HomeMy WebLinkAbout2021 03 22 Consent 301 - Award of Civil Engineering Continuing Services Contracts, RFQ 01-21-TP • CONSENT AGENDA ITEM 301
n, CITY COMMISSION AGENDA I MARCH 22, 2021 REGULAR MEETING
1959
TITLE
Award of Civil Engineering Continuing Services Contracts, RFQ 01-21-TP
SUMMARY
The City of Winter Springs has needs for engineering, architectural and survey services
which cannot be accomplished by City Staff. A Request for Qualifications for Civil
Engineering Continuing Services was developed. On December 29, 2020, RFQ 01-21 TP
for Civil Engineering Continuing Services was published on DemandStar, the City's
website, and the message board at City Hall. A total of 12 proposals were received by
the February 9, 2021 deadline. The proposal evaluations were submitted, tabulated &
discussed by the Evaluation Committee at a Public Meeting held on March 1, 2021. The
committee was made up of 3 City Staff members and a professional engineer from
Veolia, NA. There was a very broad range of firms providing the services required by
the City. The committee scored the seven criteria on a value of 1 to 10 and a weighting
factor was applied during the final tabulation that resulted in the scores below. The
top five ranked consultants would provide the professional services needed.
The following is the list of consultants with their ranking.
FIRM WEIGHTED SCORE
Kimley-Horn & Associates Total Score 84
Pegasus Engineering, LLC Total Score 81.875
Carollo Engineers, Inc Total Score 80.625
Southeastern Surveying & Mapping Corp Total Score 79.75
Bentley Architects & Engineers, Inc Total Score 79.625
CPH, Inc Total Score 76.125
Neel-Schaffer Total Score 75
Carnahan Proctor & Cross, Inc (CPC) Total Score 74.25
Aim Engineering & Surveying, Inc Total Score 71.125
Chen, Moore &Associates (CMA) Total Score 69.375
Heath & Lineback Engineers, Inc Total Score 68.875
NV5, Inc Total Score 64.3125
1
No funding is required to execute the continuing services agreements with the five
consultants. Funding for project assignments performed under these agreements will
follow the City's normal budgeting and approval process.
RECOMMENDATION
Staff recommends the City Commission approve the continuing services
agreements for engineering services with Kimley-Horn &Associates, Pegasus
Engineering LLC, Carollo Engineers, Inc, Southeastern Surveying & Mapping
Corp and Bentley Architects & Engineers, Inc. These Consulting Professional
Services Agreements will be for an initial term of three (3) years with the
option to extend by mutual agreement for up to two (2) one year extensions.
2
a
i
0
Incorporated
1459
City of Winter Springs, Florida
REQUEST FOR QUALIFICATIONS
RFQ# 01-21 TP
for
Civil Engineering Continuing Services
City of Winter Springs, Florida
1126 East SR 434
Winter Springs, FL 32708
407-327-1800
3
City of Winter Springs, FL
REQUEST FOR QUALIFICATIONS
RFQ# 01-21 TP
Civil Engineering Continuing Services
TABLE OF CONTENTS
I. INTRODUCTION ------------------------------------------------------------------------------------------------------------ 3
II. SERVICES REQUESTED 7
--------------------------------------------------------------------------------------------------
III. EVALUATION CRITERIA 8
IV. SUBMITTAL REQUIREMENTS 9
---------------------------------------------------------------------------------------
V. REFERENCE DOCUMENTS 10
VI. REQUIRED FORMS 11
4
City of Winter Springs, Florida
REQUEST FOR QUALIFICATIONS
RFQ# 01-21 TP
Civil Engineering Continuing Services
• INTRODUCTION
The City of Winter Springs, Florida invites the submittal of Statements of Qualifications from
professional engineering consultants for Professional Engineering Services for Civil Engineering Continuing
Services. This Request for Qualifications (RFQ) has been issued to provide firms with information to
prepare and submit a detailed response, which must satisfy all requirements and criteria established in
this RFQ to qualify for consideration. Qualified firms who are interested in providing these services may
download the RFQ from DemandStar. The selected professional engineering consultants (minimum of
five) shall negotiate a contract for continuing civil engineering services with the City in accordance with
the Consultants' Competitive Negotiation Act, s. 287.055, Florida Statutes.
• INSTRUCTIONS TO RESPONDENTS
By responding to this RFQ, Respondent certifies, represents, and warrants that all information contained
in Respondent's RFQ submittal is accurate and truthful and that the City will rely on said information
during the RFQ process. Further, the Respondent represents and warrants to the City that they have
read, understand, and agree to abide by all the terms and conditions set forth in the RFQ Package and all
subsequently issued addendums. Respondent further understands and agrees that misleading,
fraudulent, untruthful, and deceitful information, whether presented to the City in writing or verbally,
shall be grounds for immediate disqualification. Additionally, Respondent agrees that the City shall have
the sole discretion to rank Respondents to this RFQ. The final ranking of the qualifications of all
Respondents by the City does not guarantee that any of the highest ranked Respondents will be selected
to perform particular projects or tasks. The City may elect, at its sole discretion, to initiate negotiations
to enter into one or more written agreements with selected Respondents pursuant to this RFQ. Said
agreements shall be approved separately by, and at the sole discretion of,the City Commission of Winter
Springs, and shall depend on numerous factors such as any successful Respondent offering fair,
competitive and reasonable prices for their services and the Respondent's ability to accept the terms
and conditions required by the City. Further, Respondent agrees that the City has the right to reject, for
any reason and without penalty, any and all submittal packages prior to and after the rankings are made
by the City, and that the City has the right, for any reason and without penalty, to terminate any
contract negotiations commenced under this RFQ with any Respondent at any time. In addition, the City
reserves the right to both waive any minor informality in responses and to determine, in its sole
discretion,whether or not a particular informality is minor. Respondent shall bear all costs associated with
preparing, responding, interviewing or presenting in connection with this RFQ. The City of Winter Springs
will not be liable or pay for any such cost.
During the RFQ process, Respondent consents to the City of Winter Springs conducting credit and
corporate background checks on the Respondent. Further,the Respondent hereby consents and authorizes
the City to contact any and all previous clients, and references, of Respondent to inquire about the
Respondent's past or current performance on any other project that the City deems to be relevant to
the services requested under this RFQ. Firms shall not contact any City officials or staff members regarding
3
5
this RFQ except as provided under this RFQ and written comments or questions regarding the meaning or
intent of the RFQ shall be submitted to Donna Bruno at dbruno@winterspringsfl.or . ANY INDIRECT OR
DIRECT COMMUNICATIONS AND LOBBYING REGARDING THIS RFQ MADE TO MEMBERS OF THE CITY
COMMISSION, MEMBERS OF THE SELECTION COMMITTEE, OR ANY OTHER CITY OFFICIAL ARE STRICTLY
PROHIBITED AND SHALL CONSTITUTE GROUNDS FOR IMMEDIATE DISQUALIFICATION. Only questions
answered by formal written addenda issued by the City will be binding. Oral and other interpretations or
clarifications will be without legal effect and may not be relied upon by Respondents in submitting their
response.
Note: Respondents shall familiarize themselves with the provisions of the Florida Public Records Law,
especially section 119.071, Florida Statutes. Unless deemed exempt or confidential by law, all information
submitted by Respondents to the City will become a public record subject to the provisions of the Florida
Public Records Law. Unless otherwise provided by the Public Records Law, information and materials
received by the City in connection with an RFQ response and under any awarded contract shall be deemed
to be public records subject to public inspection and/or copying at the end of the statutory exemption time
period pursuant to Section 119.071, Florida Statutes. However, certain exemptions to the Public Records
Law are statutorily provided for under sections 119.07 and 119.071, Florida Statutes, and other applicable
laws. If the Respondent believes any of the information contained in its response is exempt from the Public
Records Law,the Respondent must, in its response, specifically identify the material which is deemed to be
exempt and cite the legal authority for the exemption; otherwise, the City will treat all materials received
as public records. In addition,the Respondent shall make available to the City, or any of its duly authorized
representatives,any books,documents, papers,and records of the Respondent which are directly pertinent
to any contract awarded under this RFQ for the purpose of making audit, examination, excerpts, and
transcriptions. All records shall be retained for a minimum of three (3) years after the City makes final
payment under the contract awarded under this RFQ and all other pending matters are closed by the City.
A pre-submittal conference call will be held on January 7,2021,at 2:00 PM. Attendance at the pre-submittal
conference call is MANDATORY for ALL firms interested in pursuing this work. All other questions regarding
this RFQ shall be submitted in writing to Donna Bruno at dbruno@winterspringsfl.or�.
RFQ 01-21 TP (Engineering) Pre Submittal Call
Thu, Jan 7, 20212:00 PM -3:00 PM (EST)
Please join my meeting from your computer,tablet or smartphone.
https://global.gotomeeting.com/*oin/599768013
You can also dial in using your phone.
United States: +1 (408) 650-3123
Access Code: 599-768-013
Submittal responses shall include one (1) original in a sealed package marked "RFQ # 01-21 TP - CIVI L
ENGINEERING CONTINUING SERVICES" and 1 flash drive containing all documents in Adobe PDF
electronic format. Submittals must be received in City Hall's Utility Billing Department, 1126 East State
Road 434, Winter Springs, Florida 32708, no later than February 9, 2021 at 10:00 am. All proposals
received after the established deadline will not be accepted. The City will not be responsible for mail
delays, late, or incorrect deliveries. The clock located in the lobby of City Hall will be the official authority
for determining the time that packages are received and for determining late responses.
Respondents who are preparing a submittal are expected to examine this request including all relevant
4
6
forms, terms, conditions, and instructions. All costs associated with preparation and submittal of
qualifications shall be borne entirely by the Respondent. Submittals will become the property of the City
and will become part of the public record, subsequent to award of the contract(s) or rejection of all
submittals.
INDEMNIFICATION STATEMENT—By submitting a response document signed by an authorized agent of the
Respondent, Respondent acknowledges and accepts the terms and conditions of the following
Indemnification Statement in the event of contract award:
"For other and additional good and valuable consideration, the receipt and sufficiency of which is
hereby acknowledged, the Respondent shall indemnify, hold harmless and defend the City of Winter
Springs and its elected and appointed officers, agents, officials, attorneys, representatives and
employees (hereinafter the "City") against any and all liability, loss, cost, damages, expenses, injuries
(including death), claim or actions, of whatever type, including but not limited to attorney's fees in any
legal proceeding through trial and appeal, which the City may hereafter sustain, incur or be required to
pay, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of
Respondent/Engineer, its agent(s), vendors, representatives, servants, employees, or other persons
employed or utilized by the Engineer in the execution, performance or non- performance or failure to
adequately perform Respondent's obligations pursuant to this RFQ and any subsequent contract, including
any Task Order.
The Engineer/Respondent specifically assumes potential liability for actions brought by the Engineer's own
employees against the City and, solely for the purpose of this indemnification, the Engineer specifically
waives its entitlement, if any, to immunity under Section 440.11, Florida Statutes. This waiver has been
specifically and mutually negotiated by the parties."
The indemnity provisions shall survive termination of any Agreement.
LIMITATION OF LIABILITY STATEMENT — By submitting a response document signed by an authorized
agent of the Respondent, Respondent acknowledges and accepts the terms and conditions of the
following Limited Liability Statement in the event of contract award:
"The City desires to enter into this contract only if in so doing the City can place a limit on the City's
liability for any cause of action arising out of the contract, so that the City's liability for any breach never
exceeds the sum of any contract amount that is owed by the City for services actually performed by the
Respondent to the City's complete satisfaction. For other good and valuable consideration,the receipt and
sufficiency of which is hereby acknowledged, Respondent expresses its willingness to enter into this contract
with the knowledge that the Respondent's recovery from the City to any action or claim arising from the
contract is limited to a maximum amount of the sum of any contract amount that is owed by the City for
services actually performed by the Respondent to the City's complete satisfaction, and in no case shall
exceed the amount provided in Section 768.28, Florida Statutes. Nothing contained in this paragraph or
elsewhere in this contract is in any way intended either to be a waiver of the limitation placed upon the
liability of the City as set forth in Section 768.28 Florida Statutes, or to extend the liability of the City
beyond the limits established in said Section 768.28 Florida Statutes; and no claim or award against the City
shall include attorney's fees, investigative costs,expert fees, suit costs or pre-judgment interest."
LIMITATION OF CAMPAIGN CONTRIBUTIONS STATEMENT- By submitting a response document signed by an
authorized agent of the Respondent, Respondent acknowledges and accepts the terms and conditions
5
7
of the following Limitation of Campaign Contributions Statement in the event of contract award:
"The Respondent, including its chief executive officer, chief financial officer, chief operating officer, or
persons having an ownership interest exceeding five percent in the Respondent business entity, agree that
they shall not directly or indirectly make any contribution, or promise expressly or impliedly to make any
contribution, to any candidate for the Winter Springs City Commission during any time between the
execution of the contract through the completion of the contract."
E-VERIFY REGISTRATION AND USE - Pursuant to section 448.095, Florida Statutes, beginning January 1,
2021, any City contractors shall register with and use the U.S. Department of Homeland Security's E-
Verify system, https://e-verify.uscis.gov/emp, to verify the work authorization status of all employees
hired on and after January 1, 2021. City Contractors must provide evidence of compliance with section
448.095, Florida Statutes. Evidence shall consist of an affidavit from the Contractor stating all employees
hired on and after January 1, 2021 have had their work authorization status verified through the E-
Verify system and a copy of their proof of registration in the E-Verify system. Failure to comply with this
provision will be a material breach of the contract, and shall result in the immediate termination of the
contract without penalty to the City. The City Contractor shall be liable for all costs incurred by the City
securing a replacement Contract, including but not limited to, any increased costs for the same services,
any costs due to delay,and rebidding costs, if applicable. If the City Contractor utilizes Subcontractors the
following shall apply:
(i) Contractor shall also require all subcontractors performing work under the Agreement to
use the E-Verify system for any employees they may hire during the term of the
Agreement.
(ii) Contractor shall obtain from all such subcontractors an affidavit stating the subcontractor
does not employ, contract with, or subcontract with an unauthorized alien, as defined in
section 448.095, Florida Statutes.
(iii) Contractor shall provide a copy of all subcontractor affidavits to the City upon receipt and
shall maintain a copy for the duration of the Agreement.
The submittal shall not exceed 30 pages in length, exclusive of a one-page cover letter, proposed staff
resumes, and the standard forms. Resumes of proposed staff cannot exceed two (2) pages in length
per staff member.
The targeted schedule for this solicitation is as follows:
RFQ Released for Advertisement December 30, 2020
Mandatory Pre-Submittal Conference January 7, 2021 at 2:00 PM
Last day for Questions February 1, 2021 at 5:00 PM
Proposals Due February 9, 2021 at 10:00 AM
Oral Presentations February/March, 2021
A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity
crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public
6
8
entity; may not submit a bid, proposal,or reply on a contract with a public entity for the construction or repair
of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a
public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant
under a contract with any public entity; and may not transact business with any public entity in excess of the
threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of
being placed on the convicted vendor list.
• CITY RESERVATIONS
The City reserves the right to amend the RFQ. If it becomes necessary to revise any part of the RFQ an
addendum shall be provided to firms who are recorded with the City as having received a copy of this
RFQ. In the event of addenda, firms shall include acknowledgment of all addenda as part of their
submittal. Failure to acknowledge addenda may be grounds for disqualification of the submittal.
