CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of...

121
V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp. Page 1 of 52 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 2006. 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 multi- discipline 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 2002. 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 anLPA 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 value- added 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

Transcript of CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of...

Page 1: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 1 of 52

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 2006. 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 multi-discipline 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 2002. 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 intoa cohesive team. All team members have CEI andLPA experience and qualified to deliver the BCT projects. CIMA’s unique strengths for this contracinclude: • 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 value-added 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 2: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 2 of 52

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 3: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 3 of 52

1. Ability of Professional Personnel: (continued)

Replacement (Project FM # 418396-1), 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 # 428722-1-52-01 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 33316 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 million-dollar 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 4: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 4 of 52

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 5: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 5 of 52

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 sub-consultants 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, 5th Edition, released 2014, is currently the latest edition and where provided, bus shelters shall comply with section 810.3. 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: Bolton Perez & Associates, Inc. (DBE) Construction Engineering & Inspection Services 7205 Corporate Center Drive, Suite 201 Miami, Florida 33126 Carlos Chapman

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 sub-consultants submitted for this project.

Page 6: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 6 of 52

1. Ability of Professional Personnel: (continued)

Professional Service Industries, Inc. Geotechnical & Testing Services 6500 NW 12th Avenue, Suite 116 Fort Lauderdale, FL 33309 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. Location-specific 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 well thought 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 7: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 7 of 52

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 8: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 8 of 52

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 9: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 9 of 52

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 email, 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 non electronic 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 10: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 10 of 52

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 11: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 11 of 52

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. E-mail the completed and signed DBE AA Plan to: [email protected]. 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 275-021-18) 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. 700-010-63 Employee Interview Report -Labor/EEO – IF REQUIRED The Employee Interview Report – Labor / EEO Compliance, (Form No. 700-010-63), 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 635.410, 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 12: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 12 of 52

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 1273. 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 pre construction 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 stand alone 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 on-site 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 13: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 13 of 52

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 700-011-13 Certificate Compliance with EEO • FDOT Form 700-10-38 Certification Disbursement of Payments • FDOT Form 700-020-02 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 two-week 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 in house 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 14: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 14 of 52

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 5-509. 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 334-5.10.4. 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- 180. 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 (90 100%) 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 15: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 15 of 52

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 as built 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 16: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 16 of 52

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 sub-contractors 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 sub consultant 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 email, 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 17: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 17 of 52

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 bi weekly progress meetings will include a two week look ahead 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 18: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 18 of 52

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 pre con. 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 asbuilt 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 19: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 19 of 52

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 20: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 20 of 52

2. Project Approach (con’t) handled by our inspection staff and monitored by our SPE and PA. Meeting Minutes: � Pre Construction 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 bi weekly 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 pre activity 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 21: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 21 of 52

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 22: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 22 of 52

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 23: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 23 of 52

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 Pre con meeting minutes within 48 hours and the pre activity 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 24: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 24 of 52

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 Inhouse 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 up to date 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 25: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 25 of 52

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# 423810-1-58-01 LAP Contract No.: 11300001 (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 17th 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 26: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 26 of 52

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: 428725-1-52-01, 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 27: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 27 of 52

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 pre-construction meeting minutes will be submitted within 24 hours. The team will conduct a pre-activity meeting with all Utility owners to coordinate the utility relocation work. The Contract Manager will conduct the CSI pre-construction 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 emailed 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: 416883-1-52-01, 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: 413837-1- 52-01, 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. 413834-1- 52-01, 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. 250230-1-52-01, 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 C8U22 4.6 of 5.0 FDOT D-4 Red Road C8O78 3.9 of 5.0 FDOT D-4 Flamingo Road C8O78 3.9 of 5.0 FDOT D-4 University Dr. C8A61 4.0 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 28: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 28 of 52

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)637-3277 [email protected] Project Dates: 2016 - 2018 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)402-1292, [email protected] and Carlos Baro (786)552-4366, [email protected] Project Dates: 2016 - 2017 Construction Cost: $500K. to $5 Mil.

Page 29: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 29 of 52

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 pre-construction 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 as-built drawings. Owner: City of Fort Lauderdale Reference: Frank Snedaker (954)561-4180, Retired City Architect [email protected] and Mark Friedman (954)344-3883 Retired City Senior Project Manager, [email protected] Project Dates: 2010 - 2013 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 30: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 30 of 52

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)465-5628 Previous Director of Transportation now with BCAD, [email protected] Project Dates: 2011 - 2015 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: 422796-1/2-52-01, 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)958-7628 Broward Operations Construction Engineer, [email protected] Project Dates: 2011 - 2016 Construction Cost: $124.2 Mil. Express Lanes MDX 836-12 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 31: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 31 of 52

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 in-depth 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)416-1280, Previous Project Manager now with City of Miami, [email protected] Project Dates: 2003 - 2005 Construction Cost: $39 Mil. Intelligent Traffic System: FDOT’s D-4 I-95 Express Lane Phase II: Fin: 422796-1/2-52-01, Construction of the Phase 2 of 95 Express began in November 2011, will last until May 2016. Work includes: installing Intelligent Transportation System (ITS), Tolling components and New Hubs. MDX 11209.060 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: 415462-6-52-01, 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 32: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 32 of 52

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 33: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 33 of 52

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 & emailed 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 34: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 34 of 52

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 35: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 35 of 52

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 36: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 36 of 52

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 37: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 37 of 52

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 # 427652-1-58-01. 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# 425260-1-5802; LAP Contract No.: AQN-61; Scope of work included pedestrian and landscape enhancements, including construction of missing sections of sidewalk from Hibiscus

Page 38: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 38 of 52

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, ground-level 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 39: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 39 of 52

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 1.155 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 33024. Project Manager: Fabian Lefler, P.E. (954) 894-1060 ext. 10902 Project Date 3/14-11/14 City of Pompano Beach; MLK (Hammondville Road) Improvements (from Powerline Road to Turnpike) Project FM # 432861-1-58-01 (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 33060 Project Manager: Horacio Danovich CIP Manager (954) 786-7834 Project Date 1/16-9/17

Page 40: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 40 of 52

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) 357-8375 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 41: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 41 of 52

3. Past Performance: (continued) Design and Construction, Alfred B. Maclay Gardens State Park, Building C; 3540 Thomasville Road; Tallahassee, FL 32309. Project Manager: James Post (727) 871-0622 Project Date: 3/2014-11/2014 Value of Construction: Award: $560,000.00 Actual – Final Accepted Nov. 4, 2014 City of Oakland Park; NW 38th Street, Park Lane West Roadway Improvements FM#427766-1-58-01(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 33334. Project Manager: John M. Perez (954) 630-4479, Project Date:1/2013-8/2013 Value of Construction: Award: $673,163.04 Actual: $659,996.81 City of Oakland Park; NW 39th Street Canal Trail; FDOT/LAP Project (LAP $750,000.00) FM#425538-1-58-01 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 21st Avenue and NW 29th Avenue, a combined distance of approximately 1.2 miles. The project consisted of a 10-foot-wide pedestrian and bike asphalt trail. Some of the construction elements included pedestrian friendly lighting, removal of existing landscape, installation of new landscaping, decorative

Page 42: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 42 of 52

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 33334. Project Manager: John M. Perez (954) 630-4479, Project Date:7/2012-12/2012 City of West Palm Beach; Seaboard Train Station; FM#423810-1-58-01 (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 33401. Project Manager: Brian Collins (561) 494-1040, Project Date: 1/2012-7/2012 Bonaventure Blvd. at Saddle Club Roundabout LAP FM# 42038315801 (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 43: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 43 of 52

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 non-compliance. Client: City of Weston, 17200 Royal Palm Blvd., Weston FL 33326. Project Manager: Denise Barrett (954) 385-2000, Project Date: 11/2010-5/2011 Value of Construction: Award: $396,226.75 Actual: $396,222.63.

4. 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#431652168.01 15th Street Beautification Project City of West Palm Beach FM: 4296651 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 425260-1-5802 City of West Palm Beach; Clematis Street Improvements; FM # 427652-1-58-01 City of Oakland Park; NE 38th Street/Park Lane East Project from NE 11th Avenue to Andrews Avenue; FM # 42776716801 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 50001.030: This design build project is active and will be completed on January 2018. 2. FDOT’s Project Number 428725-1-52-01: This roadway project is active and will be completed on December 2017. 3. Miami Dade County Water and Sewer Bond Project Number : WSA 946: This utility project is active and will be completed on August 2017.

Page 44: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 44 of 52

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 435171

Page 45: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 45 of 52

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 2017. 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 46: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 46 of 52

5. Location: A Vendor with a principal place of business

location (also known as the nerve center) within Broward County for the last six months, prior to the solicitation submittal, will receive five points; a Vendor not meeting all of the local business requirements will receive zero points. The following applies for a Vendor responding as a Joint Venture (JV): if a member of the JV has 51% or more of the equity and meets all of the local business requirements, the JV will receive three points; if a member of the JV has 30 to 50% of the equity and meets all of the local business requirements, the JV will receive two points; and if a member of the JV has 10% to 29% of the equity and meets all of the local business requirements, the JV will receive one point.

(Federally Funded Project) – No Points will be given

3000 NW 30th Place Suite 309-310 Fort Lauderdale, FL 33306

1800 Eller Drive Suite 600 Fort Lauderdale, FL 33316

CIMA’s Main Office is located in Broward County.

Page 47: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 47 of 52

6. Willingness to Meet Time and Budget Requirements:

This solicitation is for the award of a continuing contract. The specific projects requiring Construction Engineering and Inspection (CEI) and Technical Support Services relating to improvements and construction of Countywide Transit Bus Stop Infrastructure. Explain your firms’ approach in meeting “project specific” time and budget requirements and indicate whether Vendor is committed to meet these requirements when identified under this agreement.

Max Total – 2 Points

Critical to the success of this contract will be the effective management of the vast amount of resources required to ensure coverage for the anticipated multiple concurrent work management across varied disciplines. In order to accomplish a well thought out, strategic plan has been developed. Our approach incorporates the concepts of early and open communication with our Project Manager and detailed personnel planning for availability/qualifications and most importantly the inclusion of County staff in a partnership to ensure we are consistently exceeding your expectations. AE is extremely familiar with the scope of this contract. AE Engineering Inc. is willing to meet the project’s completion date requirement and willing to keep project total costs below the project budget noted below. To accomplish this task AE will be utilizing cross trained and experienced personnel that eliminate any learning curve. Contract Management Approach-We feel that open communication is a key element to the success of this type of contract and this will include the re-introduction of our core management staff and their clearly identified roles for the management of this contract. Our lead team will handle the day-to-day issues related to this contract. To ensure consistency, Mr. Myrick will be the primary point of contact for all issues related to this contract and will coordinate bi-weekly contract update meetings throughout the life of the contract. Our entire management team is 100% committed and prepared to work closely with the County to maintain continuity, familiarity and responsiveness to the needs of the contract. AE’s accounting system has a powerful reporting tool to ensure a tight control of the budget. Periodic (Principal-in-charge) reviews (monthly) are performed on All project

CGA utilizes Ajera to manage the full project lifecycle of each project. As one of our project management tools, the system controls all aspects of the project including accounting, project management, and resource utilization in real-time. This system is web based allowing both internal and remotely placed employees full function capabilities via any internet connection. The system not only keeps a “live” accounting of all of our projects budgets, earned to date, work in progress and estimate to complete, but it also allows Project Managers to assign and resource load our staff and projects. In addition to Ajera, CGA has recently purchased and implemented SKYSITE, an integrated cloud-based construction document management solution with an automated mobile and desktop sync. This advancement allows CGA to upload the most recent documents including full project plans to acloud-based hosted site. SKYSITE allows the County, contractor, inspectors and engineers to log on and mark up drawings, submit RFIs, communicate and create and respond to punch lists. This real-time collaborative tool automates and thoroughly documents project communication, RFIs and punch list items. Calvin, Giordano & Associates, Inc. (CGA) is willing to meet time and budget requirements as outlined in the Solicitation V2114585P1. CGA is committed to meeting the project’s completion date requirements and willing to keep project total costs below the project budget as outlined below (expert from the Solicitation V2114585P1). The Estimated Completion Date Requirement of 24 months construction schedule, and a Project Budget of $2,000,000.00 (Yes)

CIMA has an excellent track record with budget management, we believe early planning is a key factor in keeping projects moving forward, within budget, and with finding issues before they occur.Our Project Engineer on a weekly basis, will trackexpenditures as each project progresses, make necessary budget adjustments to ensure proper funding for each task, and take care of any other miscellaneous budget items. CIMA will monitor its schedule using weekly forecasts of inspection staff levels and monthly summaries of completed activities. The County’s Project Manager will be aware of all inspection needs, forecasted and past. With the Contractor’scompliance with the project schedule, our team will meet the County’s CEI schedule. Monthly status reports will be provided with each invoice. (Yes)

Page 48: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 48 of 52

6. Willingness to Meet Time and Budget Requirements: (cont)

budgets, assigned resources, and associated technical issues to guarantee that the project remains on-track, within budget and that a quality service is being provided at all levels. In addition, Critical Point Reviews of each Construction Budget can be performed on any given project. Historical cost data, as well as, the cross-trained expertise of our personnel are utilized in establishing and controlling construction inspection costs on each of the work assignments. (Yes)

Page 49: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 49 of 52

7. Volume of Previous Work: The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Three points will be allocated to Vendors paid $0 - $3,000,000); 2 Points will be allocated to Vendors paid $3,000,001 - $7,500,000; 1 Point will be allocated to Vendors paid $7,500,001 - $10,000,000; 0 Points will be allocated to Vendors paid over $10,000,000). Payments for prime Vendor will be verified by the Purchasing Division

Max Total - 3 Points:

AE Engineering has no previous work, nor has provided any professional services to Broward County Board of County Commissioners Broward County as a Prime or Subconsultant.

All amounts paid to Calvin, Giordano & Associates, Inc. the Broward County Board of Commissioners within a five-year timeframe are as follows: YEAR OF SERVICE AMOUNT PAID 2014 $0.00 2015 $31,065.06 2016 $0.00 2017 $50,413.02

CIMA Engineering Corp., a local business for the last 10 years has not performed any previous work for Broward County and looking forward in collaborating on the County.

Page 50: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 50 of 52

VENDOR QUESTIONNAIRE FORM

1. Legal business name. AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering Corp.

2. Federal Employer I.D. Number. 20-4567692 65-0013869 65-0949878

3. Dun & Bradstreet Number. (If applicable). N/A 044297369 N/A

4.Doing business as / Fictitious Name (If applicable).

N/A N/A CIMA

5. Website address (if applicable). www.aeengineeringinc.com www.cgasolutions.com www.cimaeng.com

6. Principal place of business. 9180 Silver Glen Way Lake Worth, FL 33467

1800 Eller Drive Suite 600 Fort Lauderdale, FL 33316

3313 W. Commercial Blvd Suite 113 Fort Lauderdale, FL 33309

7. Office Location for this project. 3000 NW 30th Place Suite 309-310 Fort Lauderdale, FL 33306

1800 Eller Drive Suite 600 Fort Lauderdale, FL 33316

3313 W. Commercial Blvd Suite 113 Fort Lauderdale, FL 33309

8. Telephone/Fax Number: (561) 632-5185 Voice (904) 332-8424 Fax

(954) 921-7781 Voice (954) 921-8807 Fax

(954) 581-1881 Voice (954) 537-3440 Fax

9. Type of Business Corporation Corporation Corporation

10. List Florida Registration Number. P06000043128 Number M17373 P99000082444

Page 51: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 51 of 52

11. Name and title of each principal owner. ALEJANDRO A ECHEVERRIA, President CORY W NICHOLS, Sr. Vice President RODERICK MYRICK, Sr. Vice President DONALD FISHER, Sr. Vice President

Dennis Giordano, President Shelley Eichner, AICP, Senior Vice President

Jose A. Gonzalez, President

12. Authorized contacts for your firm. Roderick Myrick Sr. Vice President [email protected] (561) 632-5185 Wanda Cordoba Office Manager [email protected] (305) 4679082

Mohamed Mabrouk Director of Construction Engineering & [email protected] (305) 528-2311

Jose A. Gonzalez President [email protected] (305) 219-3324 Viviana Vindel Controller/Director of Administration [email protected] (954) 581-1881

13. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached written response.

No

No

No

14. Has your firm, its principals, officers or predecessor organization(s) ever been debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted.

No

No

No

15. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

No

No

No

Page 52: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA AE Engineering Inc. Calvin, Giordano & Associates, Inc. CIMA Engineering, Corp.

Page 52 of 52

16. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

No

No

No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

No

No

No

18. Has your firm’s surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor’s sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

No

No

No

19. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

No

No

No

20. Has your firm ever been terminated from a contract within the last three years? If yes, specify details in an attached written response.

No

No

No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract.

N/A N/A N/A

Page 53: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 1 of 40

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

The E&R team is comprised of hand-picked specialists whose experience is matched with the needs of this contract. Our proposed key staff has demonstrated their expertise on a multitude of complex projects throughout their careers. Special projects call for special teams. E&R, in association with its partner firm, is that team; we understand the County’s performance expectations. Each of the proposed team members are currently working together and their current scope of the work includes the construction of bus transit facilities per Broward County’s specifications. Our team provides a superior staff with a combination of local knowledge and experience in roadway construction. • Principal in Charge – Leonardo Offredi, P.E. Mr. Offredi is a Professional Engineer, and holds a Bachelor’s Degree in Civil Engineer and a Masters Degree in Business Administration. He has over 17 years of experience with extensive construction experience in a project leadership role on urban 3R projects, several project groupings, major bridge construction, and ITS projects. Mr. Offredi is a proven Senior Project Engineer who has developed a reputation for high ethical standards and he has the ability to work well with all interested parties. Leo was the Senior Project Engineer on the highly successful Pembroke Road Project for Broward County. Leo is a hands-on engineer known for handling project issues by making firm decisions and responsibly managing construction projects that exceed his client’s goals and expectations. Mr. Offredi has been working on County, Municipal and FDOT projects in South Florida for over 17 years.

