CEI-Wiles Road from Riverside Drive to Rock Island Road€¦ · Owner: City of West Palm Beach...

101
Ranking 1 2 3 4 5 6 7 8 Company Name Eisman & Russo, Inc. F & J Engineering Group, Inc. Atkins North America, Inc. Carnahan Proctor and Cross, Inc. Metric Engineering, Inc. AE Engineering, Inc. R.J. Behar & Company, Inc. Calvin, Giordano & Associates, Inc Questions 1. Have the vendors taken any exceptions to the County's Standard Terms and Conditions? NO EXCEPTIONS NO EXCEPTIONS NO EXCEPTIONS NO EXCEPTIONS NO EXCEPTIONS NO EXCEPTIONS NO EXCEPTIONS NO EXCEPTIONS 2. Do the vendors have comparable government experience? Florida Department of Transportation, District IV, CEI Service. Miami Dade County, CEI Services. Florida Department of Transportation, District IV and VI, CEI Services . Lee County Port Authority, CEI Services. Lee County MPO, CEI Services.Town of Bay Harbor Islands, CEI Services. Florida Department of Transportation, District IV, Consultant management. City of Coconut Creek, CEI Services. Town of Lauderdale-by-the-Sea, Road Improvements. Florida Department of Transportation, District IV and VI, City of Miami, CEI Services. City of Ft. Lauderdale, CEI Services. Florida Department of Transportation, District IV, CEI Services. City of West Palm Beach, Public Works Department. Florida Department of Transportation, District IV, Construction Department. City of Ft. Lauderdale, CEI Services. City of Delray Beach, CEI Services. City of North Miami, CEI Services. Florida Department of Transportation, District IV . City of Ponpano Beach, Roadway Improvement. City of Oakland Park, CEI Services. 3. Have the vendors’ references been checked? YES (Attached) YES (Attached) YES (Attached) YES (Attached) YES (Attached) YES (Attached) YES (Attached) YES (Attached) Three-Question Matrix and Reference Checks RFP Number: J2112395P1 RFP NAME: Construction Engineering Inspection for Wiles Road from Riverside Drive to Rock Island Road Exhibit 2 Page 1 of 101

Transcript of CEI-Wiles Road from Riverside Drive to Rock Island Road€¦ · Owner: City of West Palm Beach...

  • Ranking 1 2 3 4 5 6 7 8

    Company Name Eisman & Russo, Inc. F & J Engineering Group, Inc.Atkins North America,

    Inc.Carnahan Proctor and

    Cross, Inc.Metric Engineering,

    Inc. AE Engineering, Inc.R.J. Behar & Company,

    Inc.Calvin, Giordano &

    Associates, Inc

    Questions

    1. Have the vendors taken any exceptions to the County's Standard Terms and Conditions?

    NO EXCEPTIONS NO EXCEPTIONS NO EXCEPTIONS NO EXCEPTIONS NO EXCEPTIONS NO EXCEPTIONS NO EXCEPTIONS NO EXCEPTIONS

    2. Do the vendors have comparable government experience?

    Florida Department of Transportation, District IV, CEI Service. Miami Dade County, CEI Services.

    Florida Department of Transportation, District IV and VI, CEI Services .

    Lee County Port Authority, CEI Services. Lee County MPO, CEI Services.Town of Bay Harbor Islands, CEI Services.

    Florida Department of Transportation, District IV, Consultant management. City of Coconut Creek, CEI Services. Town of Lauderdale-by-the-Sea, Road Improvements.

    Florida Department of Transportation, District IV and VI, City of Miami, CEI Services. City of Ft. Lauderdale, CEI Services.

    Florida Department of Transportation, District IV, CEI Services. City of West Palm Beach, Public Works Department.

    Florida Department of Transportation, District IV, Construction Department. City of Ft. Lauderdale, CEI Services. City of Delray Beach, CEI Services. City of North Miami, CEI Services.

    Florida Department of Transportation, District IV . City of Ponpano Beach, Roadway Improvement. City of Oakland Park, CEI Services.

    3. Have the vendors’ references been checked?

    YES (Attached)

    YES (Attached)

    YES (Attached)

    YES (Attached)

    YES (Attached)

    YES (Attached)

    YES (Attached)

    YES (Attached)

    Three-Question Matrix and Reference ChecksRFP Number: J2112395P1

    RFP NAME: Construction Engineering Inspection for Wiles Roadfrom Riverside Drive to Rock Island Road

    Exhibit 2

    Page 1 of 101

  • x Manuel Fontan HCED 01/17/2017

    Exhibit 2 Page 2 of 101

  • AE Engineering Inc. was responsible for the construction engineering inspection services on this project. Which included; quality assurance inspections, reviewing and approval of change orders, reviewing and approval of the as-built drawings and reviewing and approval of the contractor’s payments.

    Additionally, we will ensure the contractor and its subcontractors were in compliance with the FDOT/FHWA regulations, the Davis Bacon Act, and ensuring adherence with the contract documents.

    The project scope included, but not limited to, construction of bulbouts, curbing, curb ramps, specialty pavement, landscaping, irrigation systems, trash receptacles, bike lane acrylic coating and striping, along 15th street, from Australian Avenue to North Dixie Highway.

    This project was a LAP project, funded by FHWA/FDOT.

    15th Street Beautification Project (LAP Project)

    Financial Management No. 431652-1-58-01 Owner: City of West Palm Beach

    County: Palm Beach

    Prime Consultant: AE Engineering, Inc. Construction Cost: $1,435,349.29

    Current Contract Days: 180

    Project Manager: Uyen Dang, P.E. Project Manager: City of West Palm Beach 401 Clematis Street – 5th Floor West Palm Beach, FL 33401 Time Began Date: 11/9/2015

    Completion: 6/6/2016

    Exhibit 2 Page 3 of 101

  • From: [email protected]: Fontan, ManuelCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: Re: Broward County Reference VerificationDate: Tuesday, January 17, 2017 2:41:20 PM

    All information on the attached email is correct.

    Thank you,

    Khanh Uyen Dang, PE City Transportation Engineer City of West Palm Beach Public Works 401 Clematis Street, 4th Floor P.O. Box 3366 West Palm Beach, FL 33402

    Office: (561) 494-1087 E-Mail: [email protected] Website: www.wpb.org

    From: "Fontan, Manuel" To: "'[email protected]'" Cc: "Bustamante, Ana" , "Campeanu, Dorel" , "Hammond, Michael"

    Date: 01/11/2017 04:44 PM Subject: Broward County Reference Verification

    To: Khanh Uyen Dang, P.E. Broward County recently received this Reference Verification Form from AE Engineering, Inc. with a referencecompleted by your firm. Please respond to this e-mail and confirm that the form is accurate as presented or identifyany discrepancies. As references are an integral part of the evaluation of proposals submitted by firms, pleaseprovide your response as soon as possible, but no later than 5 PM on January 17, 2016. Thank you, Manuel Fontan, P.E., PTOE Engineering Unit Supervisor Public Works Department Highway Construction and Engineering Division 1 N. University Drive, Box B300, Suite 3200B Plantation, Florida 33324-2038 Office Phone: 954-577-4654

    Exhibit 2 Page 4 of 101

    mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:////c/www.wpb.org

  • Cell Phone: 954-914-0441 [email protected]

    Under Florida law, most e-mail messages to or from Broward County employees orofficials are public records, available to any person upon request, absent anexemption. Therefore, any e-mail message to or from the County, inclusive of e-mailaddresses contained therein, may be subject to public disclosure.[attachment"KhanhUyenDang.pdf" deleted by Khanh Uyen Dang/WESTPALM]

    Exhibit 2 Page 5 of 101

    mailto:[email protected]

  • X Manuel Fontan HCED 01/12/17

    PLEASE READ RESPONSE EMAIL, NOT SURE HOW TO PROCEED

    Exhibit 2 Page 6 of 101

  • The project is being constructed in accordance with an ongoing Safe Routes to School program and will provide ADA compliant connectivity through the community with the installation of sidewalk, curb ramp and signing & pavement markings upgrades. Additionalimprovements include lighting, 1” milling & resurfacing, drainage installations, cured in place liner repairs to the existing drainage system and bulb-outs for future landscaping.

    23rd Street from Tamarind Avenue to Spruce Avenue

    Financial Management No.43307016201

    Owner: FDOT, District 4

    County: Palm Beach

    Prime Consultant:AE Engineering, Inc.

    Current Contract Amount:$207,547.09

    Current Contract Days:240

    FDOT Project Manager:Mathew Carlock, P.E.FDOT D-4 Palm Beach Construction7900 Forest Hills Blvd, West Palm Beach, Fl 33413

    Time Began Date:5/2015

    Anticipated Completion:1/2016

    Exhibit 2 Page 7 of 101

  • From: Carlock, MatthewTo: Fontan, ManuelCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: RE: Broward County Reference VerificationDate: Thursday, January 12, 2017 10:15:35 PM

    Good Evening, I would need to look through my records on the project. The contract amount is different than theproject was for. I would also have to give the company an overall satisfactory evaluation. Theyprovided just contract support and inspection staff. They did not provide any project administrationas it was not required in their contract so I can’t evaluate them in that area. Matt Carlock, P.E.Construction Hybrid ManagerFDOT District 4 Palm Beach Operations7900 West Forest Hill BlvdWest Palm Beach, FL 33413Cell: (561) 531-8861Office: (561) 370-1127

    From: Fontan, Manuel [mailto:[email protected]] Sent: Wednesday, January 11, 2017 4:47 PMTo: Carlock, MatthewCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: Broward County Reference Verification To: Matthew Carlock, P.E. Broward County recently received this Reference Verification Form from AE Engineering, Inc.with a reference completed by your firm. Please respond to this e-mail and confirm that theform is accurate as presented or identify any discrepancies. As references are an integral partof the evaluation of proposals submitted by firms, please provide your response as soon aspossible, but no later than 5 PM on January 17, 2016.

