopes and bus pad slopes will be 2% and we will verify each location. Signing & Pavement Markings: Challenge: The CEI team must ensure an inspection at the supplier s staging site is performed on all signs to inspect the size of the signs, reflectivity and ensure the signs are clear of air bubbles. Proactive CGA Approach: Materials certifications will be submitted prior to the installation of the final pavement markings. All materials certifications will be reviewed by the PA and comments will be provided to ensure compliance with the contract documents. The thermoplastic layer won t be applied until 14 days after placement of asphalt. A pre sign installation meeting will be conducted prior to construction. The SPE and the PA will review the contract plans with the contractor. The Sr. Inspector will conduct a thorough a detailed review of the signing and pavement markings plans prior to construction and provide comments. The inspection staff will perform a sign panel inspection prior to installation to ensure conformity of the contract requirements regarding reflectivity, air bubbles and the message stated on the sign. Utility owners will be contacted a week in advance so they can refresh their marks to avoid conflicts with sign installation. All certifications will be provided to the maintaining agency at the end of the project. Ensuring the proper MOT is implemented and performing daily safety inspections on all various bus stop infrastructure improvement locations. Proactive CGA Approach: MOT will be a major focus and point of emphasize to the team and the contractor. Ensuring that the MOT plan is implemented and adhered to is essential to the success of our project. Our team is experienced with standard index 600 and MOT inspection. The Contract Manager will review the MOT phase two weeks in advance of implementation Project Documentation Utility coordination for adjustments and/or protection Local homes and business protection Project Administration and coordination with County. Construction Inspection and Verification Testing paving, plant, concrete, drainage, soils and aggregate, earthwork, nuclear gauge density testing, SWPPP, lighting, signals and landscaping Weekly review of MOT and NPDES reports Environmental permits and endangered species Monitoring Photographs and video documentation Schedule review, claims avoidance, dispute resolution Safety monitoring and reporting Negotiate contract changes and value engineering changes Shop drawings Quality assurance reviews Progress payments (quantities tracking, stockpiled materials, sub payment monitoring) Plan revisions/as-builts Distribution of correspondence Inspection records (MOT, field books, quantities, erosion control, deficiencies, daily diary) Contractor s payroll, employee interviews, contract compliance with EEO, DBE, OJT Periodic night inspections Post Construction Activities: Post construction activities will be a continuation of the work efforts started at the pre-construction phase. The project team s efforts from preconstruction through post- construction will culminate in successful completion of the project: Final acceptance. Final records. Close all Claims Project certification. Preparation and submittal of certified final estimate Offer of final payment Submit signed and sealed as-built drawings provided by contractor and reviewed by our Senior Project Engineer Project close-out meeting Page 10 of 52

11 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) Utilization The contractor will need to submit their approved Disadvantaged Business Enterprise Affirmative Action Policy and Plan (DBE AA Plan). New Federal requirements mandate that this document be submitted by the Contractor prior to Contract award. The plans are approved for a three (3) year period and should be updated prior to expiration or when there is a change in the DBE Liaison Officer and/or the Company official who signs the Plan. the completed and signed DBE AA Plan to: EEOforms@dot.state.fl.us. Verified DBE status of subcontractors through the EOC Equal Opportunity Compliance System is required. AE will work with contractor to ensure they have obtained access to the Equal Opportunity Compliance System (EOC) and entered in their Anticipated DBE commitments and verify DBE payments through the EOC system. The Department can only report the participation of DBE's that are certified in the Department s DBE Directory. Commercially Useful Function (CUF) Monitoring Report (form ) will be done on DBE Primes or Subcontractors on Federally Assisted contracts. When a DBE participates in a contract, only the value of the work performed by the DBE will be counted as DBE participation Employee Interview Report -Labor/EEO IF REQUIRED The Employee Interview Report Labor / EEO Compliance, (Form No ), is provided to document interview results of a cross section of employees based on the dollar amount of the contract. Interviews are conducted monthly on a random basis and seek to interview a wide range of laborers and mechanics for labor and EEO compliance criteria. Laborers and mechanics is a general term used to mean all construction employees on the project performing labor or craft work as opposed to managerial or technical work. Note: For EEO purposes, other personnel such as foremen working on the project should be interviewed. Reporting Methods & Schedule Upon execution of the contract to the Contractor, Roderick will contact the selected Contractor and advise them of their role and emphasize the and will provide comments and suggestions as needed. Changes to the MOT plan will not be allowed without proper review and approval of the contractor s proposed changes. A copy of the MOT plan will be on site at all time. Our inspectors will ensure the inspection of the MOT on daily basis and will ensure that deficiencies are recorded and addressed immediately. Drop offs will be protected as per the FDOT design index number 600. Staging of equipment and materials within the clear zone will not be permitted. The OSHA safety requirements for open trenches will be strictly adhered to ensure the safety of the contractor s workers, the inspection staff and the general public. All potholes will be repaired immediately using cold patch. PCMS s will be installed two weeks in advance of any construction work. All access to side streets will be maintained either directly or via detours while constructing the pedestrian pavers. Our main focus will be providing a MOT that facilitates traffic movement in a safe manner during construction. We will ensure that pedestrian access is provided at all times. The three phases outlined in the plans will be strictly followed. Any changes proposed by the contractor must be submitted to the SPE and the County for review and consideration at least 2 weeks in advance. We will ensure that the contractor submits a notice to the County 30 days in advance of construction. The County will be notified of any lane closures or MOT phase changes at least 2 weeks in advance. The Two week look ahead will be submitted weekly and reviewed by the PA. All lane closures will be provided to all stakeholders on weekly basis. Utilities Challenge: During our walkthrough on the field we noticed that there are multiple existing utilities including FPL lines and Sewer lines that will require extensive coordination during construction. This work must be coordinated early and prior to construction to ensure it doesn t result in delays during construction. Proactive CGA Approach: Our Contract Manager will reach out to all the representatives from all the utility companies 3 Summarize outstanding issues and provide support for closeout of those issues Provide hard and electronic copies of all project correspondence and documentation for County archives EEO/FTA Compliance: CIMA has extensive experience in completing CEI projects that include full and/or partial federal funds. Whenever federal funds are included in a project, very specific criteria must be met during the project to ensure compliance with federal laws. CIMA s approach in monitoring EEO/FTA compliance is to make sure the Contractor is clearly aware of all requirements from the first meeting and to make weekly verification of the submittals to ensure the procedures are followed to the letter. Any lapses in procedure will result in a notice of non-compliance and, should it be warranted, progress payments will be withheld until the requirements are met in a timely fashion. Wage Rates: The Contractor needs to be aware that per their contract, minimum wage rates have been established for positions relative to the construction project. The wage rates applicable to the contract will likely be controlled by the current wage rates as determined by U.S. Department of Labor (USDOL), as modified up through ten days prior to the opening of bids. During the project, the CEI team will conduct field interviews of construction staff in random positions and report their answers to wage rate questions. Buy American Steel: For federal aid contracts, only use steel and iron produced in the United States, in accordance with the Buy America provisions of 23 CFR , as amended. CEI will assist the Contractor to answer questions on issues as they arise, based on the limited values allowable by Specifications. Equal Employment Opportunity (EEO) Acts: CEI and Contractors need to have in place programs to demonstrate commitment to the EEO programs. Page 11 of 52

12 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) importance of the reporting functions to the success of the contract. This typically takes place long before the Pre-Construction Meeting the Contractor is provided with hard and electronic copies of all documentation that must be complete and returned to the Project team at the Preconstruction conference. Roderick will cover both the Construction requirements (shop drawings, quality control) and EEO requirements for each project. Daily Reports are completed each day by the inspection staff to include all manpower, material and equipment utilized on the project. Copies of the reports are provided to the County and Resident Compliance Specialist as required for verification of the contractor s work, staff and equipment on the jobsite. Payrolls may not be required on this project, but if so we will verify that all personnel are compensated in accordance with the applicable wage rate table; regardless, close coordination will be required to ensure that the contractor meets the requirements of FHWA Weekly Duties AE will provide weekly quantities to the contractor for the previous work week; we will collect and review all material testing reports during the execution of the project. All deficiencies will be noted immediately and forwarded to the Contractor for issues weekly. The contractor s contract also requires that they submit weekly as-builts with photo logs, these will be compiled on a weekly basis to ensure the contractor s operations are tracked accurately. Monthly Duties Approved weekly pay item quantities will create the monthly estimate; this will be jointly reviewed by the AE staff and Contractor to ensure that all work that has been completed, accepted, and is compensated in the pay application request. We will ensure that the Prime contractor understands the importance of the Certification documentation that must accompany each estimate. The Monthly Estimate will not be authorized for payment unless the proper documentation has been received. AE will execute the approved pay application as the Owner s representative and months in advance of construction to obtain a status update on their scheduled work and coordinate the during construction utility relocations/adjustments. Our team has extensive experience with utility work on construction projects and our approach to communicating and coordinating utility work is proven. We will begin by reviewing the utility work schedule to create a map of all the utility work that is required on this project. Our Contract manager will contact all utility owners to invite them to the pre construction meeting and to obtain a status update on the utility work especially work required to be completed during construction. During the preconstruction meeting, our team will further discuss the utility work and schedule a separate utility coordination meeting to develop a specific timeline of all the utility work that is required in the plans or by the construction activities. Two weeks prior to performing any work that may impact an existing utility; our SPE will contact the utility owner and notify them of the upcoming construction. CGA has a Construction Department that specializes in utility work and will support our CEI team at no additional charge to the County if needed. Selecting staging areas that fall within the ROW early, protecting existing drainage structures and implementing erosion control measures are requirements that the field staff must ensure are implemented and inspected on daily basis. Proactive CGA Approach: We will ensure that all construction activities are restricted to the limits shown in the plans for the project to eliminate impacts to businesses and residents. Silt fence will be installed prior to staging or construction and it will be inspected for conformity with the standard index. The Sr. Inspector will ensure that the grates are wrapped in filter fabric and that all curb/gutter and curb inlet sediment barriers are installed as per the standard index. CGA has a standalone environmental department that will support our CEI team as needed. Prior to project start, the program information will be reviewed for acceptance and the responsible party for each entity will be named. The Contractor will be required to have an onsite informational board to present construction project opportunities and wage information for the public to review. Summary data for work place population data will be available and/or reported for review. Plans Review: CIMA will perform an exhaustive review of the plan sets and include specific constructability concerns/challenges in our proposal to you. Identification and awareness of these items prior to construction affords the opportunity for affected parties to mitigate the impacts. On medium to large scale projects, the EOR can be consulted on plan issues for clarification. CIMA is committed to working with the County and the Contractor to recommend field adjustments as necessary to mitigate some of the constructability issues identified in design plans. If design plans are being be developed while we are under contract as the CEI, we can provide constructability review of the plans prior to going out to bid. Looking Ahead: We firmly believe that remaining proactive and always looking ahead for the next project obstacle throughout the duration of the project is critical to delivering a successful project on time while meeting the requirements of the contract. We will continue reviewing contract documents to maintain this proactive approach. We will remain in constant contact with the County s Project Manager with the status of the progress, keeping them abreast of project issues. All issues involving time and money will be presented to the County with multiple solutions, the benefits and consequences of each solution, and our recommendation as to how we would proceed. Materials and Testing Services: The Materials Testing and Acceptance services required for this project will be coordinated through the County s Geotechnical Laboratory. We will begin the Materials Testing and Acceptance Page 12 of 52