Our team is comprised of local highly skilled professionals proven in exceeding our client’s goal. Our team has the knowledge, experience and proven track records to manage CEI contracts throughout South Florida. • Principal in Charge – Francis Chin Sr., P.E., Mr. Chin has over 45 years of experience in the CEI industry and has most recently completed the $560 Million 826/836 interchange reconstruction project in Miami, were he was the principal in charge. Mr. Chin has extensive experience on CEI projects coordinating with Broward County Transit bus stop infrastructure construction on urban arterials as a Senior Project Engineer. Such projects include, University Drive from South of Broward Blvd. to the C-13 Canal, SR-7 (US441) from South of Riverland Road to Broward Blvd. and SR-811 (Dixie Highway) from Hammondsville Road to Hillsboro Blvd. Mr. Chin clearly possess the skills and experience required to drive this project to being successfully completed on-time and within budget, while exceeding the Broward County’s other critical goals of ensuring safety and customer satisfaction. Senior Construction Inspector(s) – Richard Yong, MSCM,

Mr. Yong graduated with a Masters in Construction Management from FIU, he has over 13 years of experience in road and bridge construction on a variety of FDOT projects throughout Broward County and Miami Dade County. He has proven himself resourceful and capable of inspecting multiple roadway and bridge construction assignments, high speed corridor improvements and urban reconstruction projects. Mr. Yong has several years of Local District 4 CEI experience to the Team and has inspected such projects as Atlantic Boulevard from SR-7 to east of SR-849, Sample Road from NW 54th Ave. to Tradewinds Park Rd., and SR-7 (US-441) from Sample Rd. to Johnson Rd. and

R. J. Behar & Company, Inc. (RJ Behar) was established as a corporation in the State of Florida in 1999, to provide personalized services in the disciplines of Construction Engineering and Inspection (CEI) and Construction Management, Civil Engineering, Transportation and Traffic Engineering, Water Resources and Stormwater Master Planning, and Structural Engineering services to public and private clients throughout South Florida. Our mission is to understand our client’s needs, apply the necessary resources to accomplish those needs, while building and maintaining long-term professional relationships with our clients. Our steady growth has been based on providing quality services with a client service-oriented approach. We have secured contracts with agencies such as Broward County, Miami-Dade County, Palm Beach County, the Florida Department of Transportation, Miami-Dade Expressway Authority, South Florida Water Management District, Central Broward Water Control District, and many municipalities. RJ Behar is a 100% minority owned firm currently certified as Minority Business Enterprise (M/WBE) with the State of Florida, a small business enterprise (SBE) with Miami-Dade County, a SBE with South Florida Water Management District, and an SBE and Disadvantaged Business Enterprise (DBE) with the Florida Department of Transportation. RJ Behar has completed several contracts under M/WBE goal participations, both as prime and subconsultant. Our Principal’s have been together since 2000 and employee turnover is at a minimum. We pride ourselves on having continuity of our staff, which enhances the quality of our product RJ Behar currently has 36 employees; with 15 registered Professional Engineers, a Professional Hydrologist and a Board Certified Environmental Engineer specializing in water supply and waste water, 3 Engineer Interns, Certified Public Managers, Professional Traffic

Page 54: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 2 of 40

1. Ability of Professional Personnel: (continued)

• Senior Construction Inspector(s) – Richard Montanez Mr. Montanez will be our lead senior inspector. He holds a Bachelor’s Degree and his diverse experience is tailor made for this assignment. As an Office Engineer/Senior Inspector, Richard has been involved with construction and inspection of transit bus infrastructures for the SR-7 Project in Broward County. • Roadway Inspector(s) – Andy Watson Mr. Watson is a veteran of the Marine Corp and has been working in the construction engineering and inspection field for over 14 years in both roadway and bridge construction. Andy is the senior inspector on SR-7 project which includes the construction of 10 bus stops and 4 bus bays. His current experience is identical to those requested by this RFI. Juan Calle Mr. Calle is a high school graduate with over 40 years of experience in the industry. He has worked on projects including road construction and vertical construction. Mr. Calle has experience with the Florida Building Code and has been involved in the construction of bus stops in Broward County.

Local Florida Building Code / Broward County Minimum Standards – Our team members have worked on numerous projects directly for Broward County, as well as other agencies within the limits of Broward County. As a result, our team members are extremely familiar with all of Broward County’s Standards and Codes and the Florida Building Code. In preparation for this assignment, we have reviewed and studied Broward County’s minimum standards and the Florida Building Code, as it relates to the construction of Bus Stop infrastructures and understand that the intent of Broward County Transit uses these “to

has experience and knowledge coordinating with Arethia Douglas, P.E., Broward County Transit Project Manager. He has successfully participated and closed out several projects as a Sr. Inspector with perfect final estimates. He brings vast amount of experience in dealing with bus shelter construction, cost savings initiatives, work order and supplemental agreements and has covered every aspect of roadway construction as it relates to this bus stop infrastructure improvement program. • Construction Inspector / Inspector – Gary Soubel Mr. Soubel, graduate from Cooper City High School in 2002, has local experience in Broward County and will be a tremendous asset to the project. He is currently serving on Broward Counties (R1261804P1) for Wiles Rd. from Rock Island Rd to SR7. He has also inspected several projects throughout Broward County on projects such as Andrews Ave. Ext. from Pompano Park Place to South of Atlantic Blvd. and Commercial Blvd. from West of White Oak Lane to East of NW 49th Ave. and has experience and knowledge coordinating with Arethia Douglas, P.E. Local Florida Building Code / Broward County Minimum Standards – Francis Chin Sr. P.E. is a Licensed Certified General Contractor, Florida #CGC021794 and has the knowledge and experience with local Florida Building Code, Broward County Transit Design Standards and Guidelines Manual and Broward County Minimum Standards. Additionally, our Senior Construction Inspector, Richard Yong, has a Masters in Construction Management from FIU and has served as a project manager for a construction firm and has personally worked on multiple projects throughout Broward County ensuring building code compliance and that Broward County minimum standards are met. He has personally overseen such projects as The Broward

Operations Engineers and Transit Planners, Resident Compliance Specialists, a Threshold Inspector and all of our Inspectors are CTQP Certified with the Florida Department of Transportation. RJ Behar’s principals bring a wealth of expertise as well as over 38 years of experience in the engineering field. RJ Behar is an engineering firm with three offices located in Florida. We have an office in Broward County, Miami-Dade County and Palm Beach County. The project will be managed and produced from our Broward County office, which is located at 6861 SW 196th Avenue, Suite 302, Pembroke Pines, Florida 33332. R.J. Behar & Company, Inc. is prequalified by the Florida Department of Transportation to perform the following group 10 work types: GROUP 10 CONSTRUCTION ENGINEERING INSPECTIONS � 10.1 Roadway Construction Engineering Inspection � 10. 4 Minor Bridge & Miscellaneous Structures CEI RJB has assembled a very strong, suitable, well-balanced, and committed project team, and is offering a combination of qualified personnel, experience, knowledge and resources to perform the scope of services for this project. Each member of the RJB Team was specifically selected for this project adding significant value, benefit, and strength to the overall composition of the team. The RJB Team is bringing together veteran senior and project engineers, and technical inspectors with experience in roadway, drainage, plan review, utility coordination, signalization, lighting, constructability reviews, project estimating and scheduling, quality control, material sampling and testing, and claims review. Our team members have all worked together in the past on a number of projects, the majority of which are complete street projects, in urbanized areas entailing safe pedestrian features such as wide sidewalks, ADA-Compliant curb ramps, various traffic calming features, dedicated bicycle lanes, and

Page 55: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 3 of 40

1. Ability of Professional Personnel: (continued)

provide for the safe and orderly use and development of public right of-way under Broward County jurisdiction, to the end that the needs and interests of the public are served as fully and efficiently as possible.” In addition, we understand that “the regulations on these documents have been made as broad as possible to serve as standards of quality, to maintain the necessary uniformity in the utilization of the public traffic corridors, and are intended to express the minimum acceptable level”. Eisman & Russo will make sure that Broward County’s minimum standards and the Florida Building Code are seamlessly used to ensure the construction of all bus stop infrastructures are completed in the public’s best interest.

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.

F&J Engineering Group, Inc. (F&J) is a Certified Disadvantaged Business Enterprise and Small Business Enterprise with the Florida Department of Transportation, incorporated in 2010; specializing in providing professional engineering and construction inspection services. F&J offers a skilled team of professionals that have participated in a wide range of transportation, civil engineering and public/institutional projects; demonstrating expertise in the areas of highways, roadway, bridges, including bus stop construction. F&J Engineering Group is a Certified Broward County CBE firm and will be providing Mr. Juan Calle as a CEI inspector of this assignment. Mr. Calle has been involved in the inspection of bus stop construction as well building

County Transit Bus stop sign Improvement project. This comprised of removal, fabrication, and installation of over 2000 Broward County Transit Bus stop signs throughout all the existing bus routes in Broward County. His experience as an inspector on such projects as Atlantic Boulevard from SR-7 to east of SR-849, Sample Road from NW 54th Ave. to Tradewinds Park Rd., and SR-7 (US-441) from Sample Rd. to Johnson Rd. will play a vital role in ensuring that every aspect of the Broward County Transit Bus Stop Infrastructure Improvement Program is met. 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.

None Listed

new bus stop shelters throughout the project corridors. Our team has worked on numerous projects with Broward County Highway Construction & Engineering, and is currently working on the Wiles Road from Rock Island Road to SR-7 and Pine Island Road from Nova Drive/SW 24th Street to SR-84/I-595 projects in Broward County. RJ Behar is very familiar with the Pembroke Road project corridor, and was part of the Design-Build Team that worked on the section from SW 196th Avenue to SW 184th Avenue. RJ Behar knows the typical section, subsoil conditions, numerous HOA’s, and utilities in the area. We have an excellent working relationship with the staff at Broward County, FDOT, City of Pembroke Pines, and City of Miramar, all involved in this project. The RJB Team will be able to offer and implement the “lessons learned” from this project, which is very similar in scope to the new project segment. Each member of our team is 100% available to commence work on the upcoming CEI Transit Bus Stop Infrastructure. Our CEI Team offers significant value and strength to Broward County in that many of our proposed staff members are fully capable of performing dual roles, thereby complementing and enhancing the team’s dynamics. This means to the County that we have a formidable and talented group of experienced project personnel who will be complementing one another throughout the project, able to serve multiple roles to facilitate the management and administration of this high profile project. RJ Behar has vast experience working on Complete Street Projects, both in design and construction inspection. • Principal in Charge – Robert J. Behar, PE Mr. Behar began his engineering career in 1977 with the Florida Department of Transportation, and has over 36 years of experience in the planning, design and management of transportation projects nationwide. He has worked on projects for many municipalities

Page 56: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 4 of 40

1. Ability of Professional Personnel: (continued)

construction, with general knowledge of the Florida Building Code. His experience has been tailored to fulfill the requirements of Broward County Transit for this assignment.

throughout South Florida. He has been very active member of various engineering societies where he has served as president of the South Florida Section and Miami-Dade Branch of the American Society of Civil Engineers, Chair of the American Society of Civil Engineers Highway Division, Chair of Florida Institute of Consulting Engineers Transportation Production Committee, and member of the Transportation Research Board’s Geometric Design Committee. Mr. Behar was awarded the Ben Watts Partnership Award in 2010 • Senior Construction Inspector(s) – Humberto Soteras Mr. Soteras has over 26 years experience in Construction Engineering and Inspection. He has worked as a consultant and directly for the Florida Department of Transportation’s District 4 Construction. His many years of experience, field skills, dedication and knowledge of final estimates and project documentation are a great asset to any project. Roadway / Utilities Inspector – Logan Fasanella

Mr. Fasanella is an inspector with 5 years experience on urban roadway projects. He brings recent and relevant signalization, lighting, drainage, roadway widening and pavement resurfacing experience and exceeds all required qualifications and certifications. He is CTQP certified by the FDOT in all categories including Advanced Maintenance of Traffic. Mr. Fasanella has worked as a Roadway Inspector on several projects for the Florida Department of Transportation, City of Miami, Town of Davie, and Town of Cutler Bay.

Page 57: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 5 of 40

1. Ability of Professional Personnel: (continued)

Local Florida Building Code / Broward County Minimum Standards – RJ Behar has significant experience with the Florida Building Code. We have served as city and town engineers for several municipalities serving as their Building Code Department. The scope of services included review and approval of development site plans and building permits, site inspections, survey of sites, soil borings and plat processing coordination/preparation. RJ Behar was also the Town of Southwest Ranches engineering representative with regulatory agencies, zoning and permitting. We provided capital engineering project oversight, design and permitting, review of capital engineering implementation and planning, overview of roadway, bridge and trail development. RJ Behar’s experience has included both construction management services and design for structures designed according to the Florida Building Code and Broward County Minimum Standards. 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.

Tierra South Florida, Inc. (TSF) on an as needed basis, in case any materials testing is required. TSF is a full service consulting geotechnical engineering, construction materials testing and inspections engineering firm with capabilities to provide test borings, engineering analyses and reports, AutoCAD and Microstation plan sheets, laboratory soils testing, and construction materials testing. TSF is a certified Disadvantaged Business Enterprise (DBE)

Page 58: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 6 of 40

1. Ability of Professional Personnel: (continued)

with the Florida Department of Transportation. TSF is also a certified Minority Business Enterprise (MBE) with the State of Florida’s Office of Supplier Diversity. TSF’s main office is located in 2765 Vista Parkway Suite 10, West Palm Beach, FL 33411, Tel: (561) 687-8539, Fax: (561) 687-8570. TSF has branch offices in Winter Park, Fort Lauderdale and Hialeah Gardens, Florida. TSF’s staff of 52 includes 5 engineers, 19 field/laboratory technicians and inspectors, as well as drillers and clerical/support staff. Their staff includes principal engineers with more than 28 years of experience in geotechnical, construction, laboratory and field materials testing and inspection services Raj Krishnasamy, PE/President Mr. Raj Krishnasamy, P.E., is a Florida state registered Geotechnical Engineer with over 30 years of experience. Francois Thomas, PE, S.I./ Principal Engineer - Mr. Thomas is a Florida-Registered Professional Engineer and Special Inspector with more than 23 years of experience in geotechnical engineering, construction materials testing, and inspection services.

Page 59: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 7 of 40

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

The E&R team manages projects by providing proactive solutions to keep the construction efforts moving forward. We hold look-ahead meetings with the contractor focusing on uncovering obstacles and developing strategies to address them and building a collaborative environment where all parties are focused on common goals. Our team’s experience on similar projects allows us to establish trust and look at things from a constructability perspective. This experience is what differentiates a competent construction management team from merely an inspection / record-keeping team. Our team members commit to meeting the County’s project manager to establish project specific goals prior to the start of construction. At a minimum, we obligate our team members to the following goals: • Outstanding Service. We understand the motoring public as well as the adjacent property owners and businesses have high expectations in regards to safety, service and convenience when the County undertakes the construction of bus transit facilities, and our team members commit to meeting their expectations. • Effective Workforce. We have assembled superior team members providing Broward County and the travelling public with industry leaders at every assigned position. • Efficient Project Delivery: Our team members commit to work with Broward County’s staff to achieve the County's goals through proactive inspections to ensure the bus stops are constructed per Federal Transit Administration’s requirements. • Safety. Safety for the public and the construction team is the number one concern on any construction project. Our safety goal is consistent with the County's goals that it sets for its personnel and projects.