    Thank you, Manuel Fontan, P.E., PTOEEngineering Unit Supervisor Public Works DepartmentHighway Construction and Engineering Division1 N. University Drive, Box B300, Suite 3200BPlantation, Florida 33324-2038

    Exhibit 2 Page 8 of 101

    mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]

  • Office Phone: 954-577-4654Cell Phone: [email protected]

    Under Florida law, most e-mail messages to or from Broward County employees orofficials are public records, available to any person upon request, absent anexemption. Therefore, any e-mail message to or from the County, inclusive of e-mailaddresses contained therein, may be subject to public disclosure.

    Exhibit 2 Page 9 of 101

    mailto:[email protected]

  • x Dorel Campeanu HCED 01/17/2017

    Exhibit 2 Page 10 of 101

  • From: Campeanu, DorelTo: "Adam Nguyen"Cc: Fontan, ManuelSubject: Broward County Reference VerificationDate: Tuesday, January 17, 2017 3:42:41 PMImportance: High

    Gentleman, I thank you for help. Dorel I. Câmpeanu, MSME, MSIEIM, MBAHighway Construction &Engineering DivisionOne N. University Drive, Box B300Plantation, FL 33324Ph.: 954-577-4569, Fax: 954-357-5715E-mail: [email protected]

    From: Adam Nguyen [mailto:[email protected]] Sent: Tuesday, January 17, 2017 3:34 PMTo: Campeanu, Dorel Subject: Re: FW: Broward County Reference Verification Mr. Campeanu Dorel, I have no issue with the reference information andthe information is accurate. Thank you, On Tue, Jan 17, 2017 at 3:10 PM, Campeanu, Dorel wrote:

    As requested Dorel I. Câmpeanu, MSME, MSIEIM, MBAHighway Construction &Engineering DivisionOne N. University Drive, Box B300Plantation, FL 33324Ph.: 954-577-4569, Fax: 954-357-5715E-mail: [email protected]

    From: Fontan, Manuel Sent: Wednesday, January 11, 2017 4:49 PMTo: '[email protected]' Cc: Bustamante, Ana ; Campeanu, Dorel

    Exhibit 2 Page 11 of 101

    mailto:/O=BROWARD COUNTY/OU=FIRST ADMINISTRATIVE GROUP/CN=RECIPIENTS/CN=DCAMPEANUmailto:[email protected]:[email protected]:[email protected]:(954)%20577-4569tel:(954)%20357-5715mailto:[email protected]:[email protected]:[email protected]:[email protected]

  • ; Hammond, Michael Subject: Broward County Reference Verification To: Adam Nguyen Broward County recently received this Reference Verification Form from AtkinsNorth America. with a reference completed by your firm. Please respond to this e-mail and confirm that the form is accurate as presented or identify any discrepancies. As references are an integral part of the evaluation of proposals submitted by firms,please provide your response as soon as possible, but no later than 5 PM on January17, 2016.

    Thank you, Manuel Fontan, P.E., PTOEEngineering Unit Supervisor Public Works DepartmentHighway Construction and Engineering Division1 N. University Drive, Box B300, Suite 3200BPlantation, Florida 33324-2038 Office Phone: 954-577-4654Cell Phone: [email protected]

    Under Florida law, most e-mail messages to or from Broward County employees orofficials are public records, available to any person upon request, absent anexemption. Therefore, any e-mail message to or from the County, inclusive of e-mail addresses contained therein, may be subject to public disclosure.

    Please note: Florida has a very broad public records law. Most written communications to or from PortAuthority employees and officials regarding Port Authority business are public records available to thepublic and media upon request. Your email communication may be subject to public disclosure.

    Exhibit 2 Page 12 of 101

    mailto:[email protected]:[email protected]:(954)%20577-4654tel:(954)%20914-0441mailto:[email protected]

  • x Manuel Fontan HCED 01/11/2017

    Exhibit 2 Page 13 of 101

  • From: Johnny LimbaughTo: Fontan, ManuelSubject: Re: Broward County Reference VerificationDate: Wednesday, January 11, 2017 5:49:46 PM

    Yes this correct

    Get Outlook for iOS

    From: Fontan, Manuel Sent: Wednesday, January 11, 2017 5:02:46 PMTo: Johnny LimbaughCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: Broward County Reference Verification To: Johnny Limbaugh Broward County recently received this Reference Verification Form from Atkins NorthAmerica. with a reference completed by your firm. Please respond to this e-mail and confirmthat the form is accurate as presented or identify any discrepancies. As references are anintegral part of the evaluation of proposals submitted by firms, please provide your responseas soon as possible, but no later than 5 PM on January 17, 2016.

    Thank you, Manuel Fontan, P.E., PTOEEngineering Unit Supervisor Public Works DepartmentHighway Construction and Engineering Division1 N. University Drive, Box B300, Suite 3200BPlantation, Florida 33324-2038 Office Phone: 954-577-4654Cell Phone: [email protected]

    Under Florida law, most e-mail messages to or from Broward County employees orofficials are public records, available to any person upon request, absent anexemption. Therefore, any e-mail message to or from the County, inclusive of e-mailaddresses contained therein, may be subject to public disclosure.

    Exhibit 2 Page 14 of 101

    mailto:[email protected]:[email protected]://aka.ms/o0ukefmailto:[email protected]

  • x Manuel Fontan HCED 01/12/2017

    Exhibit 2 Page 15 of 101

  • From: Randy DanielTo: Fontan, ManuelCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: RE: Broward County Reference VerificationDate: Thursday, January 12, 2017 4:29:17 PM

    Manuel: This email confirms that the form completed by my firm for Atkins North America and attached inyour email, is accurate. Regards, Randy L. Daniel, P.E.Town Engineer/Director of Public WorksTown of Bay Harbor Islands9665 Bay Harbor TerraceBay Harbor Islands, FL 33154Direct line: 305-455-7248Cell: 786-256-8965 

    From: Fontan, Manuel [mailto:[email protected]] Sent: Wednesday, January 11, 2017 5:07 PMTo: Randy DanielCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: Broward County Reference Verification To: Randy Daniel Broward  County  recently  received  this  Reference  Verification  Form  from  Atkins NorthAmerica. with a reference completed by your firm.  Please respond to this e-mail and confirmthat  the  form  is  accurate  as  presented  or  identify  any  discrepancies.    As  references are anintegral part of the evaluation of proposals submitted by firms, please provide your responseas soon as possible, but no later than 5 PM on January 17, 2016. 

     Thank you,  Manuel Fontan, P.E., PTOEEngineering Unit Supervisor Public Works DepartmentHighway Construction and Engineering Division1 N. University Drive, Box B300, Suite 3200BPlantation, Florida 33324-2038 Office Phone: 954-577-4654Cell Phone: [email protected]

    Exhibit 2 Page 16 of 101

    mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]

  •  

    Under Florida law, most e-mail messages to or from Broward County employees orofficials are public records, available to any person upon request, absent anexemption. Therefore, any e-mail message to or from the County, inclusive of e-mailaddresses contained therein, may be subject to public disclosure.

    This email has been scanned for spam and viruses by Proofpoint Essentials. Click here toreport this email as spam.

    Exhibit 2 Page 17 of 101

    https://us3.proofpointessentials.com/index01.php?mod_id=11&mod_option=logitem&mail_id=1484172409-OlfkuxiWOdsk&r_address=rdaniel%40bayharborislands.net&report=1

  • Solicitation R1404111P1 | Continuing Engineering Services: Water Distribution, Wastewater & Storm Water Collection Broward County

    Manuel Fontan HCED 01/11/2017X

    Exhibit 2 Page 18 of 101

  • From: Anthony AlhashemiTo: Fontan, ManuelSubject: RE: Broward County Reference VerificationDate: Wednesday, January 11, 2017 8:10:05 PM

    This form is accurate.

    Thank you.

    Sent from my Verizon 4G LTE smartphone

    -------- Original message --------From: "Fontan, Manuel" Date: 1/11/17 5:06 PM (GMT-05:00) To: Anthony Alhashemi Cc: "Bustamante, Ana" , "Campeanu, Dorel", "Hammond, Michael" Subject: Broward County Reference Verification

    To: Anthony Alhashemi

    Broward County recently received this Reference Verification Form from Calvin Giordano &Associates, Inc. with a reference completed by your firm. Please respond to this e-mail andconfirm that the form is accurate as presented or identify any discrepancies. As referencesare an integral part of the evaluation of proposals submitted by firms, please provide yourresponse as soon as possible, but no later than 5 PM on January 17, 2016.

    Thank you,

    Manuel Fontan, P.E., PTOEEngineering Unit Supervisor

    Public Works DepartmentHighway Construction and Engineering Division1 N. University Drive, Box B300, Suite 3200BPlantation, Florida 33324-2038

    Office Phone: 954-577-4654Cell Phone: [email protected]

    Under Florida law, most e-mail messages to or from Broward County employees orofficials are public records, available to any person upon request, absent an

    Exhibit 2 Page 19 of 101

    mailto:[email protected]:[email protected]:[email protected]

  • exemption. Therefore, any e-mail message to or from the County, inclusive of e-mailaddresses contained therein, may be subject to public disclosure.