The City reserves the right to withdraw or amend the RFQ; reject any or all submittals in whole or in part;
to re-advertise for any or all of the services; to negotiate for additional services or materials; and/or to
accept the proposals, which, in its judgment best serves the interest of the City.
• SERVICES REQUESTED
The Consulting Professional Services Agreement will be for an initial term of three (3) years with
the option to extend by mutual agreement for up to two (2) one year extensions. However, the
Consulting Professional Services Agreement shall be subject to termination for convenience by the
City. Services provided to the City by the successful consultant will be on an individual task order
basis. Task orders shall be assigned and approved at the City's sole discretion after the Consulting
Professional Services Agreement is approved and executed by the parties. Below is a representative
list of engineering service areas to provide interested consultants a better understanding of the
scope for typical project assignments. Firms are not required or expected to be qualified in all civil
engineering service areas. Firms should submit their qualifications in their area(s) of expertise:
• Roadway Design
• Bridge Repair Design
• Traffic Signals
• Pedestrian and Bicycle Facilities
• Streetscape Design
• Stormwater Engineering
• TMDL/Water Quality Studies and Design
• Flood Control Studies and Design
• Stormwater Master Planning and Modeling
• Potable Water and Reclaimed Water Distribution System Analysis and Design
• Potable Water Treatment Engineering
• Sanitary Sewer Collection System Analysis and Design
• Sanitary Sewer and Reclaimed Water Treatment Engineering
• General Site Planning and Design for Municipal Facilities
• Parks and Recreational Facilities Master Planning and Design
• GIS Support Services
7
9
• Land Development Plan Review Support Services
• Architecture Services
• EVALUATION AND CRITERIA
Submittals will be evaluated and ranked by a selection committee composed of City staff and its O&M
vendor. Oral presentations of the short-listed firms may be requested at the discretion of the selection
committee. A final determination of the rankings and selected firm(s) will be made by the City
Commission at a date and time to be determined.
All responses will be subject to a review and evaluation process under the terms, conditions and
procedures set forth in the RFQ. It is the intent of the City that all Respondents responding to this RFQ
who meet the minimum requirements contained in this RFQ shall be ranked, at the selection
committee's and City Commission's sole and absolute discretion, in accordance with the evaluation
criteria and factors established in the RFQ.The City will consider all responsive and responsible responses
received in its evaluation and award process. Contracts will be awarded to five (5) or more firms
deemed the most qualified, and in the City's best interests as determined in the sole and absolute
discretion of the City Commission of the City of Winter Springs. Respondents shall submit information
for evaluation in the categories listed below. Submittals will be scored and weighted using the
evaluation rating range table and cumulative point system (the maximum attainable score is 100
points)as follows:
• Experience of the firm and qualifications of proposed project team in its area(s) of expertise. (20
points)
• Ability to provide cost effective engineering services. This should include references of practical
solutions. (20 points)
Project team's ability to work within project schedule and budget constraints. This should include
project references, current staff count, and annual volume of business. (20 points)
Project team's ability to apply creative solutions to challenging problems. This should include
project references. (10 points)
• The City expects a collaborative approach to the project. Please provide your approach and
experience in providing a well-coordinated project with City Management, Utility Operators, and
others.(5 points)
• Firm and project team's familiarity and experience with local municipalities of similar size. (20
points)
• The firm is a certified minority business enterprise as defined by the Florida Small and Minority
Business Assistance Act. (5 points)
The City may,at its discretion,seek clarification of any aspect of a Respondent's submittal. Selection shall
be made of the Respondents that demonstrate capability while most closely meeting the City's needs
according to the requirements of this RFQ and the evaluation criteria and factors designated herein.
Further, once the City Commission approves a ranking of the firms, the award will depend upon the
8
10
successful Respondents negotiating acceptable terms under a Consulting Professional Services
Agreement. While not part of the ranking part of the RFQ process, Respondents are hereby notified
that should a Respondent be selected to negotiate a contract with the City, the City will be paying
significant attention to cost of services being offered. If the City pursues competitive negotiations
with your firm and the City cannot agree on fair, competitive, and reasonable rates, fees, and charges
for services required by this RFQ, the City will cease negotiations with your firm. The City will then
commence negotiations with the next ranked firm or firms until the City has awarded a contract or
rejected all the proposals at its sole discretion.
• SUBMITTAL REQUIREMENTS
Letters of Response,at a minimum,shall include the following information:
1. Cover Letter containing the following information:
a. Project Name
b. Consultant's name and address
c. Proposed responsible office for consultant
d. Contact person, phone number, and e-mail address
e. List of sub-consultants and their roles on the project
2. Experience of the firm and qualifications of proposed project team in its area(s) of
expertise.
3. Ability to provide cost effective engineering services. This should include references of
practical solutions.
4. Project team's ability to work within project schedule and budget constraints. This should
include project references.
5. Project team's ability to apply creative solutions to challenging problems. This should
include project references.
6. The City expects a collaborative approach to the project. Please provide your approach and
experience in providing a well-coordinated project with City Management, Utility Operators,
and others.
7. Firm and project team's familiarity and experience with local municipalities of similar size.
8. Resumes for proposed key personnel (SEPARATE FROM THE 30 PAGE LIMITATION).
9. Attached Forms(SEPARATE FROM THE 30 PAGE LIMITATION)
a. Mandatory RFQ Form
b. Disputes Disclosure Form (provided herein)
9
11
c. Drug-Free Work Place Form (provided herein)
d. Florida Statutes on Public Entity Crimes Form (provided herein)
e. Certification of Non-Segregated Facilities Form (provided herein)
f. Insurance Requirements Form (provided herein)
g. Conflict of Interest Statement(provided herein)
h. Vendor Certification Regarding Scrutinized Companies Lists(provided herein)
i. Contractor E-Verify Affidavit
10. If applicable, Minority Business Enterprise certification.
Submittals shall include one hardcopy and one electronic copy on a jump/flash drive.
• REFERENCE DOCUMENTS
The City has compiled reference documents for review and use by Respondents in preparing their
responses to this RFQ. Such reference documents will be available via DemandStar. The reference
documents include the following:
City Capital Improvement Program
10
12
City of Winter Springs, Florida
REQUEST FOR QUALIFICATIONS
RFQ# 01-21 TP
Civil Engineering Continuing Services
MANDATORY RFQ FORM
(Mandatory Form must be submitted with the proposal. Failure to submit forms may disqualify
the proposer from the RFQ.)
PART 1 GENERAL
1.01 Description
The following RFQ is hereby made to the City of Winter Springs, hereafter called the OWNER. Bid is
submitted by:
Legal Name (indicate whether sole proprietorship, partnership, or corporation):
Address:
Contact Name:
Contact Phone Number:
Contact E-Mail Address:
1.02 The Undersigned:
A. Acknowledges receipt of:
1. Addenda:
Number , dated
13
Number , dated
Number , dated
Number , dated
B. Has examined the all RFQ Documents and understands that in submitting his
Qualifications, he waives all right to plead any misunderstanding regarding the same.
C. Certifies:
1. That all information contained in this Statement of Qualification is truthful to the
best of my knowledge and belief.
2. That I am duly authorized to submit this Qualification on behalf of the consultant
and that the consultant is ready, willing, and able to perform if awarded the
contract.
1.03 Proposal Submittals
A. Proposal documents must be submitted with one original paper copy and with an
electronic copy on a thumb or jump drive.
B. I have attached all other Mandatory Forms in this Section.
C. If applicable, Proposer must attach its Minority Business Enterprise certification.
1.04 Submittal
RESPECTFULLY SUBMITTED, signed and sealed this day of , 2021.
Proposer
By: Title
ATTEST: SECRETARY SEAL
14
City of Winter Springs, Florida
REQUEST FOR QUALIFICATIONS
RFQ# 01-21 TP
Civil Engineering Continuing Services
DISPUTES DISCLOSURE FORM
Answer the following questions by answering "YES" or "NO". If you answer "YES", please
explain in the space provided, please add a page(s) if additional space is needed.
1. Has your firm, or any of its officers, received a reprimand of any nature or been suspended by
the Department of Professional Regulation or any other regulatory agency or professional
association within the last five(5)years?
2. Has your firm, or any member of your firm, been declared in default,terminated or removed
from a contract or job related to the services your firm provides in the regular course of
business within the last five(5)years?
3. Has your firm had filed against it or filed any requests for equitable adjustment, contract claims
or litigation in the past five(5)years that is related to the services your firm provides in the
regular course of business? If yes,the explanation must state the nature of the
request for equitable adjustment,contract claim or litigation, a brief description of the case,the
outcome or status of suit and the monetary amounts or extended contract time involved.
I hereby certify that the statements contained herein are true. I agree and understand that any
misstatement or misrepresentation or falsification of facts shall be cause for disqualification of
the submittal, immediate cancellation of any contract with the City that might arise from the
representations contained herein, and forfeiture of rights for further consideration for work in
the City of Winter Springs.
Firm:
Name/Title:
Authorized Signature/ Date:
This Form Must Be Completed and Returned with your Submittal
15
City of Winter Springs, Florida
REQUEST FOR QUALIFICATIONS
RFQ# 01-21 TP
Civil Engineering Continuing Services
DRUG-FREE WORK PLACE FORM
The undersigned, in accordance with Florida Statute 287.087 hereby certifies that the company named
below does:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession,or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be taken against employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace,the business's policy
of maintaining a drug-free workplace,any available drug counseling, rehabilitation,and
employee assistance programs,and the penalties that may be imposed upon employees for
drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that are proposed
a copy of the statement specified in subsection(1).
4. In the statement specified in subsection (1), notify the employees that, as a condition of
working on the commodities or contractual services that are under bid,the employee will abide by
the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo
contendere to, any violation of Chapter 893 or of any controlled substance law of the United States
or any state,for a violation occurring in the workplace no later than five(5)days after such
conviction.
5. Impose a sanction on,or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community, by any employee who is so
convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of
this section.
Firm:
Name/Title:
Authorized Signature/ Date:
This Form Must Be Completed and Returned with your Submittal
16
City of Winter Springs, Florida
REQUEST FOR QUALIFICATIONS
RFQ# 01-21 TP
Civil Engineering Continuing Services
FLORIDA STATUTES ON PUBLIC ENTITY CRIMES FORM
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL
AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted to the City of Winter Springs by:
on behalf of:
whose business address is:
Federal Employer Identification Number(FEIN)
2. 1 understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), F.S., means a violation of
any state or federal law by a person with respect to and directly related to the transaction of business with
any public entity or with an agency or political subdivision of any other state or with the United States,
including, but not limited to, any bid or contract for goods or services, any lease for real property, or any
contract for the construction or repair of a public building or public work, involving antitrust, fraud, theft,
bribery,collusion, racketeering,conspiracy,or material misrepresentation.
3. 1 understand the "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), F.S., means a finding
of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or
state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a
result of a jury verdict, non-jury trial, or entry of a plea of guilt or nolo contendere.
4. 1 understand that an "affiliate" as defined in Paragraph 287.133(1)(a), F.S., means:
A predecessor or successor of a person convicted of a public entity crime or an entity under the control of
any natural person who is active in the management of the entity and who has been convicted of a public
entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of an affiliate. The ownership by one
person of shares constituting a controlling interest in another person, or a pooling of equipment or income
among persons when not fair market value under an arm's length agreement, shall be a prima facie case
that one person controls another person. A person who knowingly enters into a joint venture with a person
who has been convicted of a public entity crime in Florida during the preceding 36 months shall be
considered an affiliate.
5. 1 understand that a "person" as defined in Paragraph 287.133(1)(e), F.S., means any natural person or
entity organized under the laws of any state or of the United States with the legal power to enter into a
binding contract and which bids or applies to bid on contracts let by a public entity, or which otherwise
transacts or applies to transact business with a public entity. The term "person" includes those officers,
17
directors, executives, partners, shareholders, employees, members, and agents who are active in
management of an entity.
6. Based on information and belief, the statement which I have marked below is true in relation to the
entity submitting this sworn statement. (Please indicate which statement applies.)
Neither the entity submitting this sworn statement, nor any of its officers, director, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity,
nor any affiliate of the entity were charged with and convicted of a public entity crime after July 1, 1989.
The entity submitting this sworn statement, or one or more of the officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity, or
any affiliate of the entity was charged with and convicted of a public entity crime after July 1, 1989.
The entity submitting this sworn statement, or one of its officers, directors, executives, partners,
shareholders, employees, members, or agents who are active in the management of the entity, or any
affiliate of the entity was charged with and convicted of a public entity crime subsequent to July 1, 1989.
However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division
of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in
the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach
a copy of the final order.)
I understand that the submission of this form to the City of Winter Springs is for the City of Winter Springs
only. I also understand that I am required to inform the City of Winter Springs prior to entering into a
contract in excess of$25,000 of any change in the information contained in this form.
Signature Date
State of Florida, County of ; On this day of 20 , before me, the
undersigned Notary Public of the State of Florida, personally appeared:
(Name(s)of individuals who appeared before notary)
whose name(s) is/are Subscribed to the within instrument, and he/she/they acknowledge that he/she/they
executed it.
Sworn to and subscribed before me this
day of 20 Notary Public
My Commission expires:
Personally Known
Produced Identification:
(Type)
Did take an Oath
Did Not take and Oath
18
City of Winter Springs, Florida
REQUEST FOR QUALIFICATIONS
RFQ # 01-21 TP
Civil Engineering Continuing Services
CERTIFICATION OF NON-SEGREGATED FACILITIES FORM
By affixing his signature to this form, the consultant certifies that he does not maintain or provide for his
employees any segregated facilities at any of his establishments, and that he does not permit his
employees to perform their services at any location, under his control, where segregated facilities are
maintained. The consultant certifies further that he will not maintain or provide for his employees any
segregated facilities at any location under his control where segregated facilities are maintained. The
consultant agrees that a breach of this certification will be a violation of the Equal Opportunity clause in
any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated
facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other
eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking
fountains, recreation or entertainment area, transportation and housing facilities provided for
employees which are segregated by explicit directive, or are in fact segregated on the basis of race,
color, religious disability or national origin, because of habit, local custom, or otherwise. The consultant
agrees that (except where he has obtained identical certifications from proposed subcontractors for
specific time periods) he will obtain identical certifications from proposed subcontractors prior to the
award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal
Opportunity clause, and that he will retain such certifications in his files.
The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by
Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of
rules and regulations prescribed by the United States Secretary of Labor are incorporated herein.
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
By: Date:
Print Name Title
Official Address:
This Form Must Be Completed and Returned with your Submittal
19
City of Winter Springs, Florida
REQUEST FOR QUALIFICATIONS
RFQ # 01-21 TP
Civil Engineering Continuing Services
INSURANCE REQUIREMENTS FORM
1. The consultant shall be required to provide to the City, prior to signing a contract for or commencing any work,a
Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Compliance of said
certificate must be acknowledged by the Purchasing Coordinator prior to start of work. Any work initiated without
completion of this requirement shall be unauthorized and the City of Winter Springs will not be responsible.
2. The City of Winter Springs reserves the right to require coverage and limits as considered to be in its best interests.
Insurance requirements shall be on a case by case basis determined by the project,conditions and exposure.
3. Except for Professional Liability and Workers Compensation Policies,when required, all policies are to be endorsed to
include the City of Winter Springs as Additional Insured. In the cancellation clause the number"30"shall be inserted
into the blank space provided prior to the words"days prior notice...". All consultant policies are to be considered
primary to City coverage and shall not contain co-insurance provisions.