This contract will have several projects designed to ‘Improve and Construct Transit Bus Stop Infrastructures Countywide’ and will be managed by Ralph Viola, Broward County Transit Construction Project Manager. The F&J Team has several projects that we have completed on time and within budget with similar scope and duration, we also provided vendor recommendations as evidence of satisfactory completion. F&J Engineering Group has never been prime on any project that ended up into liquidated damages. F&J Engineering is currently a part of R1177105P1, Broward County Continuing Engineering Services for Traffic, Roadway and Civil Engineering Services (3 year term) and is providing inspection staff to inspect signal improvements throughout Broward county. For this ongoing countywide improvement program with Broward County Traffic, we have successfully inspected several intersections such as Taft St. and Park Ave., Sheridan St. and Palm Ave., and Pine Island and Sunset Strip. Improvements consist of new mast arms, pedestrian detectors, asphalt, sidewalk, ADA ramp upgrades, directional boring, and pavement markings throughout the project. W e are currently the Prime and are managing FDOT FIN No. 25071186201, District 6 Districtwide Miscellaneous Consultant Engineering Inspection Consultant contract, where we are providing Inspection support for the Department of Transportation on a 5-year term. The F&J Team provides District 6 the most comprehensive Task Work Order (TWO) contract management experience for this contract. We understand that the management of these contracts requires a more hands-on approach than a typical stand-alone CEI project and our Team has the knowledge and skills necessary to successfully administer any contract. We also have experience with CEI services on projects such as:

R.J. Behar & Company, Inc., (RJ Behar), in association with Tierra South Florida, Inc. (TSF), is pleased and excited for the opportunity to submit our proposal for your consideration, to provide Construction Engineering and Inspection services for the Transit Bus Stop Infrastructure Project. The RJ Behar Team will ensure that this public transit service project is a complete success and exceeds Broward County’s goals for safety, quality, time and budget and minimizing impacts to the public. RJ Behar is bringing Broward County a wealth of experience, not only in the aspects of Construction Engineering and Inspections (CEI) services, but also with the professionalism and responsiveness of our services. Furthermore, RJ Behar’s Team is prequalified in major work group 10.1 (Roadway Construction Engineering Inspection), needed to properly administer and staff the needs of this project. We have also added TSF to our project team to provide Geotechnical Verification Testing services under work group 9.2 and 10.3, as may be needed. Our team has the capacity and capability of covering every possible work category that may be exhibited under this Construction Engineering and Inspection contract, including but not limited to project and construction management, inspection, materials sampling and testing, estimating, constructability studies, plan reviews, contract compliance monitoring, contract support, work schedule review, and claims review. Whatever the need, the RJ Behar Team is committed and more than equipped to provide Broward County with experienced management and technical support to make the upcoming Transit Bus Stop Infrastructure Project a complete success. The RJ Behar Team possesses the experience and knowledge needed to run this project as it should be – timely, accurately, efficiently, and within the parameters of the plans, contract documents, specifications, and design standards to ensure that this Countywide Transit

Page 60: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 8 of 40

2. Project Approach (con’t) FM# 24958115201: CEI services for 826 / 836 Interchange Design Build Finance. $560 Million-dollar interchange project in Miami. This highly successful project, Section 5 of the Palmetto Improvement Program project began in 2009, and involved the construction of a system to- system interchange between State Road 826/Palmetto Expressway and State Road 836/ Dolphin Expressway. Capacity improvements include the reconstruction and widening of approximately one mile of both State Road 826 and State Road 836, and the construction of 46 bridges. The project provided new direct ramps for major movements and collector-distributor ramps to remedy existing geometric and operational deficiencies. The new direct connection from State Road-826 to State Road-836 enhanced safety, and increase both capacity and efficiency for motorists using the interchange. The interchange allows drivers direct access, thereby reducing travel time. New bridges over the future NW 7 Street and NW 82 Avenue provided future connections under the reconstructed highway. ITS cameras and sensors facilitated real-time traffic updates, and assisted in the rapid deployment of first responders and FDOT Road Rangers to clear disabled and accident vehicles from travel lanes. Project consisted of the design and construction of 46 bridges with over 4 million cubic yards of embankment. The 46 bridges consist of 38 Florida I-Beam Concrete, 4 Steel Girder and 4 Segmental flyover bridges, (32 Category 1and 14 Category 2 bridges). The project scope includes 4 million cubic yards of embankment,1 million cubic yard of subsoil (Muck) excavation, 30 miles of concrete pile length (accumulated), 16 beams, 760,000 square-feet of retaining wall, 35,000 linear feet of guardrail, 5.7 miles of concrete wall separating traffic lanes, 783 precast segments and the relocation of the North Line Canal. F&J Engineering held the Senior Project Engineer position and was responsible for overseeing the work on this complex project. 11/2009 – 9/2016

Bus Stop Infrastructure Improvement project is built correctly and administered efficiently from the onset. We are confident that we will be able to provide Broward County with an unparalleled level of skill and industry knowledge. Our CEI Team is 100% available and would be willing and able to commence work on the project as soon as we receive the notification to proceed by the County. Our current workload, discussed in detail in section 4 of the Evaluation Criteria, further substantiates the team’s availability, allowing us to handle the proposed project workload effectively, professionally, and within the boundaries of the construction schedule and budget. UNDERSTANDING OF THE PROJECT SCOPE Broward County Transit (BCT) is the major public transportation provider in Broward County. BCT provides public transportation services in Broward County. Its service covers over 410 square miles and it is the only bus system in the tri-county area that has service to all three counties of Broward, Miami-Dade, and Palm Beach. BCT’s network includes several thousand designated bus stops, including many with bus shelters. In 2016, BCT installed 52 new bus shelters and bike racks throughout the BCT system. The Broward County Transit Development Plan (2017 – 2026) identifies BCT’s future plans and services for the upcoming fiscal year (2017) and provides recommendations for the next ten years, through 2026. As part of the vision plan for 2017, BCT will add 81 bus shelters to the overall BCT system. Shelters are planned for installation in the following communities: Davie, Deerfield Beach, Fort Lauderdale, Hallandale Beach, Lauderdale-by-the-Sea, Lauderdale Lakes, Lauderhill, Miramar, North Lauderdale, Pembroke Pines, Plantation, Pompano Beach, Sunrise and Unincorporated Broward County Currently, BCT has 4,572 bus stops throughout the system. 497 of these stops had bus shelters before BCT started the current program. At the end of this current effort in 2017, BCT will have added 668 new shelters throughout the system,

Page 61: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 9 of 40

2. Project Approach (con’t) FM# 42872615201: US 1 from Broward Boulevard to NE 17th Way in Fort Lauderdale. $3.8 Million dollar project, the improvements for this project consisted of removing old asphalt and resurfacing the roadway within the project limits, upgrading sidewalks and ramps to meet ADA requirements, repairing, adjusting, and replacing drainage structures throughout the project limits, upgrading the existing traffic signals to mast arm signals at the Sunrise Boulevard, NE 15th Avenue, NE 16th Terrace, and NE 17th Way intersections, installing a new signalized pedestrian crossing at NE 16th Terrace, upgrading all existing pedestrian signals to countdown timers, installing a video detection system at Broward Boulevard and US 1, upgrading signs and pavement markings throughout the project limits, including sharrows (share the road arrows) to the outside lane in each direction within the project limits, creating an Alternative Bike Route along local streets parallel to Sunrise Boulevard and through Holiday Park by adding sharrow pavement markings and signage along N Victoria Park Road, NE 11th Street, N Flagler Drive, NE 5th Avenue, NE 8th Street, G. Harold Martin Drive, NE 9th Street, NE 18th Avenue, NE 9th Place, and NE 20th Avenue. 6/2015 – 10/2016 FM# 42165615201: SR-834 (Sample Road) from NW 54th Ave. to Tradewinds Park Rd. $4.28 Million dollar project that won the 2012 FTBA award for best urban project. The project consist of milling and resurfacing 1.54 miles along Sample Road and had widening, drainage, irrigation, signal and lighting upgrades, and ADA ramp and sidewalk upgrades. 2/2011 - 4/20/2012 FM# 42300215201: SR-814 (Atlantic Blvd) from SR-7 to East of SR-849. $3.4 Million dollar project that consist of milling and resurfacing 2.8 miles along Atlantic Boulevard and had widening, cantilever sign structures, bus shelters, drainage, irrigation, signal and lighting

bringing the total to 1,246 shelters system-wide. Additional improvements include pedestrian and ADA improvements to 271 bus stops throughout the BCT system in 2017; new bus stop sign installations at all stops in the BCT system; pedestrian/complete streets improvements aimed on enhancing the passenger and pedestrian connectivity around BCT’s bus stops and related facilities, expansion and development of new Park-and-Ride Lots, Intermodal Transit Centers, and the Wave Rail System. US-1/Federal Highway Beautification Project, Delray Beach, Florida This was a Local Agency Program (LAP) construction project between the City of Delray Beach and the Florida Department of Transportation, (FDOT)), District 4. The scope of the work along US-1 comprised of complete reconstruction in the areas between SE 2nd Street and NE 2nd Street, including widening for a street parking area, and the addition of a 4’ bike lane and a new left turn lane. Also within the reconstruction areas, the project called for new sidewalks, curbs and gutters, decorative lighting, new bus shelters, street furniture, and sod placement. Construction also included water main upgrades; approximately 4,100 LF of PVC. The remainder of the US-1 project consisted of milling and resurfacing, including some overbuild areas, pavement markings, drainage modifications, construction of bulb-outs in the radius returns of the side streets, sidewalks, curbs, and gutters (Type F and Type D). Landscaping and irrigation was located in the “Bump-Outs” within the milling and resurfacing portion of the project, and in the reconstruction area between SE 2nd Street and NE 2nd Street. Design Build Package For Bus Shelters, City of Lauderdale Lakes, Florida The scope of services included the preparation of a Design-Build package for the design and construction of five (5) bus shelters along SR-7

Page 62: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 10 of 40

2. Project Approach (con’t) upgrades, and ADA ramp and sidewalk upgrades. 9/2011 - 11/12/2012 FM# 42166215201: SR-7 (US-441) form Sample Rd. to Johnson Rd. $3.3 Million dollar project that milled and resurfaced 2.4 miles along SR-7 (US-441) and also included drainage modifications, installing guardrail, upgrading traffic signals, ADA ramp and sidewalk improvements, installing new road signs and landscaping. 7/2011 - 12/7/2012 FM# 42700415201: SR-870/Commercial Blvd. from W. of White Oak Lane to East of NW 49th Ave. $1.2 Million dollar project consisting of milling and resurfacing, sidewalk and ADA ramp upgrades, new street lighting, and pavement markings on Commercial Blvd. 8/2014- expected completion 1/2015 FM# 42872715201: SR-A1A from the County Line to Seacrest Parkway. $4.8 Million dollar project on A1A/South Ocean Drive from Miami-Dade County Line to Seacrest Parkway, about 0.90 mile in length 2016 FTBA Best in Construction award winner. Project consists of special foundations for 27 street lights that contained micro piles and drill shafts. Other improvements include correcting pavement deformations and patches, add bike lanes, widen existing 4' wide substandard sidewalk to 6', improve sidewalk ramps at intersections to comply with American with Disabilities Act, install shelter pads at transit stop locations, replace pavement markings and update signs to meet standards, upgrade existing signals with loop detection to video detection, and a JPA with City of Hallandale Beach. 9/2014- 1/2016 For this Project, the F&J Team will provide Richard Yong as the Senior Construction Inspector and Gary Soubel as the Construction Inspector in charge of all construction inspection functions. Our Team will utilize effective control procedures to assure that the construction of the

(US 441) within the City of Lauderdale Lakes. The package included a due-diligence report with preliminary location of the bus shelters, evaluation of possible impacts, location of utilities and recommendations. The scope concentrated on criteria that would result in new shelters with characteristics matching previously constructed shelters. City of Plantation Bus Shelter Improvements Along SR-817/University Drive & Along SR-842/Broward Boulevard RJ Behar provided the Florida Department of Transportation (FDOT) with Oversight Construction Engineering and Inspection (CEI) services for these two bus shelter improvement projects within the City of Plantation. City of Lauderhill - Oakland Park Boulevard Bus Shelter Improvements RJ Behar provided Construction Engineering and Inspection (CEI) services to the City of Lauderhill for construction of new bus shelters throughout the Oakland Park Boulevard corridor. Public Involvement – RJ Behar’s Team is aware that public satisfaction is a vital goal for Broward County, and only through an effective public information campaign we can exceed Broward County’s goals and expectations. RJ Behar’s team will act as first responders to any problems that could arise during any portion of this project, and will make sure that the Contractor coordinates with the businesses, residential property owners, and all other stakeholders in advance, when and if, construction impacts their access. Our team will ensure that access management is coordinated so that normal levels of operation along the various project corridors are maintained during all construction phases.

Page 63: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 11 of 40

2. Project Approach (con’t) Project is performed in reasonable conformity with the plans, specifications and contract provisions. Our Team will maintain close coordination with Ralph Viola and the Contractor in order activities. If successfully awarded the Contract; prior to Construction we will review the Plans and perform preliminary site visits and inform Mr. Viola if there are any possible issues with construction the bus shelters as they are designed. Additionally, when the shelters are being constructed, we will communicate any omissions, substitutions, defects and deficiencies noted in the work of the contractor and the corrective action required. Our inspection staff will keep complete and accurate record of all activities and events relating to the Project and a record of all work completed by the Contractor, including quantities of pay items on our daily reports. The Inspection Staff will submit this report electronically to Mr. Viola and will also keep a copy on an on-line database where Mr. Viola will have access to download and review any archived daily. Any significant changes in quantity, time or cost or any interpretation involving complex issues will be brought to Mr. Viola’s attention immediately. The recommendations will be accessed with our Project staff and may be brought to Broward County Design Engineers. Our Past experience provides us with in depth insight of potential issues and challenges with this bus stop infrastructure improvement program. Potential Issues/Challenges We will be dealing with highly urbanized areas; working in these areas requires additional coordination between the contractor and stakeholders to complete this work as efficiently as possible. Richard Yong has the experience and knowledge to coordinate efforts between stakeholders and contractors and will review the contractors two weeks look ahead and CPM schedule to see if any concerns need to be addressed to stakeholders prior to the activity occurring. Maintaining the safe walk route for students during arrival and dismissal around any

Commuter Services – RJ Behar will be sure that there is ample coordination throughout the construction efforts with Broward County Transit, and all other local commuter services to minimize impacts to these and other essential motorist/transportation services that may be affected by the construction project. RJ Behar will schedule the preconstruction Transit Route - Pedestrian Access Safety Meeting with Arethia Douglas and Brandon Weir 30 days prior to project start for the construction of the bus landing pads, and to discuss any potential bus stop impacts. Coordination with Emergency Response and Utilities – Advanced notification to the various Emergency Response Agencies; including Fire Rescue and Police Departments of any lane closures or other impacts to the roadway will be part of RJB’s ongoing public involvement response task. Safety / Maintenance of Traffic (MOT) – RJ Behar understands that proper installation and maintenance of traffic are key components in assuring the Safety of the workers and the traveling public, and that by keeping everyone aware well in advance of scheduled or ongoing lane closures, and by preserving a clearly delineated safe travel path, this creates a safe environment and allows for adequate traffic flow. RJ Behar considers and places the utmost importance to project safety and maintenance of traffic during the entire duration of the project. We will monitor all related operations for strict compliance with the Traffic Control Plans, FDOT’s Design Standard’s INDEX 600 and the current MUTCD. RJ Behar’s team will closely monitor all Traffic Control operations; starting with the installation of the Portable Changeable Message Signs (PCMS) to be installed 14 days prior to commencing the project, and the proper installation and maintenance of all devices throughout the project. Other important features of the Maintenance of Traffic plan:

Page 64: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 12 of 40

2. Project Approach (con’t) project encompasses a safe walk route for students walking to and from School. We will ensure that proper pedestrian openings at designed crossings are in compliance with FDOT Design standards Index No. 600 and also meet all ADA requirements. We will enforce that all construction equipment operation around designated crosswalks are ceased when students are arriving and being dismissed from school. We will advise the Contractor that it is his responsibility to provide state certified school crossing guards or off duty police officers to students crossing at locations other than those previously designated. Tracking and expediting review times for Request for Information (RFI’s) and Shop Drawing reviews will play a vital role in ensuring delays are not caused by extensive review times. Our Sr. Inspector (Richard Yong) will keep a track of the submittals of shop drawings, noting the dates of first submittal and subsequent reviews and resubmittals, approvals, etc. He shall take note of and verify that all changes are properly carried through to construction and shall further record, report, make recommendations and evaluate any circumstances which affect the progress or cost of the work. To avoid any delays, Richard will actively encourage all reviewers to accomplish reviews promptly as to not create a delay to construction. Environmental The silt fence, inlet protection and outfall protection will be inspected regularly and will be required whenever it may be possible for construction debris to fall in the outfalls. The Contractor will be required to install silt fence throughout the project and no construction shall occur prior to the installation of protection measures. Any observed deficiencies would be brought to the Contractor’s attention immediately and recorded on our inspection staff’s dailies.