    Exhibit 2 Page 20 of 101

  • Solicitation R1404111P1 | Continuing Engineering Services: Water Distribution, Wastewater & Storm Water Collection Broward County

    x Manuel Fontan HCED 01/13/2017

    Exhibit 2 Page 21 of 101

  • 1

    Fontan, Manuel

    From: Dincer Ozaydin Sent: Friday, January 13, 2017 1:18 PMTo: Fontan, ManuelCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: RE: Broward County Reference VerificationAttachments: D.AkinOzaydin.pdf

    Good afternoon Manuel,  Attached form was completed by me. Its accurate. This is the best consultant company I have ever worked with so far.  Thanks   

     

    D. Akin Ozaydin, P.E. Project Manager/Civil Engineer City of Oakland Park Engineering & Community Development Department 5399 North Dixie Highway, Suite 3 Oakland Park, FL 33334 954-630-4343 Office 954-229-0568 Facsimile [email protected] | www.oaklandparkfl.org Please Note: Florida has very broad public records law. Most written communications to or from local officials regarding official business are public records available to the public and media upon request. Your e‐mail communications may, therefore, be subject to public disclosure. 

       

    From: Fontan, Manuel [mailto:[email protected]]  Sent: Wednesday, January 11, 2017 5:09 PM To: Dincer Ozaydin  Cc: Bustamante, Ana ; Campeanu, Dorel ; Hammond, Michael  Subject: Broward County Reference Verification  To: D. Akin Ozaydin, P.E.  Broward County recently received this Reference Verification Form from Calvin Giordano & Associates, Inc. with a reference completed by your firm.  Please respond to this e‐mail and confirm that the form is accurate as presented or identify any discrepancies.  As references are an integral part of the evaluation of proposals submitted by firms, please provide your response as soon as possible, but no later than 5 PM on January 17, 2016.   

     Thank you,    Manuel Fontan, P.E., PTOE Engineering Unit Supervisor

    Exhibit 2 Page 22 of 101

  • 2

    Public Works Department Highway Construction and Engineering Division 1 N. University Drive, Box B300,  Suite 3200B Plantation, Florida 33324-2038 Office Phone: 954-577-4654 Cell Phone: 954-914-0441 [email protected]  

    Under Florida law, most e-mail messages to or from Broward County employees or officials are public records, available to any person upon request, absent an exemption. Therefore, any e-mail message to or from the County, inclusive of e-mail addresses contained therein, may be subject to public disclosure.

    Exhibit 2 Page 23 of 101

  • Solicitation R1404111P1 | Continuing Engineering Services: Water Distribution, Wastewater & Storm Water Collection Broward County

    x Manuel Fontan HCED 01/12/2017

    Exhibit 2 Page 24 of 101

  • From: Horacio DanovichTo: Fontan, ManuelCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: RE: Broward County Reference VerificationDate: Thursday, January 12, 2017 12:28:24 PMAttachments: HoracioDanovich.pdf

    Confirmed. I am the person that filled out and signed the attached form.

    Horacio DanovichCIP Manager100 West Atlantic Boulevard, Room 276Pompano Beach, Florida 33060T: (954) 786-7834 F: (954) 786-7836E-mail: [email protected]

    From: Fontan, Manuel [mailto:[email protected]] Sent: Wednesday, January 11, 2017 5:11 PMTo: Horacio Danovich Cc: Bustamante, Ana ; Campeanu, Dorel; Hammond, Michael Subject: Broward County Reference Verification To: Horacio Danovich Broward County recently received this Reference Verification Form from Calvin Giordano &Associates, Inc. with a reference completed by your firm. Please respond to this e-mail andconfirm that the form is accurate as presented or identify any discrepancies. As referencesare an integral part of the evaluation of proposals submitted by firms, please provide yourresponse as soon as possible, but no later than 5 PM on January 17, 2016.

    Thank you, Manuel Fontan, P.E., PTOEEngineering Unit Supervisor Public Works DepartmentHighway Construction and Engineering Division1 N. University Drive, Box B300, Suite 3200BPlantation, Florida 33324-2038

    Exhibit 2 Page 25 of 101

    mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]://www.pompanobeachcra.com/
  • Solicitation R1404111P1 | Continuing Engineering Services: Water Distribution, Wastewater & Storm Water Collection

    Broward County

  • Office Phone: 954-577-4654Cell Phone: [email protected]

    Under Florida law, most e-mail messages to or from Broward County employees orofficials are public records, available to any person upon request, absent anexemption. Therefore, any e-mail message to or from the County, inclusive of e-mailaddresses contained therein, may be subject to public disclosure.

    Exhibit 2 Page 26 of 101

    mailto:[email protected]

  • Construction Engineering & Inspection Services for Wiles Road from Riverside Drive to Rock Island Road

    10

    x Manuel Fontan HCED 01/17/2017

    Exhibit 2 Page 27 of 101

  • From: Albert CarbonTo: Fontan, ManuelCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: RE: Broward County Reference VerificationDate: Tuesday, January 17, 2017 9:04:59 AMAttachments: AlbertCarbon.pdf

    This form is accurate. 

     

    Albert J Carbon III, P. E.Public Works DirectorCity of Oakland Park3801 NE 5th AveOakland Park, FL 33334954-630-4458 – Office954-292-5075 - [email protected] www.oaklandparkfl.gov

    Please Note: Florida has very broad public records law. Most written communications to or from localofficials regarding official business are public records available to the public and media upon request. Your e-mail communications may, therefore, be subject to public disclosure.  From: Fontan, Manuel [mailto:[email protected]] Sent: Wednesday, January 11, 2017 5:12 PMTo: Albert CarbonCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: Broward County Reference Verification To: Albert J. Carbon Broward County recently received this Reference Verification Form from Carnahan, Proctor,and Cross, Inc. with a reference completed by your firm.  Please respond to this e-mail andconfirm that the form is accurate as presented or  identify any discrepancies.   As referencesare  an  integral part  of  the  evaluation of  proposals  submitted by  firms, please provide  yourresponse as soon as possible, but no later than 5 PM on January 17, 2016. 

     Thank you,  Manuel Fontan, P.E., PTOEEngineering Unit Supervisor Public Works DepartmentHighway Construction and Engineering Division1 N. University Drive, Box B300, Suite 3200BPlantation, Florida 33324-2038 Office Phone: 954-577-4654Cell Phone: [email protected] 

    Exhibit 2 Page 28 of 101

    mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]://www.oaklandparkfl.gov/mailto:[email protected]
  • Construction Engineering & Inspection Services for Wiles Road from Riverside Drive to Rock Island Road

    10

  • Under Florida law, most e-mail messages to or from Broward County employees orofficials are public records, available to any person upon request, absent anexemption. Therefore, any e-mail message to or from the County, inclusive of e-mailaddresses contained therein, may be subject to public disclosure.

    Exhibit 2 Page 29 of 101

  • Construction Engineering & Inspection Services for Wiles Road from Riverside Drive to Rock Island Road

    11

    X Manuel Fontan HCED 01/11/2017

    Exhibit 2 Page 30 of 101

  • From: Akar, AsaadTo: Fontan, ManuelCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: RE: Broward County Reference VerificationDate: Wednesday, January 11, 2017 5:20:48 PM

    Good Afternoon Fontan,

    I reviewed the reference form and confirm that it has been accurately completed. Please feel free tocontact me again for further information.

    Best Regards,

    Asaad Akar, PESenior Project ManagerCity of Coconut CreekButterfly Capital of the World ®5295 Johnson RoadCoconut Creek, FL 33063Phone: 954-956-1504Cell: 954-609-3262www.coconutcreek.net

    From: Fontan, Manuel [mailto:[email protected]] Sent: Wednesday, January 11, 2017 5:16 PMTo: Akar, AsaadCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: Broward County Reference Verification

    To: Asaad Akar

    Broward County recently received this Reference Verification Form from Carnahan, Proctor,and Cross, Inc. with a reference completed by your firm. Please respond to this e-mail andconfirm that the form is accurate as presented or identify any discrepancies. As referencesare an integral part of the evaluation of proposals submitted by firms, please provide yourresponse as soon as possible, but no later than 5 PM on January 17, 2016.

    Thank you,

    Manuel Fontan, P.E., PTOEEngineering Unit Supervisor

    Public Works DepartmentHighway Construction and Engineering Division1 N. University Drive, Box B300, Suite 3200BPlantation, Florida 33324-2038

    Office Phone: 954-577-4654Cell Phone: 954-914-0441

    Exhibit 2 Page 31 of 101

    mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]

  • [email protected]

    Under Florida law, most e-mail messages to or from Broward County employees orofficials are public records, available to any person upon request, absent anexemption. Therefore, any e-mail message to or from the County, inclusive of e-mailaddresses contained therein, may be subject to public disclosure.Under Florida law, most e-mail messages to or from Coconut Creek employees or officials arepublic records, available to any person upon request, absent an exemption. Therefore, any e-mail message to or from the City, inclusive of e-mail addresses contained therein, may besubject to public disclosure.