13 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) provide a signed and sealed version with the pay application to Project Manager. Other documents will be confirmed, such as: FDOT Forms Certificate Compliance with EEO FDOT Form Certification Disbursement of Payments FDOT Form Construction Compliance Spec & Plans Annual Reports Annually, the Federal Highway Administration (FHWA) submits a report on the status of the Equal Employment Opportunity program to the U.S. Senate. July is the reporting period due to generally good weather nationwide, we are prepared to assist the contractor in submitting this report. Schedule The contractors schedule submittal and written work plan will be required twenty-one (21) days after contract award or at the Preconstruction conference (FDOT Specification 8-3.2). The schedule will be reviewed to ensure all project elements are included and once approve will serve as our baseline for timely project completion. We will ensure that all specialty manufactured lighting items are included in the baseline and that confirmed delivery dates are part of the project minutes and records. We will require weekly submittal of a controlling item of work and a twoweek look ahead to ensure that the contractor is abiding by his baseline and attacking the most critical items to a timely project completion. Inspection Services and Methods to Mitigation Delays The project is an off-system project that will require County Material certification for acceptance. Our team is prepared to manage the critical elements related to the earthwork, asphalt, and concrete operations in accordance with the applicable Big Four LAP Specifications. We will inspect the project as per the specifications and highlight critical project elements that may cause cost or time overruns. These methods have proven to ensure operations occur cost effectively and without delays. Asphalt Paving Requirements: Some The Contract Manager will review the selected staging area to ensure conformity with the contract requirements. This will be a fast moving MOT arrangement. Usage of private properties will not be allowed. The staging areas will be coordinated, reviewed and approved by the Contract Manager and the County prior to staging any equipment if time allows of materials. The Contract Manager will review all permit requirements and will share those requirements with the contractor to ensure compliance. Document Control & Warranty: Challenge: The development of an early process to ensure the proper documentation of field activities and the administration of the paperwork will guarantee the success of this contract. Proactive CGA Approach: Our personnel will strive to maintain legible, complete, properly indexed/archived and retrievable documents. We are committed to utilize the latest software and maintain the required trainings to support the County s Project Manager. Our staff will also work with your inhouse staff to ensure that all warranty information is collected; tracked and periodic inspections conducted to ensure the County received the full value of these improvements. The incorporation of the value added specification stipulates the inspection frequency for each incorporated element and we will ensure that all relevant information is entered into the County s database system. Our team will coordinate all the warranty requests between the County and the contractor, we will perform the periodic inspections during the life of our contract to determine the corrective action for each deficiency, and we will notify the contractor in writing of the items covered by the warranty that require corrections. Lighting: Once the contract is executed, the Contract Manager will coordinate with the contractor and the EOR to ensure the expedited submittal and review of the lighting, ADA and concrete shop drawings. The shop process by reviewing the Sample Testing and Reporting Guide. We will ensure the Guide is comprehensive and correlates with the Final Plans list of pay items. For those materials requiring sampling and testing for acceptance our staff will utilize a standard spreadsheet for the entry of Quality Control (QC) test results performed by the contractor, Verification (V) test results performed by CIMA as the CEI and, Resolution (R) test results should the need arise. Other materials incorporated in to the project may not be accepted based on sampling and testing results. Rather, they may be accepted based on a written certification, certified mill analysis, FDOT label or stamp, FDOT Approved Product List (APL) or supplier. CIMA is thoroughly familiar with all these processes and we currently manage jobs in South Florida utilizing these methods. Inspections: Our CEI inspection staff will observe, inspect and report daily Contractor construction activities to ensure he is performing the work with strict adherence to the contract documents, plans, specifications and special provisions and the project is constructed in reasonable conformity with such documents. Our CEI staff will document these observations and inspection activities in a Daily Work Report (DWR). Each inspector will prepare a DWR on their laptop for each day, report on any visits to the job site by others and report on each separate contractor work activity, such as the placement of embankment, subgrade, base or asphalt work on the roadway or storm water pipe placement or utility relocation work. The intent of the DWR is to provide the County a true picture of what occurs each day on the project site. When a quality assurance issue or defect is observed by our CEI inspection team, the inspector will immediately notify the Contractor of the issue. The inspector will also make a written notation in his or her DWR. Once the issue is remedied, the inspector will make note of such. If the issue is not resolved within two hours, the CIMA inspector will escalate the issue to the County s Project Manager. For record keeping purposes, Page 13 of 52

14 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) asphalt paving may be required at various sites per the FDOT specifications due to the widening and milling and resurfacing operations. Our team will request submittal of the proposed mix designs during the initial discussions and the asphalt mix designs will be a requested submittal included in our Preconstruction meeting letter. Subsequently, we will schedule a separate Pre-paving meeting to ensure that the Prime Contractor s Asphalt Sub-Contractor understands the testing and reporting requirements to avoid payment delays. Per specifications the projects with paving will be tested for smoothness with a 15-foot manual and a 15-foot rolling straightedge meeting the requirements of FM We will utilize a rolling straightedge and document all deficiencies. During our pre-paving meeting, we will establish the requirements for the straightedge operations such as: a) Minimum of 48-hour notification before beginning testing. b) Contractor will be required to address all deficiencies in excess of 3/16 inch in accordance with We will require retesting of all corrected areas. Concrete Related Requirements: The construction of concrete pads are major components of these projects and our team will ensure that all concrete is produced by a concrete production facility that is listed on the FDOT list of structural concrete producers. Random sampling methods will be followed as specified in the Specifications. Acceptance will be based on the test results for plastic properties and compressive strength requirements. Earthwork Inspection Related Requirements: The projects include earthwork related operations for the widening, sidewalk and slabs. Per the specifications, our team will accept a minimum density of 95% of the maximum density as determined by AASHTO T Lighting / Electrical Related Requirements: The projects include minor and electrical related operations. Our staff is familiar with local and federal specifications and will ensure that the work meets or exceeds these standards. While drawings will be reviewed for compliance with the special lighting and signal requirements & commitments made in the plans. Once the shop drawings are approved & the inventory is complete, the SPE will coordinate the Pre- Lighting/Signalization office & field meetings with FPL, the contractor, & County. The team will then meet on the field to coordinate with FPL s representative & establish the locations of the new load centers. It is critical to coordinate with FPL in advance to ensure that the contractor isn t delayed. The team will also coordinate the QA inspections with the County. We will not request an inspection prior to ensuring that all comments made in the previous one are addressed. APPROACH TO ADMINISTRATIVE CHALLENGES Constructability & Biddability Support: The CGA Team has extensive experience in constructability (60%) and biddability (90100%) functional reviews. CGA s plan review approach focuses on quantity verification and logical construction sequencing; the reviewer will determine if sufficient bid items appear on the Construction Estimate Summary Sheet to cover all aspects of construction along with any incidentals. We will then verify each pay item quantity, for areas and linear measurements, and for calculating volumes, and compare it to the quantity shown in the Construction Estimate Summary Sheet, Plan summary sheets and computation books. If the quantities do not compare, the reviewer will provide a detailed explanation of the discrepancy with all necessary back up information to support the reviewer s quantities or missing pay items. Final Estimates Support: Our team is exceptionally well prepared to manage the monthly contractor invoicing, agency reimbursement and final project closeout for the County if needed. We have extensive experience in FDOT Final Estimate procedures and our staff are Final Estimates 1 & 2 certified by CTQP. DWR s will be placed on the County s FTP site and made available to the County s Project Manager and Staff for their review and use. On-Site Project Safety: CIMA has a corporate commitment to Safety. Our team begins each meeting with a safety moment to remind each of our project team members just how important safety is in our daily lives. Our Project Management Plan always includes a Project Health and Safety Plan (HSP) and each plan incorporates relevant Job Safety Activities (JSA s) that are appropriate for each project. Project Closeout: As the project moves closer to completion CIMA will ensure the following duties are monitored closely and accomplished. Verify the requirements for reduction in retainage and obtain surety consent as needed. Verify monthly the Contractor is properly updating the as-built documents for the work. Please note that submission of as-builts and acceptance of same by the Engineer is precedent to Final Acceptance according to the Standard Specifications. Therefore, we will encourage the Contractor to remain vigilant in this regard. CIMA will ensure electronic record drawings are received and review same for accuracy. We will also review close out documents for completeness and accuracy, to include but not be limited to asbuilt drawings, shop drawings, Operations and Maintenance (O&M) Manuals and warranties. Where possible, CIMA makes every effort to final as we go so that when we reach the final weeks of the project, much of this documentation of the work has already been completed and we have finalized all elements of the work possible. Warranty Services: Finally, once the project is accepted and paid off, there remains the management of the Warranty process. CIMA will provide a binder and a CD to the County documenting the relevant sections of the contract which include warranty requirements. It will also include the objective measurable criteria used to determine if a warranty issue applies, which items are under warranty and the duration for which they are warrantied. Page 14 of 52