� RJ Behar will check MOT throughout the day-to-day operations and conduct on-site meetings no less than one per week. � All flagmen working on the project must be certified and utilize hand-held radio communication. RJ Behar will check for valid certifications as part of our quality control program. � All construction signs, arrow boards, VMS boards, temporary signals, and traffic control devices will be inspected daily. � RJ Behar’s Staff will assure that the pedestrian passage is clean, safe, and free of obstructions. Minimum travel path shall be 4-FT. � All drop offs will be protected, as per Standard Index 600. � Property access shall be maintained at all times. � RJ Behar’s Staff will conduct weekend visits to assure that all traffic control devices are functional, clean, and clearly visible. Utility Coordination – The largest challenge on any project is the potential for conflicts with utilities. The Project Team collectively; CEI, Contractor, and Utility Companies; will work together to identify the known underground conflicts, prior to the contractor getting to each location, so that adequate clearance is maintained for both the utility company and contractor to facilitate their means and methods. RJ Behar will ensure that the entire project team coordinates all matters ahead of time, and that we all work together in unison, so that the project can be a success. RJ Behar’s team will ensure that the contractor coordinates with all existing utility owners throughout the construction of the project. Moreover, RJ Behar’s Senior Roadway Inspector, Humberto Soteras, will field verify and document any pertinent or potential conflict with any of the existing utilities prior to construction, and will be proactive in scheduling separate field utility meetings, to resolve or minimize the resolution time frame. RJ Behar will coordinate with the Contractor to perform the

Page 65: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 13 of 40

2. Project Approach (con’t) layout and stakeout of the proposed pads for the bus stop and shelters in advance, to be able to identify and verify early in the project if there are any potential conflicts. In order to identify and resolve any conflicts that may affect the critical path, preutility meetings will be taking place with the participation of Designer of Record, utility representatives and the contractor. The contractor’s proposed construction phasing plan will be thoroughly discussed so that all required utility work is performed within time and within the allowable schedule. Our Team recognizes that this work will require close coordination to ensure a successful project outcome. Environmental/Stormwater and Erosion Control – The contractor shall provide an Erosion Control Plan for maintaining all erosion and sediment controls throughout construction. The contractor shall install proper stabilization measures to minimize erosion, retain sediment, and prevent discharging pollutants. Controls may include installation of filter fabric for inlet protection, litter control and waste collection, floating turbidity barriers, controlling offsite vehicle tracking of sediments, dust control, covering trucks with tarps, use of roadway sweepers, and removal of excess dirt from roadways on a daily basis. Our CEI team will ensure that all construction activities are performed in compliance with the NPDES permit requirements, within the allowable methods outlined in the approved stormwater pollution prevention plan, and that the contractor implement best management practices (BMP’s) to avoid environmental impacts. APPROACH AND UNDERSTANDING OF CONSULTANT CEI SERVICES Communication Abilities – RJ Behar believes and practices a proactive approach to manage and oversee all construction activities, in order to be able to provide immediate field engineering solutions to resolve critical items or conflicts, prior to issues escalating and causing delays

Page 66: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 14 of 40

2. Project Approach (con’t) and affecting the overall project schedule and money goals. The Partnering approach enhances the effectiveness of the team, establishes common expectations, understanding, and the means of communicating effectively and resolving issues as they arise. In addition to weekly progress meetings, preactivity meetings will be conducted, including preconcrete and ADA, predrilled shafts, pre-earthwork, presignalization, presignage, and prepaving meetings. Mr. David Romano, PE will be in direct charge of the project and will actively manage the administration of the contract, and will keep the county abreast of project performance through regular communication and project manager reports highlighting critical indicators such as schedule progress of key activities, extra work issues, utilities, change management, and hot issues. Quick Resolution of Field Issues – Mr. Romano will provide direct supervision of all inspection staff and contractor operations, and will institute a mind set for all field personnel to be proactive in resolving field issues at the lowest level. In-house staff meetings will be held prior to each important activity to ensure that the CEI person assigned to the operation understands his/her responsibility and to set clear accountability areas. This approach will minimize any field misunderstandings that could impact the progress of the work. Community Outreach – The RJB Team will be very hands-on prior to, and during all of the project’s construction phases, so that the local residents, the traveling public, and all other stakeholders are adequately informed in advance of all scheduled project activities. Communication Is Key; our team will maintain close communication with Broward County’s Project Manager and Staff to keep them informed of all public related issues, including providing anticipated notices of lane closures throughout the life of the project. In addition, RJ Behar has developed a Complaint Tracking

Page 67: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 15 of 40

2. Project Approach (con’t) Sheet to record, document and track resolution time frames of any complaints expressed by the residents, business owners and all other stakeholders. It is RJ Behar’s practice to be extremely proactive and informative with the public and the community, and based on this approach and past experiences, we expect to be able to reduce impacts and unnecessary inconveniences to the surrounding community, businesses and the traveling public. Material Testing and Acceptance – Our CEI Team will review the Contractor’s Quality Control Plan prior to project commencement for adequacy. As per the governing standards and specifications for this project, FDOT 2016-17 Design Standard Index, and Standard Specifications for Road and Bridge Construction, it is important that all materials brought to the project come from an FDOT approved source (earthwork, concrete, steel, etc), be certified, steel products be domestic / Made in the USA, and/or be on the FDOT Approved Products List (APL). The contractor must provide a quality control laboratory to sample and test the materials, as required by the project specifications. RJ Behar will help generate the material testing guide list, and will perform the required verification testing. APPROACH TO IMPLEMENTATION OF COMPLETE STREETS INITIATIVES RJ Behar’s Team is familiar with the “Complete Streets” elements incorporated in the scope of work for this corridor. These elements are designed and operated to enable safe access and travel for all users, such as: � Pedestrian infrastructure which includes wider sidewalks, crosswalks, curb ramps and upgraded pushbuttons reachable by people in wheelchairs. � Bicyclist accommodations such as designated bike lanes on both sides of the road. � Improved visibility for all users by providing new lighting throughout the corridor. RJ Behar’s Team has the experience, technical knowledge and communication skills to embrace

Page 68: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 16 of 40

2. Project Approach (con’t) and assure that the Contractor follows the “Complete Streets” design criteria during construction. Commitment to Satisfy the County’s Needs – RJ Behar and Tierra South Florida are committed to delivering responsive, effective, and innovative CEI services to Broward County. We are eager to fulfill this commitment and look forward to working for Broward County on the upcoming Transit Bus Stop Infrastructure Project.

Page 69: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 17 of 40

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

E&R has completed a large amount of construction projects statewide in the recent five years. Below is a list of similar urban widening projects completed on time and within budget that E&R has managed and is currently managing SR-7 (US-441) from Fillmore Street to South of Stirling Road, Broward County, FL Design/Build project which includes the reconstruction and widening of 2.1 miles of SR-7. The improvements along this corridor will include the construction of three travel lanes in each direction separated raised medians, new curb and gutters, sidewalks, 6-foot bicycle lanes, ADA ramps, new bus bays with shelters, an entire new closed drainage system with detention ponds and conveyance swales, upgrading existing and installing new signalized intersections, new lighting and ATMS communications throughout the corridor. In addition, this project will complete all work associated with the installation of a new sanitary sewer system and two water mains with all the associated improvements on behalf of the City of Hollywood under a JPA with the Department. Construction Cost $30M Duration 7/2014 to Present Reference Donald Vanwhervin, P.E., FDOT Project Manager, 954-958-7654 Pembroke Road from Silver Shores Boulevard to SW 145th Avenue, Broward County, FL This Broward County project consists of approximately one mile of a new four lane divided roadway constructed adjacent to the I-75 Express Lanes Project containing drainage; interconnect pipes and dry detention ponds, noise walls, traffic signal, street lighting, landscaping and irrigation. Scope of work related to this project includes at a minimum, drainage, interconnecting pipes, detention ponds, traffic signal, street lighting and landscaping.

The F&J Team has several projects that have we have completed on time and within budget with similar scope and duration, we provided vendor recommendations as evidence of satisfactory completion. F&J Engineering Group has always completed all projects (awarded as Prime) without going into liquidated damages. Projects that were completed within the criteria above include: R1177105P1, Broward County Continuing Engineering Services for Traffic, Roadway and Civil Engineering Services (3 year term). In this ongoing countywide improvement program with Broward County Traffic, we are providing inspection staff to inspect signal improvements throughout Broward County. We have successfully inspected several intersections such as Taft St. and Park Ave., Sheridan St. and Palm Ave., and Pine Island and Sunset Strip. Improvements consist of new mast arms, pedestrian detectors, asphalt, sidewalk, ADA ramp upgrades, directional boring, and pavement markings throughout the project. FM# 25071186201, District 6 Districtwide Miscellaneous Consultant Engineering Inspection Consultant contract, where we are providing Inspection support for the Department of Transportation on a 5-year term. With this contract, The F&J Team provides District 6 the most comprehensive Task Work Order (TWO) contract management experience. We understand that the management of these contracts requires a more hands-on approach than a typical stand-alone CEI project and our Team has the knowledge and skills necessary to successfully administer any contract. FM# 24958115201: CEI services for 826 / 836 Interchange Design Build Finance. $560

As proficient and trained CEI Consultants, Broward County can be confident that the RJ Behar Team will perform to the highest of standards and be proactive on all project aspects. Our experience has raised our awareness with respect to the following project issues, all critical to the successful administration of this project: � Provide Qualified and Certified Staffing for the project in a Timely Manner � Ensure Adherence with all Contract Requirements � Effective Maintenance of Traffic � Ensure Project Safety and Protection at the Worksite � Minimizing Impacts to Residents, Businesses, and Commuters � Proactive Public Involvement and Project Coordination � Effective and Timely Coordination with Utilities and Agencies � Ensure ADA Compliance � Environmental Concern Awareness � Compliance with Permits (SWPPP; NPDES, ROW Occupancy) � Quality Control/Quality Assurance Program � Maintain Complete and Accurate Project Records � Establish Material Certification Process at Project Start � Timely and Accurate Submittal of Project Documentation and Close-out Package � Ensure the Project is Completed on Time and Within Budget We are confident that we will provide Broward County with an unparalleled level of skill and industry knowledge A. CONSTRUCTION MANAGEMENT METHODS AND TECHNIQUES Effective Communication: Regular and consistent communication and coordination are crucial for any type of contract, especially a high-profile reconstruction project, as is Transit Bus Stop Infrastructure. RJ Behar will be actively

Page 70: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 18 of 40

3. Past Performance: (continued) Duration 5/2014 to 11/2015 Reference Mike Hammond, P.E Broward County Project Manager, 954-557-4558 City of Coconut Creek, Education Corridor Median Improvements Broward County, FL This project featured widening and median enhancements federally funded under FDOT LAP on Coconut Creek Parkway, a Broward County Roadway. Improvements included roadway widening, curb installations, sidewalk and bus stop reconstruction, signalization improvements, drainage work, access management conversion of dual turn lane painted medians to raised curb medians with landscaping and decorative brick pavers. Landscaping including large palms, trees and shrubs. Irrigated medians connected to local waterway via Hoover pump systems and entire system was sleeved with HDPE pipe. Duration 4/2011 to 7/2012 Reference Liz Aguiar, Senior Planner, City of Coconut Creek, 954-956-1477 SR 820 / Hollywood Boulevard from Young Circle to the Intracoastal Waterway, Broward County, FL Improvements for this FDOT project consisted of median construction and accessibility, removal and replacement of unsuitable material for widening of roadway, replacement of two miles of drainage pipe and structures, trench drains, stabilized sub-base, geosynthetic reinforced widening, milling & resurfacing with Asphalt Rubber Membrane Interlayer (ARMI), metered irrigation and landscaping. Scope of work related to this project includes drainage and interconnecting pipes, median construction and landscaping. Duration 04/2009 to 07/2010 Reference Roxanne Riggs, P.E., Project Manager; 954-774-0696

Million-dollar interchange project in Miami. This highly successful project, Section 5 of the Palmetto Improvement Program project began in 2009, and involved the construction of a system-to-system interchange between State Road 826/Palmetto Expressway and State Road 836/Dolphin Expressway. Capacity improvements include the reconstruction and widening of approximately one mile of both State Road 826 and State Road 836, and the construction of 46 bridges. The project provided new direct ramps for major movements and collector distributor ramps to remedy existing geometric and operational deficiencies. The new direct connection from State Road-826 to State Road-836 enhanced safety, and increase both capacity and efficiency for motorists using the interchange. The interchange allows drivers direct access, thereby reducing travel time. New bridges over the future NW 7 Street and NW 82 Avenue provided future connections under the reconstructed highway. ITS cameras and sensors facilitated real-time traffic updates, and assist in the rapid deployment of first responders and FDOT Road Rangers to clear disabled and accident vehicles from travel lanes. Project consisted of the design and construction of 46 bridges with over 4 million cubic yards of embankment. The 46 bridges consist of 38 Florida I-Beam Concrete, 4 Steel Girder and 4 Segmental flyover bridges, (32 Category 1 and 14 Category 2 bridges). The project scope includes 4 million cubic yards of embankment,1 million cubic yard of subsoil (Muck) excavation, 30 miles of concrete pile length (accumulated), 16 miles of drainage pipe, 8,636 tons of reinforcing steel, 180,000 tons of asphalt, 16 miles of bridge beams, 760,000 square-feet of retaining wall, 35,000 linear feet of guardrail, 5.7 miles of concrete wall separating traffic lanes, 783 precast segments and the relocation of the North Line Canal. F&J Engineering held the Senior Project Engineer position and was responsible for overseeing the

involved in the day to day operations, and engage with Broward County’s Project Management staff and our sub consultants on a regular basis to discuss project issues, such as the work progress, address field RFIs, track shop drawings, and monitor the project schedule in the most effective and efficient manner. RJ Behar will establish a Line of Authority and a Line of Communication for this project and discuss from the onset with all parties at the preconstruction meeting. One month prior to the start of the project, David Romano, PE will have a prework meeting with the project team personnel and 1) communicate Broward County’s project-specific objectives, 2) ensure each person has an up-to-date working knowledge of the latest project and construction documents to fulfill their duties timely and responsibly, 3) ensure each person has the necessary equipment to perform their task assignment successfully, 4) make each person aware of their lines of authority and lines of communication specific to the project and 5) last but not least, confirm with all personnel that they are responsible for the quality of service throughout the assignment and should adhere to Broward County’s procedures and guidelines. Most importantly, maintaining jobsite and public safety is imperative at all times. RFI/Shop Drawing Submittals Reviews: RJ Behar is aware of the time sensitivity factor in reviewing project submittals from the contractor, such as RFIs and shop drawings. We will keep a tracking log for each project submittal, documenting all the major milestones from when date received all the way to the date approved and submitted back to the contractor. We will coordinate closely with the Engineer of Record and ensure they perform expeditious reviews - within 1 to 2 business days for RFIs; and within 5 to 7 business days for shop drawings and other submittal reviews.

Page 71: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 19 of 40

3. Past Performance: (continued) work on this complex project. 11/2009 – 9/2016 FM# 42872615201: US 1 from Broward Boulevard to NE 17th Way in Fort Lauderdale. $3.8 Million dollar project with improvements under this project consist of removing old asphalt and resurfacing the roadway within the project limits, upgrading sidewalks and ramps to meet ADA requirements, repairing, adjusting, and replacing drainage structures throughout the project limits, upgrading the existing traffic signals to mast arm signals at the Sunrise Boulevard, NE 15th Avenue, NE 16th Terrace, and NE 17th Way intersections, installing a new signalized pedestrian crossing at NE 16th Terrace, upgrading all existing pedestrian signals to countdown timers, installing a video detection system at Broward Boulevard and US 1, upgrading signs and pavement markings throughout the project limits, including sharrows (share the road arrows) to the outside lane in each direction within the project limits, creating an Alternative Bike Route along local streets parallel to Sunrise Boulevard and through Holiday Park by adding sharrow pavement markings and signage along N Victoria Park Road, NE 11th Street, N Flagler Drive, NE 5th Avenue, NE 8th Street, G. Harold Martin Drive, NE 9th Street, NE 18th Avenue, NE 9th Place, and NE 20th Avenue. 6/2015 – 10/2016 FM# 42165615201: SR-834 (Sample Road) from NW 54th Ave. to Tradewinds Park Rd. $4.28 Million dollar project that won the 2012 FTBA award for best urban project. The project consist of milling and resurfacing 1.54 miles along Sample Road and had widening, drainage, irrigation, signal and lighting upgrades, and ADA ramp and sidewalk upgrades. 2/2011 - 4/20/2012 FM# 42300215201: SR-814 (Atlantic Blvd) from SR-7 to East of SR-849. $3.4 Million dollar project that consist of milling and resurfacing 2.8 miles along Atlantic

Pre-activity Meetings: Prior to any critical project activity such as earthwork, drainage, concrete, asphalt paving operations, signalization, and lighting, our team will schedule and hold pre-activity meetings with the contractor and any other involved or related stakeholder representatives to ensure that the constructability methods utilized will be performed in compliance with the contract documents, and be able to identify and address concerns from all parties, and develop a proactive action plan ahead of time. Our goal is to enhance the partnering between all parties and ensure a seamless and ultimately successful project. Optimization of Project Schedule and Budget: The project schedule is one of the most valuable tools that we utilize to assure that the contract time goals are met. The contractor’s baseline schedule must be realistic and show sufficient detail prior to acceptance. RJ Behar will analyze the baseline and monthly schedule updates for work-scope completeness, submittal activities, including shop drawings, traffic control phases (TCP), activity logic, duration, constraints, and utility work schedule. Once approved, the CPM schedule will be aggressively pursued on a weekly basis with the ultimate intent of ensuring that the Contractor stays on track to meet the project milestones. We utilize Primavera software for scheduling all of our projects, with the Claim Digger application for tracking changes from the original baseline schedule. RJ Behar will request and review the Contractor’s look-ahead schedules to forecast upcoming work, and coordinate/monitor the field operations to assist in achieving anticipated target dates. We will highlight schedule progress key indicators at progress meetings, such as critical activities that have started versus what should have already started to keep the project moving. We will work with the Contractor and provide proactive solutions to construction activities that will mitigate costs and save on the budget. With each progress application for payment, the Contractor will be required to

Page 72: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 20 of 40

3. Past Performance: (continued) Boulevard and had widening, cantilever sign structures, bus shelters, drainage, irrigation, signal and lighting upgrades, and ADA ramp and sidewalk upgrades. 9/2011 - 11/12/2012 FM# 42166215201: SR-7 (US-441) form Sample Rd. to Johnson Rd. $3.3 Million dollar project that milled and resurfaced 2.4 miles along SR-7 (US-441) and also included drainage modifications, installing guardrail, upgrading traffic signals, ADA ramp and sidewalk improvements, installing new road signs and landscaping. 7/2011 - 12/7/2012 FM# 42700415201: SR-870/Commercial Blvd. from W. of White Oak Lane to East of NW 49th Ave. $1.2 Million dollar project consisting of milling and resurfacing, sidewalk and ADA ramp upgrades, new street lighting, and pavement markings on Commercial Blvd. 8/2014- expected completion 1/2015 FM# 42872715201: SR-A1A from the County Line to Seacrest Parkway. $4.8 Million dollar project on A1A/South Ocean Drive from Miami-Dade County Line to Seacrest Parkway, about 0.90 mile in length 2016 FTBA Best in Construction award winner. Project consists of special foundations for 27 street lights that contained micro piles and drill shafts. Other improvements include correcting pavement deformations and patches, add bike lanes, widen existing 4' wide substandard sidewalk to 6', improve sidewalk ramps at intersections to comply with American with Disabilities Act, install shelter pads at transit stop locations, replace pavement markings and update signs to meet standards, upgrade existing signals with loop detection to video detection, and a JPA with City of Hallandale Beach.