    Exhibit 2 Page 32 of 101

    mailto:[email protected]

  • Construction Engineering & Inspection Services for Wiles Road from Riverside Drive to Rock Island Road

    12

    x Manuel Fontan HCED 01/13/2017

    Exhibit 2 Page 33 of 101

  • From: Riggs, RoxanneTo: Fontan, ManuelCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: RE: Broward County Reference VerificationDate: Friday, January 13, 2017 11:58:32 AM

    The information on the form is accurate.

    Regards,

    Roxanne Riggs, MSCE, PEDistrict Construction Services EngineerFlorida’s Turnpike EnterpriseOffice: (954) 934-1296Mobile: (954) [email protected]~ ONE FDOT ~

    From: Fontan, Manuel [mailto:[email protected]] Sent: Wednesday, January 11, 2017 5:17 PMTo: Riggs, RoxanneCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: Broward County Reference Verification

    To: Roxanne Riggs, P.E.

    Broward County recently received this Reference Verification Form from Carnahan, Proctor,and Cross, Inc. with a reference completed by your firm. Please respond to this e-mail andconfirm that the form is accurate as presented or identify any discrepancies. As referencesare an integral part of the evaluation of proposals submitted by firms, please provide yourresponse as soon as possible, but no later than 5 PM on January 17, 2016.

    Thank you,

    Manuel Fontan, P.E., PTOEEngineering Unit Supervisor

    Public Works DepartmentHighway Construction and Engineering Division1 N. University Drive, Box B300, Suite 3200BPlantation, Florida 33324-2038

    Office Phone: 954-577-4654Cell Phone: [email protected]

    Exhibit 2 Page 34 of 101

    mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]

  • Under Florida law, most e-mail messages to or from Broward County employees orofficials are public records, available to any person upon request, absent anexemption. Therefore, any e-mail message to or from the County, inclusive of e-mailaddresses contained therein, may be subject to public disclosure.

    Exhibit 2 Page 35 of 101

  • Vendor Reference Verification Form

    Broward County Solicitation No. and Title:

    Reference for:

    Organization/Firm Name providing reference:

    Contact Name: Reference date:

    Contact Phone:Contact Email:

    Name of Referenced Project:

    Contract No. Date Services Provided: Projec Amount:

    Vendor’s role in Project: Prime Vendor Subconsultant/Subcontractor

    Would you use this vendor again? Yes No

    Description of services provided by Vendor:

    Please rate your experience with the referenced Vendor:

    NeedsImprovement

    Satisfactory Excellent Not Applicable

    1. Vendor’s Quality of Servicea. Responsiveb. Accuracyc. Deliverables

    2. Vendor’s Organization:a. Staff expertiseb. Professionalismc. Turnover

    3. Timeliness of:a. Projectb. Deliverables

    4. Project completed within budget

    5. Cooperation with:a. Your Firmb. Subcontractor(s)/Subconsultant(s)c. Regulatory Agency(ies)

    Additional Comments: (provide on additional sheet if needed)

    All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code.

    11/17/2016Donald Vanwhervin

    Florida Department of Transportation

    [email protected]

    SR-7 (US-441) from Fillmore Street to South of Stirling Road, Broward

    C9F40 07/16/2014 09/01/2018 $ 29,568,100.00

    954-958-7654

    Eisman & Russo, Inc

    FDOT Personnel are prohibited from completing questionnaire forms. Attached is the Performance Evaluation.

    CEI Services

    Project Manager

    J2112395P1- Construction Engineering and Inspection-Wiles Rd from Riverside Dr to Rk Island Rd

    x Manuel Fontan HCED 01/12/2017

    Exhibit 2 Page 36 of 101

  • From: Vanwhervin, DonaldTo: Fontan, ManuelCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: RE: Broward County Reference VerificationDate: Thursday, January 12, 2017 2:59:45 PM

    Manuel, the information provided is accurate. Please let me know if you need anything else. Thanks,Donald. Donald VanWhervin, P.E.Construction Project Oversite IIIBroward OperationsOffice 954 958-7654Cell: 954 [email protected]

    From: Fontan, Manuel [mailto:[email protected]] Sent: Wednesday, January 11, 2017 5:19 PMTo: Vanwhervin, DonaldCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: Broward County Reference Verification To: Donald Vanwhervin Broward County recently received this Reference Verification Form from Eisman & Russo,Inc. with a reference completed by your firm. Please respond to this e-mail and confirm thatthe form is accurate as presented or identify any discrepancies. As references are an integralpart of the evaluation of proposals submitted by firms, please provide your response as soonas possible, but no later than 5 PM on January 17, 2016.

    Thank you, Manuel Fontan, P.E., PTOEEngineering Unit Supervisor Public Works DepartmentHighway Construction and Engineering Division1 N. University Drive, Box B300, Suite 3200BPlantation, Florida 33324-2038 Office Phone: 954-577-4654Cell Phone: [email protected]

    Exhibit 2 Page 37 of 101

    mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]

  • Under Florida law, most e-mail messages to or from Broward County employees orofficials are public records, available to any person upon request, absent anexemption. Therefore, any e-mail message to or from the County, inclusive of e-mailaddresses contained therein, may be subject to public disclosure.

    Exhibit 2 Page 38 of 101

  • Florida Department of TransportationConsultant Evaluation Tests/Responses by Contract

    for Contract C9F40

    Most Recently Assigned EvaluationsIf the consultant wants to discuss this report, the Consultant Project Manager on this contractshould contact the Department Project Manager within ten calendar days of receipt.

    Note: Below are the contact email addresses to send thereport to. Print the report to Adobe .pdf format and thencut and paste the contact addresses into the "Send To:"line in the Outlook E-Mail.CN406JH;[email protected];

    CEI Consultant Evaluations Report

    ContractNumber: C9F40

    Financial Mgt.Number: 22777516201

    Description: SR-7FRM N. OF FILLMORE

    DOT ProjectManager: HARRIS,JEANNETTE

    Consultant: EISMAN & RUSSO, INC. Address: 6455 POWERS AVEJACKSONVILLE, FL 32217-2821

    Sr. Project Engineer: ProjectAdministrator:Construction ProjectManager:

    ConstructionAmount: .

    Performance Rating Scale

    1 - ConsistentlyFailed to MeetExpectations

    2 - InconsistentlyMet Expectations

    3 - ConsistentlyMet Expectations

    4 - ConsistentlyMet, OftenExceededExpectations

    5 - ConsistentlyExceededExpectations

    Note: An overall score of 3 is considered satisfactoryThe maximum score attainable is 5

    Summary of CEI Evaluations

    Typeof

    WorkQuality Schedule Management WeightedAverage

    DateGraded

    GradeType

    EnteredBy

    ReviewedBy

    PSUReview

    10.1 3.6 3.6 3.6 3.6 22DEC2015 INTERIM LONGWORTH,JENNIE SASALA,STACEYRUBIO,JESSICA

    Quality Grades for Contract: C9F40Grading Type:

    INTERIM Work Type: 10.1Firm: EISMAN &

    RUSSO, INC.Date Graded:22DEC2015

    Page 1 of 7Consultant Evaluation Tests/Responses by Contract

    2/1/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 39 of 101

  • Evaluation Criteria Score

    CCEI Contract Management1. Continuously provided CTQP qualified experienced staffasproposed; was responsive to Department's staffingrequests;if personnel changes occurred, reasonable efforts weremadeso that the credentials of replacement staff were equal toorexceeded the qualifications of the person(s) originallyapproved. 4

    2. Coordinated with department personnel to ensureeffectivecontract management, with required submittals madetimely, in thesubscribed format, with no material errors. Useridsrequestedpromptly and access maintained; timesheets signedweekly, ifrequired; properly documented invoices submittedmonthly; sub-consultants paid promptly; contract funds were tracked &reportedas requested to avoid rush amendments; out-of-fundconditions, orsettlement agreements. 33. Communicated regularly with Department CPM orprojectadministrator and performed QC/QA inspection of staff onlongerassignments to ensure the Department needs were beingmet. 3

    4. Utilized CEI personal protective equipment at all timesasrequired. 45. Compliance with agreed upon DBE/MBE utilizationgoals andprocedures.For Task Driven Contracts(Districtwide, On-call, GECtype):6. Responded by the Department deadline whether a taskrequestwas accepted. If accepted, promptly developed anunderstanding

    of the assignment; prepared and submitted an accurate

    Page 2 of 7Consultant Evaluation Tests/Responses by Contract

    2/1/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 40 of 101

  • requestpackage, and dispatched approved, properly equippedpersonnelwhen needed, but not prior to receiving authorization.