4. In the event that the insurance coverage expires prior to the completion of services,a renewal certificate shall be issued
30 days prior to said expiration date.
5. Sub-consultants retained by the primary consultant are the responsibility of said primary consultant in all respects.
6. Insurance requirements:
COVERAGE REQUIRED MINIMUM POLICY LIMITS
Workers'Compensation Statutory
Commercial General Liability including Contractual Liability,Products and
Completed Operations,XCU and Owners and Contractors Protective $5,000,000 Occurrence
Comprehensive Auto Liability,CSL,shall include"any auto" $500,000 CSL
Professional $5,000,000CIaims-Made
(NOTE:All limits are per occurrence unless noted otherwise and must include Bodily Injury and Property Damage.
Deductibles and self insured retentions must be approved by the City of Winter Springs,and all insurers must have an
A.M. Best rating of at least A:VII.)
7. Bonding Required: None This Submittal
8. Consultant will be required to provide a certificate of insurance in compliance with the above,within four(4)days of
notification of award with continuing coverage,without a break.
9. 1 hereby certify that the insurance and bonding requirements outlined above shall be met as required,if I am awarded a
contact for the services specified herein.
Firm:
Name/Title:
Authorized Signature/Date:
This Form Must Be Completed and Returned with your Submittal
20
City of Winter Springs, Florida
REQUEST FOR QUALIFICATIONS
RFQ# 01-21 TP
Civil Engineering Continuing Services
CONFLICT OF INTEREST STATEMENT
1. of deposes and states that
Name of Affiant Name of Company
the above named entity is submitting qualifications to the City of Winter Springs for the
project identified above.
2. The Affiant has made diligent inquiry and provides the information contained in this
Affidavit based upon his own knowledge.
3. The Affiant states that only one submittal for the above project is being submitted and that
the above named entity has no financial interest in other entities submitting qualifications
for the same services.
4. Neither the Affiant nor the above named entity has directly or indirectly entered into any
agreement, participated in any collusion, or otherwise taken any action in restraint of free
competitive pricing in connection with the entity's submittal for the above project. This
statement restricts the discussion of pricing data until the completion of negotiations and
execution of the Agreement for this project.
5. Neither the entity nor its affiliates, nor anyone associated with them, is presently
suspended or otherwise ineligible from participating in contract lettings by any local, state,
or federal agency.
6. Neither the entity, nor its affiliates, nor anyone associated with them have any potential
conflict of interest due to any other clients,contracts,or property interests for these services.
7. 1 certify that no member of the entity's ownership, management, or staff has a vested
interest in any aspect of or department of the City of Winter Springs.
8. 1 certify that no member of the entity's ownership or management is presently applying for
an employee position or actively seeking an elected position with City of Winter Springs.
9. In the event that a conflict of interest is identified in the provision of services, I, on behalf of
the above named entity, will immediately notify the City of Winter Springs in writing.
21
Signature of Affiant Date
Typed or Printed Name of Affiant Title
State of Florida, County of
On this day of 20 , before me, the undersigned Notary
Public of the State of Florida, personally appeared
and
(Name(s)of individuals who appeared before notary)
whose name(s) is/are subscribed to the within instrument, and he/she/they acknowledge that
he/she/they executed it.
WITNESS my hand
and official seal.
NOTARY PUBLIC, STATE OF FLORIDA NOTARY PUBLIC
SEAL OF OFFICE:
(Name of Notary Public:Print,Stamp,or Type as Commissioned.)
This Form Must Be Completed and Returned with your Submittal
22
City of Winter Springs, Florida
REQUEST FOR QUALIFICATIONS
RFQ# 01-21 TP
Civil Engineering Continuing Services
VENDOR CERTIFICATION REGARDING SCRUTINIZED
COMPANIES LISTS
Respondent Vendor Name:
Vendor FEIN:
Vendor's Authorized Representative Name and Title:
Address:
City: State: Zip:
Phone Number:
Email Address:
Pursuant to Section 287.135, Florida Statutes (2017), a company is ineligible to, and may not, bid on,
submit a proposal for, or enter into or renew a contract with the City for goods or services of:
(a) Any amount if, at the time of bidding on, submitting a proposal for, or entering into or
renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List,
created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or
(b) One million dollars or more if, at the time of bidding on, submitting a proposal for, or
entering into or renewing such contract,the company:
1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s.
215.473; or
2. Is engaged in business operations in Cuba or Syria.
Subject to limited exceptions provided in state law,the City will not contract for the provision of goods or
services with any scrutinized company referred to above.The Contractor must submit this required
certification form attesting that it is not a scrutinized company and is not engaging in prohibited business
operations.
The following shall be grounds for termination of the contract at the option of the awarding body:
The company is found to have submitted a false certification; been placed on the Scrutinized Companies
with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List; been placed on the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of
Israel; or been engaged in business operations in Cuba or Syria.
The City shall provide notice, in writing, to the Contractor of any determination concerning a false
certification.The Contractor shall have five (5) days from receipt of notice to refute the false certification
allegation. If such false certification is discovered during the active contract term,the Contractor shall have
ninety(90) days following receipt of the notice to respond in writing and demonstrate that the
determination of false certification was made in error. If the Contractor does not demonstrate that the
City's determination of false certification was made in error then the City shall have the right to terminate
the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes. 23
THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO
SUBMIT THIS FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE.
a. The Vendor, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes;
and
b. The Vendor, owners, or principals are eligible to participate in this solicitation and not listed on the
Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel; and
c. For contracts of one million dollars or more,the Vendor, owners, or principals are eligible to
participate in this solicitation and not listed on the Scrutinized Companies with Activities in Sudan List
or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List and,further, are
not engaged in business operations in Cuba or Syria; and
d. If awarded the Contract,the Vendor, owners, or principals will immediately notify the City in writing if
any of its company, owners, or principals: are placed on the Scrutinized Companies that Boycott Israel
List,the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with
Activities in the Iran Petroleum Energy Sector List; engage in a boycott of Israel; or engage in business
operations in Cuba or Syria.
This Form Must Be Completed and Returned with your Submittal
(Authorized Signature)
(Printed Name and Title)
(Name of Vendor)
STATE OF
COUNTY OF_
The foregoing instrument was acknowledged before me by means of(—)physical presence
or (—) online notarization, this day of 2020, by
the of
, a — - (-)
who is personally known to me or (—) who produced
as identification.
Notary Public
Print Name:
My Commission expires:
24
CONTRACTOR E-VERIFY AFFIDAVIT
I hereby certify that _ [insert contractor company name] does not employ, contract
with, or subcontract with an unauthorized alien, and is otherwise in full compliance with, section 448.095,
Florida Statutes.
All employees hired on or after January 1, 2021 have had and shall have their work authorization status
verified through the E-Verify system.
A true and correct copy of [insert contractor company name] proof of registration in
the E-Verify system is attached to this Affidavit.
Contractor acknowledges that section 448.095, Florida Statutes, requires that if Contractor enters into a
contract with a subcontractor, the subcontractor must provide the contractor with an affidavit stating that
the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The
Contractor shall maintain a copy of such affidavit for the duration of the contract.
Print Name:
Date:
STATE OF FLORIDA
COUNTY OF_
The foregoing instrument was acknowledged before me by means of ❑ physical presence or ❑ online
notarization,this (date) by (name of officer or agent, title of officer
or agent)of (name of corporation acknowledging), a (state or place
of incorporation) corporation, on behalf of the corporation. He/she is personally known to me or has
produced _(type of identification) as identification.
[Notary Seal] Notary Public
Name typed, printed or stamped
My Commission Expires: _
25
Incorporated
1959
City of Winter Springs, Florida
Request for Qualifications
RFP#01-21 TP
For Civil Engineering Continuing Services.
Addendum #1
Evaluation and Criteria
While the City intends to enter into contracts with a minimum of the top five (5) most qualified
Respondents, subject to successful negotiation of acceptable terms of a contract, the City reserves the
right to supplement the number of selected Respondents and enter into further additional contracts
should certain areas of requested engineering expertise either(1) not be offered at all by the top five
most qualified Respondents; or(2) if there are not an adequate number of engineering firms offering
certain areas of expertise, in the City's sole discretion and determination.
RFQ#01-21 TP Civil Engineering Continuing Services
Questions/Answers
Q:Will a front cover, back cover and section tabs be excluded from the 30-page limit?
A: No
Q: Is a Table of Contents permitted. If so, is Table of Contents excluded from the 30-page limit?
A: Yes, a Table of Contents is permitted and yes, it is excluded from the 30-page limit.
26
Q: If prime is not a Certified Minority Business will points be given for including Certified Minority
Subconsultants? If so,will subconsultants certifications be excluded from the page count.
A: Because the RFQ is for continuing services with no particular project in mind, and therefore
no guarantee for the use of any particular subconsultants, no points will be awarded for subconsultants.
Q: May electronic signatures be used on the hard copy?
A: Yes
Q: I had a question about the subject RFQ. I understand proposers submit only the specific services for
which they wish to be considered. Can a proposer put a team together and submit for more services
provided by one or more sub-consultants who meet the other RFQ requirements?
A: Because the RFQ is for continuing services with no particular project in mind, and therefore
no guarantee for the use of any particular subconsultants, no points will be awarded for subconsultants.
In accordance with Addendum 1,the City reserves the right to select engineering firms with fewer areas
of expertise to fill gaps. No joint responses will be accepted.
Q: If a firm does not provide all services listed in the subject RFQ shall sub-consultants be utilized? Or
does the City only want firms to submit for only those services which they provide?
A: In accordance with Addendum 1,the City reserves the right to select engineering firms with
fewer areas of expertise to fill gaps. No joint responses will be accepted.
27
Incorporated
1959
City of Winter Springs, Florida
Request for Qualifications
RFP#01-21 TP
For Civil Engineering Continuing Services.
ADDENDUM#2
The following text has been deleted:
Page 9, 1.e "Lost of b E ult-,nts and theiF.-ells en the ff Etn
RFQ#01-21 TP Civil Engineering Continuing Services
Questions/Answers
Q: If a firm does not provide all services listed in the subject RFQ, shall sub-consultants
be utilized? Or does the City only want firms to submit for only those services which they
provide?
Q: The RFQ requests that cover letters list subconsultants and their roles on the project,
but the addendum states that "no joint responses will be accepted" in reference to the use of
subconsultants. Is the intent that firm's submit only the services they offer in house and not
list subconsultants, and will firms be disqualified if they submit a proposal with
subconsultants on their team?
A: Because the RFQ is for continuing services with no particular project in mind, and
therefore no guarantee for the use of any particular subconsultants, no points will be awarded
for subconsultants. Firms are encouraged to list subconsultants that they may use on City
projects. Firms will not be disqualified if they submit a proposal with subconsultants on their
team.
28
Incorporated
1959
City of Winter Springs, Florida
Request for Qualifications
RFQ#01-21 TP
For Civil Engineering Continuing Services.
ADDENDUM#3
Questions/Answers
Q: Forms are excluded from the page count. Can you please clarify that the information requested to
be provided under Item 3. of the Disputes Disclosure Form,which would require adding additional
pages, is also excluded from the page count?
A: If additional pages are required in response to the Disputes Disclosure Form,the additional
pages are excluded from the page count.
29
0 0
0 0
0 0
LL
O O O O O O O
O O O O O O O
O N O O N O O
N �
7
LL
O O O O O O O O O
O O O O O
N V EA N WEA EA V3
EA � H3 EA EA
LL
O O O O O O O O O O O
O O O O O O O O O O O
O O O O 66 O O N O O
M V N
Ui N 23
O EA EA EA EA EA EA
1 Vi
LL
O O O O O O O O O O o 0 O O O O O O
O O O O O O O O O O f0 O O O O O O O
N O O N O O 6166
MN N N W O 0 0 m N i(O] O
O EA EA EA EA EA EA EA i EA EA
� to di
LL
O O (O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0
V O M O
O O OO_ O O_ O O O O_ O O O O O O O 0 0 0 0 6 0 0 6 0
N N W (:5
N LriI�N i0 N N _ _ _ _
r r O EA �!1 EA EA EA EA W EA EA EA fl3 O N EA N N U3 N
N M EA _' EA fA EA (A _' fA fA (A (A fA fA di
N � �
LL
U
U
O O O O O O X 0 0 O O M X 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
ON N N N
� �
c
LL
O O O O fD c0 O O 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0
O O O O V V O O 0 0 0 0 0 0 0 0 0 O O M O O OO O O O O O O O M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 O
C O O O OD c0 O O O N O N 0 0 0 0 0 C O N N c0 O N N N O N W O O. W O O O O O N O O O O O O O
O r O r 0 O m M O r o 0 0 0 0 0 O O V EA r N N ENO N O O NNN EWO M M N N M N O N ON M M ON N N M O
M � N �N N to EA EA�EA EA EA�EA EA fA Efi EA EA EA�EA EA EA EA �EA N U3 fA fA EA � fA EA EA EA EA V3 EA EA EA
IR EA EA EA M t9 tR EA fp EA Vj EA
O
_ N
a m
N N �
N E
O d N N O19
=J N O O
E
o E
o E y p m mm y y E u m akin m y °' i6 0 0
H E c v u v o - d a ..
E a c
w m m K v y o H v - r in o .- v E °' n x w d 3 m E
O m a a a y " E o@ m y x m E 'm .o °
� m a m o 3 3 E
E v E K 3 m m ._ m- v E a W m 2 ., 2 d o o m � u� �
LL v v E v m ° a m m N v a o 3 3 0 U m o E v = m F v -
v y y z ° N ;. a; w y o m o c v o o E °-
wy-- 3 w . v - E � m
c o~6�-v `m `� - ; E@ v _° E v v v m
m v v v ANN M CZKU°'�O'�rnU v Ea w W JY K E @ K N N M 0 F, o. ILL
W O O N N N a K m R N a a a O O C o o"�a a a a a a y a H H H H •. O N
z z z 3 n ; UUUv wm (AWU o)o) 5 x c�
o �
_ U �
m - o
N O 0 0 > V N
O O - = ° N
m 0
C
N N N
15,
30
0 0 0
6 6 0 0 0
0 o v ni o �
rn
N 69 Y3 fA pj N
LL
O O O O O O O O
O O O O O O O O
O O
N V3 V3 H3 U3 � to O!
