Loading...
Agenda 09/23/2025 Item #16B 5 ( (“RPS”) No. 25-8376 for “CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate N. Boulevard,”)9/23/2025 Item # 16.B.5 ID# 2025-2690 Executive Summary Recommendation to approve the selection committee’s ranking and authorize staff to enter into contract negotiations with Kinard–Stone, Inc., related to Request for Professional Services (“RPS”) No. 25-8376 for “CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate N. Boulevard,” and bring a proposed agreement back for the Board’s consideration at a future meeting. (Project 68056). OBJECTIVE: To approve the selection committee’s ranking and authorize staff to enter into contract negotiations with Kindard-Stone, Inc., related to RPS No. 25-8376 for CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate N. Boulevard. CONSIDERATIONS: During the past 15 years, the County expanded Collier Boulevard (CR951) between US41 and Immokalee Road in several phases. The expansion provided a six-lane urban roadway with improved capacity, drainage, and safety features. The remaining segment of this 16-mile corridor to be expanded is the segment between City Gate N. Boulevard and Green Boulevard. The design for this section is 90% complete and awaiting issuance of the Army Corps of Engineers Permit. Construction of this segment is budgeted in FY2026. The selected firm will provide Construction Engineering Inspection services for this project. On March 25, 2025, the Procurement Services Division released notices for Request for Professional Services (RPS) No. 25-8376, “CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate N. Boulevard” to two thousand nine hundred and forty-nine (2,949) vendors. Eight hundred eighty-seven (887) firms viewed the solicitation information, and three (3) proposals were received by April 28, 2025, the submission deadline. Staff reviewed the proposals received and found all three (3) firms to be responsive and responsible, with all three (3) firms having a minor irregularity. On June 10, 2025, the Selection Committee convened to evaluate all three proposals and, after deliberation, scored the proposals and shortlisted the three (3) firms to move to presentations. On June 23, 2025, the Selection Committee reconvened to clarify a Committee Member’s misstatement that Kinard-Stone, Inc., was not an FDOT prequalified consultant. On July 15, 2025, the Selection Committee reconvened for presentations and established a final ranking of the firms as follows: Firm Final Ranking Kinard – Stone, Inc. 1 Kisinger Campo & Associates, Corp. 2 RS&H, Inc. 3 Staff is recommending that the Board of County Commissioners (the "Board") approve the selection committee’s ranking and authorize staff to begin contract negotiations with the top-ranked firm, Kinard – Stone, Inc. Kinard – Stone, Inc., has headquarters in Lee County, providing professional engineering services in Florida with a history of successfully managing road projects in Southwest Florida. Those projects include serving as the Prime CEI for FDOT's Design/Build US 41 Over Caloosahatchee River Bridge project in Lee County, and are currently the Prime CEI for the I- 75 corridor from north of Golden Gate Parkway to north of Alico Road, spanning Lee and Collier counties. If staff is unable to reach a proposed agreement with Kinard – Stone, Inc., staff will continue negotiating with the remaining firms in ranked order until a proposed agreement can be brought back for the Board’s consideration at a future meeting. The completed Project will be consistent with the Collier County strategic plan objective to design and maintain an effective transportation system to reduce traffic congestion and improve the mobility of our residents and visitors. FISCAL IMPACT: Approval of this item does not result in a direct fiscal impact; however, the source of funding for Page 1310 of 3896 9/23/2025 Item # 16.B.5 ID# 2025-2690 the future contract, subject to the Board’s approval at a subsequent meeting, will be Impact Fees, Gas Taxes and General Fund. GROWTH MANAGEMENT IMPACT: The completed project will be consistent with the Long-Range Transportation Plan and Objective 1 of the Transportation Element of the Collier County Growth Management Plan to maintain the major roadway system at an acceptable Level of Service. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for approval. – CMG RECOMMENDATIONS: To approve the selection committee’s ranking and authorize staff to enter into contract negotiations with Kinard–Stone, Inc., related to RPS No. 25-8376 for “CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate N. Boulevard,” and in the event that an agreement cannot be reached with that firm, to continue negotiating with the remaining firms in ranked order, so that a proposed agreement can be brought to the Board for consideration at a future meeting. PREPARED BY: Ray G. Girgis, PE, Project Manager III, Transportation Engineering Division ATTACHMENTS: 1. 25-8376 NORA 2. 25-8376 Solicitation 3. 25-8376 Final Ranking 4. 