15 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) the proposed projects are primarily bus shelter construction, there may be site specific situations where Broward County Complete Streets initiative may be applicable. The AE team is thoroughly familiar with Broward County Complete Streets initiative and the required design standard adherences to ensure all users are accounted for during design and construction. Our proposed team members are Advanced MOT certified and will work with the County s staff to ensure that the project will begin with an understanding that all improvements must comply with the applicable MUTCD and applicable Design standards. Safety for pedestrians, bikers and drivers is of paramount importance throughout the project, and strict adherence to maintaining standards will be enforced at all times. We feel that it is critical to the functionality of the area to ensure that once complete we meet the intent of the design. We will also work closely with the contractor to ensure that ADA compliant pedestrian access is maintained throughout the construction process and at completion. The projects will require that the contractor addresses pedestrian, bicycle and signalization improvements during the course of the construction, we will ensure that each element is properly incorporated. Our team will ensure that the contractor maintains constant access to all private properties along the corridor. We will require the contractor to identify a project point of contact to address any Maintenance of Traffic or Business Plan issues; this Contractor representative must have the authority and ability to make decisions immediately to address impacts as they occur onsite. Project Commitment to Resolve All Project Concerns We have the experience and staff availability to address any issue that may arise on these projects. This knowledge, skills, ability and commitment of our staff will reduce this learning curve as we perform as a partner to both the Contractor and County. As a standard practice, we will engage our Project Engineer on any issue that may have time or cost impacts to Felix Garcia (if needed) has extensive final estimate, material certification, warranty, and audit experiences and will lead this effort for our team. More specifically, the final package areas of focus include but are not limited to: Contract Time folder, Engineer s weekly summary/daily report of construction, Material Certification package Contract Managers Certificate Statement, Pay Reduction Summary and Notification of failing test result reports, QC Plan and asbuilt plans, signed, sealed and submitted by the contractors. PIO & Coordination: PIO coordination will be a major activity that will require special attention by the CEI team. We understand that many private property owners have signs, lighting, landscape and other items that must be protected during construction. We will coordinate the contractor s construction with the property owners at least 14 days in advance to minimize impacts to those owners as much as possible. We will keep the County s PIO informed of any MOT changes and lane closures. The team will ensure that the lane closure times stipulated in the plans are strictly adhered to by the contractor. Any request to change the lane closures times or allow lane closures on the weekends will be evaluated and discussed with the County in advance. The team understands the importance of coordinating with the different stake holders to ensure the success of the project. The County, businesses and residents within close proximity to construction will all be coordinated in advance of construction activities. CGA also understands the importance of providing real up to date information to the residents and businesses along the corridor. CGA is prepared to provide door hangers during the initial weeks of the project detailing the CEI contract information and schedule. Our intent is to visit each impacted resident or business owner to ensure they are aware of the proposed improvements, our schedule and potential impacts. Our experiences have proven that an We will also conduct a review and training session with appropriate County staff regarding how to use the warranty information. At that time, we will arrange for contact persons and contact information so the County can notify CIMA should a warranty issue develop. We shall act as the liaison between the County and the Contractor when warranty requests arise to coordinate that communication. We shall assist the County in deciding of the appropriate corrective action and provide notice to the Contractor of items requiring warranty action. We shall perform related duties as assigned. Public Information: CIMA is very familiar with the importance of communication with the public. We will facilitate this communication in any format the County prefers, but will ensure that lane closures, sidewalk closures, major construction activities, or other impacts to the public are timely communicated and disseminated to our public stakeholders. It is important for the community to feel like they are part of the project and that we are taking their concerns into consideration. Not only do we need to be concerned with the pedestrians and motorists, but neighboring businesses that could potentially be impacted by this project. Keeping the neighbors informed well in advance of these activities will help foster good relationships to keep the project moving on schedule. Materials Quality Control: A strict oversight of the contractor s QC Plan will be maintained. Material Samples and testing will be closely monitored and logged along with tests result comparison for acceptance as per Specification 105. We will develop a job guide schedule for the testing and sampling of the construction materials. We will ensure that such guide is in accordance with contract documents and proper verification. Point of Production Test: TEAM CIMA will insure that all off-sites manufactured items are qualified. We will review all Manufacture QC plans and certifications to insure compliance with the contract. Page 15 of 52

16 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) this contract. Our staff of CEI professionals is committed to the success of this contract. We are confident that with clearly defined goals and AE leadership the projects will be completed with minimal rework and County intervention, thus saving time and eliminating additional cost impacts to Broward County. The use of subcontractors will only occur if the need for ground penetrating radar arises. informed and knowledgeable community reduces the number of complaints that each Local Agency will receive our staff will work as an extension of the County to ensure that all issues are addressed timely with documentable solutions. The team will perform a door to door notification in advance of construction. Other Support Services If Needed: CGA is prepared to provide services as needed in the following areas, Environmental Support Services, utility installation inspection and testing, Geotechnical Support, Landscape installations, Irrigation installation, Paint Inspection, Lead Abatement, and Hazardous Materials Handling. CGA will provide IMSA certified liaison personnel to assist with the signalization requirements on any project. The proposed CGA team will address any other related construction management duties either internally or through the addition of qualified vendors to meet the needs of the project. In pursuit of this contract and support of your needs, we have formulated a team to cover the scope of services as identified in your advertisement; at any time during the life of our contract if the County has a need for a specific person, firm or expertise we are committed to provide that person, firm or expertise as a subconsultant or direct hire. PROJECT COMMUNICATION PLAN Prior to breaking ground, the project team will conduct a thorough site inspection to catalogue the existing field conditions, videotape and photograph the project for our records. A kick off meeting is set up between the County s selected Project Manager, CGA s Staff and the Contractor s Project Manager. This is to take place before the Pre Construction Meeting. At this meeting the Contractor is provided with hard and electronic copies of all documentation that must be complete and returned to the Project team at the Preconstruction conference. We will cover both the Construction requirements (shop drawings, quality control) and FDOT requirements during this initial face to face with the selected contractor to ensure he has the Approved Product List: TEAM CIMA will insure that all products installed on the project are approved thru the FDOT s approved products list. Items not addressed in these list will require EOR and County approvals thru the submittal process. Hurricane Preparedness: During the Preconstruction meeting, contractor will submit their Hurricane Preparedness Plan. We will review and insure the plan is in compliance with County s Emergency Management Program. Air, Noise and Dust Pollution Control: The contractor will be requested to address air, noise and dust control in their submittal at the preconstruction as per specification 104. This will be monitored for compliance, especially impacts due to dust on the adjacent neighbor hoods. Communication: Our approach will emphasize communication to make contract components seamless. By providing you with a local team and a proactive Inspectors, communication can remain fluid, whether in person, via , or by phone. There are many moving parts in CEI Inspection work and communication can be a challenge. However, our experienced senior inspectors also offer the wisdom of many years working in the construction industry, and the skills to build the job mentally before the contractor builds it will avoid delays. The CIMA Team is committed to continuous communication with our project partners, including the County and the Contractor. Every member of our team will foster a partnering relationship with the Contractor. If we can keep the Contractor on schedule while adhering to the contract and our high-quality standards, frivolous claims can be avoided. We believe in face-to-face communication and an open dialogue. From the kick-off meeting to the close-out meeting, our team will be there to provide elevated level and reliable communication. All our staff is equipped with cell phones, laptops with wireless internet access, Page 16 of 52

17 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) material required to complete his operations. We will also identifying items which are not included in the original scope of work, assessing third party s expectations/requirements or alerting the contractor to long lead items, such root pruning of trees to be relocated, typically reduce any cost or time impacts to the project. After the notice to proceed, kickoff meetings with the County, regulatory agencies, contractor and subcontractors will be scheduled. The agenda for our weekly or biweekly progress meetings will include a two week lookahead schedule report, compared to the current project status, overall project status, and schedule updates and any other relevant information for timely completion of the project. At these team meetings, goals will be clarified, commitments will be solidified, understanding and synergy will be realized to guide the team s focus and keep the project on schedule and within budget. In this manner, the work can be processed in a timely fashion that allows for adjustments to be made before a schedule problem occurs. We have a history of excellence in project planning and execution. We have found that the fundamental requirement for successful management of projects is the assignment of key personnel with the necessary skills and experience. The professional qualifications of our team will ensure superior and innovative products and services for the County on this project. PARTNERING WITH THE CONTRACTOR CGA CEI Managerial Method: We constantly look ahead of the contractor and discuss issues up front so there are no surprises. The contractor must know his contract and our goal as your Construction Management professional is to ensure he abides by the requirements of his contract we do this as a partner, highlighting needed submittals and timelines as detailed in our response. As a standard practice, we will utilize the FDOT s CPPR system, or the system included in the County s contract with the Contractor, to standardize our assessment of the contractor s performance. We will use this digital cameras, printers, and scanners, effectively creating a mobile office in their vehicles for uninterrupted communication abilities. Our lead team members have smart phones so communication from the field can be instantaneous. All staff will report for service with their mobile office and required testing equipment for the anticipated work effort such as concrete, asphalt or earthwork. They will have the inspection contract documents including but not limited to plans, specs, guide lists, manuals, field books, and forms. Page 17 of 52

18 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) tool to ensure that the contractor understands the importance of MOT, Safe Routes to Schools, Environmental compliance and the significance of timely document submittal. Our staff of CEI professionals are committed to these goals. We will enlist the County s expertise in regards to specific County policies to minimize resolution timeframes. We will also work with County staff to ensure that all required County permits are procured by the Contractor prior to beginning work and the contractor s signed and sealed MOT plan is approved by the County Traffic Engineer. The County will also be responsible for the review and approval of our time and invoices for CEI payments. PROJECT REPORTING METHODS CEI MANAGEMENT PROCESS Submittals: RFI's: All RFI s will be reviewed and responded to by the CEI team. The team has the construction experience and the technical support to address most RFI s. All RFI s will be documented in the RFI log which will be submitted to the County representative on Monthly basis. Shop drawings: A shop drawings schedule will be required for submittal by the contractor during the precon. All shop drawings will be reviewed by our team for comments. As Builts: The project team will update the plans during the life of the project as changes occur. The SPE will sign and seal the final as built plans when the project is completed. Contract changes/supplemental Agreements: Our team is experienced with change orders and developing supplemental agreements. Changes on the field will be negotiated with the contractor for a fair price and a WO or SA will be developed quickly to compensate the contractor and avoid delays. Our goal is always to keep the job moving! Progress/Schedule: The baseline schedule will be reviewed by our SPE. The SPE will review the schedule logic, milestones, start and end dates of activities, time allocated materials curing (Ex. Asphalt) Page 18 of 52