N
7 Vi
LL
O O O O O O O O
O O
O O
M o N N
V N O W
N M fA fA
N fA EA EA EA EA N
LL
O O O O O O O O O O O O O
O O O O O O O O O O O O O
O O O V N O O O O O N O lD
M N N
O fA to H3 � ef3 (fl fA EA O
1 �
LL �
O O O 0 0 0 O O O O
O O O O V N O O (O O tD
N
N � to � to N3 FA � U3 FA Uj
LL
on n
0 0 0 O O O O O�Il O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O tD N
M M O O�1J V N O O O i°N MM O-r fA N- O
fA N O �V NEA LL'l EA�U3 EA EA EA EA N N M fA---H3 6? � M N
N ER EA fA H3 _' di fA Hi EA fA fA E9 V3 EA EA '
' i9 EA
LL
W
U �
� O
U O O O O O O O O O O O O O o M M M o o MO M M M 0 0 0 0
M M M M M�MI I V V
a y
C T
� N
LL
O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 o o o a a o o o o o 0 0 o 0 o
O O O O O O O O O O O O O N O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0°0 00 0 0 00 0 00 0 0
O O N 0 0 0 0 0 . 0 0 0 0 0 O O O O N O O N O O O O O..�O O N O M O N ��N.
m W M O O N o M 0 0 00 00 N O N O V N N O O O N O(p�U M M O r r M N N N N N
N EA N N N EA N U3
N fA� EA fA fA EA EA EA fA EA -
-
ER fA fA EA fA M U3 f9 (fl fA
N
U Y
a � �
a LL m
E a ?
g _
o m ° y h
r a
N = u 3 o
a : o o
6 N r N Y V LL
>O
c E m r E y m
U °' o E m c 3 c 0
E
y m °o >m� =o syr
o — s y m
co El
o m
m c7 _> Q
.-
@ E r m m m m o m a a y= a c
n m m w cc 3 as n o�=co cmu w2
31
E
_ o
-
o y
U =
a U y a O
31
City of Winter Springs
Civil Engineering Continuing Services
Incorporated
1959 RFQ 01-21 TP
Public Meeting Proposal Evaluations March 1 , 2021 2:00 PM
Proposals were submitted for the Civil Engineering Continuing Services due February
9, 2021 . The proposals were evaluated by the review committee consisting of Dale
Smith, Public Works/Utilities Director; Christopher Schmidt, Community Development
Director; Leonard Hartman, Assistant Parks & Recreation Director/Project Manager,
and Todd Petrie, PE, Veolia North America.
Proposals were received from the following contractors and ranked by the committee
as follows:
FIRM WEIGHTED SCORE
Kimley-Horn & Associates Total Score 84
Pegasus Engineering, LLC Total Score 81.875
Carollo Engineers, Inc Total Score 80.625
Southeastern Surveying & Mapping Corp Total Score 79.75
Bentley Architects & Engineers, Inc Total Score 79.625
CPH, Inc Total Score 76.125
Neel-Schaffer Total Score 75
Carnahan Proctor & Cross, Inc (CPC) Total Score 74.25
Aim Engineering & Surveying, Inc Total Score 71.125
LChen, Moore & Associates (CMA) Total Score 69.375
Heath & Lineback Engineers, Inc Total Score 68.875
NV5, Inc Total Score 64.3125
32
Page 12
For more details see the pages following.
The Evaluation Committee will be scheduled to present the results of the evaluation
rankings to the City Commission with a recommendation for the top five firms for Civil
Engineering Continuing Services at a future Commission meeting scheduled for March
22, 2020 at 1126 East State Road 434, Winter Springs, FL 32708 at 6:30 PM.
33
�
�
) » ] » 06
2a
i's
f 2 2 |
\\/\ ` �\§ \\\ \
- _
k \ ) ! ! \ 3 ! / 3!}
§
u � a �
\
) \ \\ \ }\ ® \ }\ \ /o
\\ %
- }) ) }
\\ / }\/ j3 ]
i3f
7 ] / /
- -
LO
�
)\ d \ )\ d \ )\
2» ) » 2» ) » 2»
21
mo
�
k \} § § k \ : .6 o 5 : §6 o k \ : k\{
�
) / )/ ,, ) / a )/ j / ` !
ca
ca oa ca oa
; / 7 \ ; / 7 \ 7 /
� ! . ! _
\ }\ � \
\ / a
3 � § ! ,�� � . _ � �
co
M
O O N O N O O N
0 0 0
O C0 O _ 0 O C O _ 0 O C
o c 0 0 0 0 0 o c o 0 4.:� o o c -:'G+'0 0 o c o o a o 0 o c O O O O o
7i 7i
o '- O '-
D o s o s o o s o s o o s
13 13 13
o a o_ o a o. o a n o a E o a n
o V V V ■ o
T
`oo m m w .� `o o ^ N a o o m rn ^ ,,.� `o o w w w ,.,� `o
N V a V a V a
O s O O s O O s
U 6 O V -6j y U h O V yOj y U h O
g m m m m ` _ g c
U h U h U N U h U N
L M R L f0 L M R L tG L M R
N O N O N O N O N O
U U U U U
Ob Cid Ob Cid 0
a' aw m 'o ^ m v' a ^ ^ . . a' a m w `n .m v' a w m ^ ^ a
N ■ N � N N � N
az de _ az de _ az
h h h
v °0 9 a °p n
o cIL_ V _ _ u c _
w > w > w
o o o O o
u u u u u
lw
v o v a v o v a v o
m - �o rn w .� - m ^ m
xx `
o w w w w v w
3F m
IT
v v z o v
o u o`u o u o`u o u
o o
Response to She Cdy f
request for qualifications #01-21 TP for
CIVIL ENGINEERING
CONTINUING
AW, 4W-
4
7,
.
r_
A'
,
Responsible Office: AIM Engineering
20 N Orange Ave#605, & Surveying, Inc.
Orlando, FL 32801
Contact:
Brian Alley, PE - Contract Manager
P: 407.781.2532 1 ballet'@aimengr.com
Shawn Swets, PE - Principal-in-Charge
P: 813.574.02391 sswets@aimengr.com
FI RSTLY
THANK YOU
FOR CONSIDERING US!
Febuary 7,2021
Re: RFQ#01-21 TP Civil Engineering Continuing Services
Dear Members of the Selection Committee,
AIM Engineering & Surveying, Inc. (AIM) is pleased to submit this Proposal of
Qualifications for RFQ # 01-21 TP Civil Engineering Continuing Services to The
City of Winter Springs. Included in our submittal package is a discussion of our
project approach and capabilities, an overview of our professional personnel and
qualifications, examples of successful past performance, and availability for this
contract.
For nearly four decades, AIM has provided high-quality professional engineering
and surveying services that cover all phases of project delivery from planning to
construction.Overthis ti me,we have earned a reputation for providing exceptional
deliverables and services that are always focused on quality, adding value, and
saving our clients money. This encompasses deliverables and services on more
than 1,000 successfully completed assignments/task work orders (TWOs) on over
100 districtwide and continuing services contracts.
Based on this contract experience, our staff has the knowledge to scope and
schedule a multitude of tasks in a wide variety of transportation planning and
design disciplines and the resources to implement a management strategy to
successfully complete projects in a timely manner. Our Contract Manager, Brian
Alley, PE will facilitate the communication and coordination of the AIM Team
with City staff. As Principal-in-Charge and Quality Assurance Manager, I will
provide Quality Assurance that AIM's long established and proven Quality Control
Process has been followed completely.Doing so will ensure the City receives a final
product that exceeds current industry standards. Our team's planning and design
capabilities match the following elements as outlined in the proposed scope of
services:
• Roadway Design
• Pedestrian and Bicycle Facilities
• Stormwater Engineering
• TMDL/Water Quality Studies and Design
• Flood Control Studies and Design
• Stormwater Master Planning and Modeling
• GIS Support Services
AIM Engineering&Surveying,Inc. 38
1 � �
i
For this contract, we have assembled an outstanding in-house team with a
vast amount of experience that is prequalified with the Florida Department of
Transportation (FDOT) and is immediately available to serve the City. AIM's high
level of quality and dedication to our clients is reflected in each of the projects
that we have successfully completed to date. Our ability to efficiently utilize our
resources, productively prioritize staff workloads, and effectively monitor project
schedules places us ahead of the competition.For more than 40 years,we have built
a solid reputation for completing our assigned projects on or ahead of schedule,as
well as within our clients' budget.
The AIM Team will be based out of our Orlando office with support from our Bartow,
Tampa,and Fort Myers office.Our team's close proximity not only provides us with
immediate access to the City's office but will allow us to efficiently and economically
access project sites throughout the City.Additionally,our close proximity provides
our team with the opportunity to respond to the City's needs without delay.
We appreciate this opportunity to present our qualifications and we look forward
to supporting The City of Winter Springs on this important contract.
Sincerely,
AIM Engineering&Surveying,Inc.
'1-4— Y'
Shawn Swets, PE
Vice President/Principal-in-Charge
• . . : • AIM 1980-2020
•
AIM Engineering&Surveying,Inc. 2 39
CONTENTS Cover Letter 1
Table of Contents
Tab 1 Experience of Firm and
Qualification of Team 3
Tab 2 Ability to Provide Cost Effective Services 9
Tab 3 Ability to Meet Schedule and Budget 13
Tab 4 Ability to Apply Creative Solutions 18
Tab 5 Approach 20
Tab 6 Firm and Team's Similar Experience 22
I
Tab 7 Key Personnel 28
Required Forms and Addendums
IdIA
rw I
EXPERIENCE OF FIRM
TAB
AND QUAL F CAT1011N
d OF TEAM
IN-HOUSE CAPABILITIES AIM Engineering & Surveying, Inc. (AIM)
was founded in Florida in 1980. We are a
Civil Engineering full-service planning, engineering, and
• Planning surveying firm that offers professional
• Transportation Planning services tailored to the size and complexity
Surveying&Mapping of any given project. Staffed with over
• Transportation Design 150 employees, AIM has the experienced
• General Site Civil technical experts capable of performing
• Water Resources
Marine&Coastal Engineering high-quality services in multiple
• Environmental&Permitting disciplines, as well as several Florida
• Land Development Department of Tranpsportation (FDOT)
Geographical Information Systems (GIS) Work Groups, including those indicated
Analysis below. Our project experience spans local
• Subsurface Utility Engineering(SUE) to interstate with many different forms
• Construction Management
Construction Engineering&Inspection (CEI) of funding, including federal, LAP, Small
• Project Development&Environment(PD&E) County Road Assistance Program (SCRAP),
• Public Outreach/Information and Small County Outreach Program
Parks&Recreation (SCOP).
Traffic Operation&Safety
• Travel Demand Modeling AIM's experience includes working with
• Utilities Design&Locates many cities, counties, and government
agencies on projects and miscellaneous
engineering services contracts with the
same scope of work elements. We have
a comprehensive team of professionals to provide the City with overlap in each discipline
to allow for independent reviews and completion of simultaneous assignments. As a firm
with experience that includes deliverables and services on more than 1,000 successfully
completed assignments/task work orders (TWOS) on over 100 districtwide and continuing
services contracts,AIM understands that this contract involves providing the City with a wide
variety of services to assist in delivering on tasks that come from this contract.
AIM Engineering&Surveying,Inc. 3 41
%vL1'L er Trilus
Having been awarded and successfully managed • • •
continuing contracts throughout the state, AIM
has a clear understanding of the expectations GROUP 2 Project Development&Environmental(PD&E)Studies
that come with a contract of this nature. Our GROUP 3 Highway Design-Roadway
experience includes deliverables and services 3.1 Minor Highway Design
on more than 1,000 successfully completed 3.2 Major Highway Design
assignments/task work orders (TWOs) on 3.3 Controlled Access Highway Design
over 100 districtwide and continuing services GROUP 7 Traffic Operations Design
contracts. This portfolio includes contracts for 7.1 Signing,Pavement Marking&Channelization
cities, counties, and various other governmental GROUP 8 Surveying&Mapping
8.1 Control Surveying
agencies. Additionally, we have multiple five- 8.2 Design,Right-of-Way&Construction Surveying
year district-wide contracts with FDOT and have 8.4 Right-of-Way Mapping
completed over 200+task assignments to date on GROUP 10 Construction Engineering Inspection
some of these. Through our successful delivery, 10.1 Roadway Construction Engineering Inspection
AIM routinely is rewarded with contract renewals 10.3 Construction Materials Inspection
some of which are 10-15 years. 10.4 Minor Bridge&Miscellaneous Structures CEI
GROUP 13 Planning
Our experience managing these contracts 13.5 LandSubaPanning/Engin I Corridor Engineering P g g 13.6 Land Planning/Engineering
has provided us the ability to handle multiple
contracts/tasks concurrently;and it has taught us
that understanding the scope of services and identifying the key components of a task
leads to projects being delivered on time,within budget, and helps maintain control of
each phase of a project. Our ability to successfully manage and complete contracts of
similar scope and size has been demonstrated through contracts such as those listed
below.
• Miscellaneous Professional Services- Lee County
• Miscellaneous Surveying& Mapping Services- Lee County
• General MSBU Consultant- Lee County
• Miscellaneous Traffic Engineering Services- Lee County
• County-Wide Permitting and Mitigation- Lee County
• Professional Services:Architectural&Engineering-Collier County
• Professional Services Library-Charlotte County
• Professional Engineering Services- DeSoto County
• Miscellaneous Professional Surveying&Engineering-Glades County
• Miscellaneous Civil Engineering Services- Hardee County
• Master Consultant Engineering Services- Polk County
• General Engineering Services(District Engineer) -LA-MSID
• Professional Services Library-City of Punta Gorda
• General Engineering Services-City of LaBelle
• Miscellaneous Engineering Services-City of Fort Myers
• Miscellaneous Engineering Services-City of Cape Coral
• Professional Services Library-City of Marco Island
• Miscellaneous Professional Services-Village of Estero
• District-Wide CEI - FDOT District Seven
• District-Wide CEI Survey Support- FDOT District One
• District-Wide Environmental Management Office- FDOT District One
• District-Wide Minor Design- FDOT District Seven
• District-Wide Permitting& Mitigation- FDOT District One
• District-Wide Planning Consultant- FDOT District One
AIM Engineering&Surveying,Inc. 4 42
%vL1'L er Trilus
ABILITY TO PERFORM PROPOSED TAS. ,
ROADWAY DESIGN: AIM's transportation design experience
includes conceptual, preliminary and final designs for interstate,
state, county, and municipal roadways throughout Florida. Whether the task requires
the design of interstate widening and associated urban interchanges, resurfacing and
new signalization or upgrading major urban arterials, AIM is experienced and ready to
address all of its clients' needs.
The AIM Team has decades of experience on public and private sector projects and an
excellent working relationship with several Florida regulatory permitting agencies. Our
previous projects have ranged from limited access facilities, resurfacing, intersection
improvements, and pedestrian facilities improvements. Designs have included major
curb and gutter as well as minor city and county street improvements. Our team has
experience handling issues of constrained Right-of-Way (ROW) and permit issuance
when a schedule presents major challenges. We take pride and responsibility for each
project pursued,as well as continuing our history of minimizing construction claims and
controlling project costs.
AIM may be best known for its preliminarily engineering and project development
services, which include project planning, preliminary engineering, and environmental
studies necessary for location and design concept acceptance. AIM has held a PD&E
studies support district wide or continuing services contract the FDOT for over 15 years.
Our preliminary engineering efforts will be supported through the evaluation of existing
data; engineering analysis; roadway/safety design; horizontal and vertical control;
analysis of traffic; environmental impacts; utility
coordination and subsurface investigation; 3D
topographic survey; geotechnical investigation;
stormwater management; minor structures; ROW
survey/mapping; social/economic impacts; and
public outreach/involvement. The AIM Team will
provide recommended conceptual designs to best "
meetall concerns and determine costs and impacts "
associated with improvement alternatives. ROW
acquisition, if required,will be supported through
t,
consideration of alternative alignments, costs,
safety, environmental impacts, and long-range
planning.
Multiple alternatives will be evaluated to determine
the social, economic, and environmental impacts
to the surrounding communities while meeting
the needs of the transportation system, including
pedestrian, bicycle, and transit facilities. The � w � .,:;
economic and engineering feasibility of each ,
r
alternative will be supported by evaluation of
the existing level of service (LOS), traffic capacity,
analysis of the 5-year crash data, geometrics,
geotechnical evaluations, and intersection
improvements to reach acceptable LOS. Public meetings will be held to gather input
from all stakeholders,and all received comments will be added to the study.