25-8376 Kinard-Stone, Inc. Proposal Page 1311 of 3896 Procurement Services Division Notice of Recommended Award Solicitation: 25-8376 Title: CEI & Related Services For Collier Boulevard Widening Phase III From Green Boulevard to City Gate N. Boulevard Due Date and Time: April 28, 2025 @ 3:00 PM (EST) Firms: Company Name City County State Final Ranking Responsive/Responsible Kinard – Stone, Inc. Fort Myers Lee FL 1 Yes/Yes Kisinger Campo & Associates, Corp. Tampa Hillsborough FL 2 Yes/Yes RS&H, Inc. Jacksonville Duval FL 3 Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Firms for Award: On March 25, 2025, the Procurement Services Division released notices for Request for Professional Services (RPS) No. 25-8376, “CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate N. Boulevard” to two thousand nine hundred and forty-nine (2,949) vendors. Eight hundred eighty-seven (887) firms viewed the solicitation information, and three (3) proposals were received by April 28, 2025, the submission deadline. Staff reviewed the proposals received and found all three (3) firms to be responsive and responsible, with all three (3) firms having a minor irregularity. On June 10, 2025, the Selection Committee was convened to evaluate all three proposals, score and shortlisted the three (3) firms to move to presentations. On June 23, 2025, the Selection Committee was reconvened to clarify a Committee Member’s misstatement that Kinard-Stone, Inc., was not a FDOT prequalified consultant. On July 15, 2025, the Selection Committee reconvened for presentations and ranked the firms as follows: Ranked #1 Kinard - Stone, Inc. Ranked #2 Kisinger Campo & Associates, Corp. Ranked #3 RS&H, Inc. Staff is recommending to begin negotiations with the top-ranked firm, Kinard - Stone, Inc. Contract Driven Purchase Order Driven Required Signatures Project Manager: Docusign Envelope ID: 30F24188-C955-4FC7-A95C-1BCF71CF67DB 7/25/2025 Page 1312 of 3896 Procurement Strategist: Procurement Services Director: __________________________________ _________________ Sandra Srnka Date Docusign Envelope ID: 30F24188-C955-4FC7-A95C-1BCF71CF67DB 7/25/2025 7/25/2025 Page 1313 of 3896 Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR CEI & Related Services For Collier Boulevard Widening Phase III From Green Boulevard to City Gate N. Boulevard RPS NO.: 25-8376 DANIA GUERRERO, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-7989 Dania.guerrero@colliercountyfl.gov (Email) Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 1314 of 3896 SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSIONAL SERVICES (RPS) NUMBER: 25-8376 PROJECT TITLE: CEI & RELATED SERVICES FOR COLLIER BLVD. WIDENING PHASE III PRE-PROPOSAL CONFERENCE: N/A LOCATION: PROCUREMENT SERVICES DIVISION, CONFERENCE ROOM A, 3295 TAMIAMI TRAIL EAST, BLDG. C-2, NAPLES, FL 34112 RPS OPENING DAY/DATE/TIME: APRIL 28, 2025, AT 3:00 P.M. EST PLACE OF RPS OPENING: PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG. C-2 NAPLES, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl. INTRODUCTION As requested by the Transportation Engineering Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Professional Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. Construction Engineering and Inspection (CEI) services have historically been added to the construction phase of transportation projects. CEI work involves providing oversight for the County, ensuring that the contractor builds the project in reasonable conformity with the plans, specifications, and special provisions for the construction contract. The CEI firm is the liaison between the Division and the Contractor to observe the Contractor's work to determine the progress and quality of the work. The CEI Consultant identifies discrepancies, reports significant discrepancies to the Division and directs the Contractor to correct such observed discrepancies. BACKGROUND CEI services are required for the construction of Collier III – Phase II, 6-lane widening from Green Boulevard to City Gate North Boulevard (hereinafter Collier III). The proposed new roadway geometry will be a six-lane urban divided arterial with on-street bike lanes, a sidewalk on the west side of the roadway and a 10-foot pathway east of the CR-951 canal. The proposed work for Collier III includes but not limited to the following: - Alignment Shift (Start just S of 25th Ave. SW to the south) - Traffic Signal update (Golden Gate Parkway) - Two (2) New Traffic Signals (20th Place SW and 27th Avenue SW) - Bus Stop Relocation (Bus Stop 276 (Northbound) from proximity of 17th Ave SW to across from 20th PL SW.) - Canal Relocation (830’ N of 23rd Ave SW to 520’ S of 27th Ave. SW – Approximately 3,800’) - Bridge Reconstruction (Over Golden Gate Main Canal) - New Bridge Construction (27th Avenue SW) - Bridge Removal (25th Avenue) Note: The City Gate North signal project is not included in these CEI services. The construction plans for the signal project are separate and the limits are identified in the attached “25-8376 Attachment 2 City Gate N -Signal Plans_4.5.2024.” The CEI consultant is expected to coordinate with the CEI staff of that project. The CEI services include, but are not limited to administering the construction contract, providing inspections, monitoring, and material sampling and testing. In addition, the services shall include monitoring off-site activities and fabrication of structural elements. Monitoring and inspecting the Contractor’s Work Zone Traffic Plan and reviewing modifications to the Work Zone Traffic Control Plan, in accordance with the Florida Department of Transportation (FDOT) procedures. Determining acceptability of all material and completed work items on the basis of either test results or by verification of a certification. Page 1315 of 3896 TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. OR The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final payment. The intent is for the project to be completed within nine-hundred and sixty (960) days. Prices shall remain firm for the term of the awarded contract. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. DETAILED SCOPE OF WORK The detailed scope of work is attached to the solicitation as “Solicitation #25-8376 Attachment 1 – Detailed Scope of Work.” RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 20 Points 2. Certified Minority Business Enterprise 5 Points 3. Past Performance 25 Points 4. Project Approach, Willingness to Meet Time and Budget Requirements 20 Points 5. Location 10 Points 6. Recent, Current, and Projected Workloads of the Firm 20 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this advertisement. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 1316 of 3896 Selection Committee Final Ranking Sheet RPS #: 25-8376 Title: CEI & Related Services Collier Blvd. Widening Phase III Name of Firm Ray Girgis Julio Castro Bee Thao Jaime Khawaja Anthony Stolts Total Selection Committee Final Rank Kinard - Stone, Inc.1 1 1 1 1 5 1.0000 Kisinger Campo & Associates, Corp.2 2 2 2 2 10 2.0000 RS&H, Inc.3 3 3 3 3 15 3.0000 Procurement Professional Dania Guerrero Date 7/15/2025 Procurement Services Division Page 1 of 1 Page 1317 of 3896 County of Collier, FL Procurement Kenneth Kovensky, Executive Director 3299 Tamiami Trail, East Naples, FL 34112 [KINARD-STONE, INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8376 CEI & Related Services For Collier Boulevard Widening Phase III From Green Boulevard to City Gate N. Boulevard RESPONSE DEADLINE: April 28, 2025 at 3:00 pm Report Generated: Monday, April 28, 2025 Kinard-Stone, Inc. Response CONTACT INFORMATION Company: Kinard-Stone, Inc. Email: aimee.griffin@kinardstone.com Contact: Aimee Griffin Address: 12801 Commerce Lakes Blvd Unit 1 Fort Myers, FL 33913 Phone: (864) 275-2653 Website: www.kinardstone.com Submission Date: Apr 27, 2025 11:13 AM (Eastern Time) Page 1318 of 3896 [KINARD-STONE, INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8376 CEI & Related Services For Collier Boulevard Widening Phase III From Green Boulevard to City Gate N. Boulevard [KINARD-STONE, INC.] RESPONSE DOCUMENT REPORT undefined - CEI & Related Services For Collier Boulevard Widening Phase III From Green Boulevard to City Gate N. Boulevard Page 2 ADDENDA CONFIRMATION Addendum #1 Confirmed Apr 3, 2025 3:02 PM by Aimee Griffin QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. Request for Professional Services (RPS) Instructions Form * Request for Professional Services (RPS) Instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed Page 1319 of 3896 [KINARD-STONE, INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8376 CEI & Related Services For Collier Boulevard Widening Phase III From Green Boulevard to City Gate N. Boulevard [KINARD-STONE, INC.] RESPONSE DOCUMENT REPORT undefined - CEI & Related Services For Collier Boulevard Widening Phase III From Green Boulevard to City Gate N. Boulevard Page 3 5. Collier County Required Forms PROPOSAL SUBMITTAL* Please submit a proposal per Evaluation Criteria outlined in Solicitation. KSI_Collier_Blvd_Widening_RPS_25-8376.pdf VENDOR CHECK LIST* Collier_County_Vendor_Checklist_completed.pdf VENDOR DECLARATION STATEMENT (FORM 1)* Form_1_Vendor_Declaration_Statement_signed_notarized.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* Form_2_Conflict_of_Interest_Certification_Affidavit_signed_notarized.pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* Form_3_Immigration_Affidavit_Certification_signed_notarized.pdf LOCAL VENDOR PREFERENCE CERTIFICATION (FORM 4) Form_4_Vendor_Submittal-Local_Vendor_Preference_Certification_signed.pdf Lee_County_Business_License_Exp_2025.pdf REFERENCE QUESTIONNAIRE (FORM 5)* The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the Proposer that best represent projects of similar size, scope and complexity of this project using form provided in Form 5. Proposer may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the PSC information to assess the experience of the Proposer on relevant project work. CGK-Collier_County_Reference_Form_Carl_Karakos.pdf Collier_County_Reference_Form_David_Lindsay.pdf Collier_County_Reference_Form_Debre_White.pdf Page 1320 of 3896 [KINARD-STONE, INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8376 CEI & Related Services For Collier Boulevard Widening Phase III From Green Boulevard to City Gate N. Boulevard [KINARD-STONE, INC.] RESPONSE DOCUMENT REPORT undefined - CEI & Related Services For Collier Boulevard Widening Phase III From Green Boulevard to City Gate N. Boulevard Page 4 Collier_County_Reference_Form_Mike_Cook.pdf Collier_County_Reference_Form_Ryan_McCarthy.pdf KSI_Ref_Collier-Kim_Murphy.pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* My_Company_Profile___E-Verify.pdf W-9 FORM* KSI_W9.