SUMTER COUNTY BOARD OF COUNTY COMMISSIONERS EXECUTIVE SUMMARY

SUBJECT: Renew Contract with AECOM for RFQ 007-0-2016/RS Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County (Staff Recommends Approval). REQUESTED ACTION: Staff Recommends Approval

Meeting Type: Regular Meeting DATE OF MEETING: 6/26/2018

CONTRACT: ☒ N/A Vendor/Entity: AECOM Effective Date: 6/26/2018 Termination Date: September 30, 2019 with a renewal option for 1 year Managing Division / Dept: Engineering / Public Works BUDGET IMPACT: 68,967 FUNDING SOURCE: 106-340-541-6531 Type: N/A EXPENDITURE ACCOUNT: Secondary Trust

HISTORY/FACTS/ISSUES:

The Board approved Contract with AECOM on October 26, 2016, in response to RFQ 007-0-2016/RS Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County. The original term of this Agreement commenced on October 25, 2016, and continue in full force for up to two (2) years through September 30, 2018, with the option to renew for an additional two (2) one-year terms.

At this time staff recommends extending this contract for an additional one-year term, through September 30, 2019, with the option to renew for an additional one (1) one-year term to perform CEI Services on LAP Project. The next task under this agreement is for AECOM to perform CEI services for the C-475N contract being considered for construction award to Pave-Rite at this meeting. CEI Services will be performed on the attached time and material rates not to exceed the fee $68,967.

Also attached is the Board Approval on October 26, 2016 of the negotiated contract with AECOM for RFQ 007-0-2016/RS Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County.

Prepared by: Grammarly Check ☒

Page 1 of 1

Board qfCounty Co1n1nissione1·s ==Sumter County.,

7375 Powell Road, Suite 200 • Wildwood, FL 34785 • Phone (352) 689-4400 • FAX: (352) 689-4401 Website: http://sumtercountyfl.gov

June 28, 2018

J. Larry Sauls, PE AECOM Technical Services, Inc. 7650 West Courtney Campbell Causeway Tampa, FL 33607-1462

Dear Mr. Sauls:

Enclosed for signature are two (2) originals of the Agreement Renewal between AECOM Technical Services, Inc. and Sumter County approved by the Board of Sumter County Commissioners on June 26, 2018. Please sign both copies and return one (1) in the envelope provided.

If there are any questions, please do not hesitate to contact our office at (352) 569- 6629.

Very truly yours,

BOARD OF SUMTER COUNTY COMMISSIONERS

GLORIA R. HAYWARD CLERK & AUDITOR

By~~ Caroline Al Restimawi Deputy Clerk

Enclosures

Al Butler, Dist 1 Doug Gilpin, Dist 2 Don Burgess, Dist 3 Garry Breeden, Dist 4 Chairman (352) 689-4400 Vice Chairman (352) 689-4400 (352) 689-4400 7375 Powell Road (352) 689-4400 7375 Powell Road 7375 Powell Road Wildwood, FL 34785 7375 Powell Road Wildwood, FL 34785 Wildwood, FL 34785 Wildwood, FL 34785

Steve Printz, Dist 5 Bradley S. Arnold, Gloria R. Hayward, Clerk & Auditor County Attorney 2"• Vice Chairman County Administrator (352) 569-6600 The Hogan Law Firm (352) 689-4400 (352) 689-4400 215 East McCollum Avenue Post Office Box 485 7375 Powell Road 7375 Powell Road Bushnell, FL 33513 Brooksville, Florida 34605 Wildwood, FL 34785 Wildwood, FL 34785 Agreement Renewal AECOM Technical Services, Inc./Sumter County Board of County Commissioners

1 THIS AGREEMENT RENEWAL is made this 26 h day of June, 2018, by and between Board of Sumter County Commissioners (hereafter referred to as "Board"), whose address is 7375 Powell Road, Wildwood, Florida 34785, and AECOM Technical Services Inc. (hereafter referred to as "vendor"), whose address is 1178 Paysphere Circle, Chicago, IL 60674.

• This agreement is renewed for one year through September 30, 2019 under the same terms and conditions. • Vendor shall comply with all conditions as forth in the original Construction Engineering Inspection (CEI) Services for FOOT Local Agency (LAP) Projects dated 10/25/2016. • Vendor shall, at all times, comply with the Florida Public Records Law, the Florida Open Meeting Law and all other applicable laws, rules, and regulations of the State of Florida. • If the Firm has questions regarding the application of Chapter 119, Florida Statutes, to the firms' duty to provide public records relating to this agreement, contact the custodian of public records at 352-689-4400, Sumter County Board of County Commissioners, 7375 Powell Road, Wildwood, Florida 34785 or via email at [email protected].

IN WITNESS WHEROF, the parties have signed this Agreement the day and year first above written. SUMTER COUNTY

BOARD OF COUNTY COMMISSIONERS .4~ Chairman JUN 2 6 2018 Date Signed______

By=------+---- Date CONSULTANT CEI FIRM ESTIMATED STAFFING

FIRM NAME AECOM FINANCIAL PROJECT IDs FAP NO. PROJECT NAME/From/To C-475N LAP Projects COUNTY Sumter PROJECT TYPE & DESCRIPTION Safety improvements DATE PREPARED 5/31/18

2018 2019 TOTAL Man Man Jul Jul Oct Oct Jan Apr Jan Apr Feb Mar Jun Feb Mar Jun Sep Dec Sep Dec Nov Nov Item Personnel May Aug May Aug No. Classifications Months Hours 1 CEI Senior Project Engineer (AECOM) 0.025 0.050 0.050 0.050 0.025 0.200 33 2 CEI Project Administrator (AECOM) 0.080 0.160 0.160 0.160 0.080 0.640 106 3 CEI Contract Support Specialist (AECOM) 0.050 0.100 0.100 0.100 0.050 0.400 66 4 CEI Sr. Inspector (AECOM) 0.125 0.500 0.500 0.355 1.480 244 5 CEI Inspector (AECOM) 0.245 0.245 40 6 CEI Resident Compliance Specialist (AECOM) 0.080 0.160 0.160 0.160 0.080 0.640 106 7 CEI Asphalt Plant Inspector (Tierra) 0.035 0.035 0.030 0.100 17 TOTAL 0.0 0.0 0.0 0.0 0.0 0.00 0.360 1.250 1.005 0.855 0.235 0.000 0.00 0.0 0.0 0.0 0.0 0.0 0.0 3.705 612 Note: This is a limiting amount T&M project assignment. In the event the limiting amount cap is reached and no supplimental funding is available, AECOM can stop work with no further contractual obligations. CEI FEE ESTIMATE FOR CR 475N LAP PROJECT SUMTER COUNTY

Client: Sumter County Project Manager: Kelly Craig, AECOM Date: 5/31/18 Project/Task Description: Construction Engineering and Inspection for CR 475N LAP Project

PROFESSIONAL CLASSIFICATION AND HOURLY RATE

ACTIVITY CEI Contract CEI Senior CEI Senior CEI Resident CEI Senior CEI Project Support Inspector Inspector CEI Inspector CEI Inspector Compliance CEI Asphalt Project Engineer Administrator Specialist (Regular) (Overtime) (Regular) (Overtime) Specialist Plant Inspector Total Manhours TASK DESCRIPTION $198.00 $142.00 $94.00 $86.00 $102.25 $65.00 $77.25 $66.00 $63.00 for Task Total Labor Cost for Task

CR 475N 33 106 66 244 48 40 8 106 17 668 $64,967.00

SubTotal - Construction Engineering and Inspection Services 668 $64,967.00

Total Hours by Professional Classification 33 106 66 244 48 40 8 106 17 Total Labor Cost by Professional Classification $6,534.00 $15,052.00 $6,204.00 $20,984.00 $4,908.00 $2,600.00 $618.00 $6,996.00 $1,071.00

ITEMIZED DIRECT COSTS DESCRIPTION COST Geotechnical Engineering Services $0.00 Underwater Inspection $0.00 Material Testing Laboratory Services (Tierra) estimated $4,000.00 Survey Services (AECOM) Office Space (# months estimated + utilities) TOTAL DIRECT COSTS $4,000.00 TOTAL FEE (NOT-TO-EXCEED) $68,967.00 CONTINGENCY $0.00 TOTAL FEE WITH CONTINGENCY $68,967.00 Note: This is a limiting amount T&M project assignment. In the event the limiting amount cap is reached and no supplemental funding is available, AECOM can stop work with no further contractual obligations.

CEI Cost Proposal for Sumter County LAP CR 475 053118.xls SUMTER COUNTY BOARD OF COUNTY COMMISSIONERS EXECUTIVE SUMMARY

SUBJECT: Approve negotiated contract with AECOM for RFQ 007-0-2016/RS Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County (Staff Recommends Approval). REQUESTED ACTION: Staff Recommends Approval

Meeting Type: Regular Meeting DATE OF MEETING: 10/25/2016

CONTRACT: ☐ N/A Vendor/Entity: AECOM Effective Date: 10/25/16 Termination Date: 9/30/18 Managing Division / Dept: Engineering / Public Works BUDGET IMPACT: Varies FUNDING SOURCE: Secondary Trust Fund

Type: Capital EXPENDITURE ACCOUNT: Varies

HISTORY/FACTS/ISSUES:

RFQ 007-0-2016/RS Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County was broadcasted on 1/26/2016. Qualifications were due on 3/11/2016 at 11:00 a.m. and opened at 11:05 a.m. in Room 110 of The Villages Sumter County Service Center, 7375 Powell Road, Wildwood, FL 34785.

Contract negotiations with AECOM were approved by the Board of County Commissioners on 3822/16. Contract negotiations were successfully conducted between AECOM and Sumter County Public Works.

Attached for BOCC review and approval is the BOCC approved executive summary from 3/22/16 and the negotiated contract that includes the scope of work and approved draft fee schedule.

Prepared by: Christine Benitez Grammarly Check ☒

Page 1 of 1

QualiƮ cations Package for Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County

RFQ 007-0-2016/RS

11 March 2016

Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Exception Statement

A separate sheet or sheets, clearly identified and numbered, of Exceptions or Deviations from the minimum specifications, must be attached to the RFQ Form (if applicable). AECOM Technical Services, Inc. (“ATS”) has reviewed the RFQ for the Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County (RFQ 007-0-2016/RS) as well as the Sample Professional Services Agreement. While ATS is in substantial agreement with the terms included therein, in the event of award, ATS respectfully reserves the right to negotiate final contractual provisions, including but not limited to the indemnity and insurance provisions, in an effort to reach a mutually agreeable contract in line with appropriate industry standards.

AECOM Sumter County Board of County Commissioners –Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County 14 | Page PART 3 QUALIFICATION DOCUMENTS CHECKLIST OF ITEMS REQUIRED TO BE SUBMITTED

The following documents and forms in the following arrangement must accompany each RFQ or alternate RFQ submitted:

 One (1) original RFQ, clearly labeled “Original”; five (5) printed copies of the RFQ in its entirety; and one (1) electronic single PDF version not password protected of the original submitted RFQ in its entirety.

 RFQ Cover Page. This is to be used as the first page of the RFQ. This form must be fully completed and signed by an authorized officer of the consultant.

 Qualification Document Checklist of Items Required to be submitted (this sheet).

 Proposer Certification / Addenda Acknowledgement Form.

 Statement of General Terms and Conditions.

 Statement of Qualifications

 A sworn, notarized Statement of Consultant’s Experience and Personnel.

 A sworn, notarized Drug Free Work Place Certificate must accompany each Qualification package or RFQ.

 Hold Harmless Agreement

 E-Verify Certification Form and the electronic signature page of the Memorandum of Understanding from the Department of Homeland Security.

 Anti-Collusion Statement

 Statement of Public Entity Crimes

 A Certificate of Insurability, acceptable to the County, shall accompany each RFQ or alternate RFQ, in the amounts as prescribed by the State and the Sumter County BOCC

 Exhibit A – Debarment Form 375-030-32

 Exhibit B – Certification for Disclosure of Lobbying Activities 375-030-33

 Exhibit C – Disclosure of Lobbying Activities 375-030-34

 Exhibit D – LAP Federal-Aid Terms for Professional Services Contracts

 Exhibit E – Bid Opportunity List for Professional Consultant Services, and Commodities & Contractual Services

 Exhibit F – Conflict of Interest Certification for Consultant

 Exhibit G – Truth in Negotiations Certification This document must be completed and returned with your Submittal.

Tab 1 Tab

– and Statement of Interest Introduction

Tab 1 Statement of Interest and Introduction Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

1 Statement of Interest and Introduction

AECOM Technical Services, Inc. (AECOM) is pleased to present our credentials for providing Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County. We are a full-service Architecture/ Engineering (A/E) and CEI firm with over 2,500 talented people throughout Florida, including more than 600 in Central Florida and more than 85 CEI personnel statewide. Our firm has been providing professional CEI services in Florida since 1987. We pride ourselves on providing our clients with CEI services that bring their projects in on time and within budget, while providing maximum safety and convenience to the public. Our work is solid, and our team members are reliable and responsible. One major reason for our success is our great depth of staff in all disciplines that enables us to meet accelerated schedules and to conduct multiple projects concurrently without sacrificing quality. Transportation and infrastructure have been our bread-and- butter work since opening major, permanent operations in The AECOM Team proposed for this assignment has well over Florida in 1957. Of particular relevance, we have served dozens 150 years collectively in road building, construction of county and municipal clients statewide in addition to all engineering inspection and contract management experience. Florida Department of Transportation (FDOT) Districts. In a The proposed Sumter County team has also been working on number of cases, these services have been continuous for over the $68M Poinciana Parkway recently and brings with that 26 years. This longevity attests to the high caliber of our experience a strong team approach. Technically speaking, you services and our commitment to our clients. will not find a better team of professionals to implement your LAP Program. Further, we routinely work on projects funded by a myriad of federal and state agencies, and we are thoroughly familiar In addition, the AECOM Team also brings significant experience with the requirements, procedures, manuals, processes, and working in FDOT and for FDOT so the implementation of state expectations of the agencies that are involved. In particular, and federal requirements will be second nature. Our Contract we have successfully managed many Local Agency Program Manager, Terry Muse has very good working relationships with (LAP) projects and Federal-aid construction projects the FDOT at District and State levels. throughout Florida for both city and county governments. We As you read the additional information submitted in this are thoroughly familiar with the very specific criteria that must qualifications submittal you will gain a better understanding of be met whenever Federal funds are included in a project. the tools we employ to plan our projects, to communicate We assign our staff to projects based on matching their clearly with all stakeholders, and to execute our plan to ensure particular skills to the project at hand. The team we are the project is completed to the standards required by the proposing is well-versed in documenting compliance with Sumter County LAP Program as well as to FDOT and Federal contract documents and agency requirements, and in requirements. We look forward to the opportunity to serve proactive, effective communication with the County and its Sumter County. contractors to avoid delays and budget over-runs. We are extremely well organized and are experienced in managing these types of projects. The five projects identified for CEI services in this RFQ entail a variety of safety improvements for several different roads within Sumter County. The work will include placement of various pavement markings, installation of guardrail, a high friction overlay and milling and resurfacing work in some instances. Other work includes adding paved and unpaved shoulders and drainage improvements.

AECOM Tab 2 – Company History Tab 2 History Company Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

2 Company History • AECOM Technical Services, Inc. (AECOM) is a premier, fully Erosion control oversight • integrated professional and technical services firm that is Producing and maintaining progress photographic records positioned to design, build, finance and operate infrastructure • Conventional sampling and testing of construction materials assets for public- and private-sector clients. On October 17, • 2014, AECOM completed its acquisition of URS Corporation CPM scheduling/maintaining construction schedule resulting in a leading, fully integrated infrastructure and federal surveillance • services provider with nearly 90,000 employees in over 150 Monitoring and projecting of cash flow requirements • countries. AECOM is ranked as the #1 engineering design firm Checking of shop drawings by revenue in Engineering News-Record magazine’s annual • Certification of measurement and payment industry rankings. The company is a leader in all of the key • markets that it serves, including transportation, facilities, Maintenance and operation reports • environmental, energy, oil and gas, water, high-rise buildings, Agency reports • and government. Engineering residency • Of special importance to Sumter County, our full-service A/E Construction surveys and stakeout • design and CEI firm is a leading contractor with local, state, and Detailed inspection of workmanship and materials federal government clients. With 2,500 employees in the state • Non-destructive testing including radiography and more than 85 CEI personnel who are assigned to projects • based on matching their particular skills to the project at hand, Welder testing and certification • we have the depth of resources and nearby locations to provide Monitoring of contractor quality control and quality immediate response and excellent, personalized service to the assurance programs • County. Since 1987, we have successfully served many of On-site soils and materials tests and controls Florida's county and municipal governments, including the • Acceptance test procedures counties of Hernando, Pasco, Pinellas, Hillsborough, Manatee • and Lee, and the cities of North Port and Sarasota, as well as all Quantity surveys • FDOT districts on a great many CEI projects. We are currently Final quantities • serving as the District Wide CEI consultant for FDOT’s District Punch lists Seven District Construction Office, the General Engineering • As-built drawings Consultant for FDOT’s District Seven Interstate Construction • Office and the Continuing Services CEI Inspection consultant Operations check-out • for FDOT’s District One Sarasota Operations Center. Final inspection and reports • AECOM provides every type of service in the areas of Certification of completion • construction management, CEI, A/E design, planning, Warranty inspections environmental, landscape architecture, surveying, and overall program management. Specific Construction Engineering and Inspection Services include the following: • Review of constructability of facility-staging, sequential construction-coordination of multi-contractor involvement • Review of A/E cost estimates-client budget/cash flow data • Construction contractor and subcontractor qualification • Negotiation of construction contracts and subcontracts • Procurement and analysis of construction bids • Contract award • Value engineering • Coordination of construction contracts • General surveillance/inspection of construction • Preparation of contract change orders and assistance to the client in negotiation of payment for changes • Preparation of cost estimates for contract change orders • Daily records of construction progress

AECOM Tab 3 – Capability of Firm of Firm Tab 3 Capability Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

3 Capability of Firm

AECOM has been providing full service CEI support and has Tierra is certified under the Florida Unified Certification served many counties, cities, and the FDOT successfully on Program (UCP) as a DBE by the FDOT and is also certified as a numerous CEI projects since 1987. In providing previous CEI MBE by the Florida Department of Management Services, services for FDOT and other local municipalities, we have Office of Supplier Diversity. As a subconsultant to AECOM, demonstrated our ability to manage projects with Tierra has provided construction materials testing services on professionalism and an optimistic attitude. AECOM’s Tampa numerous FDOT and local municipal contracts. office, located at 7650 West Courtney Campbell Causeway, is For this project, Tierra will provide asphalt plant verification one of the largest offices in the company with over 450 inspection and construction materials engineering and professionals and will be responsible for the execution of this verification testing services from their Tampa office, located contract. Our goal is to work in partnership with the at 7351 Temple Terrace Highway. Contractors and the County Project Engineer so that all construction services delivered to the County are on schedule, Statement of the Firm’s Capacity to Perform within budget, and provided with sensitivity to the community. the Work within the Required Schedule AECOM will be responsible for all project management, AECOM has ample capacity to complete all task assignments quality assurance/quality control (QA/QC), and construction under this contract. They will be led by our Contract Manager, engineering and inspection services. Terry Muse. One of the advantages of being a large firm with great depth of manpower is that we can comfortably handle Our proposed subconsultant, Tierra, Inc., is a full service new projects without compromising our existing commitments. consulting soils/aggregate and construction materials testing Of further relevance, the workload of the staff proposed for this engineering firm with capabilities to provide test borings, install contract is moderate by our standards during the expected piezometers and monitoring wells, engineering analyses and project assignment timeframes (see below), so we can handle reports, AutoCAD and MicroStation plan sheets, laboratory soils this contract with ease and efficiency. The key personnel can testing, and construction materials testing. Their laboratories be committed to these assignments when they are needed. are certified by Construction Materials Engineering Council (CMEC) and qualified by FDOT and have the latest laboratory Our approach to how we will successfully complete each testing equipment. Tierra’s capabilities with respect to soils, project on time and within budget is detailed on the following concrete, and asphalt have been approved by the FDOT. pages.

2016 2017 2018 Contract/Task Personnel/ Assignment Classification Jul Jul Jul Oct Oct Oct Apr Apr Apr Jan Jun Jan Jun Jan Jun Mar Mar Mar Feb Feb Feb Aug Sep Nov Dec Aug Sep Nov Dec Aug Sep Nov Dec May May May C-476 Safety Jim Fitzer, PA Improvements from Joe Tatman, Sr. Inspector US 301 to Paul Stacks, Inspector Hernando CL Elizabeth Springer, RCS Jim Fitzer, PA Joe Tatman, Sr. Inspector C-48 Citrus CL to Jose Tobias, Inspector W of CR 616 Paul Stacks, Inspector Elizabeth Springer, RCS Jim Fitzer, PA C-475 N Safety Gene Simmons, Improvements from Sr. Inspector SR 44 Paul Stacks, Inspector to Marion CL Elizabeth Springer, RCS Jim Fitzer, PA C-575 Safety Joe Tatman, Sr. Inspector Improvements N of CR 476 to S of CR 624 Paul Stacks, Inspector Elizabeth Springer, RCS Jim Fitzer, PA C-470 Safety Gene Simmons, Improvements from Sr. Inspector CR 424 to Paul Stacks, Inspector Wilderness Dr Elizabeth Springer, RCS

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

• Plan of Approach Set up correspondence distribution lists • AECOM understands this Sumter County contract has been Review Contractor’s schedule, Quality Control (QC) Plan, made possible by being awarded the necessary federal funds and other pre-construction submittals (shop drawings, etc.) through FDOT. The contract is to manage numerous Construction Activities miscellaneous LAP projects throughout Sumter County, some of which include, but may not be limited to, safety Once the day-to-day construction activities begin, the following improvements such as rumble strip installation, wet weather items will be part of our routine services to ensure the audible, reflective and vibratory pavement markings; addition of Contractor provides the best quality of construction to Sumter 5-foot paved shoulders, 1 to 3-foot unpaved shoulders, high County and the County’s risks for unnecessary costs or claims friction course surface treatment, milling and resurfacing of are minimized to the lowest extent possible. Each activity can existing asphalt surfaces; installation of guardrail and roadway be described in detail, but has been limited to a bulleted list. • signage; installation of drainage improvements including storm Pre-activity meetings for all construction phases • inlets and piping; relocation of mail boxes and signage and Weekly progress meetings • removal of headwalls. Each project will be treated similar to a Monthly CEI status report/invoicing “task work order” with individual budgets for CEI fees on each • Daily work reports/weekly engineers summaries task. We are prepared and have the resources for any contract • Adjacent project coordination type. The County requires a professional firm to perform CEI • services in coordination with the Contractor(s) who will build the Documentation and electronic processing, documents in LAPIT jobs. We understand the CEI firm chosen will administer these • projects in compliance with FDOT and FHWA requirements. Utility coordination for adjustments or protection • Local homes and business protection We will work hard to resolve any construction issues in the field • at the lowest level possible. With a partnering approach, we will Project Administration and coordination with FDOT District Five LAP Manager, Vince Vacchiano foster a good working relationship with the Contractor(s) from • day one, as well as with the County’s Project Manager, to help Construction Inspection and Verification Testing – paving, keep the project moving forward at all times. If at any time, an plant, concrete, drainage, soils and aggregate, earthwork, impasse has been reached in the field, and an issue must be nuclear gauge density testing, SWPPP, lighting, signals and landscaping escalated to the County, AECOM will provide the County with • the necessary details in a clear, concise, and professional Weekly review of MOT and NPDES reports • format. We pride ourselves in providing our clients with Environmental permits and endangered species monitoring • information and sound recommendations to keep projects on Photographs and video documentation • time and within budget, while also providing the maximum Schedule review, claims avoidance, dispute resolution safety to the public. • Safety monitoring and reporting • AECOM has outlined below our anticipated project tasks and Negotiate supplemental agreements, contract changes, deliverables with regard to administration of this contract and value engineering changes • for each specific LAP project. A strict adherence to these steps Shop drawings • has enabled our CEI teams in the past to complete all projects Reporting (FHWA) with outstanding results. • Quality assurance reviews • Pre-Construction Activities: Progress payments (quantities tracking, stockpiled • materials, sub payment monitoring) CEI kickoff meeting with County, EOR, FDOT District Five • LAP Manager, Vince Vacchiano Plan revisions/As-builts • • Establish contact with Contractor Distribution of correspondence • • Establish contact with utilities and begin coordination Inspection records (MOT, field books, quantities, erosion • Obtain ROW agreements control, deficiencies, daily diary) • • Pre-Construction meeting with Contractor, including FHWA Contractor’s payroll, employee interviews, contract compliance requirements compliance with EEO, DBE, OJT • • Perform pre-construction field survey activities Periodic night inspections • Obtain pre-project photo documentation/video Post Construction Activities • Submit CEI quality management plan to County and Post construction activities will be a continuation of the work request approval of proposed staffing • efforts started at the pre-construction phase. The project Review project requirements with inspection staff (critical team’s efforts from pre-construction through post- requirement guide lists, specifications, plans, etc.) and set construction will culminate in successful completion of the up field books project: • Develop file system and document control guidelines