    Issue Identification and Resolution1. Acted proactively when identifying issues by workingwithvarious stakeholders including utilities, cities, counties andthe Contractor so as to minimize time and cost overruns. 42. Conducted thorough analysis of issues including areview ofvarious alternative solutions with enough detail and back-up toshow logic behind alternatives. Provided documentationfor timeand cost impacts as required by CPAM. 43. Made decisions appropriate with authority and basedthesedecisions on solid logic and enough supporting detail todemonstrate a well-researched effort.Decisions/recommendationsconsistent with the analysis. 34. Resolved issues in a timely manner so as to eliminateand/orminimize time and cost impacts to the project. Escalatedissuesto the Department only when efforts towards resolutionhadreached an impasse, the issues were beyond theconsultant'sauthority, or when project delays could result. 3

    Communication and Coordination1. Provided necessary project information to all projectstakeholders. 42. Used an established system to track communications. 43. Scheduled, held, and documented the Pre-ConstructionConference, the Monthly Scheduling Meetings, and theProgressMeetings(i.e. Submittals, RFI's, Progress/Schedule, MOT,Utilities, CPPR, Outstanding Issues and Claims). 3

    4. Notified Department immediately of issues impacting

    Page 3 of 7Consultant Evaluation Tests/Responses by Contract

    2/1/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 41 of 101

  • scheduleand costs. 35. Documented oral communications in Daily Reports,logs, orother means. 46. Prepared written communications in the form, format,anddetails required by CPAM,etc. & within the appropriatetime frame 3

    Project Documentation1. Kept Monthly and Final estimates up to date as theprojectprogressed. 32. Tracked and monitored RFI's, shop drawings, contractchanges,and other action items to achieve timely resolution. 43. Prepared and organized thorough and complete projectdocumentation including a clear filing system, Dailydiaries,claims documentation, Compliance monitoring anddocumentation,weather letters, and other project records. 44. Input information and documentation into Site Manager,EDMS,and CQR/LIMS in a timely manner. 3

    Effective Administration of the Construction Contract1. Administered the contract according to plans,specificationsand Contract provisions. Provided clear and timelyinterpretationof contract documents to Contractor. 42. Reviewed, approved, and monitored the Contractor'sQC plan.Took action when necessary. Verified that materials usedby theContractor substantially conformed to plans, specificationsandcontract provisions. 33. Provided daily inspection and testing services asrequired bythe contract and shared results with the Contractor.Reviewed

    Page 4 of 7Consultant Evaluation Tests/Responses by Contract

    2/1/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 42 of 101

  • Contractor's QC results, compared to VT results and tookappropriate actions. 44. The estimate (Monthly or Final) is true and correct asdetermined by the Consultant's reasonable andindependentinvestigation and measurements. 35. Effectively and accurately administered the CPPR tohold theContractor accountable for performance. Explained criteriaat thepre-construction conference, discussed at the progressmeetingsand maintained accurate records. Utilized the CPPRprocesseffectively to encourage Contractor to take fullresponsibilityfor quality at all levels and to properly document thoseitemsif they did not. 4

    Permit Monitoring1. Monitored, verified, and documented that all permitconditionswere met. 42. Monitored & verified the Contractor's submittals werepreparedand submitted in accordance with the contractdocuments/permits. 4

    3. Documented and proactively worked with theContractor, EOR,and Permit agencies to resolve environmental issues in atimelymanner. 4

    Proactive in Regard to Public Concerns1. Provided current updates and advance notification oftrafficshifts, durations, and impacts to residences, businesses,emergency services & other entities along project right-of-way. 4

    2. Prepared, maintained and distributed an emergencycontact listof key Department, Consultant, and Contractor personnel,and used

    Page 5 of 7Consultant Evaluation Tests/Responses by Contract

    2/1/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 43 of 101

  • it appropriately. 33. Logged, documented, tracked and took appropriateaction on allpublic initiated inquiries from first contact throughdispositionor resolution. 44. Coordinated with the District Public Information Office,providing relevant data as requested for newsletters,mediareleases, public meetings, brochures, etc. 45. Monitored that business and pedestrian accesses weremaintained and the signage was placed in accordancewith allgoverning documents, and took appropriate action whennecessary. 3

    Effect on Construction Cost and Time1. Schedule submittals were reviewed in accordance withspecifications and the Contract. Reviewed the schedulemonthly,met with the Contractor monthly to discuss the schedule,andtook appropriate action when construction fell behindschedulein accordance with the critical path to minimize delay totheproject. 42. Verified the utility relocations were properly shown intheschedule, attempted to get the utility companies to buy intotheschedule and consistently tracked and communicated withutilitiesto ensure that the utility companies complied with theirschedules. Took appropriate actions when schedules werenot met. 3

    3. When warranted, withhold estimates and issue verbalwarnings,deficiency warning letters, and deficiency letters asappropriate 3

    Management of CCEI Contract + Issue Identification & Resolution +Communications & Coordination + Project Documentation + Effective

    Page 6 of 7Consultant Evaluation Tests/Responses by Contract

    2/1/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 44 of 101

  • Administration of Construction Contract + Permit Monitoring + Proactive inRegard to Public Concerns+ Construction Cost & Time = Weighted Avg CCEIGrade: 3.6

    PPrint Detailed Grades Listing

    BBack to Selection Screen Reports Menu

    This request took 3.31 seconds of real time (v9.3 build 1496).

    Page 7 of 7Consultant Evaluation Tests/Responses by Contract

    2/1/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 45 of 101

  • Vendor Reference Verification Form

    Broward County Solicitation No. and Title:

    Reference for:

    Organization/Firm Name providing reference:

    Contact Name: Reference date:

    Contact Phone:Contact Email:

    Name of Referenced Project:

    Contract No. Date Services Provided: Projec Amount:

    Vendor’s role in Project: Prime Vendor Subconsultant/Subcontractor

    Would you use this vendor again? Yes No

    Description of services provided by Vendor:

    Please rate your experience with the referenced Vendor:

    NeedsImprovement

    Satisfactory Excellent Not Applicable

    1. Vendor’s Quality of Servicea. Responsiveb. Accuracyc. Deliverables

    2. Vendor’s Organization:a. Staff expertiseb. Professionalismc. Turnover

    3. Timeliness of:a. Projectb. Deliverables

    4. Project completed within budget

    5. Cooperation with:a. Your Firmb. Subcontractor(s)/Subconsultant(s)c. Regulatory Agency(ies)

    Additional Comments: (provide on additional sheet if needed)

    All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code.

    11/17/2016Ivan Hay, P.E

    Florida Department of Transportation

    [email protected]

    SR-823 / NW 57th Avenue from Okeechobee Road to West 23rd Street

    C8U59 09/01/2009 11/15/2011 $ 14,400,000.00

    3059862575

    Eisman & Russo, Inc

    FDOT Personnel are prohibited from completing questionnaire forms. Attached is the Performance Evaluation.

    CEI Services

    Project Manager

    J2112395P1- Construction Engineering and Inspection-Wiles Rd from Riverside Dr to Rk Island Rd

    x Manuel Fontan HCED 01/12/2017

    Exhibit 2 Page 46 of 101

  • Florida Department of TransportationConsultant Evaluation Tests/Responses by Contract

    for Contract C8U59

    Most Recently Assigned Evaluations If the consultant wants to discuss this report, the Consultant Project Manager on this contract should contact the Department Project Manager within ten calendar days of receipt.

    Note: Below are the contact email addresses to send the report to. Print the report to Adobe .pdf format and then cut and paste the contact addresses into the "Send To:" line in the Outlook E-Mail.CN606IH;[email protected];

    CEI Consultant Evaluations ReportContractNumber: C8U59

    Financial Mgt.Number: 24994126201

    Description: NW 57 AVE CEI SERVICES

    DOT ProjectManager: HAY, IVAN

    Consultant: EISMAN & RUSSO, INC. Address: 6455 POWERS AVE JACKSONVILLE, FL 32217-2821 Sr. Project Engineer: Scott Gombar

    ProjectAdministrator:

    Construction Project Manager: Ivan Hay

    ConstructionAmount: $14,339,534

    Performance Rating Scale

    1 - ConsistentlyFailed to Meet Expectations

    2 - Inconsistently Met Expectations

    3 - Consistently Met Expectations

    4 - Consistently Met, Often Exceeded Expectations

    5 - Consistently Exceeded Expectations

    Note: An overall score of 3 is considered satisfactoryThe maximum score attainable is 5

    Summary of CEI Evaluations

    Typeof

    WorkQuality Schedule Management WeightedAverage

    DateGraded

    GradeType

    Entered By

    Reviewed By

    PSUReview

    10.1 4.0 4.0 4.0 4.0 02APR2012 FINAL HAY, IVAN HAY, IVAN PLATT, ROSE

    10.4 4.0 4.0 4.0 4.0 02APR2012 FINAL HAY, IVAN HAY, IVAN PLATT, ROSE

    Quality Grades for Contract: C8U59

    Page 1 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 47 of 101

  • Grading Type: FINAL Work Type: 10.1

    Firm: EISMAN & RUSSO, INC.

    Date Graded: 02APR2012

    Evaluation Criteria Score

    CCEI Contract Management1. Continuously provided CTQP qualified experienced staff asproposed; was responsive to Department's staffing requests; if personnel changes occurred, reasonable efforts were made so that the credentials of replacement staff were equal to or exceeded the qualifications of the person(s) originally approved. 4

    2. Coordinated with department personnel to ensure effective contract management, with required submittals made timely, in the subscribed format, with no material errors. Userids requested promptly and access maintained; timesheets signed weekly, if required; properly documented invoices submitted monthly; sub-consultants paid promptly; contract funds were tracked & reported as requested to avoid rush amendments; out-of-fund conditions, or settlement agreements. 4 3. Communicated regularly with Department CPM or project administrator and performed QC/QA inspection of staff on longer assignments to ensure the Department needs were being met. 4

    4. Utilized CEI personal protective equipment at all times asrequired. 45. Compliance with agreed upon DBE/MBE utilization goals and procedures. 4For Task Driven Contracts(Districtwide, On-call, GEC type):6. Responded by the Department deadline whether a task request

    was accepted. If accepted, promptly developed an

    Page 2 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 48 of 101

  • understanding of the assignment; prepared and submitted an accurate request package, and dispatched approved, properly equipped personnel when needed, but not prior to receiving authorization.