19 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) time allocated for utility related work, activity duration and the CPM path. The team will request progress updates if the contractor s progress falls behind his baseline schedule as per the FDOT standard specifications. MOT: The MOT plan will be submitted prior to construction for review by the CEI. The contractor will also be required to submit his traffic safety supervisor s certifications and a weekly MOT report. On a monthly basis, the contractor will be required to submit his MOT certification of quantities. CPPR: The team will use the CPPR process, or the process stipulated in the County s contract with the Contractor, including the issuance of VW, DWL and DL s as stipulated in the CPPR guidelines on the FDOT website. Schedule and Costs: Our team is committed to completing the project within time and below budget. The team CGA have put together has a long proven track of meeting out time and money goals on construction projects. Progress Photos: Progress photos will be provided on monthly basis to the County s representative. Monthly and Final Estimates: Our proposed PA has extensive experience with processing monthly and final estimates. There will be no Delays to the contractor s payment or reimbursement of funds to the County on this project. Claims documentation: The team will work diligently to avoid any delays and resolve claim related issues in a timely manner to minimize all impacts to the County. The team will ensure that the FDOT standard specifications claims section is followed in the case of a claim. All NOI s will be documented in a NOI log and discussed during the progress meetings for expedited resolutions. Weather letters and other project records (SWPPP/NPDES) will be submitted in a timely manner. Information and documentation input into Site Manager, EDMS, and CQR/LIMS will be Page 19 of 52

20 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) handled by our inspection staff and monitored by our SPE and PA. Meeting Minutes: PreConstruction Conference: the meeting will be facilitated and conducted by the CGA team. The meeting will be held in advance of construction and will include the contractor, the subcontractors, the County representatives, the county s representatives, utility owners as well as other stake holders. Major project issues, schedule and milestones as well as other project related topics will be discussed in details with the contractor during this meeting. Meeting minutes will be sent to all parties within 24 hours after the meeting. Progress Meetings: The team will hold a weekly or biweekly progress meeting with the Contractor to discuss the progress of the job, the project issues and the project schedule. Meeting minutes will be provided to all parties within 24 hours of the meeting. Pre activity meetings: The project team will hold various preactivity meetings prior to some of the most critical construction activities on this project. The team will hold pre signal office meeting, pre signal field meeting, pre paving meeting, pre drill shaft meeting, pre concrete meeting, pre ADA meeting and a pre signing/pavement markings meeting. Major requirements, specific plans issues, expectations and testing requirements will be discussed in details during those meetings. Monthly update meetings: The SPE will hold a one on one monthly meeting with the County s representative to discuss the job progress. PROJECT ADMINISTRATION SERVICES: Daily Inspections: Our experienced staff will be responsible for the daily inspection on the job and the detailed recording of all construction activities. Material Requirements o Quality Control Plan (Earthwork/Asphalt): The contractor will be responsible for submitting a detailed QC plan that includes materials type, materials source, supplier info, QC staff Page 20 of 52

21 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) qualifications as well as a detailed plan of how he is planning to perform the work. Our experienced PA and SPE will perform a detailed review of the QC plan and provide comments then accept if no issues are found. Review Nursery selected species for contract compliance: The team will ensure that nursery selected species are reviewed. Ms. Erin Sudman is an experienced landscape inspector who will perform detailed inspections to ensure substantial compliance with the plans. o Review QC Sampling and Testing: The project team will be responsible for reviewing the QC sampling and testing methods for compliance with the standard specifications and contract requirements. Deficiencies will be reported immediately to the contractor and the PA to ensure that corrections are implemented in a timely manner. o Perform Verification Sampling/Testing: Our experienced inspectors are all CTQP certified in Asphalt level 1 and 2, earthwork level 1 and 2, concrete, drill shaft, advanced MOT, and IMSA as well as many other certifications. The inspection team will be conducting VT testing as needed using the methodology stipulated in the FDOT standard specifications, plans, & FDOT Materials Manual. Verify Producer Certifications: Our inspection staff will ensure that all producer certifications are submitted and reviewed. o FDOT LIMS Software Program Reviews: Our inspection staff, PA and SPE have all worked on many projects where lims was used to submit C22 cards, tests and upload various documents and reports. The inspection staff will be responsible for the submittal of tests and C22 cards in lims, the PA will be responsible for reviewing submittals, test results, and accepting tests. The SPE will perform monthly QA reviews to ensure that all materials testing has been performed as required by the contract. Our inspection staff, PA and SPE will also perform the following, Page 21 of 52

22 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) o Monitor Maintenance of Traffic during construction to ensure compliance with the contract and plans requirements. o Ensure adequate ADA Compliant Pedestrian Access is provided throughout construction and that bus routes are maintained. The team will coordinate with the BCT throughout construction. o Ensure Driveway Access is maintained throughout construction. Driveway work directly impacting a business or a resident will be coordinated with the private property owner two weeks in advance of construction. All access management changes will be coordinated with the business owners in advance of construction. o Verify Environmental Permit Compliance if needed. o Document Item Quantities installed for monthly payment using logs that we are currently using on our FDOT projects. All quantities will be reviewed. Our CEI team will also perform the following duties: Communication/Coordination with Project Stakeholders o FDOT (Construction, Public Information and Maintenance) o County (Lane Closures/Impacts to Bus Schedule) o SFWMD (Permit Compliance) o Residents/Businesses (Project Schedule/Access/Potential Impacts) o Local Police/Emergency (MOT/Lane Closures/Potential Impacts) Request for Information/Shop Drawing Process Document Control Issue/Conflict Resolution Permit Coordination/Close Out Documentation Review of Final Record Plans Ensure that 100% of all required sampling and testing is performed in accordance with the specifications. Page 22 of 52

23 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) Perform 100% of all EEO and contract compliance functions. Establish early communication, and maintain coordination with all stakeholders. Establish an action plan to identify appropriate contacts and quickly resolve issues as encountered. Perform timely inspection of all components and provide accurate, daily quantities of materials and work performed. Closely monitor the Contractor s operations and minimize impacts to the traveling public. Commitment to Satisfy the County's Needs: Our 380 employees across Florida are ready to help the County on any engineering or construction related tasks on this project. We are 100% committed to the County and the County will be our main priority. 1) Materials Certification: Our team is committed to providing the County with the final materials certification on this project before the final acceptance day. 2) Monthly & Final Estimates: Our veteran PA and CSS will ensure that the monthly estimate is submitted on time along with all the required certifications. To achieve this goal, the Senior Inspectors and the contractor will agree on quantities on weekly basis. Our team is committed to submitting the FE Box in less than 10 days from FA to exceed the FDOT goals and expedite the release of final payments. 3) Cost and Time Goals: Our team is aware of the County s time and cost goals. The CGA team along with our subs have a proven track record of completing projects on time and on budget. We extend our time and cost commitment to you on this project. We will complete this project under budget and under time for the Broward County. 4)Meeting Minutes: Our SPE and PA are committed to providing progress meeting minutes within 24 hours, the Precon meeting minutes within 48 hours and the preactivity meeting minutes within 48 hours to expedite the communication and documentation of the discussions conducted during the meetings. Value Added: The CGA team will provide the County with the following added value commitments, 1) SkySite: CGA believes in Page 23 of 52

24 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 2. Project Approach (con t) innovation as a proven way to improve our services to the County. As a result, we have purchased a new software called SkySite to expedite communication between the field staff and the project manager. The software allows inspectors to send RFI s using with the relevant plans drawing using an interactive PDF file. The program also allows our PA s and Inspectors to create lists and logs (ex. RFI and Deficiency Lists) in seconds that links each line in the log to an interactive plans sheet. 2) Company Support: CGA has over 380 employees in all different aspects of engineering. Our team works from 6 different offices throughout the state and is prepared to support our CEI team to ensure the success of this project. 3) Disputes: If issues escalate to a dispute level, our tested and proved project team will be prepared to defend the County s position. Our Director Mr. Mabrouk has been directly involved in 5 DRB s where he presented the client s position. His success ratio is a 4:1. 4) Utility locates: CGA offers our In house Utility (soft dig) location services, The Green Machine VaxCavator to facilitate with the utility location and the proposed drainage work. Our team will keep the County informed we will provide uptodate project status and schedule information to the County and relevant project stakeholders, as well as to the traveling public, residents, businesses, emergency services, County Transit and government entities that will be directly affected by construction operations. We are confident that these clearly defined goals with CGA leadership will ensure that this project is completed with minimal rework and County intervention, thus saving time and eliminating additional cost impacts to the Broward County. Page 24 of 52