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

• • Final acceptance (coordination with Vince Vacchiano, Disadvantaged Business Enterprise (DBE) Opportunities: FDOT District Five LAP Manager) Prior to award of the Contract, the Contractor must have an • Final records, ensure documentation uploaded to LAPIT approved DBE Affirmative Action Program Plan filed with the • Claims Equal Opportunity Office of the State. CEI will verify that the • Project certification plan is in place, and monitor compliance with the • requirements during the course of the project. Monthly Preparation and submittal of certified final estimate • payments from Contractors to DBE subcontractors are Offer of final payment • required to be reported in which the CEI will monitor. Submit signed and sealed as-built drawings provided by • Equal Employment Opportunity (EEO) Acts: CEI and contractor and reviewed by our Contract Manager • Contractors need to have in place programs to demonstrate Project close-out meeting • commitment to the EEO programs. Prior to project start, the Summarize outstanding issues and provide support for program information will be reviewed for acceptance and closeout of those issues • the responsible party for each entity will be named. The Provide hard and electronic copies of all project Contractor will be required to have an on-site informational correspondence and documentation for County archives board to present construction project opportunities and Approach to EEO/FHWA Compliance wage information for the public to review. Summary data for Requirements work place population data will be available and/or reported for review. Details contained in publication FHWA -1273, AECOM has extensive experience in completing CEI projects available at FDOT website: http://www.fhwa.dot.gov/ that include full and/or partial federal funds. Whenever federal programadmin/contracts/1273/1273.pdf. funds are included in a project, very specific criteria must be • Compliance with Federal Endangered Species Act: The met during the course of the project to ensure compliance with Federal Endangered Species Act requires that the federal laws. AECOM’s approach in monitoring EEO/FHWA Department investigate the potential impact to an compliance is to make sure the Contractor is clearly aware of all endangered species prior to initiating an activity performed requirements from the first meeting and to make weekly in conjunction with a highway construction project. verification of the submittals to ensure the procedures are • followed to the letter. Any lapses in procedure will result in a Occupational Safety and Health Act: Comply at all times notice of non-compliance and, should it be warranted, progress with applicable Federal, State, and local laws, provisions, and payments will be withheld until the requirements are met in a policies governing safety and health, including 29 CFR 1926, timely fashion. including all subsequent revisions and updates. • • Significant Contract Changes: When federal funds are Wage Rates: The Contractor needs to be aware that per used on a project, Contract changes that will increase the their contract, minimum wage rates have been established amount of federal funds needs to receive approval from for positions relative to the construction project. The wage FHWA. The funding approval needs to be approved before rates applicable to the contract will likely be controlled by the Contractor is directed to begin work that would require the current wage rates as determined by U.S. Department of the additional funds. The FHWA representative must also Labor (USDOL), as modified up through ten days prior to the make inspection and acceptance of the project before final opening of bids. During the course of the project the CEI acceptance of the project can be given by local agencies, team will conduct field interviews of construction staff in unless otherwise delegated. random positions and report their answers to wage rate questions. The Contractor will likely also be required to provide certified payrolls on a weekly basis for wage rate verifications. • On the Job Training: The Contractor shall provide on the job training aimed at developing full journeymen in the type(s) of trade or job classifications involved in the work. The number of trainees required is determined by specification based on the dollar value of the contract. Our CEI team will work with the Contractor to monitor their progress in completing the training program properly, and providing documentation for their activities. • Buy American Steel: For federal aid contracts, only use steel and iron produced in the United States, in accordance with the Buy America provisions of 23 CFR 635.410, as amended. CEI will assist the Contractor to answer questions on issues as they arise, based on the limited values allowable by Specifications.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Other Considerations to the job site by others and report on each separate contractor Our team understands that design plans are not available for all work activity, such as the placement of embankment, subgrade, the upcoming LAP projects listed in the RFP. Typically we base or asphalt work on the roadway or stormwater pipe would perform an exhaustive review of the plan sets and placement or utility relocation work. The intent of the DWR is to include specific constructability concerns/challenges in our provide the AECOM CEI PA with a true picture of what occurs proposal to you. Identification and awareness of these items each day on the project site. When a quality assurance issue or prior to construction affords the opportunity for affected defect is observed by our CEI inspection team, the inspector will parties to mitigate the impacts. On medium to large scale immediately notify the Contractor of the issue. The inspector projects, the EOR can be consulted on plan issues for will also make a written notation in his or her DWR. Once the clarification. A lot of times on LAP projects, this is not feasible issue is remedied, the inspector will make note of such. If the due to lack of post-design services. AECOM is committed to issue is not resolved within two hours, the AECOM inspector will working with the County and the Contractor(s) to recommend escalate the issue to the AECOM PA, who escalates to the field adjustments as necessary in order to mitigate some of the Contract Manager and finally to the County’s designated PM. constructability issues identified in design plans. If design plans For record keeping purposes, DWR’s will be placed on the for these projects will be developed while we are under Sharepoint site and access will be made available to the County contract as the CEI, we can provide this important Project Manager and Staff for their review and use. constructability review of the plans prior to going out to bid. The noted Materials Testing results will also be located on the We firmly believe that remaining proactive and always looking Sharepoint site so the County’s staff may view those results at ahead for the next project obstacle throughout the duration of their convenience. Other materials incorporated in to the the project is critical to delivering a successful project on time project may not be accepted based on sampling and testing while meeting the requirements of the contract. We will results. Rather, they may be accepted based on a written continue reviewing contract documents, if awarded, in an certification, certified mill analysis, FDOT label or stamp, FDOT attempt to maintain this proactive approach. We will remain in Qualified Product List (QPL) or supplier. AECOM is thoroughly constant contact with the County’s Project Manager with the familiar with all these processes and we currently manage jobs status of the progress, keeping them abreast of project issues. in Central Florida utilizing these methods. All issues involving time and money will be presented to the On-Site Project Safety County with multiple solutions, the benefits and consequences AECOM has a corporate commitment to Safety exhibited by of each solution, and our recommendation as to how we would direct involvement from our Vice President of CEI Services, proceed. Larry Sauls, PE and our Transportation Business Line Leader Materials and Testing Services for Greater Florida, Kevin Cornish, PE, and Vice President, The Materials Testing and Acceptance services required for Safety, Health & Environment (SH&E), Chris Bartku, PE. Our this project will be coordinated through our subconsultant team begins each meeting with a safety moment to remind Tierra, Inc. We have a long and very strong working relationship each of our project team members just how important safety is with Tierra. Tierra maintains several engineering and materials in our daily lives. Our Project Management Plan always includes testing labs in Central Florida which are FDOT-certified for a Project Health and Safety Plan (HSP) prepared by the Project testing construction materials. We will begin the Materials Manager and approved by our Greater Florida SH&E Manager, Testing and Acceptance process by reviewing the Sample George Porter, CMIOSH, CSM, CHCM. Each plan incorporates Testing and Reporting Guide. We will ensure the Guide is relevant Job Safety Activities (JSA’s) that are appropriate for comprehensive and correlates with the Final Plans list of pay each project. items. For those materials requiring sampling and testing for acceptance our PA and CSS will utilize a standard spreadsheet for the entry of Quality Control (QC) test results performed by the contractor, Verification (V) test results performed by AECOM as the CEI and, Resolution (R) test results should the need arise. A third party engineering and testing laboratory shall be used in the event Resolution testing is required. Our CEI inspection staff will observe, inspect and report daily Contractor construction activities to ensure he is performing the work with strict adherence to the contract documents, plans, specifications and special provisions and the project is constructed in reasonable conformity with such documents. Our CEI staff will document these observations and inspection activities in a Daily Work Report (DWR). Each inspector will prepare a DWR on their laptop for each day, report on any visits

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

The HSP is maintained in the field project office and used for It will also include the objective measurable criteria used to monthly safety meetings with site staff to keep safety on our determine if a warranty issue applies, which items are under radar screen every day. We also participate in contractor warranty and the duration for which they are warrantied. tailgate meetings and hold special joint meetings when We will also conduct a review and training session with beginning a new work activity on the job, such as pipe appropriate County staff regarding how to use the warranty installation or overhead work in construction. information. At that time we will arrange for contact persons A key area we focus on from a safety perspective is the and contact information so the County can notify AECOM project’s Maintenance of Traffic and the project’s Traffic should a warranty issue develop. We shall act as the liaison Control Plan. AECOM’s role is to monitor and inspect the between the County and the Contractor when warranty Contractor’s Work Zone Traffic Control Plan (WZTCP) and requests arise to coordinate that communication. We shall review modifications to the Work Zone Traffic Control Plan. assist the County in making a determination of the appropriate The Contractor is required to retain a Professional Engineer corrective action and provide notice to the Contractor of items and prepare a detailed Traffic Control Plan signed and sealed requiring warranty action. We shall perform related duties as by a qualified Professional Engineer licensed in Florida. assigned. This Contractor WZTCP is to be submitted to the Owner for Communication Review and Approval. It is incumbent on the Contractor to Our approach will emphasize communication to make contract maintain traffic flow through the area especially during these components seamless. By providing you with a local team and a activities in which a flagging operation is being conducted and proactive Contract Manager, communication can remain fluid, avoid undue traffic delays. AECOM will work closely with the whether in person, via email, or by phone. There are many Contractor prior to the initiation of the flagging operations to moving parts in the task work order process for CEI Inspection help support their efforts to keep traffic moving through the work and communication can be a challenge. project limits. Often times, small projects bring big challenges. These small As the project moves closer to completion AECOM will ensure LAP projects attract smaller, less experienced contractors that the following duties are monitored closely and accomplished. have a difficult time adapting to the rigors of an FDOT/federally Verify the requirements for reduction in retainage and obtain funded job. The specifications are detailed, and the processes surety consent as needed. Verify on a monthly basis the can be complicated. Job #1 for our team is to enforce the Contractor is properly updating the as-built documents for the specifications. However, our experienced senior inspectors work. Please note that submission of as-builts and acceptance also offer the wisdom of many years working in the of same by the Engineer is precedent to Final Acceptance construction industry on FDOT jobs and the skills to “build the according to the 2014 Standard Specifications. Therefore, we job mentally before the contractor builds it” to avoid delays. will encourage the Contractor to remain vigilant in this regard. The AECOM Team is committed to thorough and continuous AECOM will ensure electronic record drawings are received and communication with our project partners, including the County review same for accuracy. We will also review close out and the Contractor. Communication is the key to a successful documents for completeness and accuracy, to include but not project and begins at contract award. We will contact the be limited to as-built drawings, shop drawings, Operations and selected Contractor to introduce our team and follow up the Maintenance (O&M) Manuals and warranties. Where possible, conversation by sending a letter or email identifying submittals AECOM makes every effort to “final as we go” so that when we that need to be received prior to beginning construction. Every reach the final weeks of the project, much of this member of our team will foster a partnering relationship with documentation of the work has already been completed and we the Contractor. If we can keep the Contractor on schedule have finalized all elements of the work possible. while adhering to the contract and our high quality standards, Another key area for completion at job’s end is submittal of frivolous claims can be avoided. We believe in face-to-face environmental as-built drawings for the Southwest Florida communication and an open dialogue. From the kick-off Water Management District (SWFWMD) and if required, the U.S. meeting to the close-out meeting, our team will be there to Army Corps of Engineers (USACE). Their requirements vary provide high level and reliable communication. Our team also somewhat from those of the rest of the job and it is our practice understands the importance of flexibility. If one of our partners to notify the agencies prior to the end of the project to review prefers a specific method of communication, we will the requirements of the Permit to ensure a smooth acceptance accommodate those requests without hesitation. process through them. All of our staff is equipped with cell phones, laptops with Warranty Services wireless internet access, digital cameras, printers, and scanners, effectively creating a mobile office in their vehicles Finally, once the project is accepted and paid off, there remains for uninterrupted communication abilities. Our lead team the management of the Warranty process. AECOM will provide members have smart phones so communication from the field a binder and a CD to the County documenting the relevant can be instantaneous. sections of the contract which include warranty requirements.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM also offers multiple cell phone service providers, such AECOM has a dedicated biller for our CEI projects, Dominick as AT&T and Verizon, so we can switch providers if poor signal DeGaetano. He has produced thousands of accurate invoices service is encountered on a project. All staff will report for including hundreds of task work order type invoices. A service with their “mobile office” and required testing database of service hours will be completed weekly from the equipment for the anticipated work effort such as concrete, team’s approved timesheets and can be electronically asphalt or earthwork. They will have the inspection contract submitted on a weekly basis to the County, if desired. documents including but not limited to plans, specs, guide lists, Schedule Control manuals, field books, and forms. We utilize a deployment checklist that helps ensure staff are fully prepared for the task As noted above, AECOM has the controls in place to maintain at hand. both the schedule and budget for this project. The daily observation of construction activities will be compared to the critical items list as well as the Contractor’s two week work schedule look-ahead. Any noted slippage of the Contractor’s schedule efforts will be brought to the attention of the CEI Project Administrator who will coordinate with the Construction Superintendent to determine the cause of the slippage. Our team will work with the Contractor to assist him in maintaining his schedule, and will coordinate the inspection team to meet the demands of the items being constructed, with increases or decreases to staffing levels being adjusted weekly. AECOM will monitor its schedule by the use of weekly forecasts of inspection staff levels and monthly summaries of completed activities. The County’s Project Manager will be aware of all inspection needs, forecasted and past. With the Contractor’s compliance with the County’s project schedule, our team will meet the County’s CEI schedule. Monthly status reports will be AECOM is very familiar with the importance of communication provided with each invoice. with the public. We will facilitate this communication in any format the County prefers, but will ensure that lane closures, The AECOM Team’s proven issue-driven approach will achieve sidewalk closures, major construction activities, or other schedule and budget compliance on any task work order with impacts to the public are timely communicated and minimum need for County staff involvement. CEI stands for disseminated to our public stakeholders. It is important for the Construction Engineering and Inspection, and the AECOM community to feel like they are part of the project and that we Team is proud to claim that Engineering is valued, practiced, are taking their concerns into consideration. Not only do we and demanded on all of our CEI efforts. Schedules and need to be concerned with the pedestrians and motorists, but schedule updates are closely reviewed. Construction problems neighboring businesses that could potentially be impacted by are analyzed and solutions are proposed on RFIs. these projects. Keeping the neighbors informed well in advance Commitment of these activities will help foster good relationships to keep the project moving on schedule. The AECOM Team is prepared and 100% committed to stepping up to assist Sumter County on these important Daily Work Reports projects immediately after selection. Our inspection team will prepare work reports on a daily basis – in the preferred format per our Quality Assurance Plan or per the County’s preferences. Photos will be provided with a date/time stamp as necessary. The photos will be uploaded or emailed to the County on a regular basis in their preferred method. Expenditures and Budget Maintenance AECOM has an excellent track record with budget management – we believe early planning is a key factor in keeping projects moving forward, within budget, and with finding issues before they occur. Our Project Manager will track expenditures as each project progresses, make necessary budget adjustments to ensure proper funding for each task, and take care of any other miscellaneous budget items.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Professional Licenses/Registration

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Qualifications per FDOT

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Tierra, Inc. Professional Licenses/Registration

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Tierra, Inc. CMEC Lab Certification

Tierra, Inc. State of Florida MBE Certification

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Tierra, Inc. Qualifications per FDOT

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Tab 4 – QualiƮ cations and Experience of Key Personnel and Tab 4 cations Ʈ Experience of Quali Key Personnel Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

4 Qualifications and Experience of Key Personnel

The AECOM Team has extensive CEI experience conducting Terry’s contract management experience includes materials CEI services on LAP funded projects. This type of work is one of sampling and testing, project documentation, utility this team’s specialties. Not only have CEI and support coordination, CPM scheduling, public information, quality personnel included on this project team worked nearly their assurance, maintenance of traffic, change orders, and claims entire professional careers on FDOT and County transportation analysis/avoidance. Terry’s strong supervisory and project projects, we have worked on numerous LAP projects in this management skills are valuable in this role. This experience area. We are intimately familiar with LAP requirements, multiple makes him a well-qualified leader to manage this contract for systems of project documentation and document processing Sumter County. His recent experience includes the $68M software, and thoroughly familiar with the requirements, Poinciana Parkway project with Jim Fitzer and other identified procedures, manuals, processes, and expectations of Sumter team members. Terry will be well-supported by this proposed County. We have hand-picked our team members, not only for team, as described further in this section. Please also refer to their relevant project experience on similar projects, but also the resumes for specific project experience for each staff for their local knowledge. We are eager to complete the Sumter member. County LAP project team, and are confident that we can exceed Project Administrator your expectations. With a strong understanding of CEI and LAP project The AECOM Team is complimented by our subconsultant requirements, Jim Fitzer (AECOM) will serve as our Project partner, Tierra, Inc., who will provide materials testing and Administrator (PA). He is skilled at appropriately directing the asphalt plant inspection services on this contract. You will find inspection staff, interfacing with the community addressing that our team members have more than the required concerns during construction, and documenting and qualifications/certifications for their respective classifications, coordinating construction activities. With 30 years of CEI which allows for a well-rounded yet diversified team. When experience (12 with AECOM), Jim is accustomed to managing selecting subconsultants, AECOM ensures that proposed his projects with tight budgets and minimal staff, and personnel are properly certified for their respective positions. sometimes serves in dual roles. He recently served as the PA Project Team on the SR 39 (Alexander Street Extension) project and the $68M Poinciana Parkway Project in Polk/Osceola counties. Relevant experience includes: Poinciana Parkway, Belleair Beach Causeway Bridge Replacement (LAP), Treasure Island Bascule Bridge Replacement (LAP), and SR 39 (Alexander Street Extension) projects. Senior Inspectors Joe Tatman (AECOM) and Gene Simmons (AECOM) will serve as Senior Inspectors. Both served with Terry and Jim on the Poinciana Parkway Project. Joe is a construction professional with over 10 years’ experience in FDOT road and bridge projects (7 with AECOM), and over 20 years’ experience in the construction industry. His expertise includes supervision and inspection of multiple crews/subcontractors, effective implementation of safety, and awareness training. His recent work on the FDOT District Seven Traffic Operations Design-Build Push-Button District Wide Contract included intersection improvements and safety improvements such as high emphasis crosswalks, wet weather/audible thermoplastic striping, and improvements to Contract Manager concrete sidewalk, and traffic separators. Relevant experience The AECOM Team will be led by Terry Muse, PE (AECOM) as includes: Poinciana Parkway, Gandy Boulevard Improvements the Contract Manager, who has more than 32 years of (LAP), and FDOT District Seven Traffic Operations Design-Build construction management experience (2 with AECOM) on FDOT Push-Button District Wide Contract projects. and federally funded projects. He has managed several widening and reconstruction projects in recent years and his technical expertise includes all facets of CEI for transportation related facilities.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Gene has over 30 years of experience in the construction In her role as administrative assistant she will assist the Project industry (16 with AECOM) including hands-on bridge inspection, Administrator and Contract Support Specialist with monthly pay roadway construction, subsurface sampling, field testing, estimates, daily/weekly project diaries, inclement weather demucking/surcharge operations, soil cement and mass reports, project status reports, time extension requests, etc. concrete placement, new asphalt and concrete roadway She also assists the Project Engineer in preparing Payroll/Time pavement, milling and resurfacing of asphalt pavement, MOT Reports, spread sheets and other related duties. Ms. Springer and construction administration. His experience on two recent also handles all aspects of the EEO/DBE requirements for her FDOT District Wide contracts included safety improvements current job contract. Relevant LAP experience includes: such as wet weather and audible pavement markings, traffic Fletcher Avenue (CR 582A) from Nebraska Ave. to 50th St., separators, guardrails, sidewalks, and curbs and gutters. Hillsborough County (Task Order); Clubhouse Road Relevant experience includes: Poinciana Parkway, FDOT Improvements, Polk County; Nursery Road Improvements, District One District Wide Inspection CEI Services, and FDOT Bryan Dairy Road, 54th Avenue at 28th Street, Belcher Road District Seven Traffic Operations Design-Build Push-Button ATMS Stage II for District Seven in Pinellas County (Task District Wide Contract projects. Orders). Inspectors Support Services Provided by Tierra, Inc. (MBE) Jose Tobias (AECOM) and Paul Stacks (AECOM) will serve as Construction Materials Testing Services and Asphalt Plant Inspectors under this contract. These individuals will ensure Inspection: Serving as the Construction Laboratory Services that the construction work is in conformance with all plans and Manager is Manny Valdes (Tierra) who has over 39 years of CEI specifications. Both individuals served on the Poinciana experience including providing laboratory testing services and Parkway project with Terry and Jim. construction inspection/testing services for roadway construction. He currently serves in this role for Tierra’s FDOT With 14 years of experience (12 with AECOM), Jose has worked District Seven District Wide Materials Testing Contract. in this capacity on numerous CEI projects involving roadway Larry Heitman (Tierra), who has 10 years of laboratory and safety improvements including the Ernie Caldwell assistance, will serve as the Laboratory Technician. He works Blvd./Pine Tree Trail and the Ronald Reagan Parkway widening in this capacity on the FDOT District Seven District Wide projects in Polk County as well as the FDOT District One Materials Testing Contract with Manny. General CEI Services contract. Relevant experience includes: Poinciana Parkway project. Rounding out the team is Paul Hartbarger (Tierra), who will serve as the Asphalt Plant Inspector. He has 7 years of Paul has performed/provided construction materials testing for experience and is proficient in all aspects of asphalt plant over 30 years in the capacity of a field technician, laboratory testing including sampling, bulk specific gravity, maximum technician, and manager of field services/project manager. specific gravity, asphalt content by ignition, sieve analysis of Paul also served on the Poinciana Parkway Project in aggregates and core density determination. Polk/Osceola County. In these roles he performed density testing (drive sleeve and/or nuclear method) within utility Personnel Certifications backfill soils, limerock or soil-cement base courses during We recognize that training is a vital part of today’s CEI business. construction of roadways, including asphaltic concrete paving Due to the number of required certifications necessary for inspections. Relevant experience includes: Poinciana construction inspection and materials testing, AECOM has Parkway, Osceola Parkway (Phase 2), and Mitchell-Hammock developed a qualifications database that identifies training Road West projects. experience and certifications for all CEI personnel. Resident Compliance Specialist This database is used and monitored to ensure that Elizabeth Springer (AECOM) will perform the duties of a certifications are renewed as necessary, and to track personnel Resident Compliance Specialist. She has over 21 years of classification and each individual’s area of expertise. AECOM experience (8 with AECOM) providing technical office support prides itself in dedicating a considerable financial investment to project team members and conducting all phases of office annually to properly train our staff. We understand the principle procedures, including organizing projects for maximum of cross training and know this is important to properly and efficiency. In addition, she has thorough knowledge of and efficiently execute our CEI role. experience working with Microsoft Office, Adobe Acrobat, Citrix/Prolog Manager, and EDMS/Hummingbird as well as URS’ Resumes, Professional Licenses, and FDOT internal accounting system. CTQP Certifications Resumes. professional licenses, and print outs of FDOT CTQP Elizabeth has served as Resident Compliance Specialist for Certifications of the proposed project team members are many LAP projects. Her duties will include: MAC data entry, Site included on the following pages. Manager Daily Report data entry, engineering menu programs, density log book plotting, and strict adherence to procedures for processing supplemental agreements, work orders, etc.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Assignment Contract Manager Terry M. Muse, PE Title: Senior Project Engineer Name of Firm with which Associated Mr. Muse is a senior level engineer and manager with significant work experience in both AECOM Technical Services, Inc. the public and private sectors. His 32 years of experience includes CEI for heavy civil Years of Experience construction, design-build program management, technical sales and engineering to With AECOM: 2 Years state, local and federal agency clients as well Fortune 500 clients. Mr. Muse has strong With Other Firms: 30 Years leadership skills and broad experience in managing across multi-generational work Education forces. His construction project experience includes the signature Ringling Bridge over MS/1981/Environmental Engineering/ Sarasota Bay, widening and reconstruction of urban sections of US 301 in Manatee University of Arkansas County, Bascule bridge replacement in Venice (Florida), County Emergency Operations BS/1974/Public Administration/ for recovery from Hurricanes Charlie, Frances, and Jeanne as well as oversight of more University of Arkansas than 60 Design-Build projects within District One of FDOT. Registrations CEI Contract Manager/Senior Project Engineer, FDOT District Seven District Wide Professional Engineer Contract, Hillsborough, Pinellas, Pasco, Hernando, and Citrus Counties, Florida: 1999/Florida #54360 Supervises scheduling of staff for AECOM as well as 20 subconsultants, reviews and 1988/Arkansas #6551 approves time sheets, and manages Quality Assurance Reviews for staff working on this Certifications Task Work Order Driven contract. Team includes 15 subconsultants and provides staff including all levels of CEI from Inspector to Senior PE. Contract value is $1.5M over 5 TIN #: M20081351 years. [FPID: 404551-1-62-25] CTQP 2-20/Final Estimates, Level 1 Senior Project Engineer, Poinciana Parkway, Osceola County Expressway Authority 3-20/Final Estimates, Level 2 (OCX), Florida: This project is a $69M, 1,060-day Design-Build construction project Taken & Passed/QC Manager consisting of 9.5 miles of new limited access facility, ultimate six-lane roadway construction. The project includes a 62-span, 6,169 LF bridge through Reedy Creek OTHER Mitigation Bank utilizing 45-inch Florida I-Beams. Two additional single-span over 4-17/Advanced MOT Marigold Avenue and Koa Street utilizing 63-inch and 45-inch Florida I-Beams, 1-15/Critical Structures Construction respectively, are also part of the project. The bridge construction includes over 11 miles Issues SSC of 18-inch pre-stressed concrete pile, over two million pounds of reinforcing steel, and No Expiration/Corrosion-Resistant over 12,000 CY of structural concrete. The project also includes maintenance of traffic Reinforcing Bars, FHWA Seminar (MOT), erosion control, earthwork with subsoil excavation and surcharging, over 24,000 No Expiration/Design-Build Institute of LF of storm drainage, single and double barrel concrete box culverts, temporary and America Workshop permanent MSE walls, subgrade, base, asphalt, curb and gutter, landscaping, signing, No Expiration/FDOT Design-Build pavement markings, lighting, signalization, ITS and overhead truss electronic toll gantry Workshop erection. Utility relocations and installation of new water, reclaimed water and sanitary force mains are also included. Responsible for oversight of the CEI team including design and construction submittal reviews and responses, coordination with both District Five and District One within FDOT as job crosses District boundary lines and both Districts were sources of funding and utility coordination. Assistant District Construction Engineer, FDOT District One, Bartow, Florida: Responsible for overseeing annual construction budget in District One headquarters of $500M to $1.2B for roadway, bridge, Intelligent Transportation Systems (ITS), and safety and enhancement project work for 12 counties in southwest Florida from Tampa south to the Everglades and east to the Florida Turnpike. He managed the CEI program with a typical annual budget ranging from $30M to $70M. Mr. Muse was responsible for District One’s Design-Build Program. His involvement included scope definition, RFP development, pre-bid questions and answers, Alternative Technical Concept evaluations and recommendations. He was a Technical Review Committee member for Design-Build Jobs within the District. He managed the Environmental Construction Liaisons for construction jobs and has extensive knowledge in this area. His responsibilities also included oversight of the District’s Construction Training Qualification and Final Estimates programs within the District Construction Office. During his tenure with District One Construction, Mr. Muse developed a comprehensive Quality Assurance (QA) program for each functional area under his direction. He managed a staff of 10 professionals, and oversaw up to 60 active construction projects within four Operations Centers at any one time. Resident Construction Engineer, FDOT District One, Sarasota, Florida: Responsible for managing a construction residency for four counties in southwest Florida. The FDOT staff of 23 included project, utility, and bituminous engineering and construction inspection personnel as well Construction Project Managers overseeing Consultant CEI firms in support of the construction program in the Residency. As Resident Engineer, Mr. Muse worked closely with local partners from Desoto, Hardee, Manatee and Sarasota Counties and municipalities within those counties to ensure minimal impacts to the driving public during construction work. The annual construction budget averaged $170M during his tenure. Under Mr. Muse’s direction this Residence grew to the top 10% of FDOT Residencies statewide in terms of job performance. Representative Projects included:

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

• Ringling Bridge over Sarasota Bay, Sarasota, Florida. This signature bridge incorporated pre-cast, post-tensioned box girders with an overall bridge length of approximately 3,100 feet. The bridge was very challenging on a number of fronts including its location over an Outstanding Florida Waterway while working in a very constrained urban location and a significant public involvement program. There was heavy involvement with public outreach prior to and during the project to ensure good MOT for pedestrians and motorists, especially during the busy winter season. The job was delivered via the Design-Build method. Value of work $58M. • Bascule Bridge Repair and Rehabilitation Work for coastal bridges in Sarasota and Manatee Counties on Little Ringling Bridge, Long Boat Key Bridge, and Cortez Bridge, among others. The scope included upgrading electrical and mechanical items, pile jacket repairs, cathodic protection, and scour countermeasure work. Work valued at $15M-$20M. • Major widening and reconstruction work including US 301 from 60th Avenue to Erie Road. This project involved widening this facility from two lanes to a four-lane urban section including triple barrel box culverts, milling/resurfacing roadway, drainage improvement, new signalized intersections, sidewalk, and ADA improvements. Value of $12M. • I-75 Bridge Widening and Replacement in Manatee, Sarasota and Charlotte Counties, Florida. These projects replaced failing bridge decks and widened the bridges to accommodate the six-lane widening to come in future years. Delivered thru Design-Build method. More than 20 bridges replaced in this work. Utilized night time lane closures and involved significant coordination with local partners for MOT especially during the winter visitor season. Value of work over $20M. • US 41 from Milan to US 41 Business, Downtown Venice, Florida. This highly challenging project entailed replacement of an aging bascule bridge in a highly urbanized section of Venice. Additional work included sidewalk repair, ADA upgrades, signal improvement/replacement, and close coordination with the City of Venice on MOT for pedestrians and the motoring public. Value of work $22M. Resident Construction Engineer, Public Works Department, City of Tampa, Florida: Managed a team of 15 engineers and in- house inspectors for City’s Public Works Department. Responsible for managing shop drawings submittals, field engineering changes, contract disputes and other duties as needed. Served as Resident Engineer for a variety of projects including: • Courtney Campbell Causeway. Provided seawall construction for rest area building improvements including access and utility work. Value of work was approximately $250K. • Lowry Park Zoo. Project consisted of parking upgrades and environmental mitigation work which expanded the public parking area, rerouting of stream, and construction of pedestrian bridge using ConSpan pre-cast structure. Value of work was approximately $1.5M. • Marriott Waterside. Responsible for construction of pedestrian walkways in downtown Tampa that involved FDOT double-T girders supported by driven pile in the Hillsborough River by new downtown Marriott Waterside. Value of work was approximately $2M.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Assignment J. Larry Sauls, Jr., PE Principal Title: Vice President/Construction Services Manager Quality Assurance/Quality Control Mr. Sauls serves as the Construction Services Manager for the Florida Region and Name of Firm with which Associated provides oversight of personnel and projects. In this role he is responsible for the overall AECOM Technical Services, Inc. project management and financial accountability of Construction Engineering & Years of Experience Inspection (CEI) construction phase services projects. He also oversees our Quality With AECOM: 17 Years Assurance/Quality Control program for all construction services. With Other Firms: 8 Years Mr. Sauls’ technical expertise includes all facets of CEI for transportation-related facilities, Education with emphasis on highways and bridges. His broad professional experience includes BS/1991/Civil Engineering/ construction management and management of multiple CEI projects, civil design, utilizing University of South Florida and interpreting relevant Department of Transportation and AASHTO Design Registrations Specifications and Indexes. Mr. Saul’s experience includes structures and roadway 1996/Professional Engineer/ design, organization of Bridge Development Reports, ROW condemnation, Permitting and Florida #50782 numerous structural and subaqueous structural inspections. 1993/Certified General Contractor/ Principal-in-Charge, Multiple Program Management/Construction Management Florida #57244 (Inactive) (PM/CM) Projects, Florida: Currently serving as Principal-in-Charge on Sumter County Certifications Project Management, AECOM’s Greater Orlando Aviation Authority Program TIN #: S42045265 Management, and Orange County Public Schools Program Management contracts. Responsible for oversight of Florida PM/CM operations including financial accountability, CTQP staffing support, consultant contract negotiations, and contract financial management. Taken & Passed/QC Manager OTHER Senior Project Engineer, US 41 from I-275 to Hillsborough County Line and US 41 at 1-17/Florida MOT Advanced Piney Point Road and Dock Street (Port Manatee), FDOT District One, Manatee Critical Structures Construction Issues County, Florida: Providing project management and construction engineering and SSC inspection (CEI) services on this $17M roadway construction project. The project includes reconstruction and widening of US 41 and modifications to the US41 Port

Manatee entrances and Piney Point and Dock Streets. The project includes concrete pavement construction, milling and resurfacing, I-275 ramp improvements, urban and rural drainage improvements, box culvert construction, lighting, signalization, landscaping, Port Manatee architectural sign construction, signing and marking, and utility adjustments. [FPIDs: 196114-2-52-01 and196114-3-52-01] Senior Project Engineer, US 17 from CR 674 to 7th Avenue, FDOT District One, Hardee County, Florida: Providing project management and CEI services on this $18M roadway and bridge construction project. The project includes widening of US 17 from two to four lanes. The project also includes construction of two bridges over the Alligator Branch waterway. Urban and rural drainage improvements, box culverts, sanitary sewer, potable water, signing and marking, and utility adjustments are also included in this contract. [FPID: 420633-1-52-01] Senior Project Engineer/Project Manager, US 27/SR 80 Interchange, FDOT District One, Hendry County, Florida: Provided project management and CEI services on this $18M roadway and bridge construction project. The project included new construction, reconstruction, milling and resurfacing, widening, MSE Walls, drainage improvements, lighting, signing and pavement markings and signalization and new bridge construction (over SR 25/US 27) on SR 80. [FPID: 408286-1-52-01] Senior Project Manager, CR 54 (Ronald Reagan Parkway) – Phases II & III, Polk County Transportation Department, Florida: Provided project management on this $32M multi-lane reconstruction project which widened the facility from two lanes to a four- lane urban with divided median and bike lanes. The project included construction of a two-span structural steel bridge with concrete deck over I-4. The project also included JPA utility work for sewer and water, and utility relocation for Verizon, Progress Energy, Polk County Utilities, Comcast, BrightHouse, Central Florida Gas, and Central Florida Pipeline. Senior Project Engineer, I-75 from South of SR 82 to South of Luckett Road, FDOT District One, Lee County, Florida: Provided project management and CEI services on this $7.6M Interstate construction project. The project included widening of I-75 from four to six lanes. The project also included reconstruction of two AASHTO Girder bridges over SR 82 as well as Interstate high mast lighting, signing and marking, ITS modifications, and utility adjustments. [FPID: 411037-1-62-01] Senior Project Engineer, I-75 from South of Colonial Boulevard to South of SR 82, FDOT District One, Lee County, Florida: Provided project management and CEI services for this $7.7M Interstate construction project. The project included widening of I- 75 from four to six lanes, as well as reconstruction of two AASHTO girder bridges over Colonial Boulevard. Interstate high mast lighting, signing and marking, ITS modifications, and utility adjustments were also included in this contract. [FPID: 411036-1-62-01] Senior Project Engineer, US 301 from Old Tampa Road to CR 635, Manatee County and FDOT District One, Manatee County, Florida: Provided project management and construction engineering and inspection services on this $21M roadway construction project. The project included reconstruction of the existing two-lane rural roadway alignment to a four-lane divided urban section.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

All aspects of urban roadway construction including substantial storm drainage systems, unsuitable materials, roadway lighting, signalization, and utility installation were also provided under this contract. [FPID: 422603-1-58-01] Senior Project Engineer, I-75 Design-Build Projects Grouping, FDOT District One, Manatee and Sarasota Counties, Florida: Totaling just over $20M, this group of eight projects provided safety improvements along I-75 in Manatee and Sarasota counties. These projects provided interchange improvements by constructing additional entrance/exit lanes to the interstate, stormwater improvements, signalization, installation of 24 miles of high tensioned median cable barrier to help eliminate crossovers, and a Category II bridge replacement for a four-span steel plate girder bridge at the I-75/I-275 Interchange. Responsibilities included oversight of project budgets and contract administration. [FPIDs: 420613-0-62-01, 420614-1-62-01; and 420622-1-62-01] Principal-in-Charge, Historic Rehabilitation, FDOT District Two, St. Johns County, Florida: Principal-in-Charge of CEI for this five-year $76M construction project that entailed construction and removal of a temporary steel vertical lift span with concrete approaches, rehabilitation of the existing rolling-lift bascule concrete vertical span and steel approaches, new drainage, replacement of handrails, light poles and light fixtures with elements similar to the original elements from 1927, and landscaping, including a new gateway park on east approach, to beautify the area and return it to a historically correct configuration. [FPID: 210255-1-52-01] Senior Project Manager, Ernie Caldwell Boulevard/Pine Tree Trail, Polk County Transportation Department, Florida: Served as Project Manager on this $11M multi-lane new construction project building four lanes with divided median and bike lanes. The project had limited utility relocation and a high level of environmental oversight. Senior Project Manager, CR 54 at US 27, Polk County Transportation Department, Florida: Provided project management on this $4.5M multi-lane reconstruction project that widened the facility from two lanes to four lanes with divided median and bike lanes. The project also included JPA utility work for sewer and water, and utility relocation for Verizon, Progress Energy, Polk County Utilities, Comcast, BrightHouse, Central Florida Gas, and Central Florida Pipeline. Senior Project Manager, CR 54 at Champions Gate, Polk County Transportation Department, Florida: Managed this $4M multi- lane reconstruction project which widened the facility from two lanes to four lanes with divided median and bike lanes. The project also included JPA utility work for sewer and water, and utility relocation for Verizon, Progress Energy, Polk County Utilities, Comcast, BrightHouse, Central Florida Gas, and Central Florida Pipeline. Senior Project Engineer, I-75 Bridge Replacement Project, FDOT District One, Sarasota County, Florida: Provided project management and CEI for this $18M bridge and roadway construction project. The project included construction of new bridges on I-75 at the Jacaranda, Havana, River, Jackson and Main A Canal interchanges. The project included construction of AASHTO Pre- stressed Girder and Steel Plate Girder bridges. [FPID: 412848-1-52-01] Senior Project Engineer, US 17 Roadway Reconstruction from Peace River to Tropicana Road, FDOT District One, Florida: Provided project management and CEI for this $14M roadway and bridge construction project. The project includes construction of new roadway alignment and reconstruction of existing US 17 as well as bridge construction over the Thompson Branch waterway, substantial storm drainage systems, and evaluation of contaminated areas within former CSX railroad right-of-way. [FPID: 194093-1-62-01] Senior Project Engineer, CR 54 (Ronald Reagan Parkway) Reconstruction from Lake Wilson to US 17/92, Polk County, Davenport, Florida: Provided project management and CEI for this $24M roadway construction project. The project includes reconstruction of the existing two-lane rural roadway alignment to a four-lane divided urban section. The project included, substantial storm drainage systems, unsuitable materials, roadway lighting, signalization and CSX railroad crossing work. Senior Project Engineer, SR 64 Roadway Reconstruction, Lennar/FDOT District One/Manatee County, Bradenton, Florida: Provided project management and construction engineering and inspection for this $10M roadway construction project. The project involved construction of new roadway from I-75 to East of Lena Road and I-75 ramp improvements as well as substantial storm drainage construction, earthwork, signing and striping, maintenance of traffic, lighting, signalization, significant water, force main, and re-use and sanitary sewer utility improvements. Other responsibilities included construction management, bid document preparation, utility coordination and planning, and development and oversight of contractual documents. Senior Project Engineer, US 17 Design-Build Project from CR 764 South to the DeSoto County Line, FDOT District One, Florida: Provided CEI oversight on this $18M roadway and bridge construction project. The project included urban and rural road construction on 4.5 miles of roadway, substantial storm drainage, embankment, lighting, box culvert construction and new bridge construction over Shell Creek, North Slough and South Slough waterways, and the rehabilitation of three existing bridges. [FPID: 193814-1-62-01] Senior Project Engineer, Miscellaneous Arcadia Area CEI Projects, FDOT District One, Arcadia, Florida: Provided management of contracts and all project personnel for six CEI projects on US 17, SR 70 and SR 31 with a total construction cost of $38M. Projects included new roadway and bridge construction as well as associated storm drainage, box culvert construction, earthwork, signing and striping, maintenance of traffic, lighting, signalization, substantial water and sanitary sewer utility improvements, milling and resurfacing, etc.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Assignment James (Jim) Fitzer Project Administrator Title: Project Administrator Name of Firm with which Associated Mr. Fitzer is responsible for construction engineering and inspection of heavy civil bridge AECOM Technical Services, Inc. and highway projects in Florida. He works directly with the Senior Project Engineer and Years of Experience project owner/representative to ensure that the general contractor on the project is With AECOM: 12 Years compliant with all plans and specifications. In this capacity, he directs construction With Other Firms: 18 Years inspection forces, interfaces with communities/municipalities to address concerns during Certifications construction, and documents and coordinates construction activities. TIN #: F32644263 Project Administrator, Poinciana Parkway, Osceola County Expressway Authority CTQP (OCX), Florida: This project is a $69M, 1,060-day Design-Build construction project 3-22 & 23/ Earthwork Construction consisting of 9.5 miles of new limited access facility, ultimate six-lane roadway Inspection, Level 1 - Scheduled construction. The project includes a 62-span, 6,169 LF bridge through Reedy Creek 4-27 & 28/ Earthwork Construction Mitigation Bank utilizing 45-inch Florida I-Beams. Two additional single-span bridges over Inspection, Level 2 - Scheduled Marigold Avenue and Koa Street utilizing 63-inch and 45-inch Florida I Beams, 11-19/Final Estimates, Levels 1 and 2 respectively, are also part of the project. The bridge construction includes over 11 miles QC Manager/Passed Exam of 18-inch pre-stressed concrete pile, over two million pounds of reinforcing steel, and over 12,000 CY of structural concrete. The project also includes maintenance of traffic OTHER (MOT), erosion control, earthwork with subsoil excavation and surcharging, over 24,000 11-16/ATSSA Work Zone Advanced LF of storm drainage, single and double barrel concrete box culverts, MSE walls, MOT subgrade, base, asphalt, curb and gutter, landscaping, signing, pavement markings, Nuclear Safety Certification lighting, signalization, ITS and overhead truss electronic toll gantry erection. Utility FDEP Stormwater Management relocations and installation of new water, reclaimed water and sanitary force mains are Inspector #7858 also included. Responsible for oversight of the CEI team including design and Radiation Safety Officer Certification construction submittal reviews and responses, coordination with both District Five and District One within FDOT as job crosses District boundary lines and both Districts were sources of funding and utility coordination.

Project Administrator, FDOT District Seven District Wide Bridge Repair CEI Services, Hillsborough/Pinellas Counties, Florida: Serving as Project Administrator for multiple repair projects for existing bridge structures as assigned by District Seven - District Bridge office. Projects assigned on Howard Frankland, Structure E, Skyway, Hillsborough Ave., and Clearwater Memorial bridges. Work includes bearing replacement, crack injection, deck repair, machinery and controls rehabilitation, steel replacement, beam metalizing, expansion joint replacement, spall repair, and carbon fiber beam repair. Responsibilities include: holding project progress meetings; overseeing the CEI staff; interpreting plans and specifications; coordinating work between the Contractor, the Owner and Engineer of Record to maintain project progress; reviewing reports, documentation and correspondence for contract compliance; reviewing RFI’s, RFC’s, RFM’s and NCR’s; providing CPPR documentation; reviewing weekly and monthly reports including MOT; preparing Work Orders, Change Orders and Supplemental Agreements; tracking overruns and under runs; reviewing the CPM schedule and providing comments for acceptance; and reviewing claims and requests for additional compensation and final estimate documentation. [FPID412593-1-62-08] Project Administrator, SR 39 (Alexander Street Extension) from North of I-4 to Knights Griffin Road, FDOT District Seven, Hillsborough County, Florida: This $15M construction project consisted of 3.2 miles of new roadway construction, widening existing SR 39 from Joe McIntosh Road to Knights Griffin Road, major intersection reconstruction, erosion control, MOT, over 14,000 LF of storm drainage from 18 to 54 inches, and associated structures, single, triple, and quad-barrel concrete box culverts, earthwork, stabilization, base, curb and gutter, asphalt, signing, signalization and pavement markings. [FPID: 255585-1-62-01]

Project Administrator, SR 78 (Pine Island Road) Matlacha Bascule Bridge Replacement, Lee County DOT, Florida: Project Administrator in charge of this 675-foot-long, $17.3M bascule bridge replacement project, including reconfiguration of the roadway approaches, new bulkhead seawalls and storm drainage collection and treatment system. Project consisted of constructing a new single-leaf bascule bridge with multiple maintenance of traffic phases while maintaining traffic on the existing adjacent bascule bridge. The new bridge is constructed of pre-cast prestressed pile foundations, micro-silica mass reinforced concrete substructure, pre-cast prestressed transversely post-tensioned superstructure deck slabs with a 5.5-inch reinforced concrete topping. The movable portion of the bridge consists of an 87.5-foot long fracture critical steel plate main girder span rotated on trunnion bearings by twin hydraulic cylinders, each connected to the bottom plate of the span’s trunnion girders. The movable bridge deck consists of both open and filled sections using lightweight concrete, along with steel traffic railings with above deck span locks.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Administrator, Raymond Road Bridge Replacement Project, Sarasota County, Florida: This Sarasota County bridge/roadway replacement project involved roadway and shoulder widening, drainage installation, milling and resurfacing. Project included replacement of existing wooden one-lane bridge with two lane concrete deck structure on 24-inch concrete piles with concrete caps and precast structural deck slabs. Project Administrator/Inspector, Hobe Sound Bascule Bridge Rehabilitation Project, Martin County, Florida: This Martin County bascule bridge rehabilitation project over the intra-coastal waterway included hydraulic system replacements, span lock and miscellaneous machinery replacement, fender system upgrades, electrical and lightning protection replacements, new ladders and platforms and concrete pedestal repairs. Project Administrator, CR 901/Vanderbilt Drive Bridge Replacement Project, FDOT District One, Collier County, Florida: In charge of construction engineering and inspection services for this 280-foot, 7-span bridge replacement project. Project consisted of removal of the existing 9-span bridge and replacement with a 7-span bridge consisting of 24-inch pre-stressed pile foundations, cast in place pier caps, pre-stressed precast deck panels transversely post-tensioned in place with a 5-½-inch cast- in-place concrete deck topping and slip formed concrete traffic barrier and pedestrian barrier walls. Work included mechanically stabilized earth walls, a RCP storm water collection and drainage system, removal and replacement of rock rubble riprap at the seawalls and end bents, milling and resurfacing of approach roadways, new roadway construction and widening of existing roadway. [FPID: 408440-1-52-01] Project Administrator, Belleair Beach Causeway Bridges Replacement Project, FDOT District Seven, Pinellas County, Florida: In charge of the construction engineering and inspection of a $73.0M, 1.67-mile project involving the replacement of a 1,374-foot bascule bridge with concrete span approaches, with a Complex Category 2, 3,350-foot-long, high level, fixed span concrete bridge. Project included the reconstruction of 1.0 miles of roadway for the bridge approaches and new construction of the intra-coastal causeway, soil-surcharging and settlement monitoring along the causeway portion of the project to reduce settlement of pre-cast and cast-in-place sections of Mechanically Stabilized Earth (MSE) Walls, articulated block erosion control features, bank and shore rock rubble rip rap, 2,500 lf of steel sheet pile seawalls with cast in place reinforced concrete caps, mitigation plantings and grading for tidal ponds, sea grass protection, demolition of the existing bascule bridge and relief bridge, and the complete removal and reconstruction and improvements of the seven-acre Belleair Beach Causeway Boat Ramp Park, fishing pier and boat launch facilities. Responsibilities included enforcing requirements of the plans and specifications; inspection oversight of all construction activities and staff; tracking all quantities; materials testing; and providing review of CPM schedule and monthly updates. This project was a LAP project with Federal funding and FDOT oversight. [FPID: 413045-1-58-01] Project Administrator, Treasure Island Bascule Bridge Replacement Project, FDOT District Seven, Treasure Island, Florida: In charge of the construction engineering and inspection of a $43.0M twin double-leaf bascule bridge replacement and reconstruction of the roadway approaches. Project included approximately 0.5 miles of causeway reconstruction of the four-lane divided cross section roadway approach sections including drainage improvements, safety improvements, milling and resurfacing, new construction, sidewalk and curb and gutter. [FPID: CTIR-02-85] Project Engineer, Hillsborough Avenue over the Hillsborough River, FDOT District Seven, Tampa, Florida: Served as Archer- Western Contractors Project Engineer for a $26.0M major bridge and roadway improvement project for the new construction of a hydraulically operated, rack and pinion driven, dual-leaf, bascule bridge on drill shaft foundations, with micro-silica mass concrete foundations, AASHTO Type IV beams with cast in place concrete deck approach spans, open deck grating, computer controlled operating system and new control house. Project included total reconstruction and widening of 1.4 miles of urban arterials and two major signalized intersections from a four-lane undivided cross section to a four-lane divided cross section with left turn lanes, architecturally landscaped linear park and brick noise abatement wall through a historic neighborhood. This work involved removal and treatment of contaminated soils and ground water, construction of a new storm water drainage system including 600 linear feet of 8’x4’ box culvert and a wet pond water quality detention pond.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Assignment Senior Inspector Joseph Tatman Title: Senior Inspector Name of Firm with which Associated Mr. Tatman is a construction professional with over 10 years’ experience in FDOT road AECOM Technical Services, Inc. and bridge projects, and over 20 years’ experience in commercial/residential site Years of Experience development projects. He has worked in both the CEI and subcontractor industry With AECOM: 7 Years responsible for operating heavy equipment to, foreman, superintendent, and project With Other Firms: 25 Years superintendent positions to CEI Inspector. Mr. Tatman’s expertise includes supervision Education and inspection of multiple crews/subcontractors, effective implementation of safety, and High School Diploma awareness training. Certification Senior Inspector, Poinciana Parkway, Osceola County Expressway Authority (OCX), TIN #: T35548458 Florida: This project is a $69M, 1,060-day Design-Build construction project consisting of 9.5 miles of new limited access facility, ultimate six-lane roadway construction. The CTQP project includes a 62-span, 6,169 LF bridge through Reedy Creek Mitigation Bank utilizing 2-19/Asphalt Paving Technician, 45-inch Florida I-Beams. Two additional single-span bridges over Marigold Avenue and Levels 1 and 2 Koa Street utilizing 63-inch and 45-inch Florida I-Beams, respectively, are also part of the 7-20/Concrete Field Technician, project. The bridge construction includes over 11 miles of 18-inch pre-stressed concrete Level 1 pile, over two million pounds of reinforcing steel, and over 12,000 cy of structural 11-20/Earthwork Construction concrete. The project also includes maintenance of traffic (MOT), erosion control, Inspection, Level 1 earthwork with subsoil excavation and surcharging, over 24,000 LF of storm drainage, 8-16/Earthwork Construction single and double barrel concrete box culverts, temporary and permanent MSE walls, Inspection, Level 2 subgrade, base, asphalt, curb and gutter, landscaping, signing, pavement markings, 3-16/Drilled Shaft Inspection lighting, signalization, ITS and overhead truss electronic toll gantry erection. Utility 7-20/Final Estimates, Level 1 relocations and installation of new water, reclaimed water and sanitary force mains are OTHER also included. 7-20/ACI Concrete Field Testing Senior Inspector, Traffic Operations Design-Build Push-Button District Wide Technician, Grade 1 Contract, FDOT District Seven, Florida: The intersection improvements under these 3-16/Critical Structures Construction Contracts consist of the installation of pivotal signal hangers, high emphasis crosswalks, Issues SSC wet weather/audible thermoplastic striping, and improvements to concrete sidewalk, 3-18/Florida MOT Advanced traffic separators, turning lanes, and signalization at many intersections and roadways 12-17/Troxler Nuclear Safety throughout Citrus, Hernando, Pasco, Pinellas, and Hillsborough Counties. [FPIDs: 254677- FDEP Qualified Stormwater 1-52-30, 254677-2-52-30, and 254677-4-52-31 thru 35] Management Inspector No. 4379 Inspector, US 41 (SR 45/Melbourne Boulevard) from West of 21st Avenue to 40th Street, FDOT District Seven, Hillsborough County, Florida: The improvements under