AIM Engineering&Surveying,Inc. 43
%vL1'L er Trilus
PEDESTRIAN AND BICYCLE FACILITIES: AIM is experienced with
conducting studies to improve safety for all users. One example PEDESTRIANBICYCLE FACILITIES
includes our Immokalee Pedestrian Crosswalk Improvements Study
along Main Street and 1st Street that was previously completed for
the City. During the seven years prior to the study there had been 42
reported pedestrian/bicycle crashes including three fatalities within this area.The study
therefore involved the evaluation and design of effective safety improvements including
in-pavement flashing crosswalks,fencing to direct pedestrians to crosswalks and other
mid-block crossing alternatives,such as Rectangular Rapid Flash Beacons.
Data collection during these types of studies may include, but is not limited to,turning
movement counts, approach counts, and pedestrian/bicycle data collection. We are
aware that traffic volumes throughout areas of the City are significantly higher during
the peak season, which may impact how and when data is collected. We will conduct
multidisciplinary field reviews with our roadway, drainage, and environmental
team members to assess the constructability and usability of the proposed
recommendations. The review will include geometry, R/W impacts, clear zone,
utilities, landscaping (irrigation), typical section and lane widths, bicycle lane
and keyholes, fatal flaws (e.g. tree removal and parking removal), survey needs
for design, drainage impacts, and environmental impacts such as permitting, `J
endangered species, and wetland. The proposed improvements will be
coordinated with affected local agencies and their input will be considered
throughout the design process. We will also review existing driveways, develop
an evaluation matrix, and produce exhibits, along with AutoTurn analysis of Dajana Gibson,PE
E
driveway modifications,for the City's review.AIM is also experienced BIK /PED SPECLIST
in the design and evaluation of roundabouts having analyzed over 20 - - - is a _- engineer
intersections within FDOT District One including Collier County. We AIM -nd is an -vid cyclist -d
have also completed several shared use path and sidewalk TWOs for proponent considerations
FDOT including along SR 80,Colonial Boulevard,US 41,and the LOST servedfor all users, she has
Trail. On each of these projects we developed a facility to enhance task lead, Deputy
pedestrian safety and meet the needs of the local community. numerous Projects. • -
na
Our firm has provided engineering and planning on a number often rides corridors on her bicycle
assess safety e
of parks and trails recently including: to pedestrians. _ _
• St.John's River to Sea Loop Trail Gap- FDOT District 5 and better understands bicycle e
ntly, she
Volusia County
• Jordan Marsh Water Quality Treatment Park-City of Sanibel pedestrian needs both from a
designer - � - userperspective.
• Moonshine Marsh Overlook Park-Glades County data
• West Marsh Preserve Stormwater and Recreational Facility- She assists us in using STRAVA� _ frequently the most used
Lehigh Acres Municipal Services Improvement District bike routes -
• SR 80 Shared Use Path- FDOT District 1 proposed
• nd how they tie into
Lake Okeechobee Scenic Trail-Glades County existing and
• in the area.
Colonial Boulevard (SR 884) Shared Use Path- FDOT District 1
In addition to our firm's experience, Marty Morlan, PE, Chief Engineer, provid "teAIM
team with extensive design and project management experience (33 years) including
almost 10 years working at Pinellas County Public Works Engineering Division. He
delivered many of the County's first Penny-for-Pinellas projects including the Pinellas
Trail, Weedon Island Preserve Park, and many other stormwater, transportation and
parks.
AIM Engineering&Surveying,Inc. 644
%vL1'L er Trilus
Context Sensitive Design - AIM supports the City's desire to enhance safety, improve
quality of life, and encourage economic development through a transportation system
that serves all users, including pedestrians, bicyclists, transit riders, motorists, and
freight handlers.AIM applies a context sensitive approach on each projectto partnerwith
our clients in achieving their mission. For example, as part of a TWO under our District
Wide Resurfacing Contract with District One,we identified high crash rates and bicycle/
pedestrian safety concerns along SR 43/US 301 in Manatee County early in the project's
development.We were then able to identify areas of costs savings and apply them to the
construction of buffered bicycle lanes and keyholes to help solve these issues without
increasing the construction costs. By taking a proactive and context sensitive approach,
we also improved curb returns to create shorter pedestrian crossings, upgraded curb
ramps and pedestrian push buttons,and added lighting at an intersection.
_ Safety - The Vision Zero Initiative will be at the forefront
1 when we evaluate safety for each project. We will review any
Road saftey Audits (RSAs) and make recommendations for
DRIVING improvements to be incorporated,as we have done on recent
DOWN ' projects,where we improved turning radii for side streets and
FATALITIES driveways with careful attention to the facilities' users. We
also diligently apply criteria for intersection lighting retrofit
F?�� to signalized intersections with a history of pedestrian
Florida Depanmem of lmmportmion
—da,w0e,,,e�en J crashes that are not being reconstructed.One of AIM's design
engineers is an avid cyclist who rides our project corridors to
assess safetyfor bicyclists and pedestrians,noting high conflict areas and improvements
that could be incorporated in design. For example,the use of bicycle boxes or two-stage
queue boxes at signalized intersections to enhance safety.
WATER RESOURCES: AIM's water resources group includes civil •
and environmental engineers, scientists, and planners with the
multidisciplinary expertise necessary to define the project objectives, e •
develop a process methodology, and complete the design plans,
documents, and permit applications. Through our many projects, the
water resources group has developed extensive experience working . • • •
with local,state,and federal regulatory agencies.
In working with local governments and municipalities, we understand •
the integrated public needs of improving stormwater management •
while preserving and restoring natural water resources. AIM's water
resources group includes civil and environmental engineers, scientists,
and planners with the multidisciplinary expertise necessary to define project objectives,
develop a process methodology,and complete the design plans,documents,and permit
applications. Through our many projects, the water resources group has developed
extensive experience in working with local,state,and federal regulatory agencies. From
project inception, we strive to create open lines of communication with these agencies
to expedite the permitting process to the greatest extent possible. Our group also has
experience dealingwith the applications,documentation,and reporting associated with
government funding sources.
Stormwater engineering projects, and projects to rehabilitate or improve stormwater
infrastructure, have evolved over time to emphasize surface water quality and other
restorative components.
AIM Engineering&Surveying,Inc. 7 45
%vL1'L er Trilus
Today, many public projects evaluate, plan, design, and implement these projects with
the primary goal of improving and restoring watersheds or portions thereof that have
been impacted by development or other man-made alterations. AIM understands that
a comprehensive and balanced understanding of public and environmental needs is
required to develop the best approach to each project and to successfully complete
project analysis and final design.
Our in-house capabilities range from maintenance recommendations
for water control systems to control structure design, large watershed
and floodplain evaluation, planning, modeling, and restoration. Our
team utilizes hydraulic modeling software and environmental science
to evaluate existing hydrologic patterns and make innovative design — �•, ' ,
recommendations to meet desired objectives. AIM is experienced in
hydrologic and water quality software applications commonly used for:
Surface Water Flow& Water Quality Modeling-AIM uses programs such
as SWMM, HEC-RAS, HEC-HMS, ICPR, RMA-2, HSPF, WASP, HEC-6, and
CORMIX to perform modeling. The modeling work includes hydrology,
hydraulics,estuarine,and coastal hydrodynamics;and full eutrophication
n
modeling for BOD,dissolved oxygen,nitrate-nitrogen,ammonia nitrogen,
organic nitrogen, as well as organic and inorganic phosphorus. Work is
accomplished for environmental restoration,waste load allocation,flood
flow analysis,TMDL,and hydroperiod analysis.
Groundwater Flow & Contaminant Transport Analysis & Modeling -
Programs such as MODFLOW, SUTRA, and SWANFLOW for immiscible
substances are often used. MODFLOW use includes modules MT3D,SWI2, -
and SEAWAT for simulating density dependent contaminant transport.
Project work includes groundwater modeling for water use permitting,
contaminant plume, mounding analysis,and sustainable yield analysis.
Integrated Surface/Groundwater Modeling-The integrated modeling tool often used by
AIM is the DHI MIKE SHE/MIKE 11 software. Numerous projects have been conducted by
staff in South Florida where the surface water and groundwater systems are integrated
due to the fact that they cannot be accurately simulated separately. The hydrologic
cycle is simulated as water moves from the surface to subsurface, and subsurface to
the surface.AIM has used this model to design storage systems in areas with high water
tables and wetland or lake interaction,as well as flood attenuation.
GEOGRAPHICAL INFORMATION SYSTEM (GIS):AIM is experienced in the use
of GIS to provide enhanced analysis and improved visual renderings for
a variety of project needs. The use of GIS in projects allows for clients to
receive accredited data providing various levels of detailed information to clients that
cannot be achieved in some forms of CAD. GIS utilizes two-dimensional and three-
dimensional layers to portray and analyze various features including population density,
road locations, and driving times, wetland locations and buffer zones, and property
boundaries.
Other GIS capabilities include the purposes of routing, land use planning, and site
selection. AIM staff is experienced in maintaining up-to-date GIS technology including
ESRI's ArcGIS 10,and various extensions including 3D Analyst and Network Analyst.
AIM Engineering&Surveying,Inc. 846
TAB 2
t .
AIM understands that this contract involves providing theQQ�
City with a variety of engineering services to assist in bringing N N E 1� N
projects in the City's work program to a successful completion.
AIM's comprehensive experience is with many municipalities
on contracts of a similar nature. AIM's approach to managing
this contract will involve coordinating activities between the
AIM team and the City, which requires the Project Manager to
distribute the task assignments in the most effective manner.
AIM built this team specifically to showcase our comprehensive
technical expertise in all of the areas outlined in the scope of services.We have a very extensive
team to provide the City with overlap in each discipline, which will allow for independent
reviews and completion of simultaneous assignments within each discipline.
Throughout a project's planning, design, construction, and operations and maintenance
phases, Cost Management is employed as a means of balancing a project's scope and
expectations of quality and budget. The process will vary and be dependent on the funding
source, building type, project goals,and client expectations.
AIM's approach can be summarized as requiring the following three steps:
• Define the scope,the level of quality desired,and the budget
• Ensure that the scope,quality, and budget are aligned
• Monitor and manage the balance of these three components throughout the life of the
project
AIM Engineering&Surveying,Inc. 9 47
%vL1'L er Trilus
To assist with accomplishing this approach successfully we use our skilled contract
manager.With more than 14 years of experience in transportation engineering and
civil engineering projects throughout central and east coast of Florida, Brian Alley,
PE will serve as the Contract Manager. Mr.Alley is an experienced project manager
with more than 16 years of experience lending his expertise to civil engineering
projects. Mr.Alley has successfully provided roadway and stormwater engineering Igo"
services for municipal government clients and FDOT districts throughout Florida. Brian Alley,PE
He will also lead any tasks related to roadway design.AIM offers the following four CONTRACT MANAGER
factors that are essential to the effective management of this contract:
• The assignment of experienced personnel with exceptional management and
technical capabilities;
• The provision of sufficient resources to perform all tasks efficiently;
• The strict adherence to the established Project Quality Control Plan,which
is defined later in this tab under the Quality Assurance and Quality Control
Program section;and
• The efficient processing of correspondence and administrative matters.
The AIM Team recognizes that each Task Work Order may vary significantly in its
requirements.We offer a multi-disciplined team who can meet the needs of any task or
project assigned. Upon award,AIM's Contract Manager/ Project Manager, Mr.Alley,will
meet with the City to formally define each task's scope of services and objectives. Based
on this discussion, he will recommend a Task Leader for the City's approval, whose
expertise that best matches the needs of the task. We will draft and refine a specific
scope of services for each task and use it to establish the budget and schedule. Mr.Alley
and the Task Leader will assign specific personnel who are most appropriate for the
task.
The Task Leader,with assistance from Mr.Alley as needed,will then coordinate the day-
to-day activities of the assigned task as work progresses. It will be their responsibility to
coordinate between the various disciplines, monitor performance versus the schedule
and ensure the technical team is following the Project Quality Control Plan. The AIM
Team is always conscious oftaskschedulesand has continuously completed tasks ahead
of the programmed time frame. AIM has also instituted many tools on our previous
contracts to help maintain and/or accelerate the task schedule. One example of how
ourteam has reduced the overall schedule includes eliminating the 30%and 100%plan
submittals.AIM was able to deliver two FDOT US 41 projects in Charlotte County within
five months of Notice to Proceed (NTP) using this methodology.AIM has also eliminated
the 30% plans submittal on several FDOT District Seven projects to deliver projects on
or ahead of schedule. During our SR 60 (East Brandon Boulevard) Resurfacing project in
Hillsborough County,the friction course had unraveled in several areas, creating safety
concerns due to skid hazards. The community was very insistent on getting the road
resurfaced and other safety improvements implemented on an expedited schedule.
The AIM Team committed to FDOT to complete the plans in nine months. By effectively
managing the project, AIM was able to successfully complete the project ahead of this
aggressive schedule.
AIM Engineering&Surveying,Inc. 1048
er Trilus
A Contract Work Plan will be developed by Mr.Alley and our Principal-In-Charge,
Shawn Swets,PE.Itwillout[inethe proceduresthatwillbeinplaceforthesuccessfuI
administration of a task authorization contract, including communication, !
manpower and materials, quality control, and assignment documentation. The
Contract Work Plan will be distributed among all team members to provide
detailed contract information and to help improve coordination amongthe project
team. For each task assignment, a Project Work Plan will also be developed by
Mr. Alley and the Task Leader. The magnitude of this Project Work Plan will be Shawn Swets,PE
dependent upon the size and complexity of the task assignment. For smaller PRINCIPAL-IN-CHARGE
assignments that involve a limited number of Team members and ora very short
duration, a Project Work Plan Form will be completed. For any large, multi-discipline,
multi-firm projects with a longer duration,a more detailed work plan will be developed
and updated as needed throughout the life of the task assignment. Each of these types
of Project Work Plans will provide all of the necessary direction and controls required to
efficiently complete each task.
The AIM Team is very conscious of the budgetary demands on the City and our approach
is to identify every opportunityto providethe greatestvalue to the City while maintaining
the project scope intent. The AIM Team has also proven its ability to meet all critical
milestones on this and many similar contracts and is committed to achieving the same
success on this contract.
At the outset of a project, the AIM Team will prepare the project schedule. All of the
key technical staff will be involved in the schedule development process to ensure that
realistic time frames are established for all tasks and to obtain collective "ownership"
of this schedule. AIM recognizes the importance of QC and understands the best way
to ensure the delivery of a quality project on-time is to incorporate the QC reviews
directly into the project schedule. Therefore, our schedule will include QC review tasks
and durations for all key elements of the project. Once the project schedule has been
prepared, Mr.Alley will submit the schedule to the City for review and approval.