25 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: Describe prime Vendor s experience on projects of similar nature, scope and duration, along with evidence of satisfactory completion, both on time and within budget, for the past five years. Provide a minimum of three projects with references Vendor should provide references for similar work performed to show evidence of qualifications and previous experience. Only provide references for non-broward County Board of County Commissioners contracts. For Broward County contracts, the County will review performance evaluations in its database for vendors with previous or current contracts with the County. The County considers references and performance evaluations in the evaluation of Vendor s past performance. Points Value: 15 AE Engineering Inc. was part of the team that provided Construction Engineering and Inspection (CEI) Services for the Seaboard Train Station Beautification Project; Project FM# LAP Contract No.: (LAP $ 773,000.00). The work was funded through the City of West Palm Beach using Federal, FDOT and City funds. This project consisted of pedestrian and landscape improvements to the Seaboard Train Station site, including construction of a pedestrian plaza with landscaping elements, irrigation and lighting on the east of the existing Seaboard Train Station building, reconfiguration and landscape improvements to the surface parking lots on the north and south of the building, and some pedestrian improvements along the Tamarind Avenue right-of-way between Clematis Street and Fern Street. The project was completed on time and within budget. AE Engineering Inc. was part of the team that provided to the City of West Plam Beach Construction Engineering and Inspection (CEI) Services for the Downtown Trolley Shelters Improvement Project. The projected consisted of the construction of three (3) new trolley shelters, located in the West Palm Beach Downtown area. The new shelters required removal and replacement of existing concrete pavers, concrete sidewalk, and replaced curbs. Also included the construction of new concrete foundations, trolley shelters containing solar panels, signage, and coordination and permitting. The project was completed on time and within budget. AE Engineering Inc. provided CEI Inspection Services on the SR A1A / Ft. Lauderdale Beach from Mercedes River to Sunrise Blvd project. This project is located along SR A1A in Ft. Lauderdale Beach. The southern limit is the Mercedes River, just east of the 17 th Street Causeway Bridge, and northern limit is Sunrise The CGA CEI construction management approach begins with the assignment of the qualified and experienced staff with the required skills to meet the demands of the project. Our proposed staff has the training, certifications, and experience to handle any roadway construction assignment proficiently, including specialized skill sets for urban complete street project elements. Our proposed Contract Manager, Mohamed Mabrouk, will ensure that the lines of communication are open between all stakeholders to confirm that the bus stop locations are built in accordance with the contract guidelines. Our firm believes that the key to a successful project is open lines of communication, proactive resolutions of issues and being thoroughly engaged in the execution of the day to day operations. Moe Mabrouk is in constant contact with the Contractor, CEI field and office staff and the County to maintain close control of the schedule and budget. We utilize the latest schedule software and typically require the contractor to establish a three week look ahead to include third party requirements such as utility relocations and long lead item installations. CGA s CEI methods of contract management will ensure that the contractor meets quality, schedule, safety and budget requirements. CEI Coordination Approach: Our Team has met in person or conducting phone meetings with representatives from most of the stakeholders. The stakeholder s main concerns can be summarized into maintenance of traffic flow, access maintenance, proper notifications, noise, and dust and debris control. Our SPE will work with the County s assigned PIO and CGA s Director of Public Information to create a list of all the critical stakeholders within the project limits. All three will conduct meetings prior to construction with the critical stakeholders to discuss their concerns and Decision Making and Dispute Resolutions: CIMA will work hard to resolve any construction issues in the field at the lowest level possible. With a partnering approach, we will foster a good working relationship with the contractor from day one, as well as with the County s Project Manager, to help keep the project moving forward always. If at any time, an impasse has been reached in the field, and an issue must be escalated to the County, CIMA will provide the necessary details in a clear, concise, and professional format. We pride ourselves in providing our clients with information and sound recommendations to keep projects on time and within budget, while also providing the maximum safety to the public. A proactive approach is crucial to avoid claims and resolve disputes. Our proactive guidelines: Becoming familiar with contract documents and specifications. Reviewing design and gaps within the scope. Reviewing contractor s schedule for possible conflicts. Ensure a fair but stern approach in the manner which the CIMA deals with contractor. If a claim cannot be avoided, it shall be handled in accordance to the County General Specifications. Provide post construction claims review. Construction Scheduling: CIMA has the controls in place to maintain both the schedule and budget for this project. The daily observation of construction activities will be compared to the critical items list as well as the Contractor s two week work schedule look-ahead. Any noted slippage of the Contractor s schedule efforts will be coordinated with the Construction Superintendent to determine the cause of the slippage. The Project Schedule will be reviewed in compliance with the requirements of the County s General Specifications. Once the project is awarded, the Contractor will be requested to provide a work schedule in accordance with contract documents within 30 Page 25 of 52

26 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) Blvd. The project also includes limits on Sunrise Blvd from just east of the ICWW Bridge to SR A1A. The improvements under this project included milling and resurfacing, addressing ADA sidewalk and curb ramp deficiencies, upgrading signing and pavement markings, signalization improvements, roadway widening, adding dedicated bike lanes, and drainage improvements. The project was completed on time and within budget. AE Engineering Inc. provided CEI Inspection Services on the SR A1A Washout from South of NE 14TH to North of NE 18TH Street. The limits of the project on A1A are located South of NE 14th Ct. to North of NE 18th St. Which include numerous single family residences, condominiums, Hugh Taylor Birch State Park entrance, and current beach parking and beach access. Previous storms collapsed portions of A1A, including sidewalks and parking spaces on the east side. The current configuration, which included an initial sheet pile wall that was incorporated into the final wave wall, was designed only as a temporary solution in order to protect the roadway from further erosion. This project provided permanent improvements that address existing roadway deficiencies, erosion, and stormwater management, while adding aesthetically pleasing features that were critical to this Scenic and Historic Coastal Highway. The project was completed on time and within budget. establish lines of communications. Flyers will be provided to all businesses within the project limits 2 weeks prior to construction. The project runs through a heavily residential area. Therefore, coordination with HOA s for each of the residential communities will be implemented 2 weeks in advance of construction and two weeks in advance of activities impacting each residential HOA. We also will assist the PIO in organizing a public meeting prior to construction to notify the public of the project. Our team will coordinate with business owners directly impacted by work (ex. driveway construction) two weeks in advance. The SPE will maintain a PIO log that will be shared with the PIO and the Construction PM on the 1st of every month. Weekly updates will be provided by noon on Thursday of each week to the County PM and the PIO to distribute. The SPE & the PIO will conduct monthly meetings with the stakeholders to provide updates. The SPE will also attend City Hall Meetings if needed. Business signs will be erected if needed along with the PIO sign prior to construction. Contract Administration and Management: the Team will monitor the construction activities & perform all the testing required by the specifications. Silt fences will be installed prior to construction. The team will conduct weekly progress meetings as well as pre activity meetings for the most critical construction activities like drainage, paving, earthwork, concrete, signalization & sign installation. All progress meeting minutes will be submitted to the construction PM within 24 hours. The Contract Manager will conduct a bi weekly meeting with the County construction manager (Hour of Power-HOP) to review project issues & provide construction updates. Monthly progress reports with updated pictures and the monthly progress payments with backup certifications will be submitted to the PM on the Monday after the cut-off date. Weather letters will be sent to the construction PM on the 1st of each month. Quantities will be tracked using days in a Primavera P6 format. The schedule needs to meet the following key parameters: Time Commences at Notice to Proceed Duration in Calendar Days Shop Drawing Reviews will be allotted 30 days in the schedule. Schedule Activities at a minimum need to include activities detailed in plans and General Conditions. The Contractor's schedule is submitted for review and will be performed within 15 days. If the schedule does not reflect a reasonable or feasible plan to construct the project in the authorized contract time or the schedule is not prepared according to the specifications, the schedule will be returned to the Contractor for modification. Monthly updates of the schedule will be provided to Mr. Viola, 7 days before the submittal of the monthly invoice for review and approval within 5 days. Narrative reports will also be required for the updated schedule to clarify changes. Our team will work with the Contractor to assist him in maintaining his schedule, and will coordinate the inspection team to meet the demands of the items being constructed, with increases or decreases to staffing levels being adjusted weekly. Roadway Project: CIMA has completed several complete street projects. Below is a list of those projects and our performace. These projects contain all the elements that are to be constructed on the Pembroke Road project. FDOT s D-6 Stirling Road from University Dr. to SR 7 (441): Fin: , this project includes milling and resurfacing, ADA compliance of sidewalks, traffic signal installations, new signage and pavement markings. This major arterial is located within the City of Davie and Hollywood and crossing Seminole Territory. Page 26 of 52

27 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) separate spreadsheets to monitor critical quantities like asphalt. QA inspections will be coordinated with the County. Prior to Construction: The Contract Manager will perform a thorough plans & specifications review prior to plans submittal to Tallahassee. Comments will be submitted to the County s PM for review. The SPE will contact the contractor after award to submit the drainage and signalization shop drawings. The project team will conduct a pre-service meeting with construction PM to review the contract requirements. Our inspection staff will video the entire project to document existing conditions prior to construction. The SPE will conduct the preconstruction meeting & will review the baseline schedule for comments. The preconstruction meeting minutes will be submitted within 24 hours. The team will conduct a preactivity meeting with all Utility owners to coordinate the utility relocation work. The Contract Manager will conduct the CSI preconstruction meeting to discuss cost savings opportunities with the contractor. Monitoring of Production: The CGA team will monitor the contractor s production rates and ensure that he is using the adequate forces to complete the project on time as scheduled. The inspection team will document production related comments in the daily work reports and any slippage in the production rates will be discussed with the contractor immediately. Change Order Tracking: Work orders will be negotiated by the Contract Manager after the development of the Engineer s estimate. Each WO and SA package will be reviewed by the Contract Manager for completeness prior to submitting to the PM. The project team will maintain logs to track quantities, WO s to monitor contract changes. The logs will be ed to the PM monthly. Monthly Progress Payments: Our inspection staff will meet with the contractor on daily basis to review quantities to avoid issues at the time of monthly payment. We will use CGA developed spreadsheets to track quantities and FDOT s D-6 Perimeter Road from 72 Ave. to 57 Ave: Fin: , this project includes reconstruction, widening and resurfacing of a four- lane road south of the Miami International Airport on the existing R/W plus into the existing airside. FDOT s D-4 Red Road SR-823 between the Turnpike and Pembroke Road: Fin: , this project involved the widening and resurfacing of this limited urban corridor located in West Broward County. The corridor serves as a major arterial roadway between Dade County and Broward County. FDOT s D-4 Flamingo Road SR-823 between Pembroke Road and Pines Blvd.: Fin , of this project involved the widening and resurfacing this limited urban corridor located in West Broward County. The corridor serves as a major arterial roadway between the City of Miramar and the City of Pembroke Pines in Broward County. FDOT s District 6 Coral Way SR-932 between 37 Ave and 12 Ave: Fin , this project included the milling and resurfacing of this main arterial urban roadway to include 13 new signalized intersections and new lighting in the City of Miami. CEI Project Contract Score FDOT D-6 Perimeter Road C8U of 5.0 FDOT D-4 Red Road C8O of 5.0 FDOT D-4 Flamingo Road C8O of 5.0 FDOT D-4 University Dr. C8A of 5.0 Experience on CEI Projects: CIMA brings a proven track record of working with Federal, State, Cities and County agencies from across South Florida. The following are our latest projects: Transportation Hub: Miami Dade County Transit Dolphin Station Park and Ride: CIMA is providing, CEI services for a Design Build Page 27 of 52