    Issue Identification and Resolution1. Acted proactively when identifying issues by working withvarious stakeholders including utilities, cities, counties and the Contractor so as to minimize time and cost overruns. 42. Conducted thorough analysis of issues including a review of various alternative solutions with enough detail and back-up to show logic behind alternatives. Provided documentation for time and cost impacts as required by CPAM. 4 3. Made decisions appropriate with authority and based thesedecisions on solid logic and enough supporting detail to demonstrate a well-researched effort. Decisions/recommendations consistent with the analysis. 4 4. Resolved issues in a timely manner so as to eliminate and/or minimize time and cost impacts to the project. Escalated issuesto the Department only when efforts towards resolution had reached an impasse, the issues were beyond the consultant's authority, or when project delays could result. 4

    Communication and Coordination1. Provided necessary project information to all project stakeholders. 42. Used an established system to track communications. 43. Scheduled, held, and documented the Pre-Construction Conference, the Monthly Scheduling Meetings, and the Progress Meetings(i.e. Submittals, RFI's, Progress/Schedule, MOT,

    Page 3 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 49 of 101

  • Utilities, CPPR, Outstanding Issues and Claims). 4 4. Notified Department immediately of issues impacting schedule and costs. 45. Documented oral communications in Daily Reports, logs, or other means. 46. Prepared written communications in the form, format, and details required by CPAM,etc. & within the appropriate time frame 4

    Project Documentation1. Kept Monthly and Final estimates up to date as the project progressed. 42. Tracked and monitored RFI's, shop drawings, contract changes, and other action items to achieve timely resolution. 4 3. Prepared and organized thorough and complete project documentation including a clear filing system, Daily diaries,claims documentation, Compliance monitoring and documentation, weather letters, and other project records. 4 4. Input information and documentation into Site Manager, EDMS, and CQR/LIMS in a timely manner. 4

    Effective Administration of the Construction Contract1. Administered the contract according to plans, specificationsand Contract provisions. Provided clear and timely interpretation of contract documents to Contractor. 4 2. Reviewed, approved, and monitored the Contractor's QC plan. Took action when necessary. Verified that materials used by the Contractor substantially conformed to plans, specifications and contract provisions. 4 3. Provided daily inspection and testing services as required by

    Page 4 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 50 of 101

  • the contract and shared results with the Contractor. Reviewed Contractor's QC results, compared to VT results and took appropriate actions. 4 4. The estimate (Monthly or Final) is true and correct as determined by the Consultant's reasonable and independent investigation and measurements. 4 5. Effectively and accurately administered the CPPR to hold the Contractor accountable for performance. Explained criteria at the pre-construction conference, discussed at the progress meetings and maintained accurate records. Utilized the CPPR process effectively to encourage Contractor to take full responsibility for quality at all levels and to properly document those itemsif they did not. 4

    Permit Monitoring1. Monitored, verified, and documented that all permit conditions were met. 42. Monitored & verified the Contractor's submittals were prepared and submitted in accordance with the contract documents/permits. 4

    3. Documented and proactively worked with the Contractor, EOR, and Permit agencies to resolve environmental issues in a timelymanner. 4

    Proactive in Regard to Public Concerns1. Provided current updates and advance notification of trafficshifts, durations, and impacts to residences, businesses, emergency services & other entities along project right-of-way. 4

    2. Prepared, maintained and distributed an emergency contact list

    Page 5 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 51 of 101

  • of key Department, Consultant, and Contractor personnel, and used it appropriately. 4 3. Logged, documented, tracked and took appropriate action on all public initiated inquiries from first contact through disposition or resolution. 44. Coordinated with the District Public Information Office, providing relevant data as requested for newsletters, media releases, public meetings, brochures, etc. 4 5. Monitored that business and pedestrian accesses were maintained and the signage was placed in accordance with all governing documents, and took appropriate action when necessary. 4

    Effect on Construction Cost and Time1. Schedule submittals were reviewed in accordance with specifications and the Contract. Reviewed the schedule monthly, met with the Contractor monthly to discuss the schedule, and took appropriate action when construction fell behind schedule in accordance with the critical path to minimize delay to theproject. 42. Verified the utility relocations were properly shown in theschedule, attempted to get the utility companies to buy into theschedule and consistently tracked and communicated with utilities to ensure that the utility companies complied with their schedules. Took appropriate actions when schedules were not met. 4

    3. When warranted, withhold estimates and issue verbal warnings,deficiency warning letters, and deficiency letters as appropriate 4

    Page 6 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 52 of 101

  • Management of CCEI Contract + Issue Identification & Resolution + Communications & Coordination + Project Documentation + Effective Administration of Construction Contract + Permit Monitoring + Proactive in Regard to Public Concerns+ Construction Cost & Time = Weighted Avg CCEIGrade: 4.0

    Quality Grades for Contract: C8U59Grading Type:

    FINAL Work Type: 10.4 Firm: EISMAN &

    RUSSO, INC. Date Graded: 02APR2012

    Evaluation Criteria Score

    CCEI Contract Management1. Continuously provided CTQP qualified experienced staff asproposed; was responsive to Department's staffing requests; if personnel changes occurred, reasonable efforts were made so that the credentials of replacement staff were equal to or exceeded the qualifications of the person(s) originally approved. 4

    2. Coordinated with department personnel to ensure effective contract management, with required submittals made timely, in the subscribed format, with no material errors. Userids requested promptly and access maintained; timesheets signed weekly, if required; properly documented invoices submitted monthly; sub-consultants paid promptly; contract funds were tracked & reported as requested to avoid rush amendments; out-of-fund conditions, or settlement agreements. 4 3. Communicated regularly with Department CPM or project administrator and performed QC/QA inspection of staff on longer assignments to ensure the Department needs were being met. 4

    4. Utilized CEI personal protective equipment at all times asrequired. 4

    5. Compliance with agreed upon DBE/MBE utilization

    Page 7 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 53 of 101

  • goals and procedures. 4For Task Driven Contracts(Districtwide, On-call, GEC type):6. Responded by the Department deadline whether a task request was accepted. If accepted, promptly developed an understanding of the assignment; prepared and submitted an accurate request package, and dispatched approved, properly equipped personnel when needed, but not prior to receiving authorization.

    Issue Identification and Resolution1. Acted proactively when identifying issues by working withvarious stakeholders including utilities, cities, counties and the Contractor so as to minimize time and cost overruns. 42. Conducted thorough analysis of issues including a review of various alternative solutions with enough detail and back-up to show logic behind alternatives. Provided documentation for time and cost impacts as required by CPAM. 4 3. Made decisions appropriate with authority and based thesedecisions on solid logic and enough supporting detail to demonstrate a well-researched effort. Decisions/recommendations consistent with the analysis. 4 4. Resolved issues in a timely manner so as to eliminate and/or minimize time and cost impacts to the project. Escalated issuesto the Department only when efforts towards resolution had reached an impasse, the issues were beyond the consultant's authority, or when project delays could result. 4

    Communication and Coordination1. Provided necessary project information to all project

    Page 8 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 54 of 101

  • stakeholders. 42. Used an established system to track communications. 43. Scheduled, held, and documented the Pre-Construction Conference, the Monthly Scheduling Meetings, and the Progress Meetings(i.e. Submittals, RFI's, Progress/Schedule, MOT, Utilities, CPPR, Outstanding Issues and Claims). 4 4. Notified Department immediately of issues impacting schedule and costs. 45. Documented oral communications in Daily Reports, logs, or other means. 46. Prepared written communications in the form, format, and details required by CPAM,etc. & within the appropriate time frame 4

    Project Documentation1. Kept Monthly and Final estimates up to date as the project progressed. 42. Tracked and monitored RFI's, shop drawings, contract changes, and other action items to achieve timely resolution. 4 3. Prepared and organized thorough and complete project documentation including a clear filing system, Daily diaries,claims documentation, Compliance monitoring and documentation, weather letters, and other project records. 4 4. Input information and documentation into Site Manager, EDMS, and CQR/LIMS in a timely manner. 4

    Effective Administration of the Construction Contract1. Administered the contract according to plans, specificationsand Contract provisions. Provided clear and timely interpretation of contract documents to Contractor. 4 2. Reviewed, approved, and monitored the Contractor's QC plan.