this Contract consisted of milling, resurfacing, shoulder construction, concrete sidewalk, signing and pavement marking and pedestrian signalization. [FPID: 416848-1-52-01] Inspector, Gandy Blvd. (SR 600) from East End of to East of Dale Mabry Highway, FDOT District Seven, Hillsborough County, Florida: Provided inspection services for improvements under this contract consisting of the addition of paved shoulders and milling and resurfacing from approximately ½-mile east of the Gandy Bridge over Old Tampa Bay to west of Bridge Street, along with the addition of a 10-foot shared used path on both the south and north sides of Gandy Boulevard as well as being responsible for inspection of and documentation for the placement of performance turf, MOT and Erosion Control reviews, and the installation of the irrigation and landscaping. [FPID: 255822-2-52-01; T7182] Inspector, CR 399 Navarre Beach Roadway Reconstruction, FDOT District Three, Santa Rosa County, Florida: Provided inspection services for the $3.9M reconstruction of this barrier island roadway connecting Navarre Beach to Pensacola Beach that was damaged during hurricanes Dennis and Katrina. Responsible for inspection of/and documentation for the removal and replacement of damaged areas of asphalt roadway throughout the project. Produced asphalt Roadway Verification Reports for the new base and structural asphalt placement, and provided documentation for demolition activities of park structures to be replaced. Inspector, I-10 Bridge Replacement, FDOT District Three, Pensacola, Florida: As inspector, responsible for providing clear detailed reporting and documentation of pile driving operations and construction of a "MSE" wall between the new and existing structure as well as quality assurance services for this Design-Build project. Also provided documentation of the demolition and removal of the existing structure, concrete sampling and testing, inspection of construction and placement of reinforcing steel and inspection of ditch/slope pavement. Inspector, County and State Roadway Signs, FDOT District Three, Florida: Inspector responsible for the repair/replacement of roadway signs that were damaged and/or destroyed by Hurricanes Dennis and Katrina. Responsibilities included the inspection and documentation of the repair and/or replacement of signs/signals that had been disturbed or destroyed- - signs leaning, broken, or missing; signal equipment damaged or missing.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Superintendent, SR 47, FDOT District Two, Lake City, Florida: Responsible for the construction of a $27M project, converting an existing two-lane rural road into a four-lane urban roadway, with curb and gutter, sidewalk, and street light while maintaining existing traffic load. Duties included installation, maintenance, and inspection of all required erosion control measures; installation, maintenance, and inspection of all required MOT devices; scheduled delivery of all required materials, subcontracts, and crews necessary for the timely completion of the project; and produced on-time monthly estimates. Responsible for putting the project 30 days ahead of schedule. In the first six months of the project, developed a working relationship with the utility companies and the CEI. Project Superintendent, Agriculture Inspection Station, FDOT District Two, Hamilton County, Florida: Responsible for the construction of an Agriculture Inspection Station, consisting of enlarging the driving and parking areas, improving the lighting system with limited impact due to facility closures. Completed the project ahead of schedule – 100-day contract schedule completed in 55 days. Project Superintendent, SR 20/US 301, FDOT District Two, Hawthorne, Florida: Responsible for the $20M construction of the SR 20/US 301 facility which consists of three new bridges and six miles of two-lane road to four-lane roadway, including two railroad crossings. Maintained existing traffic load during construction. Project Superintendent, SR 222/I-75 Interchange, FDOT District Two, Gainesville, Florida: Provided assistance in the construction of this $17M Interchange project, consisting of one new four-lane bridge and two miles of a four-lane roadway, including four new on/off ramps while maintaining existing traffic load during construction. Project Superintendent, SR 776 Roadway Expansion, FDOT District One, Englewood, Florida: Provided assistance in the completion of construction of the $11M expansion of this facility consisting of a two-lane rural to four-lane urban roadway while maintaining existing traffic load during construction.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Assignment Senior Inspector Eugene Simmons Title: Senior Inspector Name of Firm with which Associated AECOM Technical Services, Inc. Mr. Simmons has over 30 years of experience in the construction industry including hands on bridge inspection, roadway construction, subsurface sampling, field testing, Years of Experience demucking/surcharge operations, soil cement and mass concrete placement, new asphalt With AECOM: 16 Years and concrete roadway pavement, milling and resurfacing of asphalt pavement, MOT and With Other Firms: 18 Years construction administration. Education Senior Inspector, Poinciana Parkway, Osceola County Expressway Authority (OCX), AA/1976/Sales and Marketing/ Florida: This project is a $69M, 1,060-day Design-Build construction project consisting of Prairie State College 9.5 miles of new limited access facility, ultimate six-lane roadway construction. The Certifications project includes a 62-span, 6,169 LF bridge through Reedy Creek Mitigation Bank utilizing TIN #: S55220756 45-inch Florida I-Beams. Two additional single-span bridges over Marigold Avenue and CTQP Koa Street utilizing 63-inch and 45-inch Florida I-Beams, respectively, are also part of the 2-21/Asphalt Paving Technician, project. The bridge construction includes over 11 miles of 18-inch pre-stressed concrete Level 2 pile, over two million pounds of reinforcing steel, and over 12,000 cy of structural 4-19/Concrete Field Technician, concrete. The project also includes maintenance of traffic (MOT), erosion control, Level 1 earthwork with subsoil excavation and surcharging, over 24,000 LF of storm drainage, 6-17/Concrete Field Technician, single and double barrel concrete box culverts, temporary and permanent MSE walls, Level 2 subgrade, base, asphalt, curb and gutter, landscaping, signing, pavement markings, 5-19/Earthwork Inspection, lighting, signalization, ITS and overhead truss electronic toll gantry erection. Utility Levels 1 and 2 relocations and installation of new water, reclaimed water and sanitary force mains are 4-17/Drilled Shaft Inspection also included. 2-17/Pile Driving Inspection Sr. Inspector, District Wide Inspection CEI Services for Bartow Operations Center/ 10-17/Final Estimates, Level 1 Sebring Operations Center, FDOT District One, Florida: Serving as Senior Inspector for OTHER project improvements throughout the District under this task-order based contract. 3-20/ACI Concrete Field Testing These improvements are detailed below. • Technician Grade I Intersection Improvements: This project consisted of milling and resurfacing, curb & 6-17/ACI Concrete Transportation gutter and sidewalk work, traffic separator, and pipe installation with structures. The Construction Inspector project also includes signs and pavement markings. [FPID: 430862-1-52-01] • 7-19/Florida MOT Advanced Intersection Improvements: The project consisted of milling and resurfacing, curb & Critical Structures Construction Issues gutter and sidewalk work, pipe installation with structures, concrete strain poles, traffic SSC and pedestrian signal installation. The project also included signs and pavement FDEP Stormwater, Erosion and markings. [FPID: 430857-1-52-01] Sedimentation Control Inspector • Rail Safety Improvements: This project consisted of milling and resurfacing, curb & #3515 gutter and sidewalk & driveway work, architectural pavers, pipe installation, railroad 12-17Troxler Nuclear Gauge Safety signal installation and traffic signal installation, new railroad and roadway approach slabs, new rail, railroad ties, ballasts, and rubberized pads. [FPIDs: 423343-1-52-01 and 423340-1-52-01] Sr. Inspector, US 17 from CR 674 to 7th Avenue, FDOT District One, Hardee County, Florida: The project included widening of US 17 from two to four lanes. The project also included construction of two bridges over the Alligator Branch waterway. Urban and rural drainage improvements, box culverts, sanitary sewer, potable water, signing and marking, and utility adjustments are also included in this contract. [FPID: 420633-1-52-01] Sr. Inspector, Traffic Operations Design-Build Push Button Districtwide Contract [FPIDs: 254677-1-52-30; -31; -32; -33, -34, and -35], FDOT District Seven, Florida: This project included improvements to more than 300 intersections located throughout the District. These improvements are detailed below. • Task #1 – Signal Replacement and Pavement Markings of this contract included the inspection of drilled shafts, erecting steel and concrete strain poles and mast arm poles, erecting pedestrian poles, building concrete sidewalks, curbs, traffic separators, and handicapped ramps, installing traffic signs, and thermo-plastic striping for crosswalks and inverted profile pavement markings. • Task #2 – High Emphasis Crosswalks of this contract included the inspection of thermo striping for crosswalks, the removal of thermo striping, and the installation of detectable warning devices. • Task #3 – Quick Curb to Concrete Median of this contract included the inspection of concrete removal, the placement of stabilization material, limerock, and asphalt pavement, testing of same material, type “E” curb and gutter, and special traffic separator.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

• Task #4 – Traffic Signal Hanger Upgrade of this contract included the inspection of wind resistant traffic signal head hangers. Projects completed included: • Task #5 – Wet Weather and Audible Pavement Markings of this contract included the inspection of raised thermo-plastic striped yellow and white edgelines. Also, conducted thickness measurements and reflectivity measurements. Senior Inspector, Ernie Caldwell Blvd./Pine Tree Trail, Polk County, Florida: This $11M project consisted of constructing a new 3.2-mile, four-lane roadway with divided median and bike lanes. The project also included street light installation, signal lights, and striping plans. The project has a high level of environmental oversight with numerous ponds built and wetland areas monitored. Inspected the erection of a four-lane concrete beam bridge, box culverts, and storm drainage system; conducted weekly progress meetings; evaluated monthly pay estimates; and other Project Administrator duties. Also directed and assigned specific tasks to four inspectors. Senior Inspector, Improvements on CR 54, Bridge over I-4, Polk County, Florida: Responsibilities included building substructure and superstructure for the bridge. From concrete pile driving, steel beams, end bents, footers, columns, pier caps, MSE walls and soldier pile walls, concrete barrier walls, sheet pile walls, bridge deck grooving, enclosed fence, light pole pilasters, approach slabs, and bridge painting. Conducted weekly progress meetings and evaluated monthly pay estimates. Coordinated operations with FDOT. Senior Inspector, Improvements on CR 54 from East of US 27 to West of Lake Wilson Road, Polk County, Florida: Responsibilities included inspection of HDPE and RCP installation, water main, reclaimed and force main removal and installation, pond excavation, roadway and shoulder widening, monitoring and adjusting traffic control plan, irrigation system installation, asphalt paving, placement of new mast arm traffic signals with drilled shaft installation, new striping for the new traffic and turn lanes, and street and traffic signs. Conducted weekly progress meetings and evaluated monthly estimates. This project also included traffic signals, lighting and striping plans. Directed and assigned specific tasks to six inspectors on this $32M Project. Coordinated operations with FDOT. Senior Inspector, Improvements on CR 54 from West of Lake Wilson Rd. to US 17/92, Polk County, Florida: Responsibilities included inspection of HDPE and RCP installation, water main, reclaimed and force main removal and installation, pond excavation, roadway and shoulder widening, monitoring and adjusting traffic control plan, irrigation system installation, asphalt paving, placement of new mast arm traffic signals with drilled shaft installation, new striping for the new traffic and turn lanes, and street and traffic signs. Conducted weekly progress meetings and evaluated monthly estimates. This project also included traffic signals, lighting and striping plans. Directed and assigned specific tasks to four inspectors on this $24M project. Coordinated operations with FDOT. Senior Inspector, Intersection Improvements at CR 54 and US 27, Polk County, Florida: Responsibilities included inspection of HDPE and RCP installation, water main and force main removal, pond excavation, roadway and shoulder widening, monitoring and adjusting traffic control plan, irrigation system installation, asphalt paving, placement of new mast arm traffic signals with drilled shaft installation, new striping for the new traffic and turn lanes, and street and traffic signs. Conducted weekly progress meetings and evaluated monthly estimates. This project also included traffic signal and striping plans. Coordinated operations with FDOT. Senior Inspector, Intersection Improvements at Champions Gate Blvd. and CR 54, Polk County, Florida): Responsibilities included inspection of HDPE and RCP installation, water main and force main removal, pond excavation, roadway and shoulder widening, monitoring and adjusting traffic control plan, irrigation system installation, asphalt paving, placement of new mast arm traffic signals with drilled shaft installation, new striping for the new traffic and turn lanes, and street and traffic signs. Conducted weekly progress meetings and evaluated monthly estimates. This project also included traffic signal and striping plans. Senior Inspector, Motorist Aid Call Box Installation, Florida’s Turnpike Enterprise, Florida: Provided inspection for installation of motorist aid call boxes and pads at various locations along Florida’s Turnpike including: 1) Homestead Extension of the Florida’s Turnpike (HEFT) – MP 0 to MP 47, 2) Florida’s Turnpike Mainline – MP 0X to MP 199, and 3) Florida’s Turnpike Sawgrass Section – MP 0 to MP 10. Documented contractor’s work and made recommendations for final pay and acceptance of work. [FPID: 190755-1-52-11] Senior Inspector, Hurricane Wilma Sign Damage Repair, Florida’s Turnpike Enterprise, Florida: Provided inspection for construction to replace single and multi-post signs that were damaged as a result of Hurricane Wilma at various locations along the Florida’s Turnpike including: 1) Homestead Extension of the Florida’s Turnpike (HEFT) – MP 0 to MP 47, 2) Florida’s Turnpike Mainline – MP 0X to MP 199, and 3) Florida’s Turnpike Sawgrass Section – MP 0 to MP 10. [FPID: 419979-1-E2-01] Senior Inspector, East Lake Mary Boulevard from Brisson Avenue to SR 46, Seminole County, Florida: Responsibilities included inspecting roadway excavation, embankment fills, installing water-main, force-main, and reclaimed water-main, excavating and sloping ten ponds, clearing and grubbing, four miles of asphalt paving, roadway striping, conduit, lighting, signal lights, fencing, concrete pipe, eight box culverts, manholes and inlets, jack & bore installation, and sidewalk and curb. Senior Inspector, US 19 Lighting, FDOT District Seven, Pinellas and Pasco Counties, Florida: This nine-mile lighting project from the Pasco County Line to US 52 included inspecting the installation of light poles, pull boxes, conduit, trenching and jack and bore operations, directional bore installations and five-load center also entering information into Site Manager and LIMS.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Assignment Inspector Jose R. Tobias Title: Inspector Name of Firm with which Associated AECOM Technical Services, Inc. Mr. Tobias has experience in the testing of construction materials and inspection of roadway construction work for conformance to plans and specifications for Years of Experience transportation projects. With AECOM: 12 Years With Other Firms: 3 Years Inspector, Poinciana Parkway, Osceola County Expressway Authority, Florida: This Education project is a $69M, 1,060-day Design-Build construction project consisting of 9.5 miles of Diploma/1974/San Sebastian High new limited access facility, ultimate six-lane roadway construction. The project includes a School in Munoz, Nueva Ecija 62-span, 6,169 LF bridge through Reedy Creek Mitigation Bank utilizing 45-inch Florida Philippines I-Beams. Two additional single-span bridges over Marigold Avenue and Koa Street utilizing 63-inch and 45-inch Florida I-Beams, respectively, are also part of the project. The Certifications bridge construction includes over 11 miles of 18-inch pre-stressed concrete pile, over TIN #: T12043657 two million pounds of reinforcing steel, and over 12,000 CY of structural concrete. The CTQP project also includes maintenance of traffic (MOT), erosion control, earthwork with subsoil 1-17/Asphalt Paving Technician, excavation and surcharging, over 24,000 LF of storm drainage, single and double barrel Levels 1 and 2 concrete box culverts, MSE walls, subgrade, base, asphalt, curb and gutter, landscaping, 5-19/Concrete Field Technician, signing, pavement markings, lighting, signalization, ITS and overhead truss electronic toll Level 1 gantry erection. Utility relocations and installation of new water, reclaimed water and 9-20/Earthwork Construction sanitary force mains are also included. Responsibilities include monitoring contractor’s Inspection, Level 1 work for compliance with plans and specifications, review of traffic control and erosion 4-18/Earthwork Construction control device installation and maintenance, coordination of construction materials Inspection, Level 2 testing, preparation of inspector daily reports, and tracking of contract quantities for 9-17/Final Estimates, Levels 1 and 2 monthly pay estimate. OTHER Inspector, SR 572 N. Frontage Road from SR 37 to Waring Road, FDOT District One, 7-20/ACI Concrete Field Testing Polk County, Florida: As a subconsultant to RK&K, provided inspection services for the Technician, Grade 1 resurfacing of SR 572 North Frontage Road from SR 37 to Waring Road. [FPID: 429148-1- 9-18/Florida MOT Advanced 52-01] Critical Structures Construction Issues Inspector, I-4/Selmon Expressway from South of Selmon Expressway to I-4, FDOT SSC District Seven, Hillsborough County, Florida: The over $389M improvements under this

Contract consisted of seven “goes with” projects which were to be let to construction

together, from south of SR 618 to 7th Avenue [FPIDs: 258415-1-52-01 and 258415-3-52-

01] and from 7th Avenue to SR 400 [FPID: 258415-2-52-01], plus four Utility JPA projects [FPIDs: 258415-1-56-01, 258415-1-56-02, 258415-2-56-01, and 258415-2-56-02]. These combined projects will provide a new system to system interchange connection between SR 618 (Selmon Expressway) and SR 400 (I-4). Service access points include the Port of Tampa, SR 45 (22nd Street), and SR 599 (50th Street). Improvements were also made to SR 618 from west of SR 45 to SR 599. The project was constructed by a Joint Venture between PCL and Archer Western. [T7209] Inspector, SR 429 Resurfacing, Orlando-Orange County Expressway Authority (OOCEA), Orlando, Florida: This $5M project consisted of 10 miles of milling and resurfacing. Responsibilities included: inspection of asphalt paving replacement. Inspector, Ernie Caldwell Blvd. US 27 Flyover, Polk County, Florida: This $11M project included construction of three new roadways: Ernie Caldwell Blvd., Heller Brothers Blvd. and FDC Grove Road. Project includes a new structural steel bridge over US Hwy. 27. Other work included clearing and grubbing, MOT, erosion control, excavation, embankment, stabilization, pavement base, asphalt paving, drainage, curb and gutter, sidewalk fencing, sodding, signing, pavement markings, signalization, concrete retaining walls, and utilities. Inspector, Ernie Caldwell Boulevard/Pine Tree Trail, Polk County, Florida: Project consisted of widening 3.2 miles of existing two-lane roadway to four lanes. Work included erosion control, clearing and grubbing, excavation, subsoil excavation, embankment, stabilization, pavement base, asphalt paving, drainage, curb & gutter, sidewalk, signing and pavement marking, concrete retaining walls and bridge construction. Responsibilities included inspection of all aspects of road and bridge construction. Inspector, CR 54 (Ronald Reagan Parkway), Polk County Transportation Department, Florida: Served as inspector on this $24M multi-lane reconstruction project which will widen the facility from two lanes to four lanes with a divided median and bike lanes. This 900-day project also included JPA utility work for sewer and water, railroad work involving coordination with CSX, and utility relocation for Verizon, Progress Energy, Polk County Utilities, Comcast, BrightHouse Cable, Central Florida Gas and Central Florida Pipeline. Responsibilities included inspection of all aspects of road and bridge construction.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Inspector, General Construction Engineering & Inspection Services, FDOT District One, Sarasota, Florida: Worked on several projects in the District that included such elements as milling and resurfacing, overhead sign replacement, and ground sign replacement. Responsibilities on this $1.2M contract included inspection of all aspects of road and bridge construction. [FPID: 201015-2-52-01] Inspector, East Lake Mary Boulevard from Brisson Ave. to SR 46, Seminole County, Florida: This four-mile new urban alignment consisted of embankment, stabilization, base, drainage, box-culverts, water, sewer, reclaim water, signals and asphalt. This four- lane divided roadway had American Bald Eagle nesting restrictions on construction. Responsibilities included inspecting roadway excavation, embankment fills, installing water-main, force-main, and reclaimed water-main, excavating and sloping ponds, clearing and grubbing, four miles of asphalt paving, roadway striping, conduit, lighting, signal lights, fencing, concrete pipe, box culverts, manholes and inlets, and sidewalk and curb. Inspector, SR 404, Pineda Causeway, FDOT District Five, Brevard County, Florida: This $1M project consisted of milling and resurfacing of more than four miles of an existing roadway from US 1 to A1A in Brevard County. Also included in this work was removal of ditch railing, construction of traffic railing barrier (vertical face retrofit), relocation of utility facilities, replacement of pavement markings, striping, signalization, installation of underground conduit for Navigational and roadway lighting. Extensive MOT was required due to heavy tourist traffic. Responsibilities included monitoring of the contractor's work and quality control to ensure conformance to specifications, sampling and testing of materials, daily documentation, and inspection of work in progress. [FPID: 409165-1-62-01] Engineering Technician, Turnpike Bridge to SR 408 Overpass Bridge and Road Widening, OOCEA, Page One Consultant’s, Orange County, Florida: Served as technician for this project which included milling and resurfacing, utility relocations, extensive storm water and French Drain pipe, structure installation, gravity wall construction, and pipe desilting. Responsibilities included inspection of all aspects of road and bridge construction. Field Technician, SR 482/SR 435 Milling and Resurfacing, FDOT District Five, Orange County, Florida: Served as technician for this $400,000 project which consisted of milling and resurfacing, earthwork, new force main installation, utility relocation, signalization, signing, French Drain pipe and structure installation, pipe desilting and new structures. Responsibilities included earthwork sampling and testing; tabulation of quantities; performed concrete and soils sampling and testing; compressive strength testing; post tension measurements; fireproofing; and turbidity testing. Field Technician, Universal Engineering, Orlando, Florida: Performed concrete and soils testing and sampling as well as threshold inspections.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Assignment Inspector Paul W. Stacks Title: Inspector Name of Firm with which Associated Mr. Stacks has performed/provided construction materials testing for over 30 years in AECOM Technical Services, Inc. the capacity of a field technician, laboratory technician, and manager of field Years of Experience services/project manager. In these roles he performed density testing (drive sleeve With AECOM: >1 Year and/or nuclear method) within utility backfill soils, limerock or soil-cement base courses With Other Firms: 30 Years during construction of roadways, including asphaltic concrete paving inspections. In Education addition, Mr. Stacks performed concrete cylinder testing, proctor testing and LBR testing in a laboratory setting. High School Graduate1975 Certifications Inspector, Poinciana Parkway, Osceola County Expressway Authority (OCX), Florida: This project is a $69M, 1,060-day Design-Build construction project consisting TIN #: S32069958 of 9.5 miles of new limited access facility, ultimate six-lane roadway construction. The CTQP project includes a 62-span, 6,169 LF bridge through Reedy Creek Mitigation Bank 3-19/Asphalt Plant Inspection, Level 1 utilizing 45-inch Florida I-Beams. Two additional single-span bridges over Marigold 4-19/Asphalt Plant Inspection, Level 2 Avenue and Koa Street utilizing 63-inch and 45-inch Florida I-Beams, respectively, are 5-17/Asphalt Paving Inspection, Level 1 also part of the project. The bridge construction includes over 11 miles of 18-inch pre- 1-19/Asphalt Paving Inspection, Level 2 stressed concrete pile, over two million pounds of reinforcing steel, and over 12,000 CY 1-17/Concrete Field Technician, Level 1 of structural concrete. The project also includes maintenance of traffic (MOT), erosion 5-17/Earthwork Construction Inspection, control, earthwork with subsoil excavation and surcharging, over 24,000 LF of storm Level 1 drainage, single and double barrel concrete box culverts, temporary and permanent 4-18/Earthwork Construction Inspection, MSE walls, subgrade, base, asphalt, curb and gutter, landscaping, signing, pavement Level 2 markings, lighting, signalization, ITS and overhead truss electronic toll gantry erection. 3-19/Pile Driving Inspection Utility relocations and installation of new water, reclaimed water and sanitary force mains are also included. Responsibilities include monitoring contractor’s work for OTHER compliance with plans and specifications, review of traffic control and erosion control 3-7-16/FDOT Intermediate MOT Training device installation and maintenance, coordination of construction materials testing, Scheduled preparation of inspector daily reports, and tracking of contract quantities for monthly 1-17/ACI Concrete Field Testing pay estimate. Technician – Grade 1 Troxler Nuclear Gauge Safety Quality Control, Osceola Parkway (Phase 2) from BuenaVentura Boulevard to Boggy Creek Road (now known as Simpson Road), FDOT District Five, Osceola County, Training Florida: This project consisted of widening 2.22 miles of roadway that included new