28 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) review them with the contractor s representative every Friday. Our CSS will review the quantities and input them on weekly basis. Our CSS will review the contractor s monthly payment package to ensure the required certifications are submitted. Verification of Quantities: Our CEI team will use Microstation & GEOPACK to verify measurements and quantities. Our team will review the plans for discrepancies, review the pay item matrices, and use GEOPACK and Microstation to verify linear measurements and volumes, then compare those measurements against the quantities included in the plans. Our team will then work with the PM, the EOR and the Contractor to resolve the quantity issues. Materials Certifications: We will develop a specialized spreadsheet based on the contract documents with all the materials testing and certification submittal requirements on the project. Our team will use this specialized spreadsheet to track and perform all materials testing and to ensure the submittal of materials certifications timely. Materials certification will be a topic of discussion during each progress meeting. Post Construction: Upon project completion, the CGA team will submit the final estimates box to the within 5 days of final acceptance. Our final estimates box will include signed and sealed as-built plans, the materials certification package, contract time folder with backup, overrun/underrun analysis, WO s, correspondence folder and all applicable forms. Our team will also ensure that all warranties for asphalt and signalization components are submitted prior to final acceptance. Project Reporting Methods CEI Management Process: Daily Reports are completed each day by the inspection staff to include all manpower, material and equipment utilized on the project. Copies of the reports are provided to the County and available to refute any potential delay or extra work claims submitted by the awarded prime contractor and his subcontractors. The proposed CEI team will Contract for a new park and ride transit facility and access road within the NW quadrant of the Homestead Extension of the Florida's Turnpike and NW 12th St. interchange. The project will support the MDT SR 836 Express Bus Service as well as other planned Express Bus routes and will potentially be used as a terminus or stop for several local bus routes serving the Dolphin Mall and nearby cities of Sweetwater and Doral. This project is a joint agency collaboration between FDOT, Miami Dade County Department of Public Works and being developed by the Miami Dade Expressway Authority. The project includes water and sewer, site work, two hub buildings, bus terminal, parking lot, traffic signal installation, adjacent roadway construction and ITS. Owner: Miami Dade Expressway Authority Reference: Claudio Diaferia, P.E. (305) cdiaferia@mdxway.com Project Dates: Construction Cost: $16.9 Mil. Utilities: Miami Dade County Water and Sewer Capital Improvement Program: CIMA is providing, CEI services for the construction of several new water and sewer projects in Miami Dade County, Florida. The projects range from the installation of watermain and services, sewer installations and force mains. Our services included daily reporting thru the county s document control system, inspections of materials being installed, backfilling operations, pressure testing, chlorination and testing of water lines, MOT inspection, as-build, payments and acceptance of work. Owner: Miami Dade County Water and Sewer Reference: Luis Rojas (786) , Luis.Rojas@miamidade.gov and Carlos Baro (786) , Carlos.Baro@miamidade.gov Project Dates: Construction Cost: $500K. to $5 Mil. Page 28 of 52

29 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) log, disseminate and track shop drawings and contractor initiated request for information (RFI s) on a daily basis. A technique our team utilizes with RFIs is to classify them once received as Critical (2 days), Expedite (5 days) or Standard (10 days). RFI s are immediately forwarded to the EOR with a CCEI suggested response to expedite resolution when possible; we then follow up with the EOR to ensure we meet the self-imposed deadlines. Weekly Duties: CGA will finalize project quantities on a weekly basis, for the previous work week. We will require contractor submittal of all material testing reports on a weekly basis these reports will be evaluated for conformance with the contract requirements and all deficiencies will be noted immediately and forwarded to the Contractor for resolution. We typically begin a project with scope and duration with a weekly progress meeting to ensure we emphasize the importance of the schedule and address any issues weekly. Monthly Duties: Approved weekly pay item quantities will create the monthly estimate; this will be jointly reviewed by the contractor and CGA staff to ensure that all work that has been completed, accepted, and is compensated in the pay application request. We make it clear throughout the month that material that has not been approved will not be compensated for by our staff unless expressly directed by the County our goal is to ensure that we close out each month from a quantity and quality control standpoint. We also ensure that the Prime contractor understands the importance of the Certification documentation that must accompany each estimate. The Monthly Estimate will not be authorized for payment unless the proper documentation has been received. Certification Disbursement of Previous payments Material Construction Compliance with Spec & Plans County CBE/DBE/MBE Utilization Reports Facilities: City of Fort Lauderdale, Fire Department Bond Program: CIMA provided construction management services for Fire Station #3, #29, # 35, # 46 and #49. Our services included the overseeing the daily construction operations and managing both the Contractor and the Architect to ensure completion in a timely and cost-effective manner while achieving a quality product. CIMA s construction management services included daily inspections, resolution of project issues, processing of all RFI s and submittals, construction schedule and payment requisition reviews, Owner/Architect/Contractor meetings, and daily communication with City staff to ensure effective communication on the project. CIMA also was tasked to perform preconstruction and postconstruction activities including temporary relocation of facilities, demolition of existing structures, plan and contract review, coordination with all utilities providing services, coordination of permitting, warranty submittal review, review of claims, and submittal of all project files including asbuilt drawings. Owner: City of Fort Lauderdale Reference: Frank Snedaker (954) , Retired City Architect f_sned@bellsouth.net and Mark Friedman (954) Retired City Senior Project Manager, archt1377@aol.com Project Dates: Construction Cost: $1.7 Mil. to $2.7 Mil. Complete Streets: Seminole Tribe of Florida, Snake Road Bridge Replacement and Roadway Re-construction: CIMA was the primary consultant for the (2) two phases of the of this road (BIA 814). The existing rural road was reconstructed to an urban section. The project included sidewalks, bike lanes, ATV path, lighting, comfortable and accessible public transportation stops, frequent and safe crossing opportunities, median islands, the first traffic signal in the reservation and more. Also, Page 29 of 52

30 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) Review of as-built information and directional bore logs Additional Contractual Techniques and Approaches Daily Enforcement of Contract Specifications/Standards Maintenance of Logs/Submittals - Shop Drawings, RFI s, Material Requirements Establishment of Pre-Activity Meetings- Drainage; earthwork, asphalt, signalization, concrete, etc. Quality Control Plan Review/Enforcement (Earthwork/Asphalt/Concrete) Review QC Sampling and Testing Methods Perform ALL required verification Sampling/Testing Verify Producer Certifications Ensure Buy America Compliance Monitor Maintenance of Traffic Daily and Nighttime Ensure adequate ADA Compliant Pedestrian and Driveway Access is maintained Document Item Quantities installed for monthly payment Contract Administration Services Schedule Review Baseline and Monthly Schedule Updates Communication/Coordination with Project Stakeholders o Broward County (Utilities/Lane Closures) o Broward Transit (Lane Closures/Impacts to Bus Schedule) o FDOT Staff o SFWMD (Permit Compliance) o City Permits o Residents/Businesses/Schools (Project Schedule/Access/Potential Impacts) o Local Police/Emergency (MOT/Lane Closures/Potential Impacts) Request for Information/Shop Drawing Process Issue/Conflict Resolution Safety Evaluation and Ongoing Reminders Permit Coordination/Close Out Documentation Review of Final Record Plans a new bridge and roadway along with pond construction, channel excavation, earthwork, water and sewer, drainage, asphalt and signage was included. The bridge and roadway is a vital component of access to the Indian Reservation located in the Big Cypress Reserve in Hendry County, FL. Owner: Seminole Tribe of Florida Reference: Richard Pereira, P.E. (954) Previous Director of Transportation now with BCAD, rpereira@broward.org Project Dates: Construction Cost: Phase 1: $2.2 Mil. and Phase 2: $11.4 Mil. Roadways and Bridges: FDOT s D-4 I-95 Express Lane Phase II: Fin: / , Design Build Contract for Phase 2 of I-95 Express Lanes extension north from the Golden Glades Interchange, in Miami-Dade County, to Broward Boulevard, in Broward County, by converting the existing High Occupancy Vehicle (HOV) lanes into two express lanes in each direction. Other work includes: installing Intelligent Transportation System (ITS) and Tolling components; modifying the Ives Dairy Road interchange; bridge widening at specific locations; and installing new noise walls; MES Walls a bridge approached; New signalization in Miami Dade and Broward County. Owner: Florida Department of Transportation Reference: Albert Salas, P.E. (954) Broward Operations Construction Engineer, Albert.Salas@dot.state.fl.us Project Dates: Construction Cost: $124.2 Mil. Express Lanes MDX Design Build Project (Turnpike Flyover) Westbound SR-836 to Florida Turnpike: This Design Build contract requires a re-alignment of the westbound SR 836 Dolphin Expressway from a point west of SW 97th Page 30 of 52

31 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) Knowledge and Experience with Construction Scheduling Project Setup, Reporting Methods and Schedule Approach Upon execution of the contract to the Contractor, Moe & Felix will contact the selected Contractor and advise him of their role and emphasize the importance of the reporting and scheduling functions to the success of the contract. This typically takes place long before the Pre-Construction Meeting. Moe and Felix will Construction and Quality control requirements (shop drawings, quality control expectations, reporting requirements and documentation and schedule update). Project Scheduling CGA is knowledgeable and experienced in construction scheduling. Our Contract Manager, Moe Mabrouk, PE believes that contract scheduling is one of the most critical elements impacting the total cost of a project. Too little time allotted to this task can result in excessive contractor claims without the proper backup to refute these actions. Our Team s scheduling expertise will focus on the acceptance of a realistic baseline schedule with the proper milestones to achieve an on-time project completion. Our experience has trained us that obtaining all necessary contract documents is the first step in performing an indepth construction schedule review. We will utilize the plans, specifications and utility relocation schedules to evaluate the baseline schedule. We pay close attention to the contractor s chosen production rates, we ensure that they are utilizing achievable production rates for each of the activities. We also conduct field visits to ensure that we uncover any existing site conditions, which could affect production, such as utilities. We will ensure that the contractors schedule follows the approved MOT phasing or request a formal clarification or plan from the contractor if necessary. The Team will pay special attention to the Technical Special Provisions and Supplemental Avenue to the southbound Homestead Extension of Florida Turnpike (HEFT). This $36 Million project consists of four vehicular bridges, roadway drainage, earthwork, asphaltic concrete roadway, six MSE retaining walls, retention ponds, roadway lighting, custom overhead sign structures, and tree relocations. Turnpike coordination was required to set beams and deck. Owner: Miami Dade Expressway Authority Reference: Valentine Onuigbo, P.E. (305) , Previous Project Manager now with City of Miami, vonuigbo@miamigov.com Project Dates: Construction Cost: $39 Mil. Intelligent Traffic System: FDOT s D-4 I-95 Express Lane Phase II: Fin: / , Construction of the Phase 2 of 95 Express began in November 2011, will last until May Work includes: installing Intelligent Transportation System (ITS), Tolling components and New Hubs. MDX SR 112 Open Road Tolling (ORT) Off-System Signing: This project requires the construction of advance ground mounted and overhead signing to provide sufficient warning, guidance, and information to users entering the converted SR 112 Open Road Tolling (ORT) facility. A component of the Project includes the replacement of DMS signs for 95 Express which are impacted by the required SR 112 ORT signing. FDOT s Turnpike South Florida AET Phase 4B Conversion: Fin: , Improvements on this project is the modifications to the Hollywood Blvd. and the Griffin Road interchanges to allow for All Electronic Toll Collection (AET). Page 31 of 52