    Page 9 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 55 of 101

  • Took action when necessary. Verified that materials used by the Contractor substantially conformed to plans, specifications and contract provisions. 4 3. Provided daily inspection and testing services as required by the contract and shared results with the Contractor. Reviewed Contractor's QC results, compared to VT results and took appropriate actions. 4 4. The estimate (Monthly or Final) is true and correct as determined by the Consultant's reasonable and independent investigation and measurements. 4 5. Effectively and accurately administered the CPPR to hold the Contractor accountable for performance. Explained criteria at the pre-construction conference, discussed at the progress meetings and maintained accurate records. Utilized the CPPR process effectively to encourage Contractor to take full responsibility for quality at all levels and to properly document those itemsif they did not. 4

    Permit Monitoring1. Monitored, verified, and documented that all permit conditions were met. 42. Monitored & verified the Contractor's submittals were prepared and submitted in accordance with the contract documents/permits. 4

    3. Documented and proactively worked with the Contractor, EOR, and Permit agencies to resolve environmental issues in a timelymanner. 4

    Proactive in Regard to Public Concerns

    Page 10 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 56 of 101

  • 1. Provided current updates and advance notification of trafficshifts, durations, and impacts to residences, businesses, emergency services & other entities along project right-of-way. 4

    2. Prepared, maintained and distributed an emergency contact list of key Department, Consultant, and Contractor personnel, and used it appropriately. 4 3. Logged, documented, tracked and took appropriate action on all public initiated inquiries from first contact through disposition or resolution. 44. Coordinated with the District Public Information Office, providing relevant data as requested for newsletters, media releases, public meetings, brochures, etc. 4 5. Monitored that business and pedestrian accesses were maintained and the signage was placed in accordance with all governing documents, and took appropriate action when necessary. 4

    Effect on Construction Cost and Time1. Schedule submittals were reviewed in accordance with specifications and the Contract. Reviewed the schedule monthly, met with the Contractor monthly to discuss the schedule, and took appropriate action when construction fell behind schedule in accordance with the critical path to minimize delay to theproject. 42. Verified the utility relocations were properly shown in theschedule, attempted to get the utility companies to buy into theschedule and consistently tracked and communicated with utilities to ensure that the utility companies complied with their schedules. Took appropriate actions when schedules were not met. 4

    Page 11 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 57 of 101

  • 3. When warranted, withhold estimates and issue verbal warnings,deficiency warning letters, and deficiency letters as appropriate 4

    Management of CCEI Contract + Issue Identification & Resolution + Communications & Coordination + Project Documentation + Effective Administration of Construction Contract + Permit Monitoring + Proactive in Regard to Public Concerns+ Construction Cost & Time = Weighted Avg CCEIGrade: 4.0

    Print Detailed Grades Listing

    Back to Selection Screen Reports Menu

    This request took 4.27 seconds of real time (v9.3 build 1496).

    Page 12 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

    Exhibit 2 Page 58 of 101

  • From: Hay, IvanTo: Fontan, ManuelSubject: Broward County Reference VerificationDate: Thursday, January 12, 2017 9:57:59 AMAttachments: IvanHay.pdf

    SKM_364e17011209590Eaisman.pdf

    The form is accurate as presented.  Ivan Hay, P.E.North Dade Construction Resident EngineerFlorida Department of Transportation, District VI1773 NE 205th StreetNorth Miami Beach, FL , 33179 305-640-7114Email: [email protected] From: Fontan, Manuel [mailto:[email protected]] Sent: Wednesday, January 11, 2017 5:21 PMTo: Hay, IvanCc: Bustamante, Ana; Campeanu, Dorel; Hammond, MichaelSubject: Broward County Reference Verification To: Ivan Hay, P.E Broward  County  recently  received  this  Reference  Verification  Form  from  Eisman & Russo,Inc. with a reference completed by your firm.  Please respond to this e-mail and confirm thatthe form is accurate as presented or identify any discrepancies.  As references are an integralpart of the evaluation of proposals submitted by firms, please provide your response as soonas possible, but no later than 5 PM on January 17, 2016. 

     Thank you,  Manuel Fontan, P.E., PTOEEngineering Unit Supervisor Public Works DepartmentHighway Construction and Engineering Division1 N. University Drive, Box B300, Suite 3200BPlantation, Florida 33324-2038 Office Phone: 954-577-4654Cell Phone: [email protected] 

    Exhibit 2 Page 59 of 101

    mailto:[email protected]:[email protected]:[email protected]
  • Vendor Reference Verification Form

    Broward County Solicitation No. and Title:

    Reference for:

    Organization/Firm Name providing reference:

    Contact Name: Reference date:

    Contact Phone:Contact Email:

    Name of Referenced Project:

    Contract No. Date Services Provided: Projec Amount:

    Vendor’s role in Project: Prime Vendor Subconsultant/Subcontractor

    Would you use this vendor again? Yes No

    Description of services provided by Vendor:

    Please rate your experience with the referenced Vendor:

    NeedsImprovement

    Satisfactory Excellent Not Applicable

    1. Vendor’s Quality of Servicea. Responsiveb. Accuracyc. Deliverables

    2. Vendor’s Organization:a. Staff expertiseb. Professionalismc. Turnover

    3. Timeliness of:a. Projectb. Deliverables

    4. Project completed within budget

    5. Cooperation with:a. Your Firmb. Subcontractor(s)/Subconsultant(s)c. Regulatory Agency(ies)

    Additional Comments: (provide on additional sheet if needed)

    All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code.

    11/17/2016Ivan Hay, P.E

    Florida Department of Transportation

    [email protected]

    SR-823 / NW 57th Avenue from Okeechobee Road to West 23rd Street

    C8U59 09/01/2009 11/15/2011 $ 14,400,000.00

    3059862575

    Eisman & Russo, Inc

    FDOT Personnel are prohibited from completing questionnaire forms. Attached is the Performance Evaluation.

    CEI Services

    Project Manager

    J2112395P1- Construction Engineering and Inspection-Wiles Rd from Riverside Dr to Rk Island Rd

  • Florida Department of TransportationConsultant Evaluation Tests/Responses by Contract

    for Contract C8U59

    Most Recently Assigned Evaluations If the consultant wants to discuss this report, the Consultant Project Manager on this contract should contact the Department Project Manager within ten calendar days of receipt.

    Note: Below are the contact email addresses to send the report to. Print the report to Adobe .pdf format and then cut and paste the contact addresses into the "Send To:" line in the Outlook E-Mail.CN606IH;[email protected];

    CEI Consultant Evaluations ReportContractNumber: C8U59

    Financial Mgt.Number: 24994126201

    Description: NW 57 AVE CEI SERVICES

    DOT ProjectManager: HAY, IVAN

    Consultant: EISMAN & RUSSO, INC. Address: 6455 POWERS AVE JACKSONVILLE, FL 32217-2821 Sr. Project Engineer: Scott Gombar

    ProjectAdministrator:

    Construction Project Manager: Ivan Hay

    ConstructionAmount: $14,339,534

    Performance Rating Scale

    1 - ConsistentlyFailed to Meet Expectations

    2 - Inconsistently Met Expectations

    3 - Consistently Met Expectations

    4 - Consistently Met, Often Exceeded Expectations

    5 - Consistently Exceeded Expectations

    Note: An overall score of 3 is considered satisfactoryThe maximum score attainable is 5

    Summary of CEI Evaluations

    Typeof

    WorkQuality Schedule Management WeightedAverage

    DateGraded

    GradeType

    Entered By

    Reviewed By

    PSUReview

    10.1 4.0 4.0 4.0 4.0 02APR2012 FINAL HAY, IVAN HAY, IVAN PLATT, ROSE

    10.4 4.0 4.0 4.0 4.0 02APR2012 FINAL HAY, IVAN HAY, IVAN PLATT, ROSE

    Quality Grades for Contract: C8U59

    Page 1 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

  • Grading Type: FINAL Work Type: 10.1

    Firm: EISMAN & RUSSO, INC.

    Date Graded: 02APR2012

    Evaluation Criteria Score

    CCEI Contract Management1. Continuously provided CTQP qualified experienced staff asproposed; was responsive to Department's staffing requests; if personnel changes occurred, reasonable efforts were made so that the credentials of replacement staff were equal to or exceeded the qualifications of the person(s) originally approved. 4

    2. Coordinated with department personnel to ensure effective contract management, with required submittals made timely, in the subscribed format, with no material errors. Userids requested promptly and access maintained; timesheets signed weekly, if required; properly documented invoices submitted monthly; sub-consultants paid promptly; contract funds were tracked & reported as requested to avoid rush amendments; out-of-fund conditions, or settlement agreements. 4 3. Communicated regularly with Department CPM or project administrator and performed QC/QA inspection of staff on longer assignments to ensure the Department needs were being met. 4

    4. Utilized CEI personal protective equipment at all times asrequired. 45. Compliance with agreed upon DBE/MBE utilization goals and procedures. 4For Task Driven Contracts(Districtwide, On-call, GEC type):6. Responded by the Department deadline whether a task request

    was accepted. If accepted, promptly developed an

    Page 2 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

  • understanding of the assignment; prepared and submitted an accurate request package, and dispatched approved, properly equipped personnel when needed, but not prior to receiving authorization.