To help maintain the schedule once the project is underway, the AIM Team will assess
the following on a bi-weekly basis:
• Critical Path-Staff availability versus work to be performed
• Resources/Utilization-Actual expended staff hours versus anticipated staff needs
• Milestones-Deliverable dates
• Schedule Feedback-Collectively evaluated by
technical discipline leaders
• Potential Delays- Identify potential variances
to the schedule and assess
the need for additional staffing
• Completion Percentages- Percentile figure
based on required staff hours to complete
The AIM Team will maintain control of the project
schedule from NTP to the final deliverables. The
bi-weekly and monthly team meetings with staff
and subconsultants will provide for an exchange
of discussion regarding production issues and _
solutions to ensure adherence to the schedule. 713
AIM Engineering&Surveying,Inc. 11 49
%vL1'L er Trilus
One other technique that AIM routinely utilizes c (QAIM E.Cj—dn 5urvy1ft na. AJERA.
on our projects involves the creation of a project
diary. The dates of all key activities and the
specific nature of the activities are constantly
entered into a spreadsheet as they occur.
These activities include meetings, telephone
conversations, receipts of data, and submittal.
The use of this project diary greatly expedites
progress report preparation and is also helpful EM
when updating the project schedule.
AIM is committed to meeting all critical
milestone dates of the negotiated schedule for
this project. AIM is dedicated to providing the highest level of responsiveness, quality, and
customer satisfaction. This dedication is evident by our long standing working relationships
with other municipalities.
AIM continuously monitors the financial status of each project so that we are always aware
of the time charges to each task and the amount of budget remaining. Monitoring the budget
on a continual basis is required to keep a project within budget.AIM utilizes the Deltek Ajera
Project Management software system, which has been customized for our company. This
software system tracks project financials in real time and includes scheduling and document
management to allow our staff access to the most
accurate project monitoring system available.
Asthe Contract Manager,Mr.Alley will be responsible
for tracking the schedule and the budget of this
project. AIM has a long history of meeting our
,k clients' budget and schedule constraints. We pride
ourselves in our efforts to take this one step further
and reduce our clients' costs and accelerate the
project schedule while still accomplishing the goals
of our clients. AIM has also instituted many tools
on our previous contracts to help maintain and/or
,I accelerate the project schedule.
AIM Engineering&Surveying,Inc. 12 50
1 ,
TAB 3
At the start of a task, AIM will discuss the City's progress reporting
and invoicing requirements. We will supply regular email updates
for progress as well as formal monthly reports that accompany our
invoicing,and we can provide any additional updates on our progress
upon request at any time.Should issues arise,we will always provide
the City with solutions and recommendations that have been
thoroughly developed and evaluated. The AIM Team will meet at \ ��
designated times to discuss previous work, upcoming work, budget,
and schedule. We will invite City staff to attend these meetings at
their convenience, and the information disseminated during these
meetings will be included in our progress reporting. While the COVID-19 pandemic has
changed the way we interact, AIM has met this challenge and has successfully implemented
changes in how we communicate and complete projects. These changes extend beyond
simply increased utilization of conference calls and emails to utilizing video conference
platforms such as Microsoft Teams,Skype,Zoom,and
GoToMeeting that allow for screen-sharing and real-
Microsoft Tea CYTS time interaction. Our familiarity with each of these
platforms gives flexibility to the Contractor and the
City in maintaining face-to-face meetings.
SkyFJ1U The project manager(s) will then coordinate the day-
to-day activities of the assigned project(s). As work
progresses, it will be their responsibility to coordinate
ZOOM
0 among the various disciplines, monitor performance
versus the schedule, and ensure the technical
team is following our established QC Plan. The AIM
Team is always conscious of project schedules and
has continuously completed projects ahead of the
programmed time frame.AIM has also instituted many
GoTOMeeting tools on our projects to help maintain and accelerate
the project schedule.
AIM Engineering&Surveying,Inc. z 51
%vL1'L er Trilus
Quality Assurance/Quality Control(QA/QC)is the procedure utilized
to produce a design that is correct, can be built economically, and Quality Control Procedure
is in conformance with applicable criteria and standards and the
project scope of services.It is an essential function that is integrated URIMIMiITIIR
into the entire AIM design process. The foundation of this process
will be our written QC Plan that will be tailored to each project CHECKER
I.f'GF ..FQRFf3i k11i3H1 IG HT
associated with this contract. AIM will prepare the QC Plan and 'd::r...i::==N* PEr�
+'r.rrwryY�F RF
submit to the City Project Manager for review and approval. Once
approved,a record copy signed byAIM's Project Manager(s) and QA URIGIIUTUR
Manager, Shawn Swets, PE, and the City's Project Manager will be r&3,eecvrrt7 w'alur,-^e 7 BLUE C H ECK p2;-d17 r5'ap
d v:grr.� -r.-i OLUC'k'i ssl C:rua.p`
provided to the City and kept on file at AIM, both electronically and � �u� x _ •}r•
in hard copy.The QC Plan will also incorporate the key components
of our subconsultants' QA/QC plans and will be provided to all & A
staff, including subconsultants, working on the project. AIM and YCLLQw III G I I L I GI rr;:Icn'r::::l
�. F.7aL:•w.:7-.t
each subconsultant will be required to review the plan and sign an :$rfiCGY'� •1,�r37lct*,HICHLIGHTI4C.ILE[r=:.
affidavit committing to meet the intent and process of the plan. N;m 1:10 wti • C ra wskur. tc.r,..f«8r
This highly organized approach, coupled with our talented staff, r BACK CHECK
Vixiwill eliminate potential schedule delays that can result from Fbye,•naxk r-r:jxxr.(l -10R RCCr: C41=CIS
p Y ra�,v-oa-,�, -r�x�ssrr�rr=o
insufficient) checked work.Also,it reduces the N::w' rr: I•. I':::::: :,f Eo
y .AAA Qa-ecutr:r1mC a:
the City's reviewer,as a clear and concise set of plans and supporting resp—' '" 111c.(-IDr.
reo?�1 r3 1:1,,t a-d,i' r3 MarucOrQ isto,
documentation can be quickly reviewed. We understand the City
is hiring our team to provide the most cost-effective, value-added UCUUOUENUTIOM
services for each TWO. Hr.:.-,wt.•. r,
1&r ,r_w':,'r,v
r'r;JI u..s h
All of the design components, plans, and deliverables are the
responsibility of AIM as the prime consultant for our team. We DADOCUWEMTdW
commit to the City a strict adherence to these procedures. As with -" " ::.r"" I"`•'I';I''..I::r
any sound QA/QC program, we are continually improving and
adding components to our plan to enhance the quality of service
and to add value.
Successfully meeting the project schedule involves effective
project management, proactively assessing each project's progress, and anticipating
problems before they occur. Depending on the City's preferred format, AIM will utilize
either Microsoft Project or Primavera software to develop and track project schedules.
Loading the software with project milestones,key decision points,and external factors,
such as permitting reviews and other stakeholder coordination,allows our staff to track
the status of each task. It also allows us to develop useful summary reports that can
be submitted with monthly progress reports to demonstrate adherence to the agreed-
upon schedule.
AIM not only excels at meeting clients' schedules, but also at providing clients with
value.Two cost control management practices that AIM utilizes are:
• Effective management of the consultant budget.
• The use of cost-efficient planning and design to keep construction costs low.
14 52
%vL1'L er Trilus
AIM utilizes the Axium Ajera Project Management software system, which has been
customized for our company. The program tracks project financials in real-time and
includes scheduling and document management to allow our staff access to the most
accurate project monitoring system available.This integrated system has varying levels
of access to allow staff working on a project to view,track,and adjust work performance
based on these factors. Providing staff access to the current budget not only holds staff
directly accountable for their services but helps increase our team's overall efficiency.
Our team is very cost-conscious as it relates to project construction costs. Over many
years of service,our staff members have developed and routinely
applied effective and practical value engineering techniques Schedule Tracking
to improve the overall performance and outcome of various
projects. ==
The AIM Team will develop several construction costs estimates
throughout each project. Initially,we will provide a zero percent
cost review at the initiation of each project, which will use the ;_ =
basic costs of similar projects to determine the adequacy of
the initial construction budget. We will then work with the City
to review the construction budget, as well as the goals and
objectives of each project,to be sure they are comparable.Once -
completed, we will provide cost updates with each milestone
submittal, demonstrating that the design can be constructed
within the existing budget. As we approach the completion of a Axium Ajera Project Management Software
project, a final estimate will be prepared, and bidding assistance
can be provided,as necessary. - --
Another element of the project monitoring process that we
propose is the inclusion of constructability and bidability -- -
reviews at various stages of design projects. Our experience tells
us that constructability reviews are a proactive way to identify
potential issues with construction and are most effective when
performed both project development and in the final phases.
AIM has provided constructability reviews that have reduced
both construction costs and construction schedules on various types of projects. Our
construction specialists will work directly with our engineers to develop design plans
and specifications that reduce the potential for change orders during construction.Our
focus is to develop effective solutions that meet City standards and can be constructed
at a reasonable cost. Bidability reviews are recommended on construction contract
documents to ensure a smooth bidding process. The experience AIM provides in this
area has contributed to significant savings in construction costs for our clients. For
effective coordination,we suggest the following measures:
• All initial task communication will be routed through Mr.Alley to the City's Project
Manager, and he will then disseminate the information to the appropriate team
members. This process will keep the City's PM informed on the work progress and
minimize their time supporting the project coordination effort.
AIM Engineering&Surveying,Inc. 15 53
%vL1'L er Trilus
• Progress meetings and progress reporting time frames wil[be established during the
contract. At a minimum, progress reports will be provided monthly and reviewed
with the City. Since individual tasks are often small pieces of much more extensive
in-house or consultant projects,progress is commonly reported in connection with
a scheduled project meeting. At the City's discretion, Mr. Alley and the AIM PM(s)
will be available to attend these meetings and provide any information necessary
to update the in-house or consultant staff adequately. Contract progress meetings
will be scheduled on an as-needed basis.
• In general, our goal is to minimize the time and effort that the City's staff spends
monitoring this contract. Because we have established practices and procedures
and, more importantly, because we have key team members who have worked
together on several similar projects with a proven track record of performance,we
can ensure that demands on the City staff's time will be minimal for this contract.
AIM recognizes that an effective working relationship between offices requires a
continual line of communication.To ensure efficiency and coordination between AIM
offices, as well as with the City, AIM has the capability to transfer data through secure
project websites and ftp sites electronically.Additionally, if requested by the City,AIM
offers a secured web-based service as a platform for the City to review and provide
comments on project documentation. Our firm has also successfully provided web-
based meetingstointeractwith many ofourclientsand regulatory agencies. Unlike the
traditional conference call,participants can viewthe items beingdiscussed and havethe
ability to interact(i.e.,write, edit, indicate)with the materials.This technology has not
only provided cost savings by minimizing travel but has also enhanced communication
with our clients, as well as increased participation from resource agencies and local
governments.
110MEANY EAGIS
� ,4111
F
152 $ 23 M
Current Staff Count Annual Volume of Business
AIM Engineering&Surveying,Inc. 16 54
%vL1'L er Trilus
PROJECT REFERENCES
AIM is proud to provide the following references for the City to contact about similar work we
have done.
7Reservation
m
3 Resurfacing from Big Cypress Shane Parker, PE, Public Works Director
Rto4mi N &the CR 833 Curve Hendry County
Clewiston, Florida 863.675.5222 1 sparker@hendryfla.net
Littleton Road-Kismet Parkway Vincent Miller, PE,Senior Engineer
Realignment Study&Design Lee County
Cape Coral, Florida 239.533.8577 1 VMiller@leegov.com
Bomber Road Sidewalk Design Conner Updike,Jr., PE, Drainage Engineer
Bartow, Florida Polk County
863.535.2200x2323 I ConnerUpdike@polk-county.net
West Marsh Preserve David Lindsay, District Manager
Lehigh Acres, Florida LA-MSID
239.368.0044 1 dlindsay@la-msid.com
Four Corners MSBU Drainage Shane Parker, PE, Public Works Director
Improvments Hendry County
Hendry County, Florida 863.675.5222 1 sparker@hendryfla.net
PD&E Services for 10th Avenue from Raymond Lee, PE, Project Manager
Riverside Drive to 17th Street Dewberry Engineers,Inc.
Palmetto, Florida 321.354.96511 rglee@Dewberry.com
Summerlin Road/Winkler Intersection Lee C.Werst, Lee County Project Manager
Improvements-Additional Turn Lanes Lee County Department of Transportation
Fort Myers, Florida 239.533.85911 LCWerst@leegov.com
AIM Engineering&Surveying,Inc. 17 55
ABILITY TO APPLY
TAB 4
CREATIVE SOLUTION
I& " MR., A
Out of the box solutions are critical to solving many of the issues encountered on resurfacing
projects while still providingvalue by maintaining schedule and budget.Our innovation comes
through both design and project management.In design we have utilized a porous rubberized
sidewalk system made by Rubberway to protect a group of live oak trees whose roots were
protruding through the existing ground. This proprietary product allowed us to place an ADA
firm and unyielding surface over the tree roots without damaging them. We provided the
documentation for the proprietary product and a Technical Special Provision for the work.
Another example of our innovation is on our District 5 (D5) US 441 project. Due to constrained
R/W,safe pedestrian detour routes were not available and modifying traffic to accommodate
pedestrians proved detrimental to the roadway's capacity during peak hours. In conjunction
with D5 Construction and Traffic Operations,we developed a TTCP scheme that required the
contractor to provide a pedestrian escort during work hours and restore sidewalks to firm
and un-yielding conditions during non-work hours. This avoided costly and time-consuming
Temporary Construction Easements for the resurfacing project. For Project Management,we
will utilize Smartsheet to tracktasks,staff assignments,deadlines,and priorities.This process
will be fully integrated into our Microsoft Teams communication.We were one of the first firms
to upload approved project documentation to the new PSEE module. During that process,we
realized the current workflow was not adequate, leading to a Department wide change and
improvement to the upload process.
AIM utilizes 3D modeling on all our projects from analysis and design decision making to 3D
deliverables.Our team shares the Department's vision forthe next generation of construction
plans.We eagerly began the transition to OpenRoads Design (ORD) in July 2019 with the initial
release of FDOT Connect through trainings and real project application.
We keep our team members active in participating in ORD trainings. We initially completed
Bentley LEARNserver courses, and we continued our education with FDOT webinars once
available. Several team members have earned Accredited Civil User certifications for ORD.
Our team members continue to progress through the FDOTConnect training manuals made
available at the end of 2020 in the form of lunch and learns and Kahoot quizzes.
AIM Engineering&Surveying,Inc. 56
%vL1'L er Trilus
AIM is designing the SR 29 reconstruction from south of Agriculture Way to CR 846 with
ORD.Our team compared typical section alternatives for R/W impacts and cost with 3D
models developed using ORD. We also prepared utility green line sets and conducted
vehicle movement analysis using AutoTURN in ORD.
ORD provides great value specifically to roadway design projects of all sizes.
FDOTConnect now provides quantity takeoff support for 3D models. Quantity
information integrated with 3D models allows our team to simultaneously generate
quantities while conducting analysis.3D RRR modeling allows for computer generated
overbuild quantities at more frequent intervals than traditional methods. Our team
can efficiently compare the cost and constructability of several pavement design
approaches without conducting separate workflows. This allows for quicker and
more accurate decision making resulting in lower material costs for the Department.
In addition, we are prepared to transition to the new NexGen Plans and Estimated
Quantities Report on all projects.
AIM's Unmanned Aerial Vehicle (UAV) Services. AIM operates a SenseFly eBee, fixed
wing UAV. This innovative tool can be mobilized quickly to provide high resolution,
low-altitude aerial imagery as well as photogrammetrically derived topographic data
to support nearly all of our professional survey services.