32 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) Specifications for the project to ensure that the schedule reflects requirements that are specific to the project. In order to receive an approvable CPM schedule from the contractor, scheduled meetings may be required to iron out construction specifics. We will attend these meetings and act on the County s behalf to resolve any schedule issues and facilitate an acceptable baseline (or revised) CPM Schedule. Typical Schedule Requirements/Expectations: The contractors schedule submittal and written work plan will be required twenty-one (21) days after contract award or at the Preconstruction conference (this is per FDOT Specification 8-3.2). Our proposed SPE and PA are experienced with reviewing and developing schedules in Primavera P6. Moe has extensive experience reviewing schedules. He also analyzed many claims and DRB s throughout his career. Felix has experience reviewing schedules as a PM and a PA and developing construction schedules. Our team will conduct a schedule analysis workshop with the contractor to discuss comments and explore schedule optimization options. The schedule will be reviewed to ensure all project elements are included and once approve will serve as our baseline for timely project completion. The SPE will conduct a thorough & detailed review of the project s baseline schedule in Primavera to check the CPM & the constructability logic of the schedule. This is the most critical schedule control activity as once the baseline schedule is approved, all delays or sequence changes will be measured against it. The Contract Manager will review the schedule to check that milestones are defined, important dates are accurate, phasing are consistent with the plans, relationships between construction activities are logical, material curing durations are accounted for, shop drawings submittal/review durations are logical, adequate time is allocated for maintenance inspections & construction activities don t conflict with each other. Schedule comments will be provided to Page 32 of 52

33 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) the contractor within 7 days of submittal. The two week look ahead will be submitted every week & the construction schedule will be a main topic of discussion during the Pre- Construction meeting & the weekly progress meetings. Monthly Schedule Updates: The Contract Manager will also review all monthly schedule updates in Primavera & compare the updates to the contractor s progress. If the project is falling behind, the SPE will conduct a schedule impact analysis to determine the delay cause. He will immediately notify the contractor in writing of the situation & conduct a meeting with him to discuss methods to bring the schedule back on track Consultant s approach to inspection services, safety and methods utilized to mitigate delays CGA s CEI managerial approach is to constantly look ahead of the contractor and to identify and resolved issues upfront to eliminate surprises. The contractor must know his contract and our goal as your Construction Management professional is to ensure he abides by the requirements of his contract we do this as his Partner in an effort to mitigate any project delays, safety issues or costs. CGA will complete the above provided technical and administrative task to ensure constant contract compliance. All NOI s or construction issues will be addressed immediately. The Contract Manager & the PA are known for their tenacious work to resolve construction issues expeditiously. NOI s will be responded to timely & in writing after a detailed claim analysis. The NOI s will be tracked using the NOI log that will be presented to all parties during the progress meetings & ed to them on the 1st of every month. NOI s will be discussed during progress meeting until resolved. If issues escalate to a DRB, our tested & proved project team will be prepared to defend the Department s position with the support of NME s & CGA s company resources. MOT & Safety: Safety is always the number one concern at CGA, and our staff is committed Page 33 of 52

34 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) to keeping the public apprised of all activities to help ensure access and level of service to the traveling public and adjacent stakeholders to the project. We truly believe that an informed stakeholder is an understanding stakeholder. All of our staff are Advanced MOT Certified, and have the experience and knowledge to ensure safety for the traveling public, and all project stakeholders. The team will ensure that either shoulder treatments or temporary barrier walls are used to protect drop offs. The inspection staff will not allow the staging of any material within the clear zone without proper protection. Staging and all work will be restricted to the ROW limits only. The Sr. Inspector will conduct a 5 minute safety meeting daily to go over the proposed MOT setup for the day & highlight safety concerns. The team will also ensure the submittal & implementation of a temporary lighting plan during night operations. All workers & inspectors performing work above water will be required to wear water vests. The senior inspectors will ensure that OSHA trench safety requirements are followed strictly to avoid injuries. CGA s ability to make decisions and facilitate resolution The day-to-day point of contact for this contract will be Project Administrator, Mr. Felix Garcia, PE, who has excellent communication, technical and written skills to effectively manage this contract. Mr. Garcia will work with the contractor on a day to day basis and is empowered to ensure that the contractor stays on task, on time and within budget. Our approach is to ensure we keep our assigned Project Manager is informed of all issues that involve time or money issues. Felix will be supported by an experienced Contract Manager Moe Mabrouk, who has completed numerous similar projects within time and budget, Moe and Felix will make the decisions required to achieve the project goals. Page 34 of 52

35 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) In order to deliver a successful project, the following skills are crucial in order for the CEI Team to develop and maintain good working relationships with project stakeholders: Leadership Strong management, engineering and technical skills as well as experience in similar complete street, widening and LAP projects. Communication; Effective communication skills and a demonstrated ability to work with the community, as well as build public support for the project through close and frequent communication with all stakeholders. Coordination; Diligent coordination among all project stakeholders is essential in order to maintain the project schedule, minimize construction impacts, and deliver the project within budget. Mitigating Weather Impacts: Weather will be a critical component to monitor in order to control the project schedule. Many of the major construction activities on this project, ex. Earthwork and drainage, can be effected by rain for many days. Therefore, it is important to take advantage of times outside the rainy season to maximize the production of those activities. Contractor s Adequate Efforts and Continuous Commitment: The CGA team will monitor the contractor s production rates and ensure that he is using the adequate forces to complete the project on time as scheduled. The inspection team will document production related comments in the daily work reports and any slippage in the production rates will be discussed with the contractor immediately. How CGA s Team Facilitates Issue Resolution With our relevant project experience and knowledge, we will proactively minimize delays and additional costs through communication, partnership and coordination with the contractor. Prior to construction, we will address and seek resolution for all issues identified during the plans review process. During administration of the projects, we will strive to resolve potential issues or disputes in Page 35 of 52

36 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) the field at the lowest possible level. If necessary, issues would be properly escalated for prompt resolution. We will review, evaluate, and respond to the contractor s correspondences, notices, requests for compensation or time, and claims in a timely manner. Our team will maintain and upload all project correspondence and submittals in a timely manner to our or the County s FTP or designated location to ensure everyone is on the same page. We will perform an in depth entitlement analysis/cost estimate when necessary and we will be prepared to defend our position with the Contractor. We will discuss our findings and recommendations with our Project Manager and incorporate his input to implement a strategy to initiate the resolution process. Throughout Moe Mabrouk s career his approach has always involved resolution and timely closeout of project issues as they happen. CGA embraces this approach and have successfully utilized this approach on numerous high profile projects resulting in no outstanding issues to be addressed at the end of the project. CGA Survey Control Utility Coordination CGA maintains six (4) professional surveyors and eight (6) field crews, which are all equipped with the latest in survey instruments including a 3D Laser scanner. CGA has extensive experience performing boundary, GPS control, topographic, engineering design, route surveys, as-built or record surveys and quantity surveys. We can also service any GIS support needs in this ever emerging specialty area and bring relevant data retention experiences for project improvements such as drainage, widening, signage and landscaping installations in the GIS median. We are currently successfully performing this service for many jurisdictions and offer this as an innovative value added service for this contract to ensure that we address issues in a timely manner with the Page 36 of 52

37 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) technical expertise needed to resolve the issue. Below are examples of similar projects where CGA has delivered projects ahead of schedule, and/or under budget: 1. Calvin, Giordano and Associates, Inc. recently completed construction on the Broward County Transportation Service and Capital Planning Bus Bay Improvements and Shelter Installations at Bus Stops project in Broward County. Improvements include ADA upgrades to sidewalks, new bus shelters, removal and replacement of damaged concrete sidewalk slabs, site furnishings, bike racks, signage, electrical underground wiring and components such as lighting and solar power supplies, and relocation of existing landscaping and irrigation throughout Broward County. Contact: Arethia Douglas, P.E., Broward County Transit 2. Calvin, Giordano & Associates, Inc. recently completed construction on the Clematis Street Improvements Project; LAP Project FM # Scope of work included pedestrian, safety and landscape enhancements, such as the construction of the landscaped median and installation of additional landscaping, decorative lighting, tree grates, benches, bike racks, receptacles, sidewalk, widening, milling and resurfacing, striping, signing and irrigation from Sapodilla Avenue to Tamarind Avenue. The work was funded through the City of West Palm Beach using Federal, FDOT and City funds. Additionally CGA ensured contractors were in compliance with FDOT EEO/AA, DBE Programs, and adherence to the Davis Bacon Wages specific to the project. This project was completed on time and within budget. 3. Calvin, Giordano & Associates, Inc. recently completed construction on the Quadrille Blvd, (Okeechobee to Datura) FM# ; LAP Contract No.: AQN-61; Scope of work included pedestrian and landscape enhancements, including construction of missing sections of sidewalk from Hibiscus Page 37 of 52

38 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) Street to Datura Street, landscaping elements along the west and east side of Quadrille Boulevard and the median, irrigation, and pedestrian lighting on the west side of Quadrille Boulevard. The work was funded through the City of West Palm Beach using Federal, FDOT and City funds. Additionally CGA ensured contractors were in compliance with FDOT EEO/AA, DBE Programs, and adherence to the Davis Bacon Wages specific to the project. The project was completed on time and within budget. 4. Calvin, Giordano & Associates, in partnership with HTNB, was the selected (CCEI) Concessionaire's Construction, Engineering and Inspection consultants to provide services on this P-3 (Public/Private Partnership) Project, for the I595 Express Corridor Improvement Project. The total project cost was $1.25 billion, the project extended from the I-75/Sawgrass Expressway interchange to the I-595/I-95 interchange. The corridor improvements along this 10.5 miles of roadway included: Tolled, reversible, groundlevel express lanes within the median of I-595, Safety modifications to the I-595/Florida Turnpike interchange, Continuous connection of SR 84 between Davie Road and SR 7/US 441, Auxiliary lanes on I-595 with combined ramps, cross-road bypasses and grade-separated entrance and exit ramps. The express lane consists of three tolled, reversible Express Lanes. Each lane is 12 feet wide and there is a full 10 foot shoulder on each side. All motor vehicles, including trucks, are allowed to use the Express Lanes. The project was completed ahead of schedule, and within budget. 5. Calvin, Giordano & Associates, Inc. completed the construction on the Seaboard Train Station for the City of West Palm Beach. The scope of services included; contract administration, inspection, and material sampling and testing. This project consisted of pedestrian and landscape improvements to the Seaboard Train Station site, including Page 38 of 52