    Issue Identification and Resolution1. Acted proactively when identifying issues by working withvarious stakeholders including utilities, cities, counties and the Contractor so as to minimize time and cost overruns. 42. Conducted thorough analysis of issues including a review of various alternative solutions with enough detail and back-up to show logic behind alternatives. Provided documentation for time and cost impacts as required by CPAM. 4 3. Made decisions appropriate with authority and based thesedecisions on solid logic and enough supporting detail to demonstrate a well-researched effort. Decisions/recommendations consistent with the analysis. 4 4. Resolved issues in a timely manner so as to eliminate and/or minimize time and cost impacts to the project. Escalated issuesto the Department only when efforts towards resolution had reached an impasse, the issues were beyond the consultant's authority, or when project delays could result. 4

    Communication and Coordination1. Provided necessary project information to all project stakeholders. 42. Used an established system to track communications. 43. Scheduled, held, and documented the Pre-Construction Conference, the Monthly Scheduling Meetings, and the Progress Meetings(i.e. Submittals, RFI's, Progress/Schedule, MOT,

    Page 3 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

  • Utilities, CPPR, Outstanding Issues and Claims). 4 4. Notified Department immediately of issues impacting schedule and costs. 45. Documented oral communications in Daily Reports, logs, or other means. 46. Prepared written communications in the form, format, and details required by CPAM,etc. & within the appropriate time frame 4

    Project Documentation1. Kept Monthly and Final estimates up to date as the project progressed. 42. Tracked and monitored RFI's, shop drawings, contract changes, and other action items to achieve timely resolution. 4 3. Prepared and organized thorough and complete project documentation including a clear filing system, Daily diaries,claims documentation, Compliance monitoring and documentation, weather letters, and other project records. 4 4. Input information and documentation into Site Manager, EDMS, and CQR/LIMS in a timely manner. 4

    Effective Administration of the Construction Contract1. Administered the contract according to plans, specificationsand Contract provisions. Provided clear and timely interpretation of contract documents to Contractor. 4 2. Reviewed, approved, and monitored the Contractor's QC plan. Took action when necessary. Verified that materials used by the Contractor substantially conformed to plans, specifications and contract provisions. 4 3. Provided daily inspection and testing services as required by

    Page 4 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

  • the contract and shared results with the Contractor. Reviewed Contractor's QC results, compared to VT results and took appropriate actions. 4 4. The estimate (Monthly or Final) is true and correct as determined by the Consultant's reasonable and independent investigation and measurements. 4 5. Effectively and accurately administered the CPPR to hold the Contractor accountable for performance. Explained criteria at the pre-construction conference, discussed at the progress meetings and maintained accurate records. Utilized the CPPR process effectively to encourage Contractor to take full responsibility for quality at all levels and to properly document those itemsif they did not. 4

    Permit Monitoring1. Monitored, verified, and documented that all permit conditions were met. 42. Monitored & verified the Contractor's submittals were prepared and submitted in accordance with the contract documents/permits. 4

    3. Documented and proactively worked with the Contractor, EOR, and Permit agencies to resolve environmental issues in a timelymanner. 4

    Proactive in Regard to Public Concerns1. Provided current updates and advance notification of trafficshifts, durations, and impacts to residences, businesses, emergency services & other entities along project right-of-way. 4

    2. Prepared, maintained and distributed an emergency contact list

    Page 5 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

  • of key Department, Consultant, and Contractor personnel, and used it appropriately. 4 3. Logged, documented, tracked and took appropriate action on all public initiated inquiries from first contact through disposition or resolution. 44. Coordinated with the District Public Information Office, providing relevant data as requested for newsletters, media releases, public meetings, brochures, etc. 4 5. Monitored that business and pedestrian accesses were maintained and the signage was placed in accordance with all governing documents, and took appropriate action when necessary. 4

    Effect on Construction Cost and Time1. Schedule submittals were reviewed in accordance with specifications and the Contract. Reviewed the schedule monthly, met with the Contractor monthly to discuss the schedule, and took appropriate action when construction fell behind schedule in accordance with the critical path to minimize delay to theproject. 42. Verified the utility relocations were properly shown in theschedule, attempted to get the utility companies to buy into theschedule and consistently tracked and communicated with utilities to ensure that the utility companies complied with their schedules. Took appropriate actions when schedules were not met. 4

    3. When warranted, withhold estimates and issue verbal warnings,deficiency warning letters, and deficiency letters as appropriate 4

    Page 6 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

  • Management of CCEI Contract + Issue Identification & Resolution + Communications & Coordination + Project Documentation + Effective Administration of Construction Contract + Permit Monitoring + Proactive in Regard to Public Concerns+ Construction Cost & Time = Weighted Avg CCEIGrade: 4.0

    Quality Grades for Contract: C8U59Grading Type:

    FINAL Work Type: 10.4 Firm: EISMAN &

    RUSSO, INC. Date Graded: 02APR2012

    Evaluation Criteria Score

    CCEI Contract Management1. Continuously provided CTQP qualified experienced staff asproposed; was responsive to Department's staffing requests; if personnel changes occurred, reasonable efforts were made so that the credentials of replacement staff were equal to or exceeded the qualifications of the person(s) originally approved. 4

    2. Coordinated with department personnel to ensure effective contract management, with required submittals made timely, in the subscribed format, with no material errors. Userids requested promptly and access maintained; timesheets signed weekly, if required; properly documented invoices submitted monthly; sub-consultants paid promptly; contract funds were tracked & reported as requested to avoid rush amendments; out-of-fund conditions, or settlement agreements. 4 3. Communicated regularly with Department CPM or project administrator and performed QC/QA inspection of staff on longer assignments to ensure the Department needs were being met. 4

    4. Utilized CEI personal protective equipment at all times asrequired. 4

    5. Compliance with agreed upon DBE/MBE utilization

    Page 7 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

  • goals and procedures. 4For Task Driven Contracts(Districtwide, On-call, GEC type):6. Responded by the Department deadline whether a task request was accepted. If accepted, promptly developed an understanding of the assignment; prepared and submitted an accurate request package, and dispatched approved, properly equipped personnel when needed, but not prior to receiving authorization.

    Issue Identification and Resolution1. Acted proactively when identifying issues by working withvarious stakeholders including utilities, cities, counties and the Contractor so as to minimize time and cost overruns. 42. Conducted thorough analysis of issues including a review of various alternative solutions with enough detail and back-up to show logic behind alternatives. Provided documentation for time and cost impacts as required by CPAM. 4 3. Made decisions appropriate with authority and based thesedecisions on solid logic and enough supporting detail to demonstrate a well-researched effort. Decisions/recommendations consistent with the analysis. 4 4. Resolved issues in a timely manner so as to eliminate and/or minimize time and cost impacts to the project. Escalated issuesto the Department only when efforts towards resolution had reached an impasse, the issues were beyond the consultant's authority, or when project delays could result. 4

    Communication and Coordination1. Provided necessary project information to all project

    Page 8 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

  • stakeholders. 42. Used an established system to track communications. 43. Scheduled, held, and documented the Pre-Construction Conference, the Monthly Scheduling Meetings, and the Progress Meetings(i.e. Submittals, RFI's, Progress/Schedule, MOT, Utilities, CPPR, Outstanding Issues and Claims). 4 4. Notified Department immediately of issues impacting schedule and costs. 45. Documented oral communications in Daily Reports, logs, or other means. 46. Prepared written communications in the form, format, and details required by CPAM,etc. & within the appropriate time frame 4

    Project Documentation1. Kept Monthly and Final estimates up to date as the project progressed. 42. Tracked and monitored RFI's, shop drawings, contract changes, and other action items to achieve timely resolution. 4 3. Prepared and organized thorough and complete project documentation including a clear filing system, Daily diaries,claims documentation, Compliance monitoring and documentation, weather letters, and other project records. 4 4. Input information and documentation into Site Manager, EDMS, and CQR/LIMS in a timely manner. 4

    Effective Administration of the Construction Contract1. Administered the contract according to plans, specificationsand Contract provisions. Provided clear and timely interpretation of contract documents to Contractor. 4 2. Reviewed, approved, and monitored the Contractor's QC plan.

    Page 9 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

  • Took action when necessary. Verified that materials used by the Contractor substantially conformed to plans, specifications and contract provisions. 4 3. Provided daily inspection and testing services as required by the contract and shared results with the Contractor. Reviewed Contractor's QC results, compared to VT results and took appropriate actions. 4 4. The estimate (Monthly or Final) is true and correct as determined by the Consultant's reasonable and independent investigation and measurements. 4 5. Effectively and accurately administered the CPPR to hold the Contractor accountable for performance. Explained criteria at the pre-construction conference, discussed at the progress meetings and maintained accurate records. Utilized the CPPR process effectively to encourage Contractor to take full responsibility for quality at all levels and to properly document those itemsif they did not. 4

    Permit Monitoring1. Monitored, verified, and documented that all permit conditions were met. 42. Monitored & verified the Contractor's submittals were prepared and submitted in accordance with the contract documents/permits. 4

    3. Documented and proactively worked with the Contractor, EOR, and Permit agencies to resolve environmental issues in a timelymanner. 4

    Proactive in Regard to Public Concerns

    Page 10 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

  • 1. Provided current updates and advance notification of trafficshifts, durations, and impacts to residences, businesses, emergency services & other entities along project right-of-way. 4

    2. Prepared, maintained and distributed an emergency contact list of key Department, Consultant, and Contractor personnel, and used it appropriately. 4 3. Logged, documented, tracked and took appropriate action on all public initiated inquiries from first contact through disposition or resolution. 44. Coordinated with the District Public Information Office, providing relevant data as requested for newsletters, media releases, public meetings, brochures, etc. 4 5. Monitored that business and pedestrian accesses were maintained and the signage was placed in accordance with all governing documents, and took appropriate action when necessary. 4

    Effect on Construction Cost and Time1. Schedule submittals were reviewed in accordance with specifications and the Contract. Reviewed the schedule monthly, met with the Contractor monthly to discuss the schedule, and took appropriate action when construction fell behind schedule in accordance with the critical path to minimize delay to theproject. 42. Verified the utility relocations were properly shown in theschedule, attempted to get the utility companies to buy into theschedule and consistently tracked and communicated with utilities to ensure that the utility companies complied with their schedules. Took appropriate actions when schedules were not met. 4

    Page 11 of 12Consultant Evaluation Tests/Responses by Contract

    11/18/2016http://tlhost01.dot.state.fl.us/sas-cgi/broker

  • 3. When warranted, withhold estimates and issue verbal warnings,deficiency warning letters, and deficiency letters as appropriate 4

    Management of CCEI Contract + Issue Identification & Resolution + Communi