submit an updated and revised monthly CPM schedule clearly showing the progress of the construction work and impacts to work activities, if any. We will closely monitor daily work activities, paying special attention to crew’s production rates, which in our experience, serves as another tool and barometer for measuring work performance and forecasting problems and project setbacks. Community Impact Plan: RJ Behar’s team will make sure that the Contractor coordinates closely with the residential property owners, respective HOAs, Broward County Schools, Broward County Parks, etc. in advance when and if construction impacts their access. Access within the project corridors will not be affected by the proposed construction project. Our team has familiarized themselves with the project’s surrounding neighborhood, in order to minimize impacts to the community during the construction. Access management will be coordinated with all of these facilities during construction, and will be part of our team’s ongoing public involvement tasks, in order to reduce impacts to these services, to the general public, and that normal levels of operation are maintained during all construction phases. Web-Based File Sharing: Availability of reliable information to our inspection team and to Broward County is the key to ensuring quality results. RJ Behar will use a web-based file sharing site that allows quick, easy access to all project-related documents (plans, specs, special provisions, permits, etc.) via the Internet. As a value added idea for this contract, we propose to utilize this document sharing site as a readily available communication tool to provide project information to our team members. Use of Specialized Equipment: Our inspection staff has a full range of electronic equipment necessary to document and provide real time information on a moment’s notice, enabling them to have full remote access to their emails and project files via remote access. In addition to using all necessary testing equipment, the proposed staff will be equipped with Microsoft

Page 73: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 21 of 40

3. Past Performance: (continued) Tablets, Wi-Fi access, mobile printers, scanners, cameras, and smart phones. Tablets in the field provide the easy access to contract documents, spec books, standard index, latest QC Inspection Guide list, and QA Critical Requirements Guide list for their daily operations. Our staff is also capable of video conferencing from the jobsite, in order to quickly disseminate project issues by having direct communication with the project management team and the EOR, for immediate turnaround time and resolution of issues. Furthermore, our Team has effectively used Microstation and Geopak software to investigate specific project detail; such as earthwork limits, varied milling depth limits, survey computations, and other applications. These features help to expedite communication with the office and County Staff at a moment’s notice, assist with completing their daily entries, as well as entering sample and test information on-the-spot from the project site without having to be physically in the office. The use of specialized equipment will enhance and benefit the overall field operations, and this in turn can significantly reduce the time it takes to accommodate field resolutions. Additionally, ensuring that the following are carefully addressed will impact the quality of our performance: � Equipment – We will make sure that everyone assigned is fully equipped to perform all their duties. � Prework Meetings – Communication is the key to a successful relationship, attentiveness, and consistency. � Team Management – We will ensure all our team members are submitting their required information in a timely manner. � Qualification/Certifications Management – Through our development of our project staffing database, we will be able to monitor and continuously check that all of our in-house CEI resources have their minimum qualifications and certifications current at all the times, without any lapse in coverage.

Page 74: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 22 of 40

3. Past Performance: (continued) � Contract Administration – A thorough understanding of contract administration and documentation is critical for the life of a project and accounts for the success of the project beyond just building a quality product. ABILITY TO MAKE DECISIONS AND FACILITATE RESOLUTION RJ Behar understands the governmental engineering processes, the environmental reporting requirements, the bid process, contract administration, and working with board of commissioners. The keys to providing successful municipal service includes: being responsive, adapting to performing under short notice, learning to be an extension of the County’s Staff, understanding the County’s budgetary constraints, being user friendly, delivering on our promise, and providing quality products. RJ Behar’s Team is a highly proactive group and is trained to offer immediate engineering solutions and quickly resolve any constructability issues. We have an excellent working relationship with M.G. Vera & Associates, Inc. and Tierra South Florida, Inc. and this will certainly facilitate a swift exchange and dissemination of project correspondence and documents. As previously stated in our Project Approach Section, RJ Behar is a firm believer in promoting “Partnering” from all project parties and stakeholders, including Broward County, the Contractor, the Consultant CEI, the Design Engineer of Record, the Cities/Municipalities, and Utility Owners alike. Partnering allows for a proactive approach to manage and oversee all construction activities, in order to be able to provide immediate field engineering solutions to resolve critical items or conflicts, prior to issues escalating and causing delays and affecting the overall project schedule and budget. RJ Behar will be able to anticipate, identify and resolve problems before they impact the project - safety, time and cost goals, by eliminating, or at least reducing conflicts, litigation and claims. Our Partnering Approach also enhances the

Page 75: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 23 of 40

3. Past Performance: (continued) effectiveness of the team, establishes common expectations, understanding, and the means of communicating effectively and resolving issues as they arise. Additionally, our team will: � Ensure aggressive turnaround and timely review of design submittals in accordance with approved schedule. Senior Project Engineer, David Romano, PE will create a spreadsheet to track all project submittals and ensure an aggressive review and turnaround time of no more than 7 days. � Strict Shop Drawings Control: RJ Behar will ensure all shop drawings for review/concurrence by the EOR and Broward County to be turned around in 7 days. � Request for Information: RJ Behar will work closely with the contractor to get all RFIs transmitted expeditiously for our review. We will utilize a tracking spreadsheet that will showcase when the RFI was transmitted to the CEI by the Contractor; from the CEI to the EOR; from the EOR back to the CEI; and finally responded back to the Contractor. � Ensure submittals of accurate monthly updates – Identify in the updates all critical and non-critical activities to recognize potential for shift in critical path. Immediately after a shift is recognized or if the contractor falls behind, the team will request from the contractor a recovery plan to regain any lost time. This will be aggressively pursued by the RJ Behar Team without any exceptions. KNOWLEDGE AND EXPERIENCE WITH CONSTRUCTION SCHEDULING Construction Schedule Control: Our Team is completely familiar with the logic involved in scheduling projects. We utilize Primavera software for scheduling and monitoring all of our projects. Immediately after NTP, Mr. David G. Romano, PE will review the preliminary CPM Schedule submitted by the successful contractor and provide comments- recommendations with the goal of obtaining a full baseline schedule for

Page 76: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 24 of 40

3. Past Performance: (continued) the project approved prior to the pre-construction meeting. The CPM schedule will be then aggressively pursued on a weekly basis with the ultimate intent of ensuring that the contractor stays on schedule to meet the project milestones. - Our Team will review and analyze the Contractor’s Work Breakdown structure and compare schedule logic with required construction activities. - The contractor’s original baseline schedule will be received and reviewed prior to the preconstruction meeting; Our CEI Team will review activities logic, sequencing, duration, milestones, submittals, material procurement, and overall compliance with the contract documents. - At the progress meetings, we will request and review the contractor’s look-ahead schedules to forecast upcoming work, and coordinate/monitor the field operations to assist in achieving anticipated target dates. - The CEI Team will monitor the construction phases and compare the contractor’s progress schedule to the actual work completed in order to verify progress payments. - Any delays or deviations from the approved project baseline will immediately be brought to the attention of Broward County Staff for remedies to the contractor including but not limited to acceleration, increase manpower and equipment, and authorization of additional work days/hours. - In regards to extensions of time, the CEI Team will verify that any affected activities are on the critical path for the project, and have no float, prior to recommending any approval of time extensions. C. EVIDENCE OF SATISFACTORY PROJECTS COMPLETED ON TIME AND WITHIN BUDGET Approach to Managing the CEI Budget: RJ Behar keeps cost management under control by continually forecasting the budget and staff resource usage throughout the life of the project.

Page 77: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 25 of 40

3. Past Performance: (continued) We create and utilize a projection report spreadsheet, which we provide with each monthly invoice, that continually tracks our spending to date and allows us to input a projection based on an estimated utilization, to foresee any budgetary constraints, and if there will be sufficient monies remaining to complete the project. As staffing needs change throughout the course of the project, we will scale our resources accordingly, to meet the actual demands of the project, phasing in and out personnel as needed. RJ Behar is fully aware of the current financial climate and has put several key steps in place to help with reducing costs. We utilize spreadsheets and the sophisticated DELTEK computer software to keep track of project budgets. Regardless of the budget constraint of any project, RJ Behar has the commitment of completing every contracted project to the satisfaction of the client. We utilize management spreadsheets for control of each project. These are discussed in our weekly meetings. At these meetings, we go over the items that need to be completed; the budget and staff needed to complete each item. Our Company president presides over these meetings to ensure that each project and tasks are allocated the necessary resources. RJ Behar has an excellent track-record for delivering projects within budget. RJ Behar is experienced in developing and tracking project cost estimates, and is certified by FDOT to do cost estimates for design and construction projects. Our internal QA Program is integrated in all of our services, monitored by our President and includes an independent review of every deliverable. We will effectively manage the budget and have developed a logical QC plan, which we will adhere to throughout the project. We have always ranked 4.0 or above (1-5 ranking) on FDOT evaluations regarding budget and time.

Page 78: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 26 of 40

3. Past Performance: (continued) BROWARD BOULEVARD FROM PINE ISLAND ROAD TO I-95 CONSTRUCTION ENGINEERING AND INSPECTION (CEI) BROWARD COUNTY, FLORIDA The project scope consisted of providing transit infrastructure elements to support initiatives for a new express bus service along Broward Blvd /SR-842 from the Broward West Regional Terminal in Plantation, near Pine Island Rd. to I-95 in Fort Lauderdale. Six intersections along SR 842 will be improved: SR 817/University Dr., Fig Tree Lane, SW 54th Ave., East Acre Dr., NW 24th Ave., and SW 22nd Ave. Additionally, project activities will occur within the West Regional Terminal Park & Ride Lot – including new sidewalk, ADA improvements, crosswalks, curb ramps, bus pad improvements, signing and pavement markings, minor drainage improvements, guardrail replacement, pedestrian detector signals, installation of a new GPS system in all existing controller cabinets at all signalized intersections, milling & resurfacing, and median modification to provide a bus-only left turn at SW 22nd Avenue. WILES ROAD FROM SR-7 TO ROCK ISLAND ROAD CONSTRUCTION ENGINEERING AND INSPECTION (CEI) SERVICES BROWARD COUNTY, FLORIDA The proposed project is located within the City of Coral Springs in Broward County and is approximately 1.1 miles in length along Wiles Road from west of Rock Island Road to SR-7/US-441. The project scope includes transforming the existing four-lane divided corridor into a six-lane corridor within the proposed project limits. Other improvements include new mast arm signals with video detection upgrades at the intersections of Rock Island Road, NW 66th Terrace, Creekside Drive, and SR-7; two (2) solar powered mast arms for school zone flashers, wider pedestrian-friendly 6-FT sidewalks, a new 4-FTwide bicycle path, with a 3-FT buffer, storm drainage improvements which include over ninety-six (96) new structures; street lighting improvements

Page 79: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 27 of 40

3. Past Performance: (continued) which include four (4) landscape lights, sixteen (16) pedestrian lights and forty (40) street light poles; landscaping, irrigation, and new signing and thermoplastic pavement markings. PINE ISLAND ROAD FROM NOVA DRIVE TO SR-84 CONSTRUCTION ENGINEERING AND INSPECTION (CEI) SERVICES BROWARD COUNTY, FLORIDA The proposed project is located within The Town of Davie, in Broward County, and is approximately 1.0 mile in length along Pine Island Road, from Nova Drive to SR-84 / I-595. The Pine Island Road project will increase capacity by transforming the existing four-lane divided corridor into a six-lane divided corridor. Proposed improvements include new mast arm traffic signals with video detection upgrades, pedestrian poles with interconnect system, and countdown pedestrian signals for the intersections at Nova Drive and Orange Grove Drive, storm drainage improvements which include over fifty six (56) new drainage structures, French Drain, and outfall; removal of an existing abandoned box culvert, milling and resurfacing of the existing flexible pavement along the mainline and side streets, installing new guardrail along the existing canal bank, and new signing and thermoplastic pavement markings. In keeping with the features of a “complete streets” project, the Pine Island Road project will also include the construction of new bicycle lanes, sidewalks with curb & gutter on both sides of the roadway corridor, new ADA curb ramps, aluminum handrails for drop-off protection (as needed), driveway modifications, landscaping, and a new irrigation system. DESIGN/BUILD PROJECT FOR SW 196TH AVENUE AND PEMBROKE ROAD ROADWAY IMPROVEMENTS CITY OF PEMBROKE PINES, FLORIDA This was a Design-Build Project for SW 196th Avenue from Pembroke Road to Pines

Page 80: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 28 of 40

3. Past Performance: (continued) Boulevard and Pembroke Road from NW 196th Avenue to SW 184th Avenue. The scope of this project consisted of designing a two mile rural section collector and arterial. The project included roadway design, complex drainage, including the design of twin 72” culverts, permitting, wetland mitigation, and extensive earthwork with the use of Geogrid to avoid substantial demucking, and utility coordination. R.J. Behar & Company, Inc. (RJ Behar) also provided support during construction. This was a design-build project between Weekley Asphalt, RJ Behar and the City of Pembroke Pines. SW 212th STREET DRAINAGE CONSTRUCTION ENGINEERING INSPECTION SERVICES CUTLER BAY, FLORIDA The project consisted of roadway and drainage improvements at the Cutler Bay Academy of the Advanced Studies, Centennial Campus, located along SW 212th Street. The scope elements included installation of several new storm drainage structures, 15-inch HDPE storm drain pipes, 18-inch HDPE exfiltration trench, outfall pipe with headwall, and a manatee canal gate. Additionally, the work included milling and resurfacing, new curb and gutters, ADA compliant curb ramps, signing, and pavement markings, replacement of damaged sidewalk flags, and the installation of a solar-powered pedestrian beacon (rapid-flashing). As part of the CEI inspection duties, R. J Behar & Company, Inc. (RJ Behar) performed daily inspections, produced weekly reports, monitored contractor pay items, held progress meetings, prepared the meeting agendas, processed payment applications, monitored shop drawings and RFIs, performed Maintenance of Traffic Reviews, including the coordination of lane closures, carried out the stormwater pollution prevention plan site reviews, per NPDES requirements, conducted the material sample reviews and approval

Page 81: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 29 of 40

3. Past Performance: (continued) (LIMS), review of EEO Submittals, review of Contractor & Subcontractor payrolls, uploading project documents on FDOT Lap it, and performed final closeout. NW 50th STREET BICYCLE/PEDESTRIAN TRAIL CONSTRUCTION INSPECTION SERVICES CITY OF DORAL, FLORIDA The scope of work consisted of inspecting the construction of 0.5 miles of a 10’ divided asphalt path along the south side of NW 50th Street from NW 112th Avenue to NW 107th Avenue as part of the City of Doral’s Bikeway Network Plan. This tied into a recently constructed path west of NW 112th Avenue and created a pedestrian and bicycle friendly connection from NW 107th Avenue to Trails & Tails Park. The scope of services included inspection of the a newly formed asphalt bike path, new curb and gutters, American Disabilities Act (ADA) curb ramps, signing, and pavement markings, and the installation of modern solar pedestrian lighting. As part of the inspection duties, RJ Behar & Company, Inc. (RJ Behar) performed daily inspections, produced weekly reports, monitored contractor pay items, held progress meetings, prepared the agendas, processed payment applications, coordinated with the County on the closeout of the tree permit, coordinated with the contractor and subcontractors on behalf of the City for tree placement, monitored shop drawings and RFIs, and performed final closeout. NE 2ND AVENUE SEACREST BEAUTIFICATION CITY OF DELRAY BEACH, FLORIDA The scope of the project includes clearing & grubbing, concrete and pavement removal as indicated in the plans, relocation & removal of certain existing trees, curb & gutter (Type F, Valley, Modified), milling & resurfacing, asphalt overbuild/ thickened pavement at the intersections of NE 5th Street and NE 6th

Page 82: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 30 of 40

3. Past Performance: (continued) Street, new pavement markings and signage, reduction of the existing travel lanes from twelve feet (12-FT) to ten feet (10-FT) to accommodate the proposed bicycle lanes. The proposed lane reductions will promote traffic calming features along with the incorporation of new landscape islands throughout the project corridor. Each side of the project corridor (east and west), will contain a 4-FT dedicated bicycle lane with all the appropriate and required pavement markings and signage to create awareness for motorists, bicyclists, and pedestrians. In an effort to enhance the safety and visibility of the bicycle lanes, the City of Delray Beach obtained approval from the Federal Highway Administration (FHWA) to use green colored pavement within the dedicated bicycle lanes, including through the intersection extensions and traffic conflict areas. Additional scope elements include the replacement of all existing sidewalks with a newly proposed 5-FT decorative sidewalk, including improved connections with existing sidewalks on adjacent streets on both sides of NE 2nd Avenue. New sidewalks will be constructed along the project corridor in areas that do not currently contain sidewalks. The decorative sidewalks will consist of a 3.67 FT square concrete pad, 4 inches thick, bordered by an 8” x 4” soldier course of Red/Charcoal Holland Stone paver, all over a six inch subgrade level. Additionally, new ADA curb ramps with tactile surface pavers are being proposed at each of the intersections within the project limits. Brick paver crosswalks are being installed at all north and south intersections within the project area. The east and west crosswalks will be provided at all four intersections (NE 4th Street, NE 5th Street, NE 6th Street, and George Bush Boulevard). The George Bush Boulevard crosswalk will only be placed at the south side of the intersection. The intersections at NE 5th Street and NE 6th Street will create a complete pedestrian system at two points within the project area, and are also the location of the two neighborhood parks.