39 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) construction of a pedestrian plaza with landscaping elements, irrigation and lighting on the east of the existing Seaboard Train Station building, reconfiguration and landscape improvements to the surface parking lots on the north and south of the building, and pedestrian improvements along the Tamarind Avenue right-of-way between Clematis Street and Fern Street. Additionally CGA ensured contractors were in compliance with FDOT EEO/AA, DBE Programs, and adherence to the Davis Bacon Wages specific to the project. The project was completed on time and within budget. Harney Pond Drive; Seminole Tribe of Brighton Reservation Services that were provided were Construction Engineering & Inspection Services (CEI) for the widening of a miles of Reservation Road (CR 721) west to Flowing Well Road located on the Brighton Reservation. Improvements include but are not limited too; roadway widening from a 20 ft travel lane to 33 ft wide. Upgraded existing water main, improved existing roadway, swales, new signage, pavement markings, added ADA railings and relocation of existing beacons for school crossings. Client: Seminole Tribe of Florida, 6300 Stirling Road; Hollywood, FL Project Manager: Fabian Lefler, P.E. (954) ext Project Date 3/14-11/14 City of Pompano Beach; MLK (Hammondville Road) Improvements (from Powerline Road to Turnpike) Project FM # (LAP Funded $2,855,802.00): Improvements include roadway widening, sidewalk installation, drainage improvements, bus stop pad improvements, milling and resurfacing, lighting, median installation, signage, landscaping, irrigation and pavement markings. Client: City of Pompano Beach, 1201 NE 5th Ave, Pompano Beach, FL Project Manager: Horacio Danovich CIP Manager (954) Project Date 1/16-9/17 Page 39 of 52

40 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) FDOT District 4; Broward County Transportation/Service and Capital Planning; General Assigned Contract C9855; ADA Improvements and Shelter Installations at Bus Stops: Improvements include ADA upgrades to sidewalks, new bus shelters, removal and replacement of damaged concrete sidewalk slabs, site furnishings,bike racks, signage, electrical underground wiring and components such as lighting and solar power supplies, and relocation of existing landscaping and irrigation throughout Broward County. Client: Broward County Transit Project Manager: Arethia Douglas, P.E., Broward County Transit (954) Florida Department of Environmental Protection; Florida Keys Overseas Heritage Trail Local Agency Program responsibilities awarded to our firm for the Construction Engineering & Inspection Services (CEI) for the construction of the Kemp Channel Bridge Span Replacement and Windley Key Trail Segment along the Florida Keys Overseas Heritage Trail in Monroe County. The Kemp Channel Bridge Span Replacement will consist of the existing bridge to support multi-uses for bicycle, pedestrian and angler use. This project is located on the Bay side of US1 and will include replacement of missing bridge span sections via proprietary pre-fabricated truss, existing deck milling and resurfacing, joint/crack cleaning and resealing, aluminum safety railing, navigational lighting, striping and signage. The Windley Key Trail Segment will consist of the construction of a new 8' to 12' variable-width paved bicycle/pedestrian trail segment adjacent to the Ocean side of US 1 within the FDOT Right-of- Way, from Whale Harbor Bridge (South terminus) to Snake Creek Bridge (North terminus). Components include base stabilization, new paved trails, storm water management swales, minor landscaping, sod, signage and striping. Full on-system LAP and LIMS projects. Client: FDEP, Bureau of Page 40 of 52

41 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) Design and Construction, Alfred B. Maclay Gardens State Park, Building C; 3540 Thomasville Road; Tallahassee, FL Project Manager: James Post (727) Project Date: 3/ /2014 Value of Construction: Award: $560, Actual Final Accepted Nov. 4, 2014 City of Oakland Park; NW 38th Street, Park Lane West Roadway Improvements FM# (LAP $750,000.00) Services provided were Construction Engineering and Inspection and LAP/FDOT EEO Compliance Services. The Park Lane West project included the above ground improvements on NW 38th Street between Powerline Road and Andrews Avenue. The project also included the installation of landscaping, irrigation, sidewalks, handrails, ADA ramps, roundabouts, signage relocations and removals, and decorative lighting. This project was designed to merge seamlessly with the recently completed roadway and drainage improvements that were built as part of the Lloyd Estates Residential and Industrial Drainage Project. Client: City of Oakland Park, 5399 North Dixie Highway; Oakland Park, FL Project Manager: John M. Perez (954) , Project Date:1/2013-8/2013 Value of Construction: Award: $673, Actual: $659, City of Oakland Park; NW 39th Street Canal Trail; FDOT/LAP Project (LAP $750,000.00) FM# Services provided were Construction Engineering and Inspection and LAP/FDOT EEO Compliance Services. This project consisted of the construction of NW 39th Street Canal Trail Improvements along a portion of the northern and southern banks of the South Florida Water Management District's C-13 Canal between NW 21 st Avenue and NW 29th Avenue, a combined distance of approximately 1.2 miles. The project consisted of a 10-footwide pedestrian and bike asphalt trail. Some of the construction elements included pedestrian friendly lighting, removal of existing landscape, installation of new landscaping, decorative Page 41 of 52

42 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) pavers with ADA accessibility, butterfly gardens, excavation and grading, guardrail installation, fencing, way finding signage, complete irrigation system, benches, trash receptacles and connection to a new water fountain. This project was completed on time and on budget. Client: City of Oakland Park, 5399 North Dixie Highway; Oakland Park, FL Project Manager: John M. Perez (954) , Project Date:7/ /2012 City of West Palm Beach; Seaboard Train Station; FM# (LAP $750,000.00) Services provided were Construction Engineering and Inspections, contract support and LAP/FDOT EEO Compliance Services. This project consisted of a pedestrian plaza with landscaping elements, including root barriers, irrigation and lighting on the east of the existing Seaboard Train Station building reconfiguration (historic building) and landscape improvements to the surface parking lots on the north and south of the building, pedestrian improvements along the Tamarind Avenue right-of-way between Clematis Street and Fern Street and ADA accessibility with railings. Client: City of West Palm Beach, 401 Clematis Street; West Palm Beach, FL Project Manager: Brian Collins (561) , Project Date: 1/2012-7/2012 Bonaventure Blvd. at Saddle Club Roundabout LAP FM# (LAP $750,000.00) This project consisted of bidding, recommendation of award, shop drawings/shop submittals, inspection of landscaping, irrigation, and lighting. We performed daily site inspections, conducted progress meetings, supervised maintenance of traffic, maintained safety of work areas, work schedule/sequence, handled issues and conflicts that arose, reviewed and approved pay requests. CGA also created a proposed plant material palette that was consistent and compatible with Weston codes and its "signature" landscape. In addition to CEI/CM Services, CGA monitored this federally funded (LAP) contract, to ensure Page 42 of 52

43 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 3. Past Performance: (continued) compliance with FDOT regulations by confirming the contractor was in compliance with the U.S. Department of Labor employee s wages and deductions, reviewing payroll for accuracy and maintaining payroll log. We also ensured contractors were in compliance with Florida Department of Transportation EEO/AA Program by maintaining certifications, issuing deficiency letters to contractors for noncompliance. Client: City of Weston, Royal Palm Blvd., Weston FL Project Manager: Denise Barrett (954) , Project Date: 11/2010-5/2011 Value of Construction: Award: $396, Actual: $396, Workload of the Firm: List all completed and active contracts / projects that Vendor has staffed within the past five years. In addition, list all projected contracts that Vendor will be working on in the near future. Projected contract / projects will be defined as a contract(s) that Vendor is awarded but the Notice to Proceed has not been issued. Identify any contracts that the Vendor worked on concurrently. Describe Vendor s approach in staffing these contracts. Were there or will there be any challenges for any of the listed contracts? If so, describe how Vendor dealt or will deal with the contract s challenges. Max Total 10 Points Completed Projects City of West Palm Beach, FM# th Street Beautification Project City of West Palm Beach FM: Tamarind Avenue Streetscape Project City of West Palm Beach, Seaboard Train Trolley Shelters City of West Palm Beach, Seaboard Train Improvements City of West Palm Beach Quadrille Project Quadrille Blvd (Okeechobee to Datura) FM City of West Palm Beach; Clematis Street Improvements; FM # City of Oakland Park; NE 38th Street/Park Lane East Project from NE 11th Avenue to Andrews Avenue; FM # Florida Department Environmental Protection (FDEP) - Florida Keys Overseas Heritage Trail; Windley Key segment. FDOT D-4 Hooker Highway FDOT D-4 SR A1A Washout from South of NE 14TH to North of NE 18TH Street FDOT D-4 SR A1A / Ft. Lauderdale Beach from Mercedes River to Sunrise Blvd. FDOT D-4 23rd Street from Tamarind Avenue to Spruce Avenue Palm Beach County- Value Engineering Study Completed Projects Presently CIMA s staff is working on three CEI Projects: 1. MDX Project Number : This design build project is active and will be completed on January FDOT s Project Number : This roadway project is active and will be completed on December Miami Dade County Water and Sewer Bond Project Number : WSA 946: This utility project is active and will be completed on August Page 43 of 52

44 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 4. Workload of the Firm: (cont) Bridge Rehabilitation of Camino Real/Boca Club Bridge over Intercostal Waterway Active Projects Florida Department Environmental Protection (FDEP) Knights Key Pedestrian Underpass Florida Department Environmental Protection (FDEP) Old Spanish Harbor Bridge Awarded Project Palm Beach County Camino Real Boca Club Bridge Project Florida Turnpike - Resurfacing PB County Page 44 of 52

45 AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. 4. Workload of the Firm: (cont) PROJECTED PROJECTS Some of our proposed staff is currently working on with the County on the Countywide School Zone Safety Project which is expected to be completed summer of Our staff who are proposed on Pembroke Road who are currently working on the School Zone Safety project are assigned part time only. This will allow them to work on Pembroke Road 50% of the time during the first three month of the project which includes the submittal and review of documents. Once phase two is initiated by the contractor and construction begins, our staff will be 100% available to perform all duties required on Pembroke Road. Page 45 of 52