construction of two lanes and milling/filling of the existing roadway, installation of

watermain, sanitary sewer force main and stormwater drainage systems in addition to sidewalks. Duties included performing density testing with embankment soils, curb/roadway subbase soils, limerock base course, asphaltic concrete paving inspections, including sampling/testing of Proctor’s and LBR’s. All data was entered into FDOT Density Books. Senior Engineering Inspector, Mitchell-Hammock Road West, FDOT District Five, Oviedo, Florida: Initial duties included monitoring the placement of surcharge soils and settlement plates along a two-mile section of four-lane road that was constructed above highly compressible peat soils that varied between 11 and 18 feet in thickness. Upon completion of the surcharge period (approximately 120 days), the surcharge soils were removed and the roadway was constructed. Duties during this phase included performing density testing of backfill soils during the installation of utilities and the stabilized subbase soils, aggregate base course and asphaltic concrete paving inspections. Engineering Technician, RGC Mining and Minerals, Green Cove Springs, Florida: Responsible for directing the site contractor in the construction of sedimentation ponds and berms which were utilized during the mineral extraction operations. Engineering Technician, Twin Rivers Golf Course, Oviedo, Florida: Performed quality control of select fill soil placement throughout the course, performed compaction testing of backfill soils during the installation of the utility infrastructure, stabilized subbase soils/aggregate base course during the roadway construction. Engineering Technician, Universal Studios Florida, Orlando, Florida: Performed density testing of engineered fill/foundation subgrade and floor slab subgrade soils, observation of reinforcement steel placement, concrete placement testing/monitoring and structural steel framing visual inspections and torque testing of the high strength bolted connections.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Assignment Resident Compliance Specialist Elizabeth Springer Title: Resident Compliance Specialist Name of Firm with which Associated AECOM Technical Services, Inc. Ms. Springer has over 33 years of experience in performing administrative duties. As a Resident Compliance Specialist her duties have included LIMS data entry, Site Manager Years of Experience Daily Report data entry, engineering menu programs, density log book plotting, and strict With AECOM: 8 Years adherence to procedures for processing supplemental agreements, work orders, etc. With Other Firms: 13 Years She has also assisted the Project Engineer in preparing Payroll/Time Reports, spread Education sheets and other related duties. In her role as Administrative Assistant, she has assisted 1976-1977/Brewster Vo-Tech, the Project Administrator and Contract Support Specialist with monthly pay estimates, Tampa, Florida daily/weekly project diaries, inclement weather reports, project status reports, time Diploma/1975/Hillsborough extension requests, etc. High School, Tampa, Florida Administrative Assistant, Ernie Caldwell Blvd. Sections IIB & III, Polk County, Florida: Certifications This $23M project involves the construction of a 2.5-mile extension of Ernie Caldwell Blvd. TIN #: S16523357 from Pine Tree Trail to US Hwy. 17/92. The new roadway consists of a 4-lane urban section with bike lanes, sidewalks, multi-use trail, and grass median. The project includes a CTQP new bridge over CSX Railroad. Other work includes clearing and grubbing, MOT, erosion 1-18/Final Estimates, Level 1 control, excavation, embankment, stabilization, pavement base, asphalt paving, drainage, LAP Contract Compliance Specialist curb and gutter, fencing, sod, signing, pavement markings, signalization, MSE walls, Specialized Training lighting, and utilities. Microsoft Windows, Word, Excel, LAP/Resident Compliance Specialist, Fletcher Avenue (CR 582A) from Nebraska Ave. Access, PowerPoint and Outlook; to 50th St., FDOT District Seven, Hillsborough County, Florida: This is a $4.4M Prolog data entry; Hummingbird data pedestrian and bicycle safety improvement project, approximately three miles in length. entry; Adobe Acrobat The project includes MOT, erosion control, storm drainage, curb and gutter, sidewalk upgrades, gravity walls, milling and resurfacing, widening, utility adjustments, signalization/ITS, landscaping, signing and thermoplastic pavement markings. Responsibilities include ensuring EEO Contract Compliance by monitoring weekly certified payrolls, company and project EEO submittals, DBE payments, sending EEO communications to the Prime Contractor, posting all EEO documentation to LAPIT and maintaining EEO Compliance files per the LAP requirements. [FPID: 428214-1-58-01] Administrative Assistant, District Wide Bridge CEI Contract, FDOT District One, Manatee, Sarasota, Highlands, and Charlotte Counties, Florida: Provided CEI services for nine bridge projects consisting of bridge modifications at various locations. Responsibilities included maintaining file documents, data entry into FDOT EDMS website, and assisting the Project Engineer with various duties. LAP/Resident Compliance Specialist, Clubhouse Road Improvements, Polk County, Florida: This project included milling and resurfacing of the existing roadway, and improvements to the intersection of CR 540 (Clubhouse Road) at Yarborough Lane. Project also included the addition of left-turn lanes within the intersection, paved shoulders and sidewalks. Responsible for all FDOT District One EEO/LAP-related duties and requirements. Responsibilities included monitoring and updating weekly reports, and communication to appropriate parties regarding compliance status. [FPID: 429880-1-58-01] LAP/Resident Compliance Specialist and Administrative Assistant, FDOT District Seven CEI Projects, Pinellas County, Florida: Responsible for all FDOT District Seven EEO/LAP-related duties and requirements. Responsibilities included monitoring and updating weekly reports, and communication to appropriate parties regarding compliance status. Ensured that the project met EEO/AA laws and the FDOT’s DBE and OJT programs. Projects included: • Nursery Road Improvements, FDOT District Seven, Pinellas County, Florida: This $529,013 project included construction activities of the Plumb Elementary School Safety Project that provided a five-foot sidewalk and required drainage modifications along the south side of Nursery Road from Keene Road to Oakadia Drive West, as well as intersection improvements. [FPID: 430405-1-58-01] • Bryan Dairy Road from Starkey Road to 72nd Street: This $11M project widened the existing four-lane arterial roadway to a modern six-lane divided urban section with curbing, enclosed drainage systems, medians, sidewalk and bike lanes. • 54th Avenue at 28th Street • Belcher Road ATMS Stage II • 49th Street Sidewalk: This $318,000 project provided for design and construction of approximately four miles of sidewalk on both sides of 49th Street between 38th Avenue North and Lake Avenue. • Pinellas Trail Phase II: The $446,000 Pinellas Trail Rehabilitation project, from Michigan Avenue to Oceanview Avenue, involved milling and resurfacing five miles of the existing trail. [FPID: 424397-2-58-01]

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Resident Compliance Specialist, SW 42nd Street Bridge Flyover of I-75, Marion County, Florida: Provided support to the Project Engineer and inspectors providing CEI services for this new interstate flyover four-lane bridge crossing. The bridge is supported on driven piles with end bents and median support. MSE walls exist on both approaches. The project was funded by a FHWA Grant and construction was coordinated by Marion County, per FDOT Standards. Performed the CEI Oversight of the FDOT right-of-way portion of the project. The right-of-way requirements included all FHWA and FDOT Specifications. Resident Compliance Specialist, Columbus Drive Bridge at the Hillsborough River, Hillsborough County, Florida: This project involved rehabilitation of the Columbus Drive bridge, including mechanical and electrical rehabilitation, demolition, and re-building of the bridge tender’s house. In responsible charge of all EEO related duties for this construction project. Services included monitoring and updating weekly reports, and communicating with appropriate parties regarding compliance status. Ensured that project meets EEO/AA laws and FDOT’s DBE and OJT programs. Resident Compliance Specialist, Marjorie Harris Carr Cross Florida Greenway Marion County Crossings, FDEP, Florida: Provided administrative support for the FDEP Conspan© bridges crossings for the MHCCFG at CR 475 and CR 475A. The access to this multi-use pathway was facilitated by raising the roadway above the trail through the use of bridges. The CEI Team successfully managed this project to add these features to the existing two-lane roadway. This project received Federal funds through the American Recovery and Reinvestment Act (ARRA). For this reason, all construction and documentation had to be done to meet FHWA and FDOT Specifications. Resident Compliance Specialist, Multiple FDOT District Seven CEI Projects, Pinellas County, Florida: In responsible charge of all EEO related duties for multiple construction projects for Pinellas County. Services included monitoring and updating weekly reports, and communicating with appropriate parties regarding compliance status. Ensured that project meets EEO/AA laws and FDOT’s DBE and OJT programs. Resident Compliance Specialist/Administrative Assistant, SR 600 (Gandy Blvd.), from East of Gandy Bridge to East of Dale Mabry Highway, FDOT District Seven, Tampa, Florida: his $20M improvement project consisted of adding paved shoulders, milling and resurfacing, operational improvements (pavement rehab and widening, signing, pavement markings, lighting, and replacement of existing traffic signals equipment). As a resident compliance specialist, her duties included LIMS data entry, Site Manager Daily Report data entry, engineering menu programs, density log book plotting, and strict adherence to procedures for processing supplemental agreements, work orders, etc. As administrative assistant, she assisted the Project Administrator and Contract Support Specialist with monthly pay estimates, daily/weekly project diaries, inclement weather reports, project status reports, time extension requests, etc. She also assisted the Project Engineer in preparing payroll/time reports, spread sheets and other related duties, and handled all aspects of the EEO/DBE requirements for her current job contract. Duties also included document control in the Prolog software. [FPID: 255822-2-52-01; T7182]

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Assignment Manuel J. Valdes Construction and Laboratory Title: Tierra, Inc. Construction and Laboratory Services Manager Services Manager Mr. Valdes has over 39 years of experience and is responsible for the daily operations and Name of Firm with which Associated management of the Tierra’s Central Florida Construction Services. This includes the Tierra, Inc. planning, coordination and management of a wide variety of construction projects Years of Experience throughout Florida. His project experience includes providing laboratory testing services With Tierra: 24 Years and construction inspection/testing services for highway and bridge construction; high, With Other Firms: 15 Years mid, and low-rise building construction; industrial facilities airports, and municipal infrastructure facilities. Mr. Valdes has performed and is currently performing FDOT Education projects for Districts One and Seven. His project experience includes asphalt paving and BS/1973/Biology/University of asphalt plant inspections, prestressed concrete plant inspections, soils and concrete South Florida inspection testing, and laboratory testing and management. Mr. Valdes has the extensive Certifications lab experience that will be required to assist the FDOT with claim issues as it relates to TIN #: V43255051 laboratory material testing issues. CTQP Construction and Laboratory Services Manager, FDOT District Seven District Wide 1-16/Aggregate Base Testing Materials Testing Contract, Florida: Mr. Valdes has managed and operated Tierra’s Technician Laboratory for this project for the past eleven years. His project experience includes 1-16/LBR Technician Proctor tests, LBR tests, concrete cylinders, and secondary soils tests such as Atterberg 1-16/Qualified Sampler Technician Limits, grain size analysis, organic content, and soil corrosiveness. He is also experienced OTHER with aggregate testing and involved with numerous samples that have ended in resolution. ACI Concrete Field Testing Technician Construction and Laboratory Services Manager, SR 43 (US 301) Reconstruction from - Grade 1 60th St. to Erie, FDOT District One, Manatee County, Florida: Supervised the laboratory ACI Aggregate Lab Testing services for this QC 2001 project to include proctors, LBR, soil classification testing and ACI Concrete Strength Technician concrete testing. He also supervised two Inspectors in residence at the project site as NICET Level IV in Construction well as CQR entry of lab testing results. The project included several miles of roadway Materials Testing widening and drainage pipe installation. Tierra provided two Inspectors to monitor the fill Post Tension Institute Field Inspector placement for new embankment, drainage pipe backfilling operation and limerock Unbonded Tendons Level 1 placement. Nuclear Gauge Operations and Safety OSHA Hazardous Waste Operations & Emergency Response (40 Hr.)

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Assignment Paul Hartbarger Asphalt Plant Inspector Title: Asphalt Plant Inspector Name of Firm with which Associated Mr. Hartbarger has seven years of experience and is proficient in all aspects of asphalt Tierra, Inc. plant testing including Sampling, Bulk Specific Gravity, Maximum Specific Gravity, Asphalt Years of Experience Content by Ignition, Sieve Analysis of Aggregates and Core Density determination. With Tierra: 7 Years With Other Firms: 2 Years Verification Asphalt Plant Inspector, SR 60 from Diesel Road to CR 555, FDOT District One, Polk County, Florida: Performing verification asphalt plant inspection and testing as Certifications a subconsultant to RS&H. TIN #: H63168876 Verification Asphalt Plant Inspector, SR 17 (10th St S) from SR 544 to US 17/92, FDOT CTQP District One, Polk County, Florida: Performing verification asphalt plant inspection and 6-16/Aggregate Base Testing testing as a subconsultant to Target Engineering, Inc. Technician 8-19/Aggregate Testing Technician Verification Asphalt Plant Inspector, SR 17 from South of Martin Road to South of 6-16/LBR Technician Mountain Lake Cutoff, FDOT District One, Polk County, Florida: Performing verification 8-19/Qualified Sampler Technician asphalt plant inspection and testing as a subconsultant to Target Engineering, Inc. 9-18/Asphalt Plant Technician, Verification Asphalt Plant Inspector, SR 572 N. (Frontage Road), FDOT District One, Levels 1 and 2 Polk County, Florida: Performing verification asphalt plant inspection and testing. 3-20/Concrete Field Technician, Level 1 Verification Asphalt Plant Inspector, US 98 (SR 35/SR700) from North of CR 540A to SR 5-19/Concrete Lab Technician, Level 1 540, FDOT District One, Polk County, Florida: Performing verification asphalt plant 11-18/Earthwork Construction inspection and testing and a subconsultant to RK&K. Inspection, Level 1 Verification Asphalt Plant Inspector, SR 93 Widening, FDOT District One, Lee County, OTHER Florida: Performed verification asphalt plant inspection and testing. ACI Aggregate Field Testing Technician 1 Verification Asphalt Plant Inspector, SR 25 / US 27, FDOT District One, Polk County, ACI Concrete Strength Testing Florida: Performed verification asphalt plant inspection and testing as a subconsultant to Technician RK&K. ACI Concrete Field Testing Verification Asphalt Plant Inspector, SR 17 (Dundee) from 4th St. to Frederick Avenue, Technician 1 FDOT District One, Polk County, Florida: The project involved performing asphalt plant ACI Concrete Laboratory Testing inspection and testing for 0.550-mile of resurfacing.

Verification Asphalt Plant Inspector, SR 544 (Havendale) from US 92 to 31st Street, FDOT District One, Polk County, Florida: The project involved performing asphalt plant inspection and testing for 1.365 miles of resurfacing. Verification Asphalt Plant Inspector, SR 580 (Busch Blvd.), FDOT District Seven, Hillsborough County, Florida: The project involved performing asphalt plant inspection and testing at Tampa Paving Company. Laboratory Technician, SR 688/Ulmerton Road, Hubbard Construction, Pinellas County, Florida: This project involved widening of Ulmerton Road in both directions as well as improvements to several intersection including US 19. Responsible for soil proctors, Lime Rock Bearing Ratio tests and concrete compressive strength.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Assignment Quality Assurance/Quality Control Harmon C. Bennett, PE Title: Tierra, Inc. Regional Manager Lab Testing Mr. Bennett has over 23 years of experience and has completed numerous projects for Name of Firm with which Associated the FDOT as Geotechnical Engineer in the areas of roadway and bridge foundation Tierra, Inc. investigations, asphalt coring and evaluation programs and design studies. He has Years of Experience completed numerous geotechnical investigation and materials testing service projects With Tierra: 3 Years for private clients, to include multi-story structures, distribution centers, hotels, large- With Other Firms: 20 Years scale retail, hospitals and others. He has served as the Contract Project Manager for Education multiple FDOT District One District-wide Materials Testing Contract and District Seven BSCE/1994/Geotechnical (Cum Laude)/ District-wide CEI Contracts, coordinating contract management, testing, and personnel University of Southern Florida utilization. He has also completed numerous Construction Engineering & Inspection (CEI) AS/1992/Engineering Preparation/ Projects for State Agencies. Mr. Bennett is experienced in nearly all forms of construction Hillsborough Community College for Commercial and Transportation related projects, including multi-story structures, AS/1990/Munitions Systems Technology/ large scale commercial, roadways, bridges, walls, foundations, etc. Community College of the Air Force Sr. Project Engineer, FDOT District One District Wide Bridge CEI Contract, Florida: Registrations Contract services consisted of CEI oversight for bridge repairs for multiple sites within 1998/Professional Engineer/ the District. Bridge repairs included foundation repairs (spall repairs and pile jackets), Florida #53130 deck replacement, bridge painting and various other improvements. 2009/Certified General Contractor (inactive)/Florida CGC1517826 CEI Consultant Engineer, Traffic Operations Projects to Improve Capacity and Safety (TOPICS), FDOT District Seven, Florida: Contract included assigning and overseeing CEI Certifications inspection staff for multiple project locations within District Seven. The Design Build TIN #: B53032365 Construction Contract is being proposed to provide improvements to more than 300 CTQP intersections within District Seven. 10-18/Concrete Field Technician, Sr. Project Engineer, SW 42nd Street Bridge Flyover of I-75, Marion County, Florida: Levels 1 and 2 Managing the CEI services for this new interstate flyover four-lane bridge crossing. Bridge 5-18/Earthwork Construction is supported on driven piles with end bents and median support. MSE walls exist on both Inspection, Levels 1 and 2 approaches. Project funded by FHWA Grant. Construction is being coordinated by Marion 6-19/Drilled Shaft Inspection County, per FDOT Standards. Harmon managed the CEI Oversight of the FDOT Right of 1-19/Pile Driving Inspection Way portion of the project. Right of way requirements include all FHWA and FDOT 5-18/Final Estimates, Level 1 Specifications. No Expiration/QC Manager OTHER Sr. Project Engineer, MHCCFG - Marion County Crossings, Florida Department of 5-12 ATSSA/Florida Advanced Work Environmental Protection, Marion County, Florida: Served as the lead engineer for the Zone Traffic Control Prime CEI Consultant for a new ConSpan© Bridge Construction on the Marjorie Harris ACI Concrete Field Inspector Level 1 Carr Cross Florida Greeneway Pedestrian/Bike/Equestrian Trail. New crossings were ACI Concrete Transportation constructed at CR 575 and CR 575A in Marion County. These two separate 2-lane bridge Construction Inspector crossings allow unabated access to the trail for all users. This 180-day project included bridge, roadway, pond, utility and drainage improvements at two project locations.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Tab 5 – Relevant Experience on Similar Projects Tab 5 Relevant Experience on Similar Projects Similar Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

5 Relevant Experience on Similar Projects

The AECOM Team has extensive CEI experience on projects truss electronic toll gantry erection. Utility relocations and very similar to Sumter County’s Continuing Contract for CEI installation of new water, reclaimed water and sanitary force Services for FDOT LAP projects contract. The CEI and support mains are also included. This project requires coordination with personnel included on this project team have worked on many both District Five and District One within FDOT as job crosses FDOT LAP transportation projects in this area and throughout District boundary lines and both Districts are sources of the state. We are intimately familiar with multiple systems of funding and utility coordination. project documentation and document processing software, Project Owner/Reference: and thoroughly familiar with the requirements, procedures, Osceola County Expressway Authority (OCX) manuals, processes, and expectations of Sumter County. We One Courthouse Square, Suite 3100 have hand-picked our team members, not only for their relevant Kissimmee, FL 34741 project experience on similar Safety Improvement Projects, but Frank Raymond, Director of Public Works also for their local knowledge. We are eager to be a part of this T: 407.742.06628 | [email protected] important project for Sumter County, and are confident that we can exceed your expectations. Project Dates: 12/2013 – 7/2016 Team Members: Larry Sauls, Terry Muse, Jim Fitzer, The AECOM Team members are currently working together to Joe Tatman, Gene Simmons, Jose Tobias, Paul Stacks complete ongoing assignments and have successfully worked together in the past. Through these and other prior contracts, our Team has become thoroughly familiar with all types of Belleair Beach Causeway Bridges Replacement construction. More importantly, our staff has developed an Project (LAP Project), Pinellas County, FL awareness of current FDOT and County practices, procedures, and specifications that are applicable to these five projects. Provided CEI services for a $73M, 1.67-mile project involving There are several items within the CEI scope of services that the replacement of a 1,374-foot bascule bridge with concrete require full attention from the CEI Team to ensure the contract span approaches, with a Complex Category 2, 3,350-foot-long, runs seamlessly. Many of those items are discussed in other high level, fixed span concrete bridge. The Main Channel bridge sections within this proposal; AECOM takes pride in our was constructed with 48-inch and 60-inch drill shaft proactive approach to contract management. Since our Team foundations, mass concrete pier footings, columns and caps, has worked together on previous contracts, they understand and the first incrementally launched concrete flat slab in the each other’s expectations and responsibilities that are State of Florida. Incremental construction and launching of the invaluable in successfully completing a CEI contract. two 660-foot long thickened (3.5-foot depth) flat slab superstructure sections were match-cast in 37.5-foot sections Relevant CEI Services Experience on land behind the end bents and hydraulically ‘launched’ into Poinciana Parkway (CIGP and SIB Funds), Osceola position with the final launch moving 660 feet of bridge County, FL superstructure into final position. Poinciana Parkway extends from the intersection of US 17-92 The Main Channel Bridge spans included Florida Bulb-Tee and Kinny Harmon Road in Polk County to Cypress Parkway in spans, with the center spans consisting of a 530-foot Three Osceola County. This project is a $69M, 1,060-day Design-Build Span Continuous Post-tensioned Modified Bulb-T section with construction project consisting of 9.5 miles of new limited 10.5-inch thick cast in place reinforced concrete deck. The access facility, ultimate six-lane roadway construction. The project also included the replacement of a four-span, 324-foot project includes a 62-span, 6,169 LF bridge through Reedy simple span concrete bridge with a similar structure; Creek Mitigation Bank (RCMB) utilizing 45-inch Florida I-Beams. reconstruction of the roadway for the bridge and causeway Two additional single-span bridges over Marigold Avenue and approaches, soil-surcharging and settlement monitoring along Koa Street utilizing 63-inch and 45-inch Florida I Beams, the causeway portion of the project to reduce settlement of respectively, are also part of the project. The bridge pre-cast and cast-in-place sections of Mechanically Stabilized construction includes over 11 miles of 18-inch pre-stressed Earth (MSE) Walls, articulated block erosion control features, concrete pile, over two million pounds of reinforcing steel, and bank and shore rock rubble rip rap, steel sheet pile seawalls over 12,000 CY of structural concrete. with cast in place reinforced concrete caps, mitigation The project also includes maintenance of traffic (MOT), erosion plantings and grading for tidal ponds, seagrass protection, control, earthwork with subsoil excavation and surcharging, demolition of the existing bascule bridge and relief bridge, and over 24,000 LF of storm drainage, single and double barrel the complete removal and reconstruction and improvements of concrete box culverts, temporary and permanent MSE walls, the 7-acre Belleair Beach Causeway Boat Ramp Park, fishing subgrade, base, asphalt, curb and gutter, landscaping, signing, pier and boat launch facilities. This was a FDOT LAP/Pinellas pavement markings, lighting, signalization, ITS and overhead County Department of Public Works Project.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Owner/Reference: CR 833 Widening & Resurfacing from 2.7 Miles Pinellas County South of Keri Road to Keri Road (LAP Project), 14 S. Fort Harrison Ave. Hendry County, FL Clearwater, FL 33756 This $1.17M CEI LAP project consisted of milling and Tony Hornik, PE, Project Manager resurfacing CR 833 plus drainage improvements, including box T: 727.464.3640 | C: 727.272.8630 | THornik@ culvert extensions, shoulder rework, guardrail upgrades and pinellascounty.org installations, and striping with thermoplastic. As part of CEI Project Dates: 1/2007 - 5/2010 services, we performed monthly labor/EEO compliance Team Members: Larry Sauls, Jim Fitzer interviews, trucker interviews, weekly review of payrolls for EEO compliance, DBE interviews, and monthly monitoring of actual payments. CR 540 (Clubhouse Rd.) Milling and Resurfacing Project Owner/Reference: from Tillery Rd. to east of Strickland Ave. (LAP Hendry County Project), Lakeland, FL 99 East Cowboy Way AECOM (as URS) provided CEI services for this $1.5M (1.2 LaBelle, FL 33935 miles) LAP project included milling and resurfacing, the addition Shane Parker, PE, Public Works Director of paved shoulders, and sidewalk to CR 540. Work included T: 863.675.5222 | [email protected] clearing and grubbing, MOT, erosion control, excavation, Project Dates: 2/2008 - 10/2008 embankment, stabilization, base course, milling, asphalt paving, Team Members: Larry Sauls curbing, sidewalk, signalization, pavement marking, and sodding. Also included LAP coordination between Polk County and FDOT Dist. 1 to ensure FDOT standards / requirements Fletcher Avenue (CR 582A) from Nebraska Avenue were met throughout the duration of construction. to 50th Street (LAP Project), Hillsborough County, FL Project Owner/Reference: A 3-mile, $4.4M pedestrian and bicycle safety improvement Polk County project involving sidewalk upgrades, storm drainage, curb and Transportation Engineering Department gutter, erosion control, gravity walls, milling and resurfacing, 330 W. Church Street widening, utility adjustments, signalization / ITS, signing, Bartow, FL 33830 thermoplastic pavement markings, landscaping, and MOT. Doug Gable, PE, Project Manager T: 863.535.2285 | [email protected] Project Owner/Reference: Hillsborough County Project Dates: 10/2013 – 4/2014 601 E Kennedy Blvd., 22nd Floor Team Members: Elizabeth Springer Tampa, FL 33602