Page 83: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 31 of 40

3. Past Performance: (continued) Decorative curbing will be installed to complement the brick paver sidewalks and crosswalks. Further project scope elements include a total of 24 new decorative street lighting poles – 10 with single head fixtures and 14 with double head fixtures, predominantly along the west side of NE 2nd Avenue, with a few proposed along the east side as well. Moreover, the project will incorporate 12 new landscape islands on both sides of the corridor, and will be full of accent trees, shrubs, and groundcover plants throughout to provide shade for pedestrians and bicyclists, while significantly improving the streetscape. As part of the landscaping project elements, there will be a full coverage automatic irrigation system installed with a rain sensor feature. US-1/FEDERAL HIGHWAY BEAUTIFICATION PROJECT DELRAY BEACH, FLORIDA This was a Local Agency Program (LAP) construction project between the City of Delray Beach and the Florida Department of Transportation, (FDOT)), District 4. The project limits began approximately 1,600’ south of SE 10th Street to about 1,300’ north of George Bush Boulevard and total 2.4 miles in length. The scope of the work along US-1 comprised of complete reconstruction in the areas between SE 2nd Street and NE 2nd Street, including widening for a street parking area, and the addition of a 4’ bike lane and a new left turn lane. Also within the reconstruction areas, the project called for new sidewalks, curbs and gutters, decorative lighting, and sod placement. Construction also included water main upgrades; approximately 4,100 LF of PVC. The remainder of the US-1 project consisted of milling and resurfacing, including some overbuild areas, pavement markings, drainage modifications, construction of bulb-outs in the radius returns of the side streets, sidewalks, curbs, and gutters (Type F and Type D). Landscaping and irrigation was located in the “Bump-Outs” within the milling and resurfacing

Page 84: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 32 of 40

3. Past Performance: (continued) portion of the project, and in the reconstruction area between SE 2nd Street and NE 2nd Street. R.J. Behar & Company, Inc. (RJ Behar) was responsible for construction management, preparing daily inspection reports, ensuring the contractor followed the maintenance of traffic plans, attending all progress meetings, inspecting all construction performed on this project; responsible for the progress and final estimates, processing contract changes, EEO compliance, and finalizing all paper work for the project. DESIGN BUILD TAFT STREET PEMBROKE PINES, FLORIDA The scope of project included reconstruction of the northern west bound lane, affected by the settling of the adjacent canal. The scope also included new landscaped medians, new ADA ramps and decorative brick paved crosswalks, new singing and pavement markings, and new irrigation main. Guardrail was reset as needed in places where it had been damaged. The project coordination consisted of permitting through Broward County Traffic Engineering Division and FDOT

Page 85: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 33 of 40

4. 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

*SR-7 - Fillmore to Stirling Rd - Active - FDOT I-75 Express Lanes - Active - FDOT HEFT Widening -SW 216 St. to SW 288 St. and Express Lanes – Active - Florida Turnpike Enterprise Pembroke Road – Complete - Broward County Eller Drive and ICTF Overpass Complete FDOT Bear Cut Bridge - Complete - Miami-Dade County *Education Corridor Median Improvements - Complete - City of Coconut Creek *57th Avenue Reconstruction Project - Complete - FDOT Landscaping Improvements on A1A - Complete - City of Hallandale Beach Hallandale Beach Blvd. Stamped Asphalt and Concrete Paver Crosswalks – Complete - City of Hallandale Beach *US-1 from Young Circle to Sheridan Street RRR - Complete - FDOT *Hollywood Blvd from US-1 to Intercostal Waterway - Complete - FDOT *Hallandale Beach Blvd from Lake Shore Dr. to Dixie Hwy - Complete – FDOT *Projects that included bus stop pad construction

Managing staffing requirements for R1177105P1, Broward County Continuing Engineering Services for Traffic, Roadway and Civil Engineering Services (3 year term) has its challenges with providing inspection staff to inspect signal improvements throughout Broward County on an as needed basis. With this project being a compilation of several projects through the life of the project, we are able to successfully inspect several intersections throughout Broward County. Our managing goals are to always have a plan to address any future projects staffing requirements. Between our current experienced staff and new staff, we always train and prepare for upcoming projects to fulfill our staffing requirements with our five-year look ahead. With the leadership of Francis Chin, Sr. P.E., who has over 45 years of experience in dealing with managing CEI Contracts, we will seek his expertise in construction management and seeing what will be needed for future projects. On our District 6 Districtwide Miscellaneous Consultant Engineering Inspection Consultant contract, FDOT FIN No. 25071186201, where we are providing Inspection support for the Department of Transportation on a 5-year term also has its challenges. With this contract, The F&J Team provides District 6 the most comprehensive Task Work Order (TWO) contract management experience managing over 12 sub-consultants. We understand that the management of these contracts requires a more hands-on approach than a typical stand-alone CEI project and our Team has the knowledge and skills necessary to successfully administer any contract. Our Firm believes in Partnering with the Contactor to ensure a successful project. On our SR-834 (Sample Road) from NW 54th Ave. to Tradewinds Park Rd. project, the Contractor was struggling to create a recovery plan that was viable with the resources at hand. We conducted weekly scheduling meetings with the owners and we voiced our professional opinion

The size of our firm allows us to be large enough to serve our clients, while still providing personalized services. We specialize in engineering design contracts and our team members have expressed their commitment to work on this CEI Transit Bus Stop Infrastructure contract and be responsive to the needs of Broward County. In review of our anticipated spending of work under contract and with our current workforce, we estimate that we will begin to require new contracted work sometime this summer. As demonstrated, our team has considerable resources and we do believe that we will be able to meet the challenges of Broward County’s anticipated assignment. Our production capability will enable us to perform on this project in an efficient and expeditious manner. Several of our large production contracts will be completed in the next few months thus reducing our backlog considerably. The staff identified in the organization chart will be available to work on this contract immediately. RJ Behar will be able to provide sufficient staff to ensure timely completion of any and all assignments under this contract. As demonstrated, our team has considerable resources and we do believe that we will be able to meet the challenges of this challenging assignment. PROJECT TEAM MEETINGS – RJ Behar holds regularly scheduled weekly (In-House) Meetings with all of RJB’s Project Managers to ensure that all of the company’s projects milestones are adhered to. These weekly meetings are very effective and allow RJ Behar to keep up with all aspects of all of the company projects. Our Weekly Meetings’ Spreadsheet addresses project "action items," project budget status, staffing requirements and the status of the milestone dates.

Page 86: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 34 of 40

4. Workload of the Firm: (cont) which resulted in a commitment for more resources. Through the implementation of innovative practices, we were able to make up time and consequently won the 2012 FTBA award for Best Urban Project. Our SR-A1A from the County Line to Seacrest Parkway project contained many unique features in a high visibility corridor with heavy tourist traffic. This contract also featured a JPA with the City of Hallandale Beach which called for a distinct decorative sidewalk pattern to be installed, as well as special street lights requiring atypical foundations. Due to the location of this project we encountered numerous utility conflicts within the special caps for the micropile and miniature drilled shaft signal foundations. We showed initiative and worked with the Contractor to address these items early on to minimize the impacts to construction. As a result, this project was awarded the 2016 FTBA award for Best in Construction Partnering Award.

Page 87: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 35 of 40

5. Location: A Vendor with a principal place of business

location (also known as the nerve center) within Broward County for the last six months, prior to the solicitation submittal, will receive five points; a Vendor not meeting all of the local business requirements will receive zero points. The following applies for a Vendor responding as a Joint Venture (JV): if a member of the JV has 51% or more of the equity and meets all of the local business requirements, the JV will receive three points; if a member of the JV has 30 to 50% of the equity and meets all of the local business requirements, the JV will receive two points; and if a member of the JV has 10% to 29% of the equity and meets all of the local business requirements, the JV will receive one point.

(Federally Funded Project) – No Points will be given

E&R’s office is located in Hollywood, Florida. Our partner firms have local offices and have worked in Broward County on many successful engineering construction projects.

8761 N Lake Dasha Drive, Plantation FL 33324

6861 SW 196th Avenue Suite 302 Pembroke Pines, Florida 33332

Page 88: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 36 of 40

6. Willingness to Meet Time and Budget Requirements:

This solicitation is for the award of a continuing contract. The specific projects requiring Construction Engineering and Inspection (CEI) and Technical Support Services relating to improvements and construction of Countywide Transit Bus Stop Infrastructure. Explain your firms’ approach in meeting “project specific” time and budget requirements and indicate whether Vendor is committed to meet these requirements when identified under this agreement.

Max Total – 2 Points

E&R is committed to meeting both time and budget requirements on this assignment for Broward County. E&R has a long history in exceeding our clients’ expectations while delivering a quality product that is cost effective and on time. Our team manages projects by providing proactive solutions to keep the construction efforts moving forward. Our team’s experience on similar projects allows us to establish trust and look at things from a constructability perspective. Our team’s pledge is to quality; we will consistently meet Broward County’s goals for contract time, budget and timely submittals and commit to the same for this assignment. Our recently completed Pembroke Road project was completed on time and under budget. (Yes)

Our Firm will meet the project’s completion date requirement of 2 years with 1- year annual renewal and CEI services on construction projects budget of $2,000,000.00. We understand that this contract will have several projects aimed to Improve and Construct Transit Bus Stop Infrastructures Countywide and will be managed by Ralph Viola, Broward County Transit Construction Project Manager. The F&J Team has several projects that have been completed on time and within budget with similar scope and duration and has provided vendor recommendations as evidence of satisfactory completion. We have been awarded prime for other projects and they were all completed without going into liquidated damages. We will use our experience and knowledge of the proposed staff to ensure that all of the planning and preparation to manage a contact like this is done ahead of time to ward off any possible delay or claim. (Yes)

The RJ Behar Team has an excellent record in Construction Administration of Roadway Construction Projects and will administer the project efficiently and effectively to ensure that the project is completed within the contract time and budget. As soon as the project is assigned by the County, RJ Behar’s Project Manager/Senior Project Engineer, Mr. David Romano, will immediately review the designated project budget, paying close attention to the cost breakdown, as identified by assigned personnel, manpower allowance, equipment and direct expenses, overhead, and FCCM. For cost control and budget management, RJ Behar utilizes a job cost accounting program that tracks all project charges as they come. The name of the program is Ajera from Deltek, which is customized specifically for Architectural/Engineering firms. This format is then translated into our accounting system and reflected in our progress reports supplied to our clients and summarized in the project tracking spreadsheet, which is then reviewed with the County staff at each monthly progress meeting. RJ Behar will be able to closely track the financial status of the contract at any point in time. Mr. Romano will notify the County in advance when the work is nearing completion and when the budgetary funds or time is expiring. (Yes)

Page 89: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 37 of 40

7. Volume of Previous Work: The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Three points will be allocated to Vendors paid $0 - $3,000,000); 2 Points will be allocated to Vendors paid $3,000,001 - $7,500,000; 1 Point will be allocated to Vendors paid $7,500,001 - $10,000,000; 0 Points will be allocated to Vendors paid over $10,000,000). Payments for prime Vendor will be verified by the Purchasing Division

Max Total - 3 Points:

Eisman & Russo has one completed project with Broward County in the past five years: Pembroke Road (Project No. 5255)

Volume of previous work as member of JOINT VENTURE CEI for Wiles Rd from SR-7 to Rock Island Rd. R1261804P1 Broward County Highway Construction and Engineering Division 2/15/2015 15% $67,010.89 CEI for Pine Island Rd. from Nova Dr. to SR-84 R1229508P1 Broward County Highway Construction and Engineering Division 2/10/2015 15% $77,699.65 Continuing Engineering Services for Traffic, Roadway and Civil Engineering Services R1177105P1 Broward County Highway Construction and Engineering Division 9/23/2014 6% $18,914.03 Grand Total $163,624.57

Atlantic Blvd at Rock Island Rd. RLI20031090- 0-TE-0 Hwy.Const.Eng. 01/3/2011 $257,447.28 Hillsboro Blvd at Military Trail RLI20031090- 0-TE-0 Hwy.Const.Eng. 01/3/2011 $257,447.28 Pine Island Road R1229508P1 Hwy.Const.Eng. 12/8/2015 $241,862.30 Wiles Road R1261804P1 Hwy.Const.Eng. 12/8/2015 $185,578.98

Page 90: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 38 of 40

VENDOR QUESTIONNAIRE FORM

1. Legal business name. Eisman & Russo, Inc. F&J Engineering Group, Inc. R.J. Behar & Company, Inc.

2. Federal Employer I.D. Number. 59-2606484 27-2150496 65-0954070

3. Dun & Bradstreet Number. (If applicable). 18-796-8110 P10000024624 11-568-2549

4.Doing business as / Fictitious Name (If applicable).

N/A N/A N/A

5. Website address (if applicable). www.eismanandrusso.com www.fj-group.com www.rjbehar.com

6. Principal place of business. 6455 Powers Avenue Jacksonville, FL 32217

8761 N Lake Dasha Drive, Plantation FL 33324

6861 SW 196th Avenue, Suite 302 Pembroke Pines, Florida 33332

7. Office Location for this project. 6067 Hollywood Blvd. #200 Hollywood, FL 33024

8761 N Lake Dasha Drive, Plantation FL 33324

6861 SW 196th Avenue, Suite 302 Pembroke Pines, Florida 33332

8. Telephone/Fax Number: 904-733-1478 Voice 904-636-8828 Fax

(786) 385-2372 Voice

(954) 680-7771 Voice (954) 680-7781 Fax

9. Type of Business Corporation Corporation Corporation

10. List Florida Registration Number. H85663 P10000024624 Not Given

Page 91: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 39 of 40

11. Name and title of each principal owner. Antonio J. Mahfoud, PE, President / CEO Michael Greene, VP / CFO, Secretary

Francis R. Chin Jr. President

Robert J. Behar, PE - President/CEO Juan H. Vazquez, PE, PH, BCEE – Vice-President

12. Authorized contacts for your firm. Michael Greene VP / CFO [email protected] 904-733-1478 Scott Gombar, PE VP / Sr. Project Engineer [email protected] 954-931-6799

Francis R. Chin President [email protected] 786-385-2372

Robert J. Behar, PE President/CEO [email protected] 954-680-7771 Juan H. Vazquez, PE, PH, BCEE Vice-President [email protected] 954-680-7771

13. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached written response.

No

No

No

14. Has your firm, its principals, officers or predecessor organization(s) ever been debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted.

No

No

No

15. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

No

No

No

Page 92: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Eisman & Russo Consulting Engineers, Inc. F J Engineering Group, Inc. R.J. Behar Company, Inc.

Page 40 of 40

16. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

No

No

No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

No

No

No

18. Has your firm’s surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor’s sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

No

No

No

19. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

No

No

No

20. Has your firm ever been terminated from a contract within the last three years? If yes, specify details in an attached written response.

No

No

No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract.

N/A N/A N/A

Page 93: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 1 of 29

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

SOLID CONSULTING ENGINEERS, INC. (FDOT SBE, Broward County Based Firm) SOLID is a Certified FDOT Small business firm qualified in Categories 10.1 Roadway Construction Engineering Inspection and 10.3 Construction Materials Inspection. Solid’s application for Broward County Small business certification is currently under review. We have staff working in all of the counties within South Florida (Palm Beach, Broward, and Miami-Dade) in three different FDOT Districts: 4, 6 and Turnpike. Our principal in Charge and Quality Assurance Reviewer has completed multiple relevant similar FDOT and LAP projects. SOLID has been in business since 2014. Our team is fully committed to this project and will resolve issues expeditiously. We have assembled a highly qualified CEI Team in which several of the Team members have worked together successfully. We have completed several quality projects with similar features and have come in within the contractual time and budget. In addition, we have plenty of support resources within our company to act on any issue that may arise. • Principal in Charge – OSVALDO “OSSIE” LARRAZABAL, PE, Mr. Larrazabal has a Bachelor’s degree in Civil Engineering and he is licensed in the State of Florida as a Professional Engineer. Mr. Larrazabal has over 16 years of experience in the CEI Business and has completed multiple FDOT & municipality LAP projects during his career. During this time, he has proven to be extremely efficient at managing multiple simultaneous projects while overseeing the staff in a very efficient way in order to reduce costs. His specific experience includes bus pads new construction and improvements, ADA Ramps and sidewalks, milling & resurfacing, full pavement reconstruction, new bridge construction, and existing bridge rehabilitation, drainage, lighting, signals, signing, and landscaping activities. Ossie has excellent

Page 94: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 2 of 29

1. Ability of Professional Personnel: (continued)

communication skills and ability to deal with all project stakeholders, City officials, contractor, utility companies, permitting agencies, business owners and residents of the area. He also has a great deal of hands-on experience and knowledge that will prove tremendously beneficial to Broward County. Ossie will provide support as needed to the team and will perform quality assurance reviews to make sure all items are in compliance.

• Senior Construction Inspector(s) – Gerard Fleurgin Mr. Fleurgin has a Bachelor’s degree in Civil Engineering. Mr. Fleurgin has over 21 years of experience in construction and engineering inspection of roadway and bridge projects. Gerard has knowledge of numerous agencies and municipality construction regulations; having served as an inspector on projects involving the Florida Department of Transportation (FDOT), NCDOT, ADOT and ODOT. His FDOT experience includes having worked on multiple districts such as D1, D3, D4, D5 D7 and Turnpike. Mr. Fleurgin has extensive material testing and sampling experience as well as quantities tracking and plans as-builts. He is very well versed in MOT inspection, earthwork, asphalt and concrete inspection as well as erosion control and signing activities. • Roadway Inspector(s) – Michael Davis Mr. Davis has a high school degree and partial community college education. Mr. Davis has 12 years of construction experience working in roadway and bridge projects and coordinating inspection activities with the contractors and subcontractors. His experience includes inspection of projects with railroad construction. Michael has worked in multiple FDOT districts: D4, D5, D6 & Turnpike. Mr. Davis has been a QC manager and has vast material testing and sample as well as materials logging experience. He has extensive communication and

Page 95: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 3 of 29

1. Ability of Professional Personnel: (continued)

computer skills and is detailed oriented. Areas of responsibilities include inspection of construction, MOT reviews, project coordination with contractor’s field personnel, and project field book and source document preparation.