In a matter of hours, or less, a UAV can be deployed, downloaded, and processed
providing up to the minute,full color, low altitude aerial imagery and topography over
large areas. The UAV is operated remotely, keeping crews, pilots and more expensive
equipment out of harm's way. This relatively inexpensive solution can be deployed
multiple times for further assessment and monitoring of changing conditions.
As innovators in the use of UAV technology, AIM has closely monitored and stayed
compliant with the ever-changing Federal Aviation Administration (FAA) regulations
regarding this newly developing technology.
AIM has received a Section-333 exemption
for our UAV and utilized licensed pilots orAtM �,.,
employees with FAA Remote Pilot certificates `
during each mission.
An example use of this is the use of detailed, -
low-altitude imagery allowing for assessment
of fine detail such as concrete cracking. Our `
design team utilitized this on US 92 Roadway .
Cracking Analysis. By using the high-
resolution imagery from our UAV, AIM was
able to assist our design team in the analysis ,
of cracking over a 2-miles stretch of concrete
road surface.
AIM Engineering&Surveying,Inc. 19 57
TAB 5
•
Our approach is to develop a Contract
Work Plan by Mr.Alley and our Principal • -
in Charge, Shawn Swets, PE. It will
outline the procedures that will be in
place for the successful administration
of a task authorization contract,
including communication, manpower I' t
and materialsualit control and _
q Y
assignment documentation. The
Contract Work Plan will be distributed
among all team members to provide
detailed contract information and to
help improve coordination among
the project team. For each task assignment, a Project Work Plan will also be developed by
Mr. Alley and the Task Leader. The magnitude of this Project Work Plan will be dependent
upon the size and complexity of the task assignment. For smaller assignments that involve
a limited number of Team members and or a very short duration, a Project Work Plan Form
will be completed. For any large,multi-discipline,multi-firm projects with a longer duration,a
more detailed work plan will be developed and updated as needed throughout the life of the
task assignment. Each of these types of Project Work Plans will provide all of the necessary
direction and controls required to efficiently complete each task.
Communication and coordination are the foundation of any successful project. As Contract
Manager, Mr. Alley will begin this process the day we are awarded this contract with the
Contract Work Plan and will see it through the completion of our final task. Mr. Alley will
handle project coordination and communication with the City and entities outside the project
with assistance from key personnel, as needed. This coordination effort will be consistent
throughout the life of the contract.
AIM Engineering&Surveying,Inc. 58
%vL1'L er Trilus
For effective coordination,we suggest the following measures:
• All initial task communication will be routed through Mr.Alley to the City's Project
Manager. he will then disseminate the information to the appropriate team
members. This process will keep the City's Project Manager informed on the work
progress and minimize their time supporting the project coordination effort.
• Progress meetings and progress reporting time frames will be established during
the contract. At a minimum, progress reports will be provided monthly and
reviewed with the City. Since individual task assignments are often small pieces
of much larger in-house or consultant projects, progress is often reported in
connection with a scheduled project meeting. At the City's discretion, Mr. Alley
and the AIM Task Leaders will be available to attend these meetings and provide
any information necessary to adequately update the in-house or consultant staff.
Contract progress meetings will be scheduled on an as-needed basis.
• In general, our goal is to minimize the time and effort that the City's staff has to
spend monitoring this contract. Because we have established practices and
procedures and, more importantly, because we have key team members who have
worked together on a number of similar projects with a proven track record of
performance,we can ensure that demands on the City staff's time will be minimal
for this contract. The AIM Team brings the City knowledgeable staff with excellent
coordination skills and mature judgment to address the most complicated and
time-critical tasks of the City. Our team members continue to progress through the
FDOTConnect training manuals made available at the end of 2020 in the form of
lunch and learns and Kahoot quizzes.
AIM recognizes that an effective working relationship between offices requires a
continual line of communication. To ensure efficiency and coordination between AIM
offices, as well as with the City, AIM has the capability to electronically transfer data
through secure project websites and ftp sites.Additionally,if requested by the City,AIM
offers a secured web-based service as a platform for the City to review and provide
comments on project documentation. Our firm has also successfully provided web-
based meetings to interact with many of our clients and regulatory agencies. Unlike
the traditional conference call, each participant can not only view the items being
discussed,but also hasthe ability to interact(i.e.write,edit,indicate)with the materials.
This technology has not only provided a cost savings by minimizing travel, but has also
enhanced communication with our clients, as well as increased participation from
resource agencies and local governments.
Having served on similar contracts,AIM understands that the scope of services for this
contract is dynamic,requiring the application of traditional services in response to new
issues and circumstances that arise in the ongoing application of project management
and development.
AIM Engineering&Surveying,Inc. 21 59
FIRM AND
SIMILAR EXPERIENCE
TAB 6
Having been awarded and successfully managed continuing contracts throughout the state,AIM has a
clear understanding of the expectations that come with a contract of this nature.Our experience includes
deliverables and services on more than 1,000 successfully completed assignments/task work orders
(TWOS) on over 100 districtwide and continuing services contracts. This portfolio includes contracts
for cities, counties, and various other governmental agencies. Additionally, we have multiple five-year
district-wide contracts with FDOT and have completed over 200+task assignments to date on some of
these.Through our successful delivery,AIM routinely is rewarded with contract renewals some of which
are 10-15 years.
Our experience managing these contracts has provided us the ability to handle multiple contracts/
tasks concurrently; and it has taught us that understanding the scope of services and identifying the
key components of a task leads to projects being delivered on time,within budget, and helps maintain
control of each phase of a project. Our ability to successfully manage and complete contracts of similar
scope and size has been demonstrated through contracts such as those listed below.
SIMILAR CONTRACTS
• Miscellaneous Professional Services-Lee County Professional Services Library-City of Punta Gorda
• Miscellaneous Surveying&Mapping Services-Lee County General Engineering Services-City of LaBelle
• General MSBU Consultant-Lee County Miscellaneous Engineering Services-City of Fort Myers
• Miscellaneous Traffic Engineering Services-Lee County Miscellaneous Engineering Services-City of Cape Coral
• County-Wide Permitting and Mitigation-Lee County Professional Services Library-City of Marco Island
• Professional Services:Architectural&Engineering-Collier Miscellaneous Professional Services-Village of Estero
County District-Wide CEI-FDOT District Seven
• Professional Services Library-Charlotte County District-Wide CEI Survey Support-FDOT District One
• Professional Engineering Services-DeSoto County District-Wide Environmental Management Office-FDOT
• Miscellaneous Professional Surveying&Engineering- District One
Glades County District-Wide Minor Design-FDOT District Seven
• Miscellaneous Civil Engineering Services-Hardee County District-Wide Permitting&Mitigation-FDOT District One
• Master Consultant Engineering Services-Polk County District-Wide Planning Consultant-FDOT District One
• General Engineering Services(District Engineer)-LA-MSID
AIM Engineering&Surveying,Inc. 22 60
%vL1'L er Trilus
SIMILAR EXPERIENCE
CR 833 RESURFACING
8 CURVE IMPROVEMENTS
Hendry County NOR
LOCATION DATE COMPLETED
Clewiston, Florida 2012
DESCRIPTION
This contract included two project locations on CR 833. The
first involved resurfacing, minor widening, and adding paved
shoulders to CR 833 from the Big Cypress Reservation to four
I miles north. The scope also included upgrading the signing and
the addition of vibratory pavement markings. Nine cross drains
�., were inspected and reviewed for safety concerns. Two of the
corrugated metal pipe cross drains were replaced because they
exceeded their service life and several end treatments that were
within the clear zone were extended or shielded with guardrail.
The second project involved improvements at the CR 833 and CR
846 intersection.Duetoseveral unsafe characteristics,the existing
intersection experienced many accidents. The alignment of CR
833 changes from eastbound to northbound and the connection
with CR 846 is at the approximate mid-point of the curve. Safety
improvements were implemented by providing additional
pavement in off-tracking areas and improving the grade through
the intersection. In addition, the existing vegetation along the
inside of the curve was removed to significantly improve the
sight distance and turn lanes were provided to improve the
operational characteristics of the intersection.
The scope of services for these projects included surveying,
geotechnical evaluation, roadway typical sections, pavement
designs, roadway design and plans preparation,drainage design
and plans preparation, environmental permitting,traffic control
plans,utility coordination,coordination with others includingthe
Big Cypress Seminole Indian Reservation,signing and pavement
marking plans, bidding assistance, post design and construction
assistance,as well as record drawings.
AIM Engineering&Surveying,Inc. 23 61
%vL1'L er Trilus
WEST MARSH PRESERVE
DESIGN R PERMITTING
CLIENT
LA-MSID
LOCATIC DATE COMPLETED
Lehigh Acres, Florida 2017 - Design & Permitting
Ongoing- Construction
``ESCRIPTI�`
This project involved the design and permitting of a multi-
,,, purpose use 206-acre reservoir and treatment wetland known
x, as the "West Marsh Preserve." The land was acquired in 2008 by
fa
t + Lee County Conservation 20/20 and is being developed and will
4 �.
be managed as a joint venture between Lee County Parks and
. F R Recreation Department and LA-MSID. The parcel is a portion of
the former Buckingham Airfield military facility that operated
during World War II and had been previously altered by filling
and excavation for drainage,firing ranges,and other facilities.
The historic Orange River runs through the West Marsh Preserve parcel, and the parcel contains remnant wetland
communities that were part of the natural flow way.The West Marsh Preserve is adjacent to the Harns Marsh Water
Management Area, a 578-acre facility that not only provides flood control and water quality improvement for
drainage to the Orange River, but also has become one of the most outstanding interior wetland wildlife habitats
in Southwest Florida. It is a home for many rare and endangered bird species (including the wood stork, roseate
spoonbill and snail kite).The area also provides a variety of recreational opportunities including guided interpretive
tours, bird watching, bicycling, hiking,and (non-motorized) boating.
The West Marsh Preserve will become part of the Harris Marsh complex and provide additional water quality and
stormwater storage. The improvements include excavation and the creation of treatment wetlands to provide
additional surface water storage capacity in the LA-MSID Able Canal (Orange River) basin for large storm events.
Additionally, the design creates lakes and additional freshwater marsh areas to increase water quality treatment
capacity and help restore existing wetland communities, expand wildlife habitat, and include improvements to
provide for passive recreational opportunities.
AIM was responsible for providing the necessary services, including topographic surveying and the creation of a
DTM, environmental assessment, and hydraulic modeling of the system in conjunction with the existing Harris
Marsh facility to optimize operation and performance,as well as determine control structure details.The modeling
focused on peakstage reduction in storm events and increasing dry season water levels in the West Marsh Preserve.
AIM also performed engineering design and plan development. Permitting and coordination activities were
required through the South Florida Water Management District,US Fish and Wildlife Service,and the US Army Corps
of Engineers.
AIM Engineering&Surveying,Inc. 24 62
%vL1'L er Trilus
LITTLETON ROAD-KISMET PARKWAY
REALIGNMENT STUDY 0 DESIGN
CLIENT
Lee County
:474 LOCATIC DATE COMPLETED
Cape Coral, Florida 2019
"%ESCRIPTION
AIM conducted preliminary engineering and environmental
analyses for the widening of Littleton Road from the Kismet
Parkway/NE 24th Avenue intersection to the US 41 intersection.
AIM also evaluated alternatives for the realignment of Littleton
Road from the Kismet Parkway/NE 24th Avenue intersection
to the Corbett Road intersection. Littleton Road is a two-lane
undivided roadway with 10 foot travel lanes and a posted speed
- I limit of 40 mph. There are no paved shoulders or bicycle lanes
within the study corridor, and only a portion of the corridor has
sidewalks.
X55 4' AIM's preliminary engineering and environmental analyses
included typical section development, alternative alignment
evaluations, travel demand forecasting and traffic operations
a _ analysis (including roundabout analysis), access management
`r plan development,preliminary drainage analysis,environmental
impacts evaluation,preliminary construction cost estimates,and
the identification of right-of-way requirements. The proposed
multi-modal improvements include bicycle lanes,sidewalks,and
a roundabout. AIM recently completed the design of Segment A
from the NE 24th Avenue intersection to Corbett Road. The final
design plans for the recommended improvement alternative
includes a roundabout at Corbett Road and drainage analysis for
the complete PD&E limits.
AIM Engineering&Surveying,Inc. 25 63
er Trilus
FOUR CORNERS MSBU
DRAINAGE IMPROVEMENTS
CLIENT
Hendry County
LOCATIC DATE COMPLETED
Hendry County, Florida 2014
'%ESCRIPTIr`
The objective of this project was to reduce localized flooding
experienced during and after storm events and to improve the
water quality of storm water runoff being discharged from the
County Line Ditch (CLD).CLD is a conveyance ditch that is located
adjacent to or straddles the Hendry/Lee County line from the
Four County Corners (Lee, Hendry, Charlotte, Glades) south to
the Caloosahatchee River (C-43 Canal). The total length of the
CLD is approximately 3.7 miles; however, this first phase of the
improvements included the 3+/- miles north of County Road 78.
AIM Engineering&Surveying, Inc. (AIM) assisted the County with
Ithe implementation, which included improvements to the CLD
to reduce peak flood stages, provide additional water quality
treatment,and improve the hydrology of wetlands along the CLD
corridor. The improved ditch section included the existing ditch
enhanced with a wide,vegetated flowwayto convey higherflows
and provide additional storage and water quality treatment.Weir
structures were added in the CLD to control flow rates, increase
storage for water quality treatment along the vegetated flow
way, and to increase the hydroperiod of local wetlands draining
to the CLD.
Professional services included design, engineering, and permitting services, as well as hydraulic modeling,
geotechnical exploration, surveying, and environmental assessments. Surveying services required establishing
control along the channel and locating boundaries between all four counties, and wetland delineation.
Additional scope workwas requested of AIM in the form of two additional Supplemental TaskAgreements(STA).STA
1,involving federal and state listed species,requested the provision GPS survey data of gophertortoise burrows and
field data referencing information regarding the Audubon's crested caracara. AIM's staff conducted the requested
surveys and developed caracara construction monitoring plans and gophertortoise relocation plans.STA2 required
collection of additional survey data and a revision and recalibration of an existing SFWMD hydraulic model, that
failed to predict flood stages evident within the watershed during large storm events. AIM collected topographic
cross sections and opening size and invert elevation information to add the existing model and reran the existing
conditions scenario,at the request of Hendry County.
AIM Engineering&Surveying,Inc. 26 64
%vL1'L er Trilus
ALICIA STREET / MARKET STREET
UTILITIES IMPROVEMENTS
CLIE"
.,m. City of Fort Myers
LOCATION DATE COMPLETED
�, _l Fort Myers, Florida 2018
s
DESCRIPTION
;a T This project involved infrastructure rehabilitation of the
water, sewer, drainage, paving and sidewalks in the Anderson
C Park area of Fort Myers, Florida. AIM was responsible for civil
engineering, which included the design and plans preparation,
CEI observation, and coordination of the utility subcontractor's
work, as well as surveying services that included survey layout
for all aspects of the project. Survey layout calculations required
field adjustments and modification to ensure the intent of the
.?k design was met.AIM also performed utility verification work and
EQ�c "A�7 "' all as-built survey collection; resulting in final electronic as-built
data that met or exceeded the City's as-built standards.