Rob Swain, Construction Manager T: 813.307.1766 | [email protected] Columbus Drive Bridge at the Hillsborough River Project Dates: 9/2008 - 9/2009 (LAP Project), Hillsborough County, FL Team Members: Larry Sauls, Elizabeth Springer This $8.6M LAP project involved rehabilitation of the Columbus

Drive Bridge, including mechanical and electrical rehabilitation, demolition, and re-building of the bridge tender’s house. SR 54 at Suncoast Parkway (LAP Project), Pasco AECOM (as URS) was responsible for all EEO related duties for County, FL this construction project. Services included monitoring and updating weekly reports, and communicating with appropriate Widening of SR 54 with 1,000 feet on the east and west parties regarding compliance status. Ensured that project met approaches/exits to the Suncoast Parkway, ramp improvements, EEO/AA laws and FDOT’s DBE and OJT programs. bicycle lanes, and median improvements. This was a Pasco County project that was managed by FDOT District Seven staff. Project Owner/Reference: Project Owner/Reference: Hillsborough County FDOT District Seven – Pinellas Operations 601 E Kennedy Blvd., 22nd Floor 5211 Ulmerton Road, MS 7-1210 (Route 1) Tampa, FL 33602 Clearwater, FL 33760 Rob Swain, Construction Manager Robert Grimsley, Construction Manager T: 813.307.1766 | [email protected] T: 727.575.8314 | [email protected] Project Dates: 7/2011 - 5/2012 Project Dates: 8/2010 - 9/2011 Team Members: Larry Sauls Team Members: Larry Sauls, Elizabeth Springer

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Bryan Dairy Road from Starkey Road to 72nd Street Gary Phillips (LAP Project), Pinellas County, FL T: 850.219.1060 | C: 850.509.7983 This $11M project widens the four-lane arterial roadway to a [email protected] modern six-lane divided urban section with curbing, enclosed Project Dates: 6/2015 – 2/2016 drainage systems, medians, sidewalk, and bike lanes. Our Team Members: Larry Sauls, Elizabeth Springer personnel were responsible for all EEO/LAP related duties and requirements. Responsibilities included monitoring and updating weekly reports, and communication to appropriate Treasure Island Bascule Bridge Replacement parties regarding compliance status. Ensures that project Project (LAP Project), City of Treasure Island, FL meets EEO/AA laws and the FDOT’s DBE and OJT programs. Provided CEI services for this $43M two new dual-leaf bascule Project Owner/Reference: bridge structures replacement of each with pre-stressed pile Pinellas County foundations and an integrated trunnion drive mechanism 440 S. Fort Harrison design. Project included significant architectural features both Clearwater, FL 33756 on and off the bridge structures. This project won the 2008 Mike Williams, Project Manager FDOT/FTBA Major Bridge Award in the State of Florida. This T: 727.464.8904 | [email protected] project was a FDOT LAP/City of Treasure Island Department of Project Dates: 9/2010 – 12/2013 Public Works project. Team Members: Larry Sauls, Elizabeth Springer Project Owner/Reference: City of Treasure Island 120 108th Ave. Belcher Road ATMS Stage II (LAP Project), Pinellas Treasure Island, FL 33706 County, Florida, FL Michael Helfrich, PE This $150,700 project added left turn lanes at each of the T: 727.547.4575, ext. 252 | [email protected] intersections between Starkey and Belcher Road. Our Project Dates: 2003 -12/2006 personnel provided EEO Contract Compliance by monitoring Team Members: Larry Sauls, Jim Fitzer weekly certified payrolls, company and project EEO submittals, DBE payments, sending EEO communications to the Prime Contractor, posting all EEO documentation to LAPIT and US 41 at Biscayne Drive and Price Blvd. at Biscayne maintaining EEO Compliance files per the LAP requirements. Drive Intersection Improvements (LAP Project), City Project Owner/Reference: of North Port, FL Pinellas County The City of North Port received LAP federal funding through the 440 S. Fort Harrison Sarasota County MPO and FDOT to construct improvements to Clearwater, FL 33756 the US 41/Biscayne Drive and Price Boulevard/Biscayne Drive Mike Williams, Project Manager intersections. Project involved improvement of two T: 727.464.8904 | [email protected] intersections in the City of North Port. Project Dates: 1/2009 – 11/2009 One project constructed a dedicated right turn lane for Team Members: Larry Sauls, Elizabeth Springer southbound Biscayne Drive to westbound US 41 and replaced

the signals. The other project constructed a dedicated right turn lane for westbound Price Boulevard to northbound Capital Cascade Connector Bridge (LAP Project), Biscayne Drive. Additional improvements at the intersections City of Tallahassee, FL included milling and resurfacing, pedestrian facilities, drainage, Construction of a $5.5M sailboat-themed bridge over SR 61/ signalization, and signing and pavement markings. South Monroe Street; a 12-foot-wide concrete trail through AECOM provided project administration, engineering and lush landscape, hardscape, aesthetic lighting at both inspection, and EEO compliance services for the $719K approaches of the bridge; and a parking lot at the southeast intersection improvement LAP contract. One of the unique quadrant. This 163-foot-long benchmark bridge consists of two aspects of this contract included the separation of both abutments and four main footer foundations supporting the 10 intersection projects with two different financial tracking pier posts that hold the precast concrete and post-tensioned numbers. Coordination was key between the Contractor, the superstructure slab and the beautiful canopy of the bridge. City of North Port, and FDOT. There were also challenges with Project Owner/Reference: the drill shafts for the mast arms signals being constructed in a Blueprint 200 very tight and congested utility area – both underground and 2727 Apalachee Pkwy. Ste. 200 overhead. Therefore, utility coordination was an important part Tallahassee, FL 32301 of the CEI services provided.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Owner/Reference: Project Owner/Reference: City of North Port Santa Rosa County 1100 North Chamberlain Boulevard 6051 Old Bagdad Hwy, Suite 300 North Port, FL 34286 Milton, FL 32583 Ben Newman, PE, Project Manager Chris Phillips, PE, Project Manager T: 941.240.8320 | [email protected] T: 850.891.7100 | [email protected] Project Dates: 7/2014 – 2/2015 Project Dates: 9/2013 – 5/2014 Team Members: Larry Sauls Team Members: Larry Sauls, Elizabeth Springer

Honore Avenue/Pinebrook Road Extension Phase CEI Services for “Safe Routes to School” Program VII (LAP Project), Sarasota County, FL (LAP Projects), Pinellas County, FL This $11.6M construction LAP project consists of over 3.5 Our firm has provided construction engineering and inspection miles of new two-lane divided roadway between Laurel Road services to Pinellas County since 2008 under two consecutive and SR 681. The project includes a five-span, 413 LF bridge CEI services contracts. Our current contract is to provide CEI over Fox Creek utilizing AASHTO Type III beams, over 4,000 LF services for the "Safe Routes to School" program, which is part of 18-inch and 24-inch prestressed concrete pile, over of a national effort to create safe and convenient facilities for 250,000 pounds of reinforcing steel and just under 1,000 CY of children to bicycle and walk to and from their schools. All task structural concrete. The project also includes MOT, erosion orders under both contracts have been LAP projects. A small control, earthwork with two pond liners, over 16,000 LF of storm sampling of our work has included: drainage, subgrade, base, asphalt, curb and gutter, landscaping, • Nursery Road Improvements Sidewalks, Phases 1 and 2: signing, pavement markings and two new signalized This phased project included construction activities of the intersections at SR 681 and Laurel Road. Plumb Elementary School Safety Project to provide a five- AECOM (formerly URS) is providing full construction foot-wide sidewalk and required drainage modifications engineering and inspection on this contract. This includes along the south side of Nursery Road from Keene Road to contract administration, field inspection and testing, utility Oakadia Drive West, as well as intersection improvements. coordination, environmental compliance, and public Size: 0.82 miles Cost: $529,013 (Phase 1) + $306,335 information. (Phase 2) Total Fees: $187,356 Dates: 1/2014 - 4/2014 • Project Owner/Reference: Sunset Point Road Sidewalks: This also is a Safe Routes to Sarasota County School project involving sidewalk construction, related Sarasota County Administration Center drainage modifications, and intersection improvements. 1660 Ringling Boulevard, 5th Floor Project limits are from Douglas Avenue to Kings Highway. Sarasota, FL 34236 Size: 0.53 miles Construction cost: $389,527 Fee: $25,740 Robbin Levar, Project Manager Dates: 12/2013 - 5/2014 • T: 941.650.9815 | [email protected] Union Street: Sidewalks This Safe Routes to School project Project Dates: 5/2014 – 5/ 2016 has also involved sidewalk construction along Union Street from Betty Lane to Patricia Avenue, along with drainage Team Members: Larry Sauls modifications and intersection improvements. Size: 0.53 miles Construction cost: $475,365 Fee: $25,740 Dates:

2/2014 - 5/2014 CR 197 Shoulder Addition and Resurfacing (ARRA- • LAP Project), Santa Rosa County, FL 49th Street Sidewalks: This project provided for four miles of sidewalk on both sides of 49th Street between 38th This $694K ARRA-LAP project in FDOT District Three consisted Avenue North and Lake Avenue. Size: 4 miles Construction of adding a four-foot shoulder to both the northbound and cost: $617,666 Completed: 2013 southbound lanes, milling and resurfacing approximately three miles of highway, and minor stormwater drainage improvements. AECOM provided inspection services for the work. Daily Work There were also a few environmental issues on the project. Reports were provided to document the work, materials Project limits were from Fox Pond Trail to North of CR 182. The inspection and verification testing was performed for the project consisted of: construction inspection; monthly contract placement of materials on the job. payments disbursement; quarterly audits; final estimate Project Owner/Reference: completion; shop drawings review; material certification Pinellas County submittals; schedules, workloads, objectives analysis; and 440 S. Fort Harrison conducting and preparing documentation for weekly meetings. Clearwater, FL 33756 Mike Williams, Project Manager T: 727.464.8904 | [email protected]

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Project Dates: 2008 – Ongoing A gated access point was included at the eastern end along with Team Members: Larry Sauls, Elizabeth Springer a maintenance driveway access point to Jacaranda Boulevard. Project Dates: 8/2012 – 12/2012 Team Members: Larry Sauls Gainesville Regional Airport Access Road (LAP Project), Alachua County, FL Performed inspection services for the new $939,500, 0.6-mile Continuing CEI Services Projects access roadway from SR 24 (Waldo Road) to Gainesville Miscellaneous Professional CEI Services, Hillsborough Regional Airport. Project included demolition, earthwork and County, FL (8/2010 – 10/2016): AECOM has been drainage construction, limerock base course, asphalt, grassing, providing on-call construction engineering and inspection (CEI), pavement marking, and related work. Project funded and built materials sampling and testing, and contract administration for to FDOT Standards. miscellaneous roadway construction projects. Project staff Project Owner/Reference: monitors construction for quality control and adherence to the Gainesville-Alachua County Regional Airport Authority contract documents; reviews and inspects the traffic control; 3880 NE 39th Ave., Suite A monitors the erosion control for permit compliance; reviews the Gainesville, FL 32609 contractor’s CPM schedule and progress; prepares monthly Michael Iguina, Project Manager pay requests and supplemental agreements; and maintains T: 352.373.0249 | [email protected] project records. Projects have included MOT, erosion control, Project Dates: 8/2011-2/2012 storm drainage, curb and gutter, sidewalk upgrades, gravity walls, milling and resurfacing, widening, utility adjustments, Team Members: Larry Sauls signalization/ITS, landscaping, signing and thermoplastic pavement markings.

Other Relevant Florida LAP Projects Continuing CEI Services, Hernando County, FL (8/ 2012 – 6/2016): Task Order Based Contract includes LAP projects. SR 29 Sidewalk CR 830A to Church Road (ARRA – LAP AECOM has been providing on-call construction engineering Project), Hendry County, FL: New $315K sidewalk along and inspection (CEI), materials sampling and testing, and the two-mile roadway plus minor drainage improvements, contract administration for miscellaneous roadway guardrail upgrades and installations and striping with construction projects. Project staff monitors construction for thermoplastic. quality control and adherence to the contract documents; Project Dates: 9/2009-4/2010 reviews and inspects the traffic control; monitors the erosion Team Members: Larry Sauls, Elizabeth Springer control for permit compliance; reviews the contractor’s CPM

schedule and progress; prepares monthly pay requests and

supplemental agreements; and maintains project records. NW Eucalyptus Boulevard Sidewalk (LAP Project), Hendry County, FL: New $160K sidewalk along the two-mile CEI Services for Construction Projects less than $1 roadway plus minor drainage improvements, guardrail upgrades Million, Seminole County, FL (7/2008 – 7/2015): AECOM and installations, and striping with thermoplastic. has provided on-call construction engineering and inspection, Project Dates: 7/2010-11/2010 materials sampling and testing, and contract administration for Team Members: Larry Sauls, Elizabeth Springer miscellaneous roadway construction projects since July 2008. Our project staff monitors construction for quality control and adherence to the contract documents; reviews and inspects Pinellas Trail Phase II (LAP Project), Pinellas County, the traffic control; monitors the erosion control for permit FL: Milling and resurfacing five miles of the existing trail from compliance; reviews the contractor’s CPM schedule and Michigan Avenue to Oceanview Avenue. progress; prepares monthly pay requests and supplemental Project Dates: 8/2012 – 12/2012 agreements; and maintains project records. Projects have Team Members: Larry Sauls included: • Upsala Road, Ronald Reagan Boulevard and CR 46A: turn lanes and intersection improvements. Alligator Creek Recreational Trail-Phase I (LAP • Overstreet and Altamonte Elementary: drainage Project), Sarasota County, FL: The CEI project included the improvements. inspection and oversight of the construction of approximately • 5,500 LF of an east-west multi-purpose shell trail between US 41 Dyson Bridge: minor bridge replacement. • near the western trail limits and Jacaranda Boulevard at the Eastbrook and Upsala Road: sidewalk construction. • eastern trail end. The new $108K trail provides access to Airport Boulevard: intersection/drainage improvements. pedestrians and bikers along Alligator Creek, a local waterway with environmental and aesthetic importance in the area.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

Types of work involved in these projects include maintenance of traffic, erosion control, minor bridge replacement, turn lane construction, storm drainage, curb and gutter, sidewalks, utility adjustments, milling and resurfacing, stabilized subgrade, limerock base, sodding, and pavement marking. FDOT District Seven District Wide CEI Contract, Citrus, Hernando, Hillsborough, Pasco, and Pinellas Counties, FL: AECOM (as URS) and subconsultant personnel provided on-call inspection services to FDOT's local construction offices from 1997-2011. The inspection staff provided a variety of services including office engineering, field sampling and testing, and supplier source sampling in testing. Inspection services also included all materials used in FDOT construction projects such as asphalt, concrete, earthwork and signal items. On any given day, the AECOM-led contract provided 20 to 25 inspectors to supplement FDOT personnel. Below is a small sampling of tasks performed over that 14-year period. • SR 592 (I-375): Concrete pavement rehabilitation, milling, resurfacing, signing and pavement marking, guardrail, traffic monitoring sites and drainage improvements. • SR 694 (Park Blvd.): Intersection signalization, signing and pavement marking. • SR 699 (Gulf Blvd.): Milling, resurfacing, sidewalk construction, drainage improvements, signalization, signing and pavement marking. Also, a fast-response project to upgrade pedestrian cross-walks; sidewalk construction, signing and pavement markings. • SR 93 (I-275): Milling, resurfacing, sidewalk construction, bicycle path construction, signing and pavement marking. Also, two other projects for guardrail construction and fencing construction. • Coachman Road: Sidewalk construction, sodding, handrail, signing and pavement marking. • Plans Reviews – Phases I and II: Plans review findings reported to the Project Administrator.

AECOM Tab 6 Tab Quality Control Program Control – Quality

Tab 6 Quality Control Program Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

6 Quality Control Program

Quality is an attitude, a culture and a way of life at AECOM. It During the review, a list of action items will be developed for any is part of everything we do, every day. It is inherent in the issues identified. The action item list and corrective action will way we plan, do, check and act to produce the work we be included in the next QC review. A few of the records perform for our clients. reviewed include: • The AECOM Team has developed a Quality Control Program Final measurement documentation: field books, working and as-built plans, LIMS, and materials certifications that makes certain all technical and management functions • measure up to the highest standards expected by Sumter Project time file, work orders and supplemental agreements, County. This Quality Control Program involves a process and daily work reports • review system designed to do the job right the first time. By Project status reports and monthly pay estimates utilizing a system of constant quality improvement training and While it is intended that these procedures be respected and review, our team strives to exceed client needs and followed, it is not intended that they be exempt from change or expectations. improvement. If an area of the project is identified for which the Over the past five years, the AECOM Team’s work on numerous existing guidelines are inappropriate or inadequate, our FDOT and municipal continuing services as well as LAP procedures and this document will be revised or amended to construction engineering and inspection contracts has given us accommodate the need. Any such perceptions of inadequacy or insight on work items and issues that are very similar to those inappropriateness in these guidelines will be resolved by the anticipated in this contract. Our team knows Sumter County’s AECOM Contract Manager or Principal-In-Charge. requirements and what it takes to successfully complete each In order to ensure testing and inspection procedures conform task work order. with the contract documents, AECOM will develop a guide list of Our role in terms of quality control is two-fold: 1) to ensure that all inspection activities which will serve as a template for QC the project CEI team conforms to the standards and reviews in each contract area. Prior to construction, the Project requirements expected by the County, and 2) to ensure that the Administrator will be required to prepare a project-specific contract’s internal quality control plan is operating effectively submittal log and sampling, testing, and reporting guide that and that the services being provided by project personnel outlines all required Contractor testing, submittals, and conform to the County’s standards and expectations. AECOM certifications. The log and guide will be reviewed during regular has a Corporate Quality Assurance Manual that defines the QC functions to ensure all required documents are submitted processes we use to run our CEI projects. We are constantly and accepted by the CEI team. improving these processes and focus on exceeding the needs AECOM’s QC Leader, Larry Sauls, PE, will take the lead in and expectations of our clients. ensuring that all work products and services are performed in Our QC Program has developed an extensive 65-page checklist compliance with Sumter County’s and AECOM’s quality that is specific to LAP project construction and will be reviewed standards. Larry has 25 years of experience in engineering and and modified to make it project-specific. The QC Plan will be construction and has completed numerous projects for FDOT- submitted within 30 days of the Notice to Proceed for approval Districts Five, Two, Seven, One, and the Turnpike as well as by the County. Also included in the Plan is a schedule of QC Hernando, Polk, Hillsborough, and Pinellas counties in the areas reviews and when they will be conducted. The first review will of roadway and bridge construction. As the Construction occur after our team sets up and begins operations on the Services Manager for the Florida Region he oversees our Quality project. This review will ensure that our team has met the Assurance/Quality Control program for all construction services. conditions of the scope of services regarding staffing levels, Material Testing for Acceptance acquisition of manuals and other contract documents, and has As mentioned previously, the Materials Testing for Acceptance performed the requirements of the pre-services meetings. The process is a two-part process. The contractor will provide QC review will also include the CEI contract and ensure that we samples for QC test results and AECOM in its CEI role will provide have met the conditions and obligations for providing the samples for verification (V) test results for those work activities County with all the required Personnel Action Requests for our identified in the specifications. If the test results compare, in team. A final review will occur prior to final acceptance of the accordance with the applicable specifications, the material is project. Upon completion of each QC review, the findings and accepted; however, if the two results do not compare, a third recommendations are documented and forwarded to the sample is tested at a third party laboratory, independent of the County Project Manager. QC or V laboratories. This third test is deemed a Resolution (R) test and it is used to determine whether the QC or V test result is correct. AECOM is very familiar with this process and utilizes it

on a daily basis throughout our CEI services in Florida.

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

As noted, AECOM will track the The DWR’s are submitted each day for review by the PA. Any sampling and testing of materials significant inconsistencies noted by the inspection are noted to for the project and maintain a the contractor as soon as they are identified. If resolution is not permanent log for the project. It made timely in the field, it is escalated to the PA and Contract will be submitted with the Final Manager in order to resolve the issue in a timely manner. Estimate. Some materials may Our QC plan noted previously is utilized to ensure our be accepted based on written inspection team is following the prescribed sampling, testing certifications, certified mill and inspection requirements as identified in the Critical analysis, FDOT label or stamp, Requirements for Construction Inspection which is a key FDOT Qualified Product List element of our QA plan. QA reviews are conducted semi- (QPL) or Approved Product List annually or as required by Sumter County to ensure our CEI (APL). In those cases, AECOM team is following the process for construction inspection. will ensure the appropriate documentation is provided by the contractor in compliance with the applicable specification. Tierra, Inc., our subconsultant for materials testing, will utilize its own QC Program for its CMEC certified and FDOT qualified laboratory in Tampa, Florida. These QC Program efforts for the Tierra Laboratory will be carried out by our subconsultant Tierra, Inc., with the quality aspects being overseen by their VP of Construction Services, Harmon Bennett, PE. The QC Program for Tierra can be provided prior to commencement of the work. Quality Control Inspection Quality Control Inspection is conducted by the Contractor in accordance with the applicable contract documents. AECOM’s role in the inspection process is verification. That is, verification the Contractor has constructed the work in reasonable conformity with the plans, specifications and special provisions. Typically, the verification role includes sampling and testing as well as the inspection process. Verification sampling and testing will occur at a reduced frequency as compared to the Quality Control sampling and testing. This process is in accordance with the contract requirements. Our PA will ensure the proper number of samples and tests are performed for each element of the work whether it is soils, concrete or asphalt material. These samples and test results are tracked in a Materials Acceptance spreadsheet developed for that purpose. This spreadsheet will be maintained by the PA and CSS and shared via the Sharepoint site for the project as noted previously. In some instances, materials acceptance is done by use of a Qualified Products List (QPL). The QPL is a pre-approved list of acceptable materials and manufacturers for various items incorporated in the work. AECOM is very familiar with this process and these items would be incorporated in to the Materials Acceptance spreadsheet noted above. The inspection aspect of the verification role is primarily performed by our Inspection staff. The inspection staff utilizes digital cameras for photo documentation, written Daily Work Reports produced on laptops in their work vehicle.

AECOM Tab 7 – Required Forms/ CertiƮ cations Tab 7 cations Ʈ Certi Required Forms/ Required Sumter County Board of County Commissioners –Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County 21 | Page STATEMENT OF CONSULTANT’S EXPERIENCE AND PERSONNEL

Owner / Business Name: Osceola County Expressway Authority (OCX)

Project Location / Address: 6398 Kinny Harmon Road

City: Davenport State: Florida Zip Code: 33896

Point of Contact: Frank Raymond Dates of Work: 12/2013 - 7/2016 (est.)