Local Florida Building Code / Broward County Minimum Standards – Our firm has worked in multiple projects with contract documents containing specifications that mandates the use of FBC and Broward County Minimum Standards by the contractor. These two documents as often named by reference in FDOT contracts as applicable local codes & regulations. Likewise, we are familiar with Broward County Transit Design Standards and Guidelines Manual. This document is very handy and provides good guidance in the design intent and the county’s preferences for Bus Stops and Bus Shelters facilities. Florida Building Code: The current approved edition of the Florida Building Code (2014) has a separate book specifically for Accessibility standards. This code establishes standards for accessibility to places of public accommodation and commercial facilities by individuals with disabilities. This code is applicable to the Bus Transit CEI service project because it must be followed by state and local government facilities in accordance with Florida Statutes Section 553.503. It assures compliance with ADA Standards for Accessible Design. Specific reference to Bus Stops are made within the code at the following sections: 206.2.1 Site Arrival Points: Accessible route reference. 209 Passenger loading zones and bus stops: Loading zones reference. 218.4 Bus Shelters: Transportation facility reference 810.2 Bus Boarding and Alighting Areas: Required minimum dimensions. 810.3 Bus Shelters: Required minimum dimensions. 810.4 Bus Signs: Required Characteristics.

Page 96: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 4 of 29

1. Ability of Professional Personnel: (continued)

Broward County Minimum Standards: The county standards classifies bus stops and bus shelters placed in public right away as a miscellaneous facility in accordance with section 3-4.4; furthermore, it gives the Mass Transit division final approval authority on the facility. It also provides a Typical Detail and features showing requirements to be met in accordance with Appendix A – Drawing 31. Section 5-3.1 requires full plan submittals for construction of bus shelters or bus pad even though is still classified as a miscellaneous facility. The Broward County Standards also required in multiple sections that all features associated with the bus shelter such as sidewalk, guardrail, signs and landscape are in compliance with the provisions of the American with Disability Act for persons exiting or seeking to enter a bus. Swales next to bus facilities need to be sloped properly to avoid creating a hazardous pedestrians in accordance with section 6- 1.12. Broward County Transit Design Standards and Guidelines Manual: This document is used during the design portion of the projects but it is also very valuable during construction as it provides in-depth knowledge on the design intent for Bus Shelters and also the County’s preference for all features associated to the bus landing pads and shelters. The manual goes into illustrating examples of bus stops and shelters that have been properly coordinated with the Mass Transit department versus others that were not. The other great feature of this manual is the amount of pictures and graphical representations for preferred features. Inspectors Maintenance of Traffic Certifications and experience. Certifications and experience are provided within submittal

Page 97: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 5 of 29

1. Ability of Professional Personnel: (continued)

Qualifications and relevant experience of all subconsultants’ key staff to be assigned to this project.

F&J ENGINEERING GROUP, INC., (CBE, DBE, SBE), is certified by Broward County Office of Economic and Small Business Development as a County Business Enterprise and is certified by the FDOT Disadvantaged Business Enterprise (DBE) and FDOT Small Business Enterprise (SBE). F&J specializes in providing construction engineering and inspection services and have been a dedicated teaming partner with CPC since 2010. • Roadway Inspector(s) – COREY KAZAKS Mr. Kazaks has over 9 years of experience in civil road and bridge construction servicing various FDOT roadway projects in Districts 4 and 6 as a CEI roadway inspector, quality coordinator, and construction services manager. Mr. Kazaks has a strong inspection background with extensive experience in quality management of asphalt, soils, concrete materials, drilled shafts, and final estimates, especially as related to FDOT compliance. Corey is currently Roadway Inspector for Hillsboro Boulevard from Military Trail to US 1, Deerfield Beach, FL. This project consist of improving the off-ramp from northbound I-95 to eastbound Hillsboro Boulevard including adding a new signalized intersection and adding second lane to increase capacity

Page 98: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 6 of 29

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

The SOLID Team has carefully reviewed and assessed the requirements of the proposed scope of work. The main purpose of this Solicitation is to secure a firm to provide Construction Engineering and Inspection (CEI) Professional services and Technical Support Services for Improvements / Construction of Broward County Transit Bus Stop Infrastructures countywide. The contract duration for this solicitation is 2 years and it may include multiple work orders with locations throughout the county. This solicitation is funded partially by the Federal Transit Administration which requires compliance with Equal Employment Opportunity, Public Record Access and Disadvantage Business Enterprise participation (20% goal). Broward County Transit (BCT) has been in service since 1974. As an agency, they are responsible for providing mass transportation services within Broward County. BCT’s routes currently cover over 410 square miles with more than 41.5 million annual trips and it is the only bus system in the tri-county area that has service to all three counties of Broward, Miami-Dade, and Palm Beach as well as connections to the Tri-Rail commuter rail service. BCT’s public transportation services are offered through a series of different types of routes and buses which includes 327 fixed route buses, 44 different routes, 78 community buses in partnership with 18 municipalities as well as contracted paratransit services for persons with disabilities, commuter/reverse commuter service, and partnerships with other entities to provide alternative local public transit services. Broward County Transit is continuously looking to enhance the transit experience for all of its passengers across its entire network. One of the main enhancements includes building and /or improving multiple designated bus stops, including many with bus shelters. The designated bus stops and shelters are variable in configuration and can include

Page 99: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 7 of 29

2. Project Approach (con’t) multiple different features such as: ADA pads, Real-time digital screens, benches, solar-power lighting, bike racks and trash receptacles. APPROACH TO THE PROJECT: The SOLID Team will provide BCT with successful construction engineering and inspection services based on past experience on managing several transportation construction projects; our commitment to provide the best quality product; and our ability to complete projects within budget and on time. We approach projects in a manner that identifies key issues and exposes and resolves problems in the preliminary phases to ensure successful project outcomes. SOLID’s primary objective is to assure that projects are constructed in accordance with the plans and specifications and to maintain the proper documentation required for all construction activities. We fully recognize that our team will serve as an extension of BCT, and a high level of coordination with the project manager will be required. One of our strengths and an essential part of any successful project is our ability to foster an attitude of cooperation with the Contractor. The CEI Team, BCT and Contractor all want the same end result, a successful quality project completed on time and within budget PROJECT COORDINATION/ COMMUNICATION Throughout construction, we will assist in scheduling progress meetings with representatives of the prime contractor, subcontractors, utility companies, and BCT’s project manager. Our inspection staff will help prepare and distribute an agenda prior to each meeting. Summaries will be kept and distributed to all attendees promptly after each meeting. Agenda items will include a review of work progress and look-ahead schedules, contractor submittal status, utility coordination, permits status, change orders, safety, MOT, design interpretations/changes, subcontract review,

Page 100: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 8 of 29

2. Project Approach (con’t) EEO compliance and general discussion of relevant issues. Discussion will focus on current progress, adherence to contract requirements, coordination between concerned parties, upcoming activities, and unresolved issues. We will conclude each meeting by identifying issues demanding follow-up attention and designating responsibility for action and due dates for completion. We will monitor unresolved issues closely and pursue their resolution. All project stakeholders such as BCT, Public Information Office, utility owners, business owners and residential communities have individual needs that must be met. The SOLID Team personnel will work diligently to communicate with the stakeholders and identify concerns or expectations. Resolution of concerns and communication of the expectations to the contractor will facilitate final task order acceptance. The stakeholders will be invited to the regular progress meetings and will be pursued through telephone calls, written letters, email messaging, personal visits and by all means necessary to ensure that all potential issues are communicated and resolved to the satisfaction of all. It is our past experience that if these stakeholders are not satisfied with respect to their requirements, final project acceptance can be a complex, lengthy and costly proposition. The proposed staff is experienced in mitigating and eliminating these potential problems and will take all needed steps to ensure proper coordination with stakeholders. RECORD KEEPING / INSPECTION FORMS: SOLID believes that meticulous project documentation is essential to protect BCT from claims, overpayments, and substandard workmanship. Our personnel is conscientious in completing accurate, detailed and concise daily diaries and records. Special attention is always given to events that may impact cost or time. Instructions to contractors are also noted to protect the owner from potential liability issues. Inspection reports and field books are also carefully maintained to document the quantity of

Page 101: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 9 of 29

2. Project Approach (con’t) completed work items. All of our personnel are familiar with CEI standard forms, spreadsheets and field book requirements. When each task order is near its completion, our Team will coordinate with the BCT’s Project Manager for the closeout stage. Once the task order has been accepted by the County we will prepare Closeout Documents such as As-Built Drawings, Guarantee / Warranty Certificates, materials acceptance and final Construction Reports. ONSITE INSPECTION: All of our field personnel are efficient at monitoring ongoing operations while ensuring that construction is performed in accordance with the plans, specifications, and special provisions. By maintaining constant communication with the Contractor field personnel and QC inspection crew, we will greatly improve the ability to resolve issues in the field before they are escalated to higher levels. Special attention will be paid to milestones such as forms inspection prior to concrete pours, verification of foundations layout prior to installation and testing of bolted connections. Sampling and testing of materials will be monitored throughout the project to assure Quality Control frequencies are met. MOT / WORK ZONE SAFETY Safety is one of the core values at SOLID. We are committed to creating a safe workplace for our employees by preventing injuries to people and damage to facilities, property, equipment, and the environment. Safety of the traveling public is a major concern of our team. Our staff fully understands the importance of proper MOT set up and maintenance. We will monitor the effectiveness of the MOT using field observation and driving through the work zone. Placement and spacing of MOT devices will be monitored closely. Pedestrian safety will be a concern in work zones. Through the use of several devices, every effort will be made to secure the area during the construction. The first day of a new MOT set up is the most dangerous. For this

Page 102: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 10 of 29

2. Project Approach (con’t) reason, we drive through the MOT setup several times to make sure the alignment is traversable at the posted speed and that the line of traffic is easy to follow both day and night. We will also ensure that pedestrians are safely cross the work zone. In addition, we make a video of each MOT set up for our records. PERMIT COMPLIANCE A key factor in successful project completion is adhering to project permits. The permitting agencies are strict in the enforcement of their permits and being able to emphasize the importance of this process to the contractor is an important role of a project’s CEI team. Proposed personnel has experience on numerous projects where the permitting process has been extensive and thereby understand its importance. Our staff will make sure the contractor has current permits prior to performing the work. Permits closeout will also be checked in detail to ensure compliance. Our personnel is experienced in working closely with several different levels of local, state, regional and federal agencies. CONSTRUCTION CONTRACT ADMINISTRATION: Our approach to construction contract administration is structured to both serve the needs of BCT and treat the contractor fairly. We aim to complete each task order under budget and within contract time, with no outstanding issues upon completion. Consistency and proactiveness are of the utmost importance to ensure that all contractual obligations are met and the contract is properly administered. Because we are very familiar with contract administration and have a solid track record in construction management, we can accomplish tasks quickly and efficiently through: � Maintenance of photos and video log of project site � Meticulous maintenance of contract files. � Detailed construction diaries

Page 103: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 11 of 29

2. Project Approach (con’t) � Open and direct communication with contractors � Resolving potential claims or delays before they occur � Continually updating the documents log file � Frequent progress meetings � Pre-work meetings prior to the start of major items of work � Careful review of all change orders or requests for time extension REVIEW OF PLANS AND CONTRACT DOCUMENTS: SOLID will review the plans and contract documents and will submit a list of items requiring clarification to BCT’s project manager. The goal of this review will be to address documents errors and omissions in order to minimize any chance of claims. Likewise, SOLID constantly attempts to suggest viable options/solutions to the client and the contractor to resolve issues with the contract documents. Our Team has learned through experience that there are several ways to construct a project and our goal is to give the contractor any assistance necessary to achieve BCT’s time and monetary goals. QUALITY ASSURANCE Quality is a word used often and widely in business. However, many companies don’t have an established program geared towards quality control. At SOLID, quality is taken seriously and is essential to the completion of every project. For every SOLID project, there is a QA Plan that, at a minimum, includes the following: � Monthly staff meetings to discuss changes and active operations � Definition of WHAT is to be accomplished �Definition of WHEN specific QA actions/checks are to occur � Definition of WHO is to do the QA actions and reviews SOLID’s commitment to QA in the engineering process begins with management and extends to every employee on a daily basis. We make

Page 104: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 12 of 29

2. Project Approach (con’t) sure all of our inspectors and staff are aware of and frequently refers to BCT’s standards. Our Quality assurance reviewer will also use BCT’s standards during the contract reviews. Our reviews will also address proper documentation and record keeping. We will review the project files and record keeping ensuring the proper documents are secured. We will also review the Final Closeout records. MINIMIZE IMPACTS TO PUBLIC: One way to minimize impacts to the traveling public is through collaboration with BCT’s public information officer to come up with a specific Public Information Plan for each location. SOLID has successfully incorporated this concept into past projects. Arethia Douglas will also be contacted early enough to disseminate information about impact to bus routes. This Plan will be followed at three crucial stages, which are pre-construction, construction, and post-construction. USE OF TECHNOLOGY: The use of cutting edge technology will enable the SOLID team to provide constant contact to all of the stakeholders. Our use of the latest technology includes the standard array of office technology such as printers, laptops, and copy machines. In the field, we utilize our built-in wireless broadband laptops, tablets, smartphones, drones, high-quality digital cameras and video cameras as well as real-time messaging groups to expeditiously send critical information. This enables us to act on issues in the field instantly. The use of a cloud server, specialty software and remote connectivity will ensure that all aspects of the construction are well documented and communicated accordingly.

Page 105: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 13 of 29

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

FDOT D4 Flamingo Road Improvements from north of Griffin Road to south of State Road 84 Financial Number: 427012-1-32-01 Project Length: 3.23 miles Project Limits: Flamingo Road from north of Griffin Road to south of State Road 84 Start Date: November 23, 2015 Completion Date: December 22, 2016 Contractor: Community Asphalt, Corp. Estimated Construction Cost: $4.14 million FDOT Project Manager: Yveins Jean-Pierre, PE. Project Description: Project improvements include adding a 5-foot sidewalk along the west side of Flamingo Road, upgrading pedestrian ramps and sidewalks to meet current ADA standards, adding pedestrian poles at SW 36th Court, removing old asphalt and resurfacing Flamingo Road within project limits, upgrading existing guardrail to meet current safety standards, signing and pavement marking improvements. Other improvements include installing 2 overhead signs to guide motorists towards major thoroughfares such as I-75, I-595, I-95, Griffin Road, and State Road 84, drainage improvements at SW 26th Street, and widening Flamingo Road at specified areas to accommodate bus bays and continuous bicycle lanes. SOLID’s scope of work: Provided CEI Roadway Inspector. FDOT D4 A1A from County Line Road to Seacrest Parkway Improvements Project in Hallandale Beach and Hollywood Financial Number: 428727-1-52-01 Project Length: 0.906 miles Project Limits: A1A from County Line Road to Seacrest Parkway Start Date: October 13, 2014 Completion Date: January 11, 2016 Contractor: Weekly Asphalt Paving Inc. Estimated Construction Cost: $2.7 million FDOT Project Manager: Hewrald Humes, PE.

Page 106: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 14 of 29

3. Past Performance: (continued) Project Description: The improvements under this project included removing old asphalt and repaving with new asphalt within the project limits, upgrading signalization, installing stamped asphalt at pedestrian crosswalks, installing pedestrian countdown timers, installing "Share the Road" signage and pavement markings, and installing new mast arms. SOLID’s scope of work: Provided oversight and complex issues resolution with a part time Sr. Project Engineer. FDOT D4 US 1 Improvements Project from Broward Boulevard to NE 17th Way in Fort Lauderdale Financial Number: 428726-1-52-01 Project Length: 1.8 miles Project Limits: US 1 from Broward Boulevard to NE 17th Way in Fort Lauderdale Start Date: July 10, 2015 Completion Date: June 28, 2016 Contractor: Community Asphalt Corp. Estimated Construction Cost: $3.8 million FDOT Project Manager: Hewrald Humes, PE. Project description: The improvements under this project consist of removing old asphalt and resurfacing the roadway within the project limits, upgrading sidewalks and ramps to meet ADA requirements, repairing, adjusting, and replacing drainage structures throughout the project limits, upgrading the existing traffic signals to mast arm signals at the Sunrise Boulevard, NE 15th Avenue, NE 16th Terrace, and NE 17th Way intersections, installing a new signalized pedestrian crossing at NE 16th Terrace, upgrading all existing pedestrian signals to countdown timers, installing a video detection system at Broward Boulevard and US 1, upgrading signs and pavement markings throughout the project limits, including sharrows (share the road arrows) to the outside lane in each direction within the project limits, creating an Alternative Bike Route along local streets parallel to Sunrise Boulevard and through Holiday Park by adding sharrow pavement markings and signage along N Victoria Park

Page 107: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 15 of 29

3. Past Performance: (continued) Road, NE 11th Street, N Flagler Drive, NE 5th Avenue, NE 8th Street, G. Harold Martin Drive, NE 9th Street, NE 18th Avenue, NE 9th Place, and NE 20th Avenue. SOLID’s scope of work: Provided CEI Roadway Inspector. FDOT D6 US 1 SR 997/Krome Ave from MP 10.935 to SR 25/US 27/Okeechobee Rd Financial Number: 249615-5 Project Length: 3.1 miles Project Limits: Krome Ave from MP 10.935 to SR 25/US 27/Okeechobee Rd Start Date: April 2016 Completion Date: March 2017 Contractor: Halley Engineering Contractors. Estimated Construction Cost: $18.9 million FDOT Project Manager: John Garzia, PE. Project description: The improvements under this project include full reconstruction and new construction along Krome Ave. The scope of work is to widen the Krome corridor from an undivided 2 lane road to a 4 lane divided facility (2 lanes each way) and a 40’ median. The list of activities includes: Reconstructing roadway and shoulders, demolition and removal of 2 existing bridges over C-6 Canal and posterior construction of two 150’ single span bridges over C-6 Canal, installing guardrail, installing new drainage system and installing new lighting, new stripping and new signalization. SOLID’s scope of work: Provided CEI Roadway Inspector Aide.