SR 43 (US 301 ) FROM 2ND AVENUE
TO WEST OF 51ST AVENUE
CLIENT
FDOT District One
LOCATION DATE COMPLETED
Ellenton, Florida 2018
The project is located within Manatee County and consists of resurfacing, restoration, and rehabilitation (RRR)
along a 3.15 mile corridor that included Suburban and Urban typical sections.The primary objective of the project
is extending the pavement life and enhancing highway safety. The proposed improvements include milling and
resurfacing of the existing pavement, drainage improvements to repair a broken storm drain system, improved
lighting and signalization, bicycle lanes requiring widening within the existing turn lanes, and upgrades to the
existing sidewalk and curb ramps to meet ADA requirements. Improvements included minor widening to provide
the corridorwith bicycle lanes and key holes at right-turn lanes,driveway modifications due to safety and long-term
maintenance concerns,and coordination with private entities for removal of an out-of-service rail line crossing the
roadway.Additionally, permitting was required with SWFWMD.
AIM Engineering&Surveying,Inc. 27 65
TAB TKEY
L ALiMM A J11
AIM is confident that the amount of staff assigned to this contract is more than adequate to provide the
City with superior services and deliverables.To provide a visual display of the adequacy of personnel for
this contract,an organizational chart is provided on the following page.
The AIM Team is available and has the capacity, technical expertise, range of services, and uniquely
qualified personnel to provide the City with all the services required. Our availability means you can
expect stellar responsiveness,quality products,and projects delivered on or ahead of schedule. Should
further resources be needed, additional staffing is available in offices located in Bartow, Clearwater,
and Orlando, and can be made available as needed by the City. Additional personnel can be assigned
to ensure delivery deadlines are met and will be notified in advance as to when their services may be
needed in accordance with the project schedule.
The AIM Team is curated for this contract based on their level of skill to provide the required services.To
display the AIM Team's proficiency in providing the requested services, key team member resumes are
provided on the following pages.
WHYAIM 14
• Remarkable team of experts committed to providing quality service;
Substantial• - - experience;
years - challenges;
schedule• Sensitivity to and budget
• A pledge to represent the City's best interest at all times.
AIM Engineering&Surveying,Inc. 28 66
Ae
%vL1'L er S�YLI'L�S
STAFFING CHART
Incorporatcd
19S9
CONTRACT MANAGER
Brian Alley, ' •
CONTRACT
ROADWAY IMPROVEMENTS STORMWATER MANAGEMENT BIKE/PED COORDINATION
Brian Alley, PE(16) Steve Neff, PE(43) Dajana Gibson, PE(13)
Adam Aguila, PE (14) Daniel Schroeder, PE (13) Brian Alley, PE (16)
Hollynn Shaffer, EI (4) Ronald Kerfoot, PE, PSM (43) Jim Toombs, PE (38)
DRAINAGE TMDL/WATER QUALITY GIS SUPPORT SERVICES
Justin Christensen,PE(8) STUDIES AND DESIGN Jeffrey Jacquin, PE(20)
Windeliz Gohl, PE (12) Daniel Schroeder, PE(13) Patrick Griffin (22)
Daniel Schroeder, PE (13) Steve Neff, PE (43) Kenadie Buccellato, EI (3)
Ronald Kerfoot, PE, PSM (43)
Justin Christensen, PE (8)
FLOOD CONTROL STUDIES
AND DESIGN
Daniel Schroeder,PE(13)
Steve Neff, PE (43)
Ronald Kerfoot, PE, PSM (43)
Justin Christensen, PE (8)
ADDITIONAL IN HOUSE
SURVEYING/SUE CEI ENVIRONMENTAL PERMITTING/
Grant Fichter(22) Lee Flynn, PE (20) MITIGATION
Darren Townsend, PSM (20) Tony Chin (41) Patrick Griffin (22)
Bob Finck(30)
KEY_ Lead Team Member
Years' Experience (XX)
AIM Engineering&Surveying,Inc. 29 67
Brian Alley, PE
Contract Manage, 1 ask Work Order Team Manager
PROFESSIONAL PROFILE
EXPERIENCE
• 16 Years Mr. Alley has successfully provided roadway and stormwater engineering
services for municipal government clients and FDOT districts throughout Florida.
EDUCATION His responsibilities include project management, roadway design, drainage
• BS,Civil Engineering, Embry-Riddle design, bridge hydraulics, stormwater permitting, lighting design, utility
Aeronautical University,Florida,2001 coordination, and plans production. He is skilled in the utilization of Microstation,
Geopak Drainage, ICPR, HY-8, HEC-RAS, Bluebeam Revu Software, and
REGISTRTION Microsoft Office applications.
• Professional Engineer, Florida, PROJECT EXPERIENCE
#67413,2008
SR 25/500 from North of Griffin Road to South Dr. Martin Luther King, Jr.
EMPLOYMENT HISTORY Blvd. (443546-1) and SR 500A/Lake Shore Blvd. Safety Improvements at
• July 2020—Present: US 441/SR44/SR500/W. Burleigh Blvd. (443507-1), Lake County — FDOT
AIM Engineering&Surveying, Inc. District Five. Senior Project Engineer on this pair of safety improvement design
• November 2004—July 2020: projects. The primary objective of the 443546-1 project is to convert the existing
Connelly&Wicker, Inc. two-way left turn lane (TWLTL) on SR 25/SR 500 (US 27/US 441) to a raised
• January 2002—September 2004: grass median. The scope also included milling and resurfacing, concrete curb
Great Lakes Dredge&Dock Co. and gutter replacement at certain locations, ADA upgrades, sidewalk gap
connections, drainage improvements, and signal improvements. The current
TRAINING typical section includes a TWLTL with three travel lanes, curb and gutter, and
• PowerGeopak sidewalk in each direction. The scope for the 443507-1 project involved the
• FDOTSS4 realignment of the northbound approach of SR 500A at the SR 500 (US 441)
• FDOT TRANSPORT intersection to reduce the crash severity and/or frequency of left turning vehicles,
• FDOT LRE including the use of high friction surface treatment (HSFT). Minor drainage
• FDOT Specs on the Web improvements included modification and replacement to structures and ditches.
• Ad-ICPR AIM submitted Phase II Plans for both projects in July 2020 and the projects are
• HEC-RAS substantially complete.
• HY-8 Continuing Services Contract No. 14, Various Counties — FDOT District
• AGI Lighting Five, Mr. Alley served as Contract Manager for Districtwide Continuing Services
• Autoturn Contract No. 14. The contract involved multiple Task Work Orders throughout the
• SignCAD District. Mr. Alley was responsible for Audit Package Preparation, Task Work
• GuideSign Order Scoping, Staff Hour Development, Staff Hour Negotiations, and Project
• FDOT Advanced TTC Scheduling. The $1.5-million contract was maxed out with two Task Work
• FDOT Design Conference Orders.
• Florida Local User's Group
• Various CAD Training SR 50 at Maguire Blvd. Drainage Improvements TWO, Orange County,
PROFESSIONAL AFFILIATIONS Florida — FDOT District Five. Mr. Alley served as Project Manager and
• Florida Engineering Society Engineer of Record for drainage improvements at the intersection of SR 50 and
• Florida Engineering Leadership Institute Maguire Blvd. in Orlando. The project involved reconstructing storm sewer up to
(Alumni,2013) ten feet deep in a highly urbanized area and includes rigid pavement
replacement, critical sheet-pile wall placement, a multi-phase Temporary Traffic
• ACEC—Florida Transportation Control Plan, and ADA upgrades. Jurisdiction and maintenance of the
Committee intersection was split between the City of Orlando, Orange County, and FDOT
• ACEC—FL 3D Task Team Sub requiring multi-agency coordination including eight known utilities. Mr. Alley's
Committee responsibilities included project coordination, cost estimating, roadway design,
and drainage design oversight.
68
Brian Alley, PE
Contract Manage, task Work Order Team Manager
SR 500 (US 192) Resurfacing TWO, Brevard County, Florida—FDOT District Five. Mr. Alley served as Project Manager and
Engineer of Record for the design of 1.2-miles of resurfacing along SR 500 (US 192) in Brevard County through Indialantic
Beach. The project included ADA pedestrian upgrades, placement of RRFBs at mid-block crossings, singing and pavement
markings, ITS enhancements, and pedestrian lighting upgrades including coordination with Florida Fish and Wildlife due to sea
turtle nesting. Mr.Alley's responsibilities were project coordination, cost estimating, and design oversight.
SR 5 (US 1) Milling & Resurfacing, Flagler County, Florida — FDOT District Five. Mr. Alley served as Project Engineer
responsible for the QA/QC of roadway plans for a 1.25-mile section of SR 5 in Bunnell, FL. QA/QC included verifying milling &
resurfacing limits, reviewing curb cut ramps, and identifying utility conflicts.
SR 45 (US 41) Resurfacing & Carmalita Street Roundabout, Charlotte County, Florida — FDOT District One. Mr. Alley
served as Project Manager and Engineer of Record for the design and construction of 1-mile of resurfacing in the City of Punta
Gorda. The project included signal enhancements, pedestrian upgrades, minor drainage improvements, and lighting
enhancements. The design included the evaluation for a roundabout at Carmalita Street, which is proceeding to Final Design
and includes Right of Way acquisition.
SR 45 (US 41) Sidewalk, Lee County, Florida — FDOT District One. Mr. Alley served as Project Manager and Engineer of
Record for the design and construction of 2.1-miles of 8-foot sidewalk from SR 78 (Pine Island Road)to North Fork Drive in Lee
County. Mr. Alley was responsible for sidewalk layout, roadway modifications to accommodate the sidewalk, drainage design
including floodplain compensation, local agency coordination, cost estimating, lighting design, and assisting the Department with
utility coordination.
SR 78 (Pine Island Road) Keyholes, Lee County, Florida — FDOT District One. Mr. Alley served as Project Manager and
Engineer of Record for the construction of eight bicycle keyhole lanes along SR 78 (Pine Island Road) between Chiquita
Boulevard and Santa Barbara Boulevard in Lee County. Mr. Alley managed the design of all aspects of the project including
developing the keyhole geometry, assisting with utility coordination, and developing a plan to replace the existing lighting "in-
kind." In addition, Mr. Alley sought and attained Design Variations for Lane Width, Lateral Offset, and Shoulder Width to
minimize impacts to existing utilities and avoid major modifications to linear storm water management facilities.
SR 70 (1511 Street East) at 9th Avenue East Roundabout, Manatee County, Florida— FDOT District One. Mr. Alley served
as Project Manager and Engineer of Record for the reconstruction of the SR 70 (151h Street East) at 9th Avenue East intersection
into a modern roundabout in the City of Bradenton. Mr. Alley was responsible for all aspects of the design including developing
the preliminary roundabout geometry, overseeing Central Office approval of the roundabout geometry, establishing right of way
requirements, modifying the existing storm sewer system to accommodate the roundabout, lighting design and layout, and
assisting the Department with utility coordination including a Utility Work by Highway Contractor agreement with the City of
Bradenton.
Starkey Gap Trail Shared-Use Path, Pasco County, Florida — FDOT District Seven. Mr. Alley served as Project
Manager and Engineer of Record responsible for roadway design and multiple agency coordination for the new 2.7-mile asphalt
shared use path, which connects the Pinellas Trail to the Starkey Trail in Pasco County. The project traversed Duke Energy
Right of Way for 2.1-miles and involved coordination efforts with Duke Energy, Pasco County, Pinellas County, and four private
landowners. In addition, the trail's alignment was established to meet Duke Energy guidelines for trail's within Duke Energy Right
of Way while minimizing impacts to existing wetlands,the 100-Year FEMA Flood Plain, and over 100 gopher tortoise burrows.
Cedar Point Road over Clapboard Creek, Duval County, Florida — City of Jacksonville. Mr. Alley served as Drainage
Engineer responsible for the preparation of the Bridge Hydraulic Report (BHR) for the widening of the Cedar Point Road bridge
over Clapboard Creek.The BHR estimated the 100-year and 500-year scour depths and channel improvements for this sidewalk
project.
69
Shawn Swets, PE
Principal-in-Charge/Quality Assurance A,4nlop,
PROFESSIONAL PROFILE
EXPERIENCE
21 Years Mr. Swets has extensive design experience gained from serving as Quality
•
Assurance Manager, Principal-in-Charge, Project Manager and Engineer of
EDUCATION Record (EOR) on Florida Department of Transportation (FDOT) projects ranging
• BS, Civil Engineering, from arterial widenings and interstate/expressway designs to minor resurfacing
Calvin College, Michigan, 1999 and intersection improvement projects. He is very familiar with FDOT design
standards, including the Florida Design Manual, and has an extensive
REGISTRATION background in design development, corridor modeling, and plans production
• Professional Engineer, Florida using MicroStation and GEOPAK. Mr. Swets has hands-on experience with
#60274, 2003 various procedures including plans production, preparation of design variation
and exception requests, cost estimates, pavement design, and specification
EMPLOYMENT HISTORY packages.
• October 2005— Present: PROJECT EXPERIENCE
AIM Engineering &Surveying, Inc.
• October Engineering
n October eying,2005: SR 25/500 from North of Griffin Road to South Dr. Martin Luther King, Jr.
T.Y. Lin International Blvd. (443546-1) and SR 500A/Lake Shore Blvd. Safety Improvements at
• February tern ti October 2002: US 441/SR44/SR500/W. Burleigh Blvd. (443507-1), Lake County — FDOT
URS Greiner District Five. Principal-in-Charge and Quality Assurance Manager on this pair of
safety improvement design projects. The primary objective of the 443546-1
CERTIFICATIONS project is to convert the existing two-way left turn lane (TWLTL) on SR 25/SR
• Advanced Maintenance of Traffic 500 (US 27/US 441) to a raised grass median. The scope also included milling
• FDOT Specifications and resurfacing, concrete curb and gutter replacement at certain locations, ADA
Package Training upgrades, sidewalk gap connections, drainage improvements, and signal
• Lane Closure Analysis improvements. The current typical section includes a TWLTL with three travel
(District One) lanes, curb and gutter, and sidewalk in each direction. The scope for the
• Pavement Type Selection Report 443507-1 project involved the realignment of the northbound approach of SR
• Designing Pedestrian Facilities for 500A at the SR 500 (US 441) intersection to reduce the crash severity and/or
Accessibility in Florida frequency of left turning vehicles, including the use of high friction surface
treatment (HSFT). Minor drainage improvements included modification and
replacement to structures and ditches. AIM submitted Phase II Plans for both
projects in July 2020 and the projects are substantially complete.
Districtwide Resurfacing Contract, Charlotte, Collier, DeSoto, Glades,
Hardee, Hendry, Highlands, Lee, Manatee, Okeechobee, Polk, and Sarasota
Counties, Florida — FDOT District One. Mr. Swets is currently serving as
Contract Manager for this contract.AIM provides FDOT District One with support
for all aspects of roadway resurfacing design for this task work order-based
contract. Representative projects include:
• SR 17 Arbuckle Road, Highlands County, Florida.
• SR 43, Manatee County, Florida.
• SR 80, Hendry County, Florida.
15th Street from Tallevast Road to US 41, Manatee County, Florida— FDOT
District One. Mr. Swets is Quality Assurance Manager and Principal-in-Charge
for the reconstruction of an existing two-lane rural roadway to a three-lane curb
and gutter section along five miles of Manatee County roadway. The design
includes five roundabouts, four signalized intersections, one bridge culvert,
lighting, ITS, adherence to the Airport Authority regulations for ponds and
lighting, as well as, extensive coordination with Manatee County. The $5.3M
design fee includes the development of Phase II Plans and precise cost
70