Phone Number: 407.742.0662 Fax Number: 407.742.0600

E-mail Address: [email protected]

Project Name: Poinciana Parkway Brief Description of Project: This project is a $69M, 1,060-day Design-Build construction project consisting of 9.5 miles of new limited access facility, ultimate six-lane roadway construction. The project includes a 62-span bridge through Reedy Creek Mitigation Bank and two additional single-span bridges over Marigold Avenue and Koa Street. The project also includes MOT, erosion control, earthwork with subsoil excavation and surcharging, storm drainage, single and double barrel concrete box culverts, temporary and permanent MSE walls, subgrade, base, asphalt, curb and gutter, landscaping, signing, pavement markings, lighting, signalization, utility relocation, ITS and overhead truss electronic toll gantry erection. Coordination with FDOT District 1 and 5. (CIGP and SIB Funding)

Owner / Business Name: Pinellas County, Florida

Project Location / Address: 444 Causeway Boulevard City: Belleair Beach State: Florida Zip Code: 33786

Point of Contact: Tony Hornik, PE Dates of Work: 1/2007 - 5/2010

Phone Number: 727.464.3640 Fax Number: E-mail Address: [email protected]

Project Name: Belleair Beach Causeway Bridges Replacement Brief Description of Project: AECOM (as URS) provided CEI services for a $73M, 1.67-mile project involving the replacement of a bascule bridge. Project also included the replacement of a four-span bridge; reconstruction of the roadway for the bridge and causeway approaches, soil-surcharging and settlement monitoring, articulated block erosion control features, bank and shore rock rubble rip rap, seawalls, mitigation plantings and grading for tidal ponds, seagrass protection, demolition of the existing bascule bridge and relief bridge, and removal/reconstruction and improvements of the 7-acre Belleair Beach Causeway Boat Ramp Park, fishing pier and boat launch facilities. This was a FDOT LAP/Pinellas County Department of Public Works project.

Owner / Business Name: Polk County, FL

Project Location / Address: 3000 Sheffield Road

City: Winter Haven State: Florida Zip Code: 33880

Point of Contact: Doug Gable, PE Dates of Work: 10/2013 - 4/2014

Phone Number: 863.535.2285 Fax Number: 863.519.3657

E-mail Address: [email protected]

Project Name: CR 540 (Clubhouse Rd.) Milling and Resurfacing from Tillery Rd. to east of Strickland Ave. Brief Description of Project: AECOM (as URS) provided CEI services for this $1.5M (1.2 miles) LAP project included milling and resurfacing, the addition of paved shoulders, and sidewalk to CR 540. Work included clearing and grubbing, MOT, erosion control, excavation, embankment, stabilization, base course, milling, asphalt paving, curbing, sidewalk, signalization, pavement marking, and sodding. Also included LAP coordination between Polk County and FDOT District One to ensure FDOT standards/requirements were met throughout the duration of construction.

This document must be completed and returned with your Submittal

Company ID Number: 19959 Client Company ID Number: 411650

THE E-VERIFY PROGRAM FOR EMPLOYMENT VERIFICATION MEMORANDUM OF UNDERSTANDING FOR EMPLOYERS USING A E-VERIFY EMPLOYER AGENT

ARTICLE I

PURPOSE AND AUTHORITY

This Memorandum of Understanding (MOU) sets forth the points of agreement between the Department of Homeland Security (DHS), AECOM Technology Corporation (Employer), and TALX Corporation (E-Verify Employer Agent) regarding the Employer's and E-Verify Employer Agent’s participation in the Employment Eligibility Verification Program (E-Verify). This MOU explains certain features of the E-Verify program and enumerates specific responsibilities of DHS, the Social Security Administration (SSA), the Employer, and the E-Verify Employer Agent. References to the Employer include the E-Verify Employer Agent when acting on behalf of the Employer. E-Verify is a program that electronically confirms an employee’s eligibility to work in the United States after completion of the Employment Eligibility Verification Form (Form I-9). For covered government contractors, E-Verify is used to verify the employment eligibility of all newly hired employees and all existing employees assigned to Federal contracts or to verify the entire workforce if the contractor so chooses.

Authority for the E-Verify program is found in Title IV, Subtitle A, of the Illegal Immigration Reform and Immigrant Responsibility Act of 1996 (IIRIRA), Pub. L. 104-208, 110 Stat. 3009, as amended (8 U.S.C. § 1324a note). Authority for use of the E-Verify program by Federal contractors and subcontractors covered by the terms of Subpart 22.18, “Employment Eligibility Verification”, of the Federal Acquisition Regulation (FAR) (hereinafter referred to in this MOU as a “Federal contractor with the FAR E-Verify clause”) to verify the employment eligibility of certain employees working on Federal contracts is also found in Subpart 22.18 and in Executive Order 12989, as amended.

ARTICLE II

FUNCTIONS TO BE PERFORMED

A. RESPONSIBILITIES OF SSA

1. SSA agrees to provide the Employer (through the E-Verify Employer Agent) with available information that will allow the Employer to confirm the accuracy of Social Security Numbers provided by all employees verified under this MOU and the employment authorization of U.S. citizens.

2. SSA agrees to provide the Employer and E-Verify Employer Agent appropriate assistance with operational problems that may arise during the Employer's participation in E-Verify. SSA agrees to provide the E-Verify Employer Agent with names, titles, addresses, and telephone numbers of SSA representatives to be contacted during the E-Verify

Page 1 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 19959 Client Company ID Number: 411650

process.

3. SSA agrees to safeguard the information provided by the Employer through the E-Verify program procedures, and to limit access to such information, as is appropriate by law, to individuals responsible for the verification of Social Security Numbers and for evaluation of E-Verify or such other persons or entities who may be authorized by SSA as governed by the Privacy Act (5 U.S.C. § 552a), the Social Security Act (42 U.S.C. 1306(a)), and SSA regulations (20 CFR Part 401).

4. SSA agrees to provide a means of automated verification that is designed (in conjunction with DHS's automated system if necessary) to provide confirmation or tentative nonconfirmation of U.S. citizens’ employment eligibility within 3 Federal Government work days of the initial inquiry.

5. SSA agrees to provide a means of secondary verification (including updating SSA records as may be necessary) for employees who contest SSA tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of U.S. citizens' employment eligibility and accuracy of SSA records for both citizens and non-citizens within 10 Federal Government work days of the date of referral to SSA, unless SSA determines that more than 10 days may be necessary. In such cases, SSA will provide additional verification instructions.

B. RESPONSIBILITIES OF DHS

1. After SSA verifies the accuracy of SSA records for employees through E-Verify, DHS agrees to provide the Employer (through the E-Verify Employer Agent) access to selected data from DHS's database to enable the Employer (through the E-Verify Employer Agent) to conduct, to the extent authorized by this MOU: • Automated verification checks on employees by electronic means, and • Photo verification checks (when available) on employees. 2. DHS agrees to provide to the Employer and E-Verify Employer Agent appropriate assistance with operational problems that may arise during the Employer’s participation in E-Verify. DHS agrees to provide the E-Verify Employer Agent names, titles, addresses, and telephone numbers of DHS representatives to be contacted during the E-Verify process.

3. DHS agrees to make available to the Employer (through the E-Verify Employer Agent), at the E-Verify Web site and on the E-Verify Web browser, instructional materials on E- Verify policies, procedures and requirements for both SSA and DHS, including restrictions on the use of E-Verify. DHS agrees to provide training materials on E-Verify.

4. DHS agrees to provide to the Employer (through the E-Verify Employer Agent) a notice, which indicates the Employer’s participation in the E-Verify program. DHS also agrees to

Page 2 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 19959 Client Company ID Number: 411650

provide to the Employer (through the E-Verify Employer Agent) anti-discrimination notices issued by the Office of Special Counsel for Immigration-Related Unfair Employment Practices (OSC), Civil Rights Division, U.S. Department of Justice.

5. DHS agrees to issue the E-Verify Employer Agent a user identification number and password that will be used exclusively by the E-Verify Employer Agent, on behalf of the Employer, to verify information provided by employees with DHS’s databases.

6. DHS agrees to safeguard the information provided to DHS by the Employer (through the E-Verify Employer Agent), and to limit access to such information to individuals responsible for the verification of employees’ employment eligibility and for evaluation of the E-Verify program, or to such other persons or entities as may be authorized by applicable law. Information will be used only to verify the accuracy of Social Security Numbers and employment eligibility, to enforce the Immigration and Nationality Act (INA) and Federal criminal laws, and to administer Federal contracting requirements.

7. DHS agrees to provide a means of automated verification that is designed (in conjunction with SSA verification procedures) to provide confirmation or tentative nonconfirmation of employees' employment eligibility within 3 Federal Government workdays of the initial inquiry.

8. DHS agrees to provide a means of secondary verification (including updating DHS records as may be necessary) for employees who contest DHS tentative nonconfirmations and photo non-match tentative nonconfirmations that is designed to provide final confirmation or nonconfirmation of the employees' employment eligibility within 10 Federal Government work days of the date of referral to DHS, unless DHS determines that more than 10 days may be necessary. In such cases, DHS will provide additional verification instructions.

C. RESPONSIBILITIES OF THE EMPLOYER

1. The Employer agrees to display the notices supplied by DHS (through the E-Verify Employer Agent) in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system.

2. The Employer agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the Employer representatives to be contacted regarding E-Verify.

3. The Employer agrees to become familiar with and comply with the most recent version of the E-Verify User Manual. The Employer will obtain the E-Verify User Manual from the E-Verify Employer Agent.

4. The Employer agrees to comply with current Form I-9 procedures, with two exceptions:  If an employee presents a "List B" identity document, the Employer agrees to only accept "List B" documents that contain a photo. (List B documents identified in 8

Page 3 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 19959 Client Company ID Number: 411650

C.F.R. § 274a.2(b)(1)(B)) can be presented during the Form I-9 process to establish identity.) If an employee objects to the photo requirement for religious reasons, the Employer should contact E-Verify at 1-888-464-4218.  If an employee presents a DHS Form I-551 (Permanent Resident Card) or Form I- 766 (Employment Authorization Document) to complete the Form I-9, the Employer agrees to make a photocopy of the document and to retain the photocopy with the employee’s Form I-9. The photocopy must be of sufficient quality to allow for verification of the photo and written information. The employer will use the photocopy to verify the photo and to assist DHS with its review of photo non-matches that are contested by employees. Note that employees retain the right to present any List A, or List B and List C, documentation to complete the Form I-9. DHS may in the future designate other documents that activate the photo screening tool. 5. The Employer understands that participation in E-Verify does not exempt the Employer from the responsibility to complete, retain, and make available for inspection Forms I-9 that relate to its employees, or from other requirements of applicable regulations or laws, including the obligation to comply with the antidiscrimination requirements of section 274B of the INA with respect to Form I-9 procedures, except for the following modified requirements applicable by reason of the Employer's participation in E-Verify: (1) identity documents must have photos, as described in paragraph 4 above; (2) a rebuttable presumption is established that the Employer has not violated section 274A(a)(1)(A) of the Immigration and Nationality Act (INA) with respect to the hiring of any individual if it obtains confirmation of the identity and employment eligibility of the individual in good faith compliance with the terms and conditions of E-Verify; (3) the Employer must notify DHS if it continues to employ any employee after receiving a final nonconfirmation, and is subject to a civil money penalty between $550 and $1,100 for each failure to notify DHS of continued employment following a final nonconfirmation; (4) the Employer is subject to a rebuttable presumption that it has knowingly employed an unauthorized alien in violation of section 274A(a)(1)(A) if the Employer continues to employ an employee after receiving a final nonconfirmation; and (5) no person or entity participating in E-Verify is civilly or criminally liable under any law for any action taken in good faith based on information provided through the confirmation system. DHS reserves the right to conduct Form I-9 and E-Verify system compliance inspections during the course of E- Verify, as well as to conduct any other enforcement activity authorized by law.

6. The Employer agrees to initiate E-Verify verification procedures (through the E-Verify Employer Agent), for new employees within 3 Employer business days after each employee has been hired (but after both sections 1 and 2 of the Form I-9 have been completed), and to complete as many (but only as many) steps of the E-Verify process as are necessary according to the E-Verify User Manual, or in the case of Federal contractors with the FAR E-Verify clause, the E-Verify User Manual for Federal Contractors. The Employer is prohibited from initiating verification procedures before the employee has been hired and the Form I-9 completed. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the Employer's attempting, in good faith, to make

Page 4 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 19959 Client Company ID Number: 411650

inquiries during the period of unavailability. Employers may initiate verification, through the E-Verify Employer Agent, by notating the Form I-9 in circumstances where the employee has applied for a Social Security Number (SSN) from the SSA and is waiting to receive the SSN, provided that the Employer (through the E-Verify Employer Agent) performs an E-Verify employment verification query using the employee’s SSN as soon as the SSN becomes available.

7. The Employer agrees not to use E-Verify procedures for pre-employment screening of job applicants, in support of any unlawful employment practice, or for any other use not authorized by this MOU. Employers must use E-Verify (through its E-Verify Employer Agent) for all new employees, unless an Employer is a Federal contractor that qualifies for the exceptions described in Article II.D.1.c. Except as provided in Article II.D, the Employer will not verify selectively and will not verify employees hired before the effective date of this MOU. The Employer understands that if the Employer uses the E- Verify system for any purpose other than as authorized by this MOU, the Employer may be subject to appropriate legal action and termination of its access to SSA and DHS information pursuant to this MOU.

8. The Employer (through its E-Verify Employer Agent) agrees to follow appropriate procedures (see Article III. below) regarding tentative nonconfirmations, including notifying employees in private of the finding and providing them written notice of the findings, providing written referral instructions to employees, allowing employees to contest the finding, and not taking adverse action against employees if they choose to contest the finding. Further, when employees contest a tentative nonconfirmation based upon a photo non-match, the Employer is required to take affirmative steps (see Article III.B. below) to contact DHS with information necessary to resolve the challenge.

9. The Employer agrees not to take any adverse action against an employee based upon the employee's perceived employment eligibility status while SSA or DHS is processing the verification request unless the Employer obtains knowledge (as defined in 8 C.F.R. § 274a.1(l)) that the employee is not work authorized. The Employer understands that an initial inability of the SSA or DHS automated verification system to verify work authorization, a tentative nonconfirmation, a case in continuance (indicating the need for additional time for the government to resolve a case), or the finding of a photo non- match, does not establish, and should not be interpreted as evidence, that the employee is not work authorized. In any of the cases listed above, the employee must be provided a full and fair opportunity to contest the finding, and if he or she does so, the employee may not be terminated or suffer any adverse employment consequences based upon the employee’s perceived employment eligibility status (including denying, reducing, or extending work hours, delaying or preventing training, requiring an employee to work in poorer conditions, refusing to assign the employee to a Federal contract or other assignment, or otherwise subjecting an employee to any assumption that he or she is unauthorized to work, or otherwise mistreating an employee) until and unless secondary verification by SSA or DHS has been completed and a final nonconfirmation has been issued. If the employee does not choose to contest a tentative nonconfirmation or a

Page 5 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 19959 Client Company ID Number: 411650

photo non-match or if a secondary verification is completed and a final nonconfirmation is issued, then the Employer can find the employee is not work authorized and terminate the employee’s employment. Employers or employees with questions about a final nonconfirmation may call E-Verify at 1-888-464-4218 or OSC at 1-800-255-8155 or 1- 800-237-2515 (TDD).

10. The Employer agrees to comply with Title VII of the Civil Rights Act of 1964 and section 274B of the INA, as applicable, by not discriminating unlawfully against any individual in hiring, firing, or recruitment or referral practices because of his or her national origin or, in the case of a protected individual as defined in section 274B(a)(3) of the INA, because of his or her citizenship status. The Employer understands that such illegal practices can include selective verification or use of E-Verify except as provided in part D below, or discharging or refusing to hire employees because they appear or sound “foreign” or have received tentative nonconfirmations. The Employer further understands that any violation of the unfair immigration-related employment practices provisions in section 274B of the INA could subject the Employer to civil penalties, back pay awards, and other sanctions, and violations of Title VII could subject the Employer to back pay awards, compensatory and punitive damages. Violations of either section 274B of the INA or Title VII may also lead to the termination of its participation in E-Verify. If the Employer has any questions relating to the anti-discrimination provision, it should contact OSC at 1-800-255-8155 or 1-800-237-2515 (TDD).

11. The Employer agrees to record the case verification number on the employee's Form I-9 or to print the screen containing the case verification number and attach it to the employee's Form I-9.

12. The Employer agrees that it will use the information it receives from SSA or DHS (through the E-Verify Employer Agent) pursuant to E-Verify and this MOU only to confirm the employment eligibility of employees as authorized by this MOU. The Employer agrees that it will safeguard this information, and means of access to it (such as PINS and passwords) to ensure that it is not used for any other purpose and as necessary to protect its confidentiality, including ensuring that it is not disseminated to any person other than employees of the Employer who are authorized to perform the Employer's responsibilities under this MOU, except for such dissemination as may be authorized in advance by SSA or DHS for legitimate purposes.

13. The Employer acknowledges that the information which it receives through the E-Verify Employer Agent from SSA is governed by the Privacy Act (5 U.S.C. § 552a(i)(1) and (3)) and the Social Security Act (42 U.S.C. 1306(a)), and that any person who obtains this information under false pretenses or uses it for any purpose other than as provided for in this MOU may be subject to criminal penalties.

14. The Employer agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms I-9 and other employment records and to interview it and its

Page 6 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 19959 Client Company ID Number: 411650

employees regarding the Employer’s use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E- Verify.

D. RESPONSIBILITIES OF FEDERAL CONTRACTORS WITH THE FAR E-VERIFY CLAUSE

1. The Employer understands that if it is a Federal contractor subject to the employment verification terms in Subpart 22.18 of the FAR it must verify the employment eligibility of any existing employee assigned to the contract and all new hires, as discussed in the Supplemental Guide for Federal Contractors. Once an employee has been verified through E-Verify by the Employer, the Employer may not reverify the employee through E-Verify.

a. Federal contractors with the FAR E-Verify clause agree to become familiar with and comply with the most recent versions of the E-Verify User Manual for Federal Contractors and the E-Verify Supplemental Guide for Federal Contractors.

b. Federal contractors with the FAR E-Verify clause agree to complete a tutorial for Federal contractors with the FAR E-Verify clause.

c. Federal contractors with the FAR E-Verify clause not enrolled at the time of contract award: An Employer that is not enrolled in E-Verify as a Federal contractor at the time of a contract award must enroll as a Federal contractor with the FAR E-Verify clause in E-Verify within 30 calendar days of contract award and, within 90 days of enrollment, begin to use E-Verify to initiate verification of employment eligibility of new hires of the Employer who are working in the United States, whether or not assigned to the contract. Once the Employer begins verifying new hires, such verification of new hires must be initiated within 3 business days after the date of hire. Once enrolled in E-Verify as a Federal contractor with the FAR E-Verify clause, the Employer must initiate verification of employees assigned to the contract within 90 calendar days from the time of enrollment in the system and then selecting which employees will be verified in E-Verify or within 30 days of an employee’s assignment to the contract, whichever date is later.

d. Employer that are already enrolled in E-Verify at the time of a contract award but are not enrolled in the system as a Federal contractor with the FAR E-Verify clause: Employers enrolled in E-Verify as a Federal contractor for 90 days or more at the time of a contract award must use E-Verify to initiate verification of employment eligibility for new hires of the Employer who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire. Employers enrolled in E-Verify as other than a Federal contractor with the FAR E-Verify clause, must update E-Verify to indicate that they are a Federal contractor with the FAR E-Verify clause within 30 days after

Page 7 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 19959 Client Company ID Number: 411650

assignment to the contract. If the Employer is enrolled in E-Verify for 90 calendar days or less at the time of contract award, the Employer must, within 90 days of enrollment, begin to use E-Verify to initiate verification of new hires of the contractor who are working in the United States, whether or not assigned to the contract. Such verification of new hires must be initiated within 3 business days after the date of hire. An Employer enrolled as a Federal contractor with the FAR E-Verify clause in E-Verify must initiate verification of each employee assigned to the contract within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever is later.

e. Institutions of higher education, State, local and tribal governments and sureties: Federal contractors with the FAR E-Verify clause that are institutions of higher education (as defined at 20 U.S.C. 1001(a)), State or local governments, governments of Federally recognized Indian tribes, or sureties performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond may choose to only verify new and existing employees assigned to the Federal contract. Such Federal contractors with the FAR E- Verify clause may, however, elect to verify all new hires, and/or all existing employees hired after November 6, 1986. The provisions of Article II, part D, paragraphs 1.a and 1.b of this MOU providing timeframes for initiating employment verification of employees assigned to a contract apply to such institutions of higher education, State, local , tribal governments, and sureties.

f. Verification of all employees: Upon enrollment, Employers who are Federal contractors with the FAR E-Verify clause may elect to verify employment eligibility of all existing employees working in the United States who were hired after November 6, 1986, instead of verifying only new employees and those existing employees assigned to a covered Federal contract. After enrollment, Employers must elect to do so only in the manner designated by DHS and initiate E-Verify verification of all existing employees within 180 days after the election.

g. Form I-9 procedures for existing employees of Federal contractors with the FAR E-Verify clause: Federal contractors with the FAR E-Verify clause (through their E-Verify Employer Agent) may choose to complete new Forms I-9 for all existing employees other than those that are completely exempt from this process. Federal contractors with the FAR E-Verify clause may also update previously completed Forms I-9 to initiate E-Verify verification of existing employees who are not completely exempt as long as that Form I-9 is complete (including the SSN), complies with Article II.C.4, the employee’s work authorization has not expired, and the Employer has reviewed the information reflected in the Form I-9 either in person or in communications with the employee to ensure that the employee’s stated basis in section 1 of the Form I-9 for work authorization has not changed (including, but not limited to, a lawful permanent resident alien having become a naturalized U.S. citizen). If the Employer is unable to determine that the Form I-9 complies with Article II.C.4, if the employee’s basis

Page 8 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 19959 Client Company ID Number: 411650

for work authorization as attested in section 1 has expired or changed, or if the Form I-9 contains no SSN or is otherwise incomplete, the Employer shall complete a new I-9 consistent with Article II.C.4, or update the previous I-9 to provide the necessary information. If section 1 of the Form I-9 is otherwise valid and up-to-date and the form otherwise complies with Article II.C.4, but reflects documentation (such as a U.S. passport or Form I-551) that expired subsequent to completion of the Form I-9, the Employer shall not require the production of additional documentation, or use the photo screening tool described in Article II.C.4, subject to any additional or superseding instructions that may be provided on this subject in the Supplemental Guide for Federal Contractors. Nothing in this section shall be construed to require a second verification using E-Verify of any assigned employee who has previously been verified as a newly hired employee under this MOU, or to authorize verification of any existing employee by any Employer that is not a Federal contractor with the FAR E-Verify clause.

2. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, its compliance with this MOU is a performance requirement under the terms of the Federal contract or subcontract, and the Employer consents to the release of information relating to compliance with its verification responsibilities under this MOU to contracting officers or other officials authorized to review the Employer’s compliance with Federal contracting requirements.

E. RESPONSIBILITIES OF THE E-VERIFY EMPLOYER AGENT

1. The E-Verify Employer Agent agrees to provide to the SSA and DHS the names, titles, addresses, and telephone numbers of the E-Verify Employer Agent representatives who will be accessing information under E-Verify.

2. The E-Verify Employer Agent agrees to become familiar with and comply with the E- Verify User Manual and provide a copy of the manual to the Employer so that the Employer can become familiar with and comply with E-Verify policy and procedures.

3. The E-Verify Employer Agent agrees that any E-Verify Employer Agent Representative who will perform employment verification queries will complete the E-Verify Tutorial before that individual initiates any queries. a. The E-Verify Employer Agent agrees that all E-Verify Employer Agent representatives will take the refresher tutorials initiated by the E-Verify program as a condition of continued use of E-Verify, including any tutorials for Federal contractors if the Employer is a Federal contractor. b. Failure to complete a refresher tutorial will prevent the E-Verify Employer Agent and Employer from continued use of the program. 4. The E-Verify Employer Agent agrees to obtain the necessary equipment to utilize E- Verify.

Page 9 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 19959 Client Company ID Number: 411650

5. The E-Verify Employer Agent agrees to provide the Employer with the notices described in Article II.B.4 above. 6. The E-Verify Employer Agent agrees to initiate E-Verify procedures on behalf of the Employer in accordance with the E-Verify Manual and E-Verify Web-Based Tutorial. The E-Verify Employer Agent will query the automated system using information provided by the Employer and will immediately communicate the response back to the Employer. If the automated system to be queried is temporarily unavailable, the 3-day time period is extended until it is again operational in order to accommodate the E-Verify Employer Agent’s attempting, in good faith, to make inquiries on behalf of the Employer during the period of unavailability. In all cases, the E-Verify Employer Agent will use the SSA verification procedures first, and will use DHS verification procedures only as directed by the SSA verification response. 7. The E-Verify Employer Agent agrees to cooperate with DHS and SSA in their compliance monitoring and evaluation of E-Verify, including by permitting DHS and SSA, upon reasonable notice, to review Forms I-9 and other employment records and to interview it and its employees regarding the use of E-Verify, and to respond in a timely and accurate manner to DHS requests for information relating to their participation in E- Verify.