Page 108: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 16 of 29

4. 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

CURRENT ONGOING PROJECTS: FDOT D4 Old Dixie Highway reconstruction from NE 13th Street to the bridge over the Middle River Financial Number: 432949-1-62-01 Project Length: 0.9 miles Project Limits: Old Dixie Highway Improvements from NE 13th Street to the bridge over the Middle River in Fort Lauderdale Start Date: February 27, 2017 Completion Date: Early 2018 Contractor: Ferreira Construction Southern Division Co., Inc. Estimated Construction Cost: $2.6 million FDOT Project Manager: Yveins Jean-Pierre, PE Project description: The improvements under this contract include reducing the width of the travel lanes and modifying shoulders to add 4-foot bike lanes in both directions, constructing sidewalk, drainage improvements, adding roundabout at NE 16th Court, permanently reducing speed limit to 25 MPH, installation of pedestrian lighting, adding landscaping and swales to improve drainage, removing old asphalt and resurfacing the roadway, constructing 8 raised intersections and 6 raised pedestrian crosswalks and adding new signing and pavement markings. SOLID’s scope of work: Providing CEI Roadway Inspector. FDOT D4 Broward Boulevard from 18th Avenue to US 1 and Bridge Replacement Financial Number: 432949-1-62-01 Project Length: 0.9 miles Project Limits: Broward Boulevard from 18th Avenue to US 1 Start Date: October 7, 2016 Completion Date: Summer 2018 Contractor: MCM Estimated Construction Cost: $16 million FDOT Project Manager: Yveins Jean Pierre, PE Project description: Project improvements include replacing the bridge over the North Fork of the New River, removing old asphalt and

Page 109: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 17 of 29

4. Workload of the Firm: (cont) resurfacing the roadway, upgrading crosswalk ramps to meet ADA requirements, upgrading signs and pavement markings, relocating bus shelters, adding roadway lighting, installing drainage structures, upgrading signalized intersections to mast arms, reconstructing sidewalks, and widening roadway to add bike lanes in each direction. Inspection duties include monitoring clearing and grubbing, performing MOT and environmental weekly inspections, documenting pile driving and concrete pours for pile caps and bridge bents along with bearing pads, roller pads and metal deck installation for the proprietary ACROW bridge system as well as inspection of containment system for demolition of existing lead painted bridge parapets. SOLID’s scope of work: Providing CEI Roadway / Bridge Inspector FDOT Turnpike NB TPK Exit to Glades Road & Glades Road Improvements Financial Number: 435615-1-62-01, Project Length: 0.9 miles Project Limits: Glades Road Northbound Ramp, MP 75 and Glades Road Intersection Improvements in Palm Beach County. Start Date: January, 2017 Completion Date: Summer 2018 Contractor: Ranger Construction Estimated Construction Cost: 8.3 million FDOT Project Manager: Roxanne Riggs, PE Project description: Improvements include widening of WB Glades Road to provide dual right access to WB Glades and dual right from WB Glades to TPK entrance. Along NB TPK widening to add additional lane on exit ramp which includes the construction of a low level cast in place Bridge. The activities include bridge coating, signalization upgrades, overhead sign structures installation, drainage and lighting. Inspection duties include monitoring clearing and grubbing, removal of existing pavement, shoulder and curb and gutter; performing MOT and environmental weekly inspections, check tree relocations, inspection of embankment

Page 110: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 18 of 29

4. Workload of the Firm: (cont) and base placement as well as taking densities for all earthwork layer and drainage installation. Inspection of existing utility lines relocation: FPL and communication fiber optic. SOLID’s scope of work: Provided CEI Roadway Inspector FDOT D6 SR 997 / Krome Ave from SW 136 St to SR 94/ Kendall Drive Financial Number: 249614-7-52-01 Project Length: 3.5 miles Project Limits: State Road (SR) 997/Krome Avenue from SW 136 Street to SR 94/Kendall Drive in Miami- Dade County. Start Date: September, 2016 Completion Date: December, 2017 Contractor: General Asphalt Estimated Construction Cost: $33 million FDOT Project Manager: Hector Fung, P.E Project description: Improvements consists of constructing a new roadway along SR 997/Krome Avenue from south of SW 136 Street to south of SR 94/SW 88 Street/Kendall Drive. The new roadway will be four lanes divided with paved shoulders on both sides and will be constructed using concrete pavement. The scope of work includes constructing two new bridges (one for northbound and one for southbound traffic) across the Black Creek Canal, adding a shared-use path on the east side of the roadway for bicyclists and pedestrians, installing guardrail within the median, installing new drainage structures, installing new traffic signs and lighting and installing traffic signals at the intersections of SR 94/Krome Avenue and SW 136 Street. Inspection duties include performing MOT inspections, traffic accident reports, monitoring regular drainage and edge drain activities, earthwork and concrete pavement placement, performing environmental compliance reviews and EEO interviews, as well as lighting conduit placement inspections. SOLID’s scope of work: Providing CEI Roadway Inspector

Page 111: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 19 of 29

4. Workload of the Firm: (cont) FDOT D6 SR 997 / Krome Ave from SR 94 / Kendall Drive to SR 90/SW 8 ST. Financial Number: 249614-3-52-01 Project Length: 7 miles Project Limits: State Road (SR) 997/Krome Avenue from SR 94/SW 88 Street/Kendall Drive to north of SR 90/SW 8 Street/Tamiami Trail Start Date: February, 2015 Completion Date: December, 2017 Contractor: Odebrecht Co. Estimated Construction Cost: $59 million FDOT Project Manager: Jacqueline Sequeira, P.E. Project description: This is the largest project within all of the multiple segments within Krome Ave. Improvements includes full reconstruction and new construction along Krome Ave.; as well as Tamiami Trail (SW 8 ST). The scope of work is to widen the Krome corridor from an undivided 2 lane road to a 4 lane divided facility (2 lanes each way) and a 40’ median as well as a multi-use shared path. The list of activities includes both major roadway and structural components such as: C-4 channel excavation, installation of over 370 new drainage structures, 15,000+ linear feet of French drain, 17,000+ linear feet of solid pipe construction, reconstruction of 2 intersections, new signal and lighting systems with over 260 new light poles and 9 mast arms, 700,000+ CY of surcharge, over 1.1 million CY of embankment, settlement monitoring efforts, geogrid installation, full pavement reconstruction, Concrete pavement placement at the Kendall intersection, installation of over 750 LF of pre-stressed concrete piles, 0.5+ miles of bulkhead canal wall, partial demolition and widening of existing bridge over the C-4 canal. The Bridge deck will be cast in place with an overlay for slope correction. SOLID’s scope of work: Providing CEI Sr. Project Engineer and CEI Roadway Inspector

Page 112: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 20 of 29

4. Workload of the Firm: (cont) PROJECTED / AWARDED CONTRACTS: FDOT D6 I-395/SR 83611/I-95 Project Financial Number: 251688-1 Project Length: 3 miles Project Limits: I-95 at I-395 Start Date: December 2017 Contractor: Archer Western- de Moya Joint Venture Estimated Construction Cost: $802 million FDOT Project Manager: Jacqueline Sequeira, PE. Project description: This P3 is a partnership between FDOT and the Miami-Dade Expressway Authority (MDX), and involves three projects that will be constructed concurrently to minimize impacts to the public. The three projects include: I-395 Improvements: The limits on I-395 are from the SR 836 / I-95 / I-395 (Midtown) Interchange to the MacArthur Causeway, approximately 1.4 miles long. The project will completely reconstruct the existing interstate and create a signature bridge that will span 1,025 feet over NE 2 Avenue and State Road (SR) 5/Biscayne Boulevard redefining the Miami skyline with its six sweeping arches. The project will add additional capacity to I-395 with a total of three through lanes in each direction and provide separate connector ramps for traffic to and from I-95. The existing I-395 eastbound off-ramps at NE 2 Avenue will be moved west to North Miami Avenue, and the westbound on-ramps at NE 1 Avenue will be shifted to the west to North Miami Avenue. NW 2 Avenue will also be reconnected under I-395 providing residents greater access. SR 836 Improvements: The limits on SR 836 are from NW 17 Avenue to the Midtown Interchange. This project is a continuation of MDX’s work program to modernize the SR 836 corridor. The improvements on SR 836 include the construction of a Viaduct (elevated bridge) that begins just east of the toll gantry at NW 17 Avenue, rising over the center of SR 836 allowing drivers to bypass the I-95 Interchange touching down at I- 395 west of I-95. The Viaduct will have two lanes in each direction and will

Page 113: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 21 of 29

4. Workload of the Firm: (cont) allow drivers continuing east to Watson Island, Port Miami and Miami Beach to entirely bypass the Midtown interchange and its ramps. The existing SR 836 roadway and bridges will serve as a collector distributor system to allow drivers to enter and exit from the existing local roads and I-95. This collector distributor system will reduce the existing weaving movements resulting in enhanced safety and better traffic operations on SR 836. In addition, the existing eastbound SR 836 ramp to northbound I-95 will be widened to include an additional lane greatly reducing the congestion that drivers currently experience. I-95 Concrete Replacement Project: The limits for the improvements on I-95 are from NW 8 Street to NW 29 Street and include the total replacement of the concrete pavement for both the northbound and southbound travel lanes. SOLID’s scope of work: Will provide CEI Sr. Bridge Inspector. FDOT D4 The Wave Street Car Financial Number: 421390-7 Project Length: 2.8 miles Project Limits: Andrews Avenue from SE 17 ST to Sistrunk Boulevard Start Date: December 2017 Contractor: Has not been chosen yet. Estimated Construction Cost: $195 million FDOT Project Manager: Angela Lietz, PE. Project description: The Wave Streetcar brings a modern transit service to Downtown Fort Lauderdale and is part of a planned regional transportation system. It will integrate with a full spectrum of mobility options including rail, commuter and community buses, rideshare services, biking and walking. The Wave is a 2.8 mile light rail streetcar circulator with 13 stations in Downtown Fort Lauderdale. This first project phase will include the latest battery powered technology to allow the streetcar to go off wire for approximately ½ mile during the 3rd Avenue bridge crossing. The streetcars will have the capability to be upgraded as technology evolves and the system expands.

Page 114: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 22 of 29

4. Workload of the Firm: (cont) In addition to the streetcar service, the project will add important community improvements within the route:

A 20-25 year upgrade on the 3rd Avenue Bridge mechanical and electrical system

Upgrades to existing aging water and storm water utility infrastructure

New sidewalks and upgraded ADA ramps New pedestrian crosswalks and upgrades to

existing crosswalks New street lighting in some areas Upgrades to existing street lighting Three new traffic signals New security cameras Art throughout downtown at the stations Milling and surfacing and new pavement

markings along the entire alignment SOLID’s scope of work: Will provide CEI Roadway Inspector. APPROACH TO STAFFING FUTURE CONTRACTS / POSSIBLE CHALLENGES: SOLID currently has plenty of staff available for upcoming jobs. As a matter of fact, we are aggressively pursuing more jobs to position our current staff on new assignments. The staff that has been proposed for the BCT Bus Shelter is fully available and committed to the project. There will not be any challenges in staffing the BCT contract or any of our upcoming jobs.

Page 115: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 23 of 29

5. Location: A Vendor with a principal place of business

location (also known as the nerve center) within Broward County for the last six months, prior to the solicitation submittal, will receive five points; a Vendor not meeting all of the local business requirements will receive zero points. The following applies for a Vendor responding as a Joint Venture (JV): if a member of the JV has 51% or more of the equity and meets all of the local business requirements, the JV will receive three points; if a member of the JV has 30 to 50% of the equity and meets all of the local business requirements, the JV will receive two points; and if a member of the JV has 10% to 29% of the equity and meets all of the local business requirements, the JV will receive one point.

(Federally Funded Project) – No Points will be given

17991 SW 33 ST Miramar, Florida, 33029

Page 116: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 24 of 29

6. Willingness to Meet Time and Budget Requirements:

This solicitation is for the award of a continuing contract. The specific projects requiring Construction Engineering and Inspection (CEI) and Technical Support Services relating to improvements and construction of Countywide Transit Bus Stop Infrastructure. Explain your firms’ approach in meeting “project specific” time and budget requirements and indicate whether Vendor is committed to meet these requirements when identified under this agreement.

Max Total – 2 Points

SOLID’s team is fully committed to meet BCT’s Time and budget requirements. We have developed the unique ability through aggressive claims avoidance and value engineering techniques to uncover and resolve issues that add cost or delays to a project. This management style has allowed SOLID to consistently meet FDOT’s stringent goals of zero time overrun and less than 5% cost overrun. It is estimated that these techniques, as employed on the past projects, have been responsible for millions of dollars in construction cost savings. The most effective means of mitigating time and cost impacts to the project is dealing in an expeditious manner with claims is to recognize the potential for their occurrence early in the project. SOLID’s proactive approach clears an administrative and contractual path in front of the contractor by reviewing the project site, schedule, plans, specifications and special environmental conditions for every major work activity and construction phase. If a problem is discovered, our staff will work with the appropriate party to develop a solution and process any contract modifications before the contractor’s operation or schedule is impacted. SOLID reduces, eliminates, and mitigates claims by performing the following activities: • Continuous review of plans, specifications and project site by the CEI team members during the preconstruction phase and prior to each construction phase • Continuous review of the contractor’s submittal schedule • Prompt response to all correspondence • Maintain a written record of all project-related meetings • Follow-up all verbal direction given in field in writing within 24 hours • Maintain a video record of the pre-existing conditions, TCP phase changes, and special construction operations. The importance of a complete video and audio record cannot be overemphasized. If a claim reaches the point where legal advice is necessary, the lawyer will always ask if the CEI

Page 117: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 25 of 29

6. Willingness to Meet Time and Budget Requirements: (cont)

Team has a video and/or audio record of the meeting or incident. SOLID’s team has also a great track record in inspection personnel management. Personnel time and cost management are as important as any other aspect of the project to meet the time and cost goals. We believe in being efficient while controlling costs. Our track record for our current assignments proves that we can perform all required functions (and even go above and beyond) without exceeding the negotiated budget. We are prepared to schedule and rotate our personnel in order to minimize overtime costs in the event that the contractor elects to work extended hours and weekends. (Yes)

Page 118: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 26 of 29

7. Volume of Previous Work: The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Three points will be allocated to Vendors paid $0 - $3,000,000); 2 Points will be allocated to Vendors paid $3,000,001 - $7,500,000; 1 Point will be allocated to Vendors paid $7,500,001 - $10,000,000; 0 Points will be allocated to Vendors paid over $10,000,000). Payments for prime Vendor will be verified by the Purchasing Division

Max Total - 3 Points:

Solid Consulting Engineers, Inc. (SOLID) does not currently have any active or ongoing projects with Broward County. SOLID has not received any contracts or payments from Broward County in the past (5) years.

Page 119: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 27 of 29

VENDOR QUESTIONNAIRE FORM

1. Legal business name. Solid Consulting Engineers, Inc.

2. Federal Employer I.D. Number. 46-4593876

3. Dun & Bradstreet Number. (If applicable). N/A

4.Doing business as / Fictitious Name (If applicable).

N/A

5. Website address (if applicable). www.solidcei.com

6. Principal place of business. 17991 SW 33RD ST Miramar, FL 33029

7. Office Location for this project. 17991 SW 33RD ST Miramar, FL 33029

8. Telephone/Fax Number: 786-255-2869

9. Type of Business Corporation

10. List Florida Registration Number. P14000005414

11. Name and title of each principal owner. Osvaldo Larrazabal Mariela Feijoo

Page 120: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 28 of 29

12. Authorized contacts for your firm. Osvaldo Larrazabal Principal [email protected] (786) 255-2869

13. Has your firm, its principals, officers or predecessor organization(s) been debarred or suspended by any government entity within the last three years? If yes, specify details in an attached written response.

No

14. Has your firm, its principals, officers or predecessor organization(s) ever been debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted.

No

15. Has your firm ever failed to complete any services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

No

16. Is your firm or any of its principals or officers currently principals or officers of another organization? If yes, specify details in an attached written response.

No

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response.

No

Page 121: CEI Services for Countywide Transit Bus Stop ......Contractor. He is knowledgeable in all aspects of construction: estimating, contracts, underground utilities, site work, foundations,

V2114585P1 - CEI Services for Countywide Transit Bus Stop Infrastructure

EVALUATION CRITERIA - PROJECT SPECIFIC CRITERIA Solid Consulting Engineer, Inc

Page 29 of 29

18. Has your firm’s surety ever intervened to assist in the completion of a contract or have Performance and/or Payment Bond claims been made to your firm or its predecessor’s sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety.

No

19. Has your firm ever failed to complete any work awarded to you, services and/or delivery of products during the last three (3) years? If yes, specify details in an attached written response.

No

20. Has your firm ever been terminated from a contract within the last three years? If yes, specify details in an attached written response.

No

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract.

N/A