ARTICLE III

REFERRAL OF INDIVIDUALS TO SSA AND DHS

A. REFERRAL TO SSA

1. If the Employer receives a tentative nonconfirmation issued by SSA, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation.

2. The Employer will refer employees to SSA field offices only as directed by the automated system based on a tentative nonconfirmation, and only after the Employer records the case verification number, reviews the input to detect any transaction errors, and determines that the employee contests the tentative nonconfirmation. The Employer (through the E-Verify Employer Agent), will transmit the Social Security Number to SSA for verification again if this review indicates a need to do so. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it.

3. If the employee contests an SSA tentative nonconfirmation, the Employer will provide the employee with a system-generated referral letter and instruct the employee to visit an SSA office within 8 Federal Government work days. SSA will electronically transmit the result of the referral to the Employer (through the E-Verify Employer Agent) within 10 Federal Government work days of the referral unless it determines that more than 10

Page 10 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 19959 Client Company ID Number: 411650

days is necessary. The Employer agrees to check the E-Verify system regularly for case updates.

4. The Employer agrees not to ask the employee to obtain a printout from the Social Security Number database (the Numident) or other written verification of the Social Security Number from the SSA.

B. REFERRAL TO DHS

1. If the Employer receives a tentative nonconfirmation issued by DHS, the Employer must print the tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the tentative nonconfirmation.

2. If the Employer finds a photo non-match for an employee who provides a document for which the automated system has transmitted a photo, the employer must print the photo non-match tentative nonconfirmation notice as directed by the automated system and provide it to the employee so that the employee may determine whether he or she will contest the finding.

3. The Employer agrees to refer individuals to DHS only when the employee chooses to contest a tentative nonconfirmation received from DHS automated verification process or when the Employer issues a tentative nonconfirmation based upon a photo non-match. The Employer will determine whether the employee contests the tentative nonconfirmation as soon as possible after the Employer receives it.

4. If the employee contests a tentative nonconfirmation issued by DHS, the Employer will provide the employee with a referral letter and instruct the employee to contact DHS through its toll-free hotline (as found on the referral letter) within 8 Federal Government work days.

5. If the employee contests a tentative nonconfirmation based upon a photo non-match, the Employer will provide the employee with a referral letter to DHS. DHS will electronically transmit the result of the referral to the Employer within 10 Federal Government work days of the referral unless it determines that more than 10 days is necessary. The Employer agrees to check the E-Verify system regularly for case updates.

6. The Employer agrees that if an employee contests a tentative nonconfirmation based upon a photo non-match, the Employer (or the E-Verify Employer Agent) will send a copy of the employee’s Form I-551 or Form I-766 to DHS for review by:  Scanning and uploading the document, or  Sending a photocopy of the document by and express mail account (pain for at employer expense).

7. If the Employer (through the E-Verify Employer Agent) determines that there is a photo

Page 11 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 19959 Client Company ID Number: 411650

non-match when comparing the photocopied List B document described in Article II.C.4 with the image generated in E-Verify, the Employer (through the E-Verify Employer Agent) must forward the employee’s documentation to DHS using one of the means described in the preceding paragraph, and allow DHS to resolve the case.

ARTICLE IV

SERVICE PROVISIONS

The SSA and DHS will not charge the Employer or the E-Verify Employer Agent for verification services performed under this MOU. DHS is not responsible for providing the equipment needed to make inquiries. A personal computer with Internet access is needed to access the E-Verify System. ARTICLE V

PARTIES

A. This MOU is effective upon the signature of all parties, and shall continue in effect for as long as the SSA and DHS conduct the E-Verify program unless modified in writing by the mutual consent of all parties, or terminated by any party upon 30 days prior written notice to the others. Any and all system enhancements to the E-Verify program by DHS or SSA, including but not limited to the E-Verify checking against additional data sources and instituting new verification procedures, will be covered under this MOU and will not cause the need for a supplemental MOU that outlines these changes. DHS agrees to train employers on all changes made to E-Verify through the use of mandatory refresher tutorials and updates to the E-Verify User Manual, the E-Verify User Manual for Federal Contractors, or the E-Verify Supplemental Guide for Federal Contractors. Even without changes to E- Verify, DHS reserves the right to require employers to take mandatory refresher tutorials. An Employer that is a Federal contractor with the FAR E-Verify clause may terminate this MOU when the Federal contract that requires its participation in E-Verify is terminated or completed. In such a circumstance, the Federal contractor with the FAR E-Verify clause must provide written notice to DHS. If an Employer that is a Federal contractor with the FAR E-Verify clause fails to provide such notice, that Employer will remain a participant in the E- Verify program, will remain bound by the terms of this MOU that apply to participants that are not Federal contractors with the FAR E-Verify clause, and will be required to use the E- Verify procedures to verify the employment eligibility of all newly hired employees.

B. Notwithstanding Article V, part A of this MOU, DHS may terminate access to E-Verify if it is deemed necessary because of the requirements of law or policy, or upon a determination by SSA or DHS that there has been a breach of system integrity or security by the E-Verify Employer Agent or the Employer, or a failure on the part of either to comply with established procedures or legal requirements. The Employer understands that if it is a Federal contractor with the FAR E-Verify clause, termination of this MOU by any party for any reason may negatively affect the Employer’s performance of its contractual responsibilities.

Page 12 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 19959 Client Company ID Number: 411650

C. Some or all SSA and DHS responsibilities under this MOU may be performed by contractor(s), and SSA and DHS may adjust verification responsibilities between each other as they may determine necessary. By separate agreement with DHS, SSA has agreed to perform its responsibilities as described in this MOU.

D. Nothing in this MOU is intended, or should be construed, to create any right or benefit, substantive or procedural, enforceable at law by any third party against the United States, its agencies, officers, or employees, or against the E-Verify Employer Agent, the Employer, or their agents, officers, or employees.

E. Each party shall be solely responsible for defending any claim or action against it arising out of or related to E-Verify or this MOU, whether civil or criminal, and for any liability wherefrom, including (but not limited to) any dispute between the E-Verify Employer Agent or the Employer and any other person or entity regarding the applicability of Section 403(d) of IIRIRA to any action taken or allegedly taken by the E-Verify Employer Agent or the Employer.

F. Participation in E-Verify is not confidential information and may be disclosed as authorized or required by law and DHS or SSA policy, including but not limited to, Congressional oversight, E-Verify publicity and media inquiries, determinations of compliance with Federal contractual requirements, and responses to inquiries under the Freedom of Information Act (FOIA).

G. The foregoing constitutes the full agreement on this subject between DHS, the Employer and the E-Verify Employer Agent.

AECOM Technology Corporation (Employer) hereby designates and appoints TALX Corporation (E-Verify Employer Agent), including its officers and employees, as the E-Verify Employer Agent for the purpose of carrying out AECOM Technology Corporation (Employer) responsibilities under the MOU between the Employer, the E-Verify Employer Agent, and DHS.

Page 13 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify Company ID Number: 19959 Client Company ID Number: 411650

The individuals whose signatures appear below represent that they are authorized to enter into this MOU on behalf of the Employer, the E-Verify Employer Agent and DHS respectively.

If you have any questions, contact E-Verify at 1-888-464-4218.

Approved by:

Employer AECOM Technology Corporation

Name (Please Type or Print) Title

Signature Date

E-Verify Employer Agent TALX Corporation

Jerald Jackson Name (Please Type or Print) Title

Electronically Signed 04/28/2011 Signature Date

Department of Homeland Security – Verification Division

USCIS Verification Division Name (Please Type or Print) Title

Electronically Signed 06/29/2011 Signature Date

Information Required For the E-Verify E-Verify Employer Agent Program

Information relating to your Company:

Page 14 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify

Company ID Number: 19959 Client Company ID Number: 411650

Company Name:AECOM Technology Corporation

Company Facility Address:515 S. FLOWER ST.

3rd Flr

Los Angeles, CA 90071-2201

County or Parish:LOS ANGELES

Employer Identification Number: 611088522

North American Industry Classification Systems Code:236

Administrator:

Number of Employees: 10,000 and over

Page 15 of 15 | E-Verify MOU for Employer (Client) using a E-Verify Employer Agent | Revision Date 09/01/09 www.dhs.gov/E-Verify

AECOM 213.593.8000 tel 1999 Avenue of the Stars 213.593.8730 fax Suite 2600 Los Angeles, CA 90067 www.aecom.com

ASSISTANT SECRETARY’S CERTIFICATE

AECOM a Delaware corporation

I, Preston Hopson, DO HEREBY CERTIFY that I am the duly elected and acting Assistant Secretary of AECOM, a corporation organized under the laws of the State of Delaware (the “Corporation”), and the keeper of its records and corporate seal.

I FURTHER CERTIFY that the Corporation’s full legal address is c/o The Corporation Trust Company, 1209 Orange Street, Wilmington, Delaware 19801-0000 and that the Corporation’s principal place of business is 1999 Avenue of the Stars, Suite 2600, Los Angeles, California 90067-6033.

I FURTHER CERTIFY that The Earth Technology Corporation (USA), a corporation organized under the laws of the State of Delaware (“TETC (USA)”), is a direct wholly- owned subsidiary of the Corporation.

I FURTHER CERTIFY that AECOM Technical Services, Inc., a corporation organized under the laws of California, is a direct wholly-owned subsidiary of TETC (USA), and an indirect wholly-owned subsidiary of the Corporation.

[SIGNATURE PAGE FOLLOWS]

IN WITNESS WHEREOF, I have subscribed my name this 11th day of February, 2016.

______Preston Hopson Assistant Secretary

EXHIBIT A COMPANY ORGANIZATION CHART

Sumter County Board of County Commissioners –Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County 27 | Page STATEMENT OF PUBLIC ENTITY CRIMES

This is a sworn statement under Section 287.133(3)(a), Florida Statutes, on public entity crimes and must be signed in the presence of a notary public or other officer authorized to administer oaths.

1. This sworn statement is submitted with Qualification Package or Contract No. 007-0-2016/RS for Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County .

2. This sworn statement is submitted by AECOM Technical Services, Inc. (Name of entity submitting sworn statement) whose business address is: 7650 West Courtney Campbell Causeway Tampa, Florida 33607-1462

Its Federal Employer Identification Number (FEIN) is 95-2661922 . (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: N/A .)

3. I understand that a Public Entity Crime as defined in Paragraph 287.133(1)(g), Florida Statutes, is 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, RFQ, reply 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.

4. I understand that convicted or conviction as defined in Paragraph 286.133(1)(b), Florida Statutes, 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, nonjury trial or entry of a plea of guilty or nolo contendere.

5. I understand an affiliate as defined in Paragraph 287.133 (1)(a), Florida Statutes, means: (a) A predecessor or successor of a person convicted of a public entity or crime; or

(b) An entity under the control of a natural person who is active in the management of the entity and who has been convicted of a public entity crime. 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 for 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 thirty-six (36) months shall be considered an affiliate.

6. I understand that a person as defined in Paragraph 287.133(1)(e), Florida Statutes, 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 qualifications package or applies to qualifications on contracts let by a public entity, or which otherwise transacts or applies to transact business with a public entity.

Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Certificate of Insurability

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM Qualifications for Sumter County Continuing Contract for CEI Services Sumter County for FDOT LAP Projects in Sumter County | RFQ 007-0-2016/RS Board of County Commissioners

AECOM

Sumter County Board of County Commissioners –Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County 43 | Page Exhibit D

Sumter County Board of County Commissioners –Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County 44 | Page

Sumter County Board of County Commissioners –Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County 46 | Page Exhibit E

About AECOM AECOM is a premier, fully integrated professional and technical services Ʈ rm positioned to design, build, Ʈ nance and operate infrastructure assets around the world for public- and private-sector clients. The Ʈ rm’s global staƬ — including architects, engineers, designers, planners, scientists and management and construction services professionals — serves clients in over 150 countries around the world. AECOM is ranked as the #1 engineering design Ʈ rm by revenue in Engineering News-Record magazine’s annual industry rankings, and has been recognized by Fortune magazine as a World’s Most Admired Company. The Ʈ rm is a leader in all of the key markets that it serves, including transportation, facilities, environmental, energy, oil and gas, water, high-rise buildings and government. AECOM provides a blend of global reach, local knowledge, innovation and technical excellence in delivering customized and creative solutions that meet the needs of clients’ projects. A Fortune 500 Ʈ rm, AECOM companies, including URS Corporation and Hunt Construction Group, have annual revenue of approximately $19 billion. More information on AECOM and its services can be found at www. aecom.com. Follow us on Twitter: @aecom

Contact: J. Larry Sauls, PE Vice President AECOM Technical Services, Inc. 7650 West Courtney Campbell Causeway Tampa, FL 33607 T 813.286.1711 E [email protected]

aecom.com RFQ 007-0-2016/RS SUMTER COUNTY BOARD OF COMMISSIONERS EXECUTIVE SUMMARY

SUBJECT: Award and enter into contract negotiations with AECOM for RFQ 007-0-2016/RS Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County (Staff Recommends Approval). REQUESTED ACTION: Staff Recommends Approval.

Work Session (Report Only) DATE OF MEETING: 3/22/2016 Regular Meeting Special Meeting

CONTRACT: N/A Vendor/Entity: AECOM Effective Date: Termination Date: Managing Division / Dept: Public Works / Engineering

BUDGET IMPACT: TBD through contract negotiations Annual FUNDING SOURCE: County Transportation Trust Fund Capital EXPENDITURE ACCOUNT: 103-340-541-3100 N/A

HISTORY/FACTS/ISSUES:

RFQ 007-0-2016/RS Sumter County Continuing Contract for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County was broadcasted on 1/26/2016. Qualifications were due on 3/11/2016 at 11:00 a.m. and opened at 11:05 a.m. in Room 110 of The Villages Sumter County Service Center, 7375 Powell Road, Wildwood, FL 34785.

Seven (7) qualification packages were received from the following firms:

1. AECOM 2. Hill International 3. Calvin, Giordano & Associates (CGA) 4. American Consulting 5. DRMP 6. S&ME 7. Eisman & Russo Consulting Engineers

The Selection Committee met on 3/14/2016 to score the RFQ submittals. It was decided that, due to the top three scores, vendor presentations would be conducted on Thursday, 3/17/16 for the top three scoring RFQ submittals. Based on alphabetical listing, vendors were placed as follows for the vendor presentations:

1. AECOM 2. Calvin, Giordano & Associates (CGA) 3. Eisman & Russo Consulting Engineers

Vendor presentations were held on 3/17/2016, and after the presentations, the Selection Committee scored the presentations as follows (#1 being the highest score):

1. AECOM - 14.125 2. Eisman & Russo Consulting Engineers - 14.025 3. Calvin, Giordano & Associates (CGA) - 12.50

Based on the scoring results, the Selection Committee agreed to recommend to the Sumter County Board of County Commissioners to enter into contract negotiations with AECOM. The Selection Committee also agreed to recommend to the Sumter County Board of County Commissioners that if a contract could not be negotiated with AECOM, the County will enter into contract negotiations with Eisman & Russo Consulting Engineers.

The following items are attached: legal ad, qualifications opening meeting minutes from 3/11/2016, selection committee meeting minutes from 3/14/2016, vendor presentation minutes from 3/17/2016, RFQ 007-0-2016/RS qualifications document, and RFQ submittal from AECOM .

Vendor Presentation Selection Committee Meeting Minutes for RFQ 007-0-2016/RS Sumter County Continuing Contract for Construction Engineering Inspections (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County.

The meeting was held on 3/17/16 at 9:00 a.m. in Room 208 located at The Villages Sumter County Service Center, 7375 Powell Road, Wildwood, FL 34785.

Richard Baier, Assistant County Administrator, and Public Works Director, Jackey Jackson, Assistant Public Works Director – Operations, and Eslie Oxendine, Construction QA/QC Coordinator, Engineering, were present on behalf of the Selection Committee.

Aaliyah James, Purchasing Technician and Brandy Cook, Budget Analyst, were present on behalf of the Office of Management & Budget.

Aaliyah announced that the recommendation of the Selection Committee will go to the Sumter County Board of County Commissioners (BOCC) for award and to enter into contract negotiations on March 22, 2016.

Aaliyah turned the meeting over to the vendor for the first presentation.

After the three presentations were conducted, the Presentation Evaluation Forms were submitted by each of the Selection Committee members and their scoring is as follows:

Committee Member AECOM Calvin, Giordano & Eisman & Russo Associates, Inc. Consulting Engineers Richard Baier 4.725 4.075 4.5 Jackey Jackson 4.6 4.0 4.725 Eslie Oxendine 4.8 4.425 4.8 TOTAL 14.125 12.50 14.025

The Selection Committee agreed to recommend to the Sumter County Board of County Commissioners to enter into contract negotiations with AECOM, if contract negotiations are not successful with AECOM, contract negotiations will be conducted with Eisman & Russo Consulting Engineers.

The presentations/Selection Committee meeting adjourned at 12:23 P.M.

Consultant Agreement

THIS AGREEMENT is made this 25th day of October, 2016, by and between Board of Sumter County Commissioners (hereafter referred to as "BOCC"), whose address is 7375 Powell Road, Wildwood, Florida 34785, and AECOM (hereafter referred to as "Consultant"), whose address is 7650 West Courtney Causeway, Tampa, Florida 33607-1462. RECITALS

WHEREAS, the BOCC has need of professional services for Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County; and

WHEREAS, the parties desire to enter into a written agreement outlining the duties, responsibilities and compensation of Consultant, based on the Consultant’s response to Construction Engineering Inspection (CEI) Services for FDOT Local Agency Program (LAP) Projects in Sumter County NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, it is hereby agreed as follows:

1. The relationship of the Consultant to the BOCC will be that of a professional Consultant and the Consultant will provide the professional and technical services required under this agreement in accordance with acceptable professional practices and ethical standards applicable to Consultant’s profession, and Consultant will endeavor to provide to the BOCC prompt and efficient consulting services to the best of its ability.

2. Consultant is hereby retained and employed as the Sumter County Contactor, and will work with the BOCC to provide said services in accordance with the scope of work outlined in RFQ 007-0-2016/RS

3. The term of this Agreement shall commence on October 25, 2016, and continue in full force up to two (2) years through September 30, 2018, with option to renew for an additional two (2) one-year terms, unless otherwise terminated as provided in paragraph four (4) of this Agreement. The term of this Agreement does not relieve the Consultant of any future responsibility as described in paragraph eight (8) of this Agreement.

4. This Agreement may be terminated by either party upon thirty (30) days prior written notice to the other party at the address designated in this Agreement for receiving such notice. If this agreement is terminated, Consultant shall be authorized to receive payment for all work performed up to the date of termination.

5. With regard to compensation paid to Consultant, Consultant shall furnish to the BOCC an itemized invoice detailing all of Consultants hours, services, expenses and any other services utilized by the Board. The invoice shall be itemized pursuant to and in accordance with the attached Fee Schedule. Consultant shall submit all invoices pursuant to the Local Government Prompt Payment Act, F.S. 218. Consultant acknowledges and agrees that the rates set forth in the Fee Schedule shall remain fixed throughout the duration of the Agreement and thereafter shall only be adjusted by mutual written agreement of both parties. All payments to the Consultant are made in the form of a check issued by the Sumter County Clerk of Court Finance Department. The maximum amount of this contract shall not exceed $1,5 million.

6. General Considerations. a. All reports, drawings, designs, specifications, notebooks, computations, details, and calculation documents prepared by Consultant and presented to the Board pursuant to this Agreement are and remain the property of the Board as instruments of service. b. All analyses, data, documents, models, modeling, reports and tests performed or utilized by Consultant shall be made available to the Board upon request and shall be considered public records, pursuant to Florida Statute 19.0701. c. Consultant shall keep all books, records, files, drawings, plans and other documentation, including all electronically stored items, which concern or relate to the services required hereunder, for a minimum of three (3) years from the date of expiration or termination of this

Agreement, or as otherwise required by any applicable law, whichever date is later. The Board shall have the right to order, inspect, and copy all such Records as often as it deems necessary during any such period of time. The right to audit, inspect, and copy records shall include all of the records of sub-Consultants (if any). d. Consultant shall, at all times, comply with the Florida Public Records Law, the Florida Open Meeting Law and all other applicable laws, rules and regulations of the State of Florida. e. Consultant shall, at all times, carry Professional Liability, General Liability, Automobile and Worker’s Compensation Insurance pursuant to the insurance requirements in RFQ 007-0- 2016/RS, naming BOCC as an additional insured in each such policy. f. Upon Consultant’s written request, the Board will furnish, or cause to be furnished, such reports, studies, instruments, documents, and other information as Consultant and Board mutually deem necessary, and Consultant may rely upon same in performing the services required under this agreement. g. The BOCC and Consultant each binds itself and its successors, legal representatives and assigns to the other party to this agreement and to the partners, successors, legal representatives and assigns of such other party to this agreement, in respect to all covenants of this agreement; and neither the Board nor Consultant shall assign or transfer their interest in this agreement without the prior written consent of the other party.

8. Should any other professional services be called for by the BOCC which are not otherwise set forth in this Agreement or any of its attachments or exhibits, said charges shall be agreed upon in advance by the parties hereto. The Consultant may be required to provide additional services to the BOCC on challenges, public protests, administrative hearings or similar matters. The Consultant shall be available to represent the BOCC, serve as an expert witness and provide supporting documentation as necessary.

9. The Contract Documents, which comprise the entire Contract between BOCC and Consultant and which are further incorporated herein, consist of the following:

a. RFQ 007-0-2016/RS b. Vendor’s Proposal c. This contract agreement d. Permits / Licenses e. All Proposals Addenda Issued Prior to Opening Date f. All Modifications and Change Orders Issued

10. Consultant does hereby specifically promise and agree to "hold harmless", defend and indemnify the BOCC and the agents, servants, employees, officers, and officials thereof from and against any and all liability or responsibility for damage to property or person that may arise in connection with the services to be provided hereunder, including payment of all reasonable attorney’s fees, costs and expenses associated with the same.

11. Consultant, its agents, servants or employees shall, in no manner, whatsoever be construed as the employees, agents, servants or representatives of the BOCC and shall have not expressed or implied power or authority to act in any manner whatsoever for or on behalf of the BOCC, except as provided in the scope of services called for herein. Consultant is hereby designated as an independent Consultant to the BOCC and none of the employees, agents or servants of the Consultant shall have, or be entitled to, any of the fringe benefits applicable to employees of the Board.

12. In the event of default by either party hereto, the defaulting party shall be liable for all costs and expenses, including reasonable attorney’s fees and costs incurred by the other party in enforcing it’s rights hereunder, whether litigation be instituted or not, at the trial court and appellate court level.

13. Consultant does hereby waive any and all “venue privilege” and or “diversity of citizenship privileges” and specifically agrees that any action brought for the enforcement, construction or interpretation of this agreement shall be maintained in the County or Circuit Court in and for Sumter County, Florida, and Consultant hereby specifically waives its right or privilege to institute any action of any kind or nature whatsoever, against the BOCC in any other State Court, Federal Court or administrative tribunal.

14. This Agreement represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations or agreements, either written or verbal. If any provision of this Agreement is declared to be invalid or unenforceable, the remainder shall continue to operate in full force and effect.

15. This Agreement cannot be changed or modified, unless by written agreement signed by all parties hereto.

16. In performing services hereunder, Consultant shall comply with all federal, state, and local laws and regulations. Consultant shall be responsible for identifying and obtaining all permits necessary to complete the scope of services. Consultant shall be responsible for obtaining, at its sole cost and expense, all necessary license licenses and other governmental approvals required in order for Consultant to provide the type of services required hereunder.

17. E-Verify: system established by the U.S. Department of Homeland Security to determine the immigration and work-eligibility status of prospective employees.

The Consultant agrees to certify to Sumter County (County) that they are in compliance with the federal E- Verify program; this includes obtaining written certification from all subConsultants who will participate in the performance of the contract. All subConsultant certifications must be kept on file by the general Consultant and made available to the state and/or the County upon request. The Sumter County Board of County Commissioners reserves the right to take action against any Consultant deemed to be non-compliant; potential actions may include, but are not limited to, cancellation of the contract and/or suspending or debarring the Consultant from performing services for the County.

18. Consultant shall notify BOCC in writing of any commitments during the term of this Agreement which may constitute a potential or actual conflict of interest with respect to the scope of services to be performed for the BOCC.

19. Each of the WHEREAS clauses listed above are hereby re-alleged and incorporated into this Agreement as if otherwise fully stated herein.

20. Any notices required by this Agreement shall be mailed to the following individual(s), by Certified Mail, Return Receipt requested:

FOR THE BOCC FOR THE CONSULTANT

Name: Bradley S. Arnold ______Name:______

Address: 7375 Powell Road, Wildwood, FL 34785 ____ Address:______

Title: County Administrator______Title:______

Date: ______Date:______

IN WITNESS WHEREOF, the parties have signed this agreement the day and year first above written.

ATTEST: SUMTER COUNTY BOARD OF COUNTY COMMISSIONERS

By: ______

By: Garry Breeden, Chairman

Date Signed: ______

ATTEST: Consultant

By: ______

By: ______

Date Signed: ______