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Sunbiz_Detail_by_Entity_Name.pdf SIGNED ADDENDUMS (IF APPLICABLE) 25-8376_Addendum_#1.pdf 25-8376_Addendum_#2.pdf MISCELLANEOUS DOCUMENTS DBPR_-_COA.pdf FLorida_UCP_DBE_directory.pdf Page 1321 of 3896 CEI & RELATED SERVICES FOR COLLIER BOULEVARD WIDENING - PHASE III FROM GREEN BOULEVARD TO CITY GATE NORTH BOULEVARD D A T E : April 28, 2025 Collier County Board of County Commissioners 3295 Tamiami Trail East, Suite 303 Naples, FL 34112 RPS No: 25-3876 Team Partners: Page 1322 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 1 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard Ability of the Professional Personnel Kinard-Stone, Inc. (KSI), along with our trusted teaming partners—AECOM, AtkinsRéalis, Highspans Engineering, Johnson Engineering, and Foundations Geotechnical Engineering—is proud to present a highly experienced team to support Collier County in the successful delivery of the Collier Boulevard Widening Phase III project from Green Boulevard to City Gate North Boulevard. Built on a strong foundation of technical expertise, local knowledge, and proven collaboration, our team is uniquely positioned to deliver exceptional service tailored to the demands of this critical and heavily traveled roadway corridor. The widening of Collier Boulevard from a four-lane to a six-lane urban-divided arterial will provide significant benefits that align with the County's goals for improved mobility, enhanced safety, and sustainable long-term growth. These benefits include: • Improved Traffic Flow: Expanding to six lanes increases capacity and helps alleviate congestion along this heavily traveled corridor, especially during peak travel times. • Enhanced Safety: A divided roadway reduces the risk of head-on collisions, while new and upgraded signalized intersections and better traffic control measures improve overall safety for motorists, pedestrians, and cyclists. • Multimodal Accommodations: The inclusion of on-street bike lanes, a sidewalk on the west side, and a 10-foot shared-use path on the east side enhances mobility options for pedestrians and cyclists, promoting healthier and more sustainable transportation alternatives. • Support for Future Growth: As the surrounding area continues to develop, a wider roadway ensures the infrastructure can support increased traffic volumes and economic activity, reducing the need for further major upgrades in the near future. • Improved Emergency Response and Evacuation: A wider corridor allows for better movement of emergency vehicles and supports more efficient evacuation during natural disasters or other emergencies. • Enhanced Connectivity: The project improves connections between residential areas, schools, commercial developments, and regional transportation networks, making travel more efficient and convenient for residents and visitors alike. • Updated Infrastructure: The widening effort includes major improvements such as new bridges, canal relocation, and updated signals, providing a modern and resilient corridor that meets today's transportation and environmental standards. Our team believes that open communication, effective schedule management, and responsiveness are essential to delivering superior service under this contract. These strengths define our approach, and we are dedicated to customizing a communication plan that aligns with the preferences of the County's Project Manager, Ray Girgis, PE. By tailoring our efforts, we ensure we meet the contract requirements and exceed expectations in service performance. We boast an impressive history of successfully managing road projects in Southwest Florida. We were the Prime CEI for FDOT's recently completed Design/Build US 41 Over Caloosahatchee River Bridge project in Lee County, and are currently the Prime for the I-75 corridor from north of Golden Gate Parkway to north of Alico Road, spanning Lee and Collier counties. We take great pride in our work and are personally invested in the success of this project. Our local presence ensures we are fully engaged and dedicated to the success of this project, both professionally and personally. At KSI, we take full ownership of our performance and are prepared to manage every aspect of this contract with precision and dedication. Our unwavering goal is to exceed expectations on every assignment we undertake. Our team brings extensive experience delivering successful infrastructure projects throughout Southwest Florida, including work performed for FDOT, Lee County, the City of Fort Myers, Lehigh Acres Municipal Services District (LA-MSID), and other local agencies. This experience has given our team in-depth knowledge of regional construction practices, permitting processes, and regulatory requirements. Our proven ability to collaborate closely with local stakeholders and project Page 1323 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 2 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard partners, many of whom we have worked with on previous assignments, demonstrates our commitment to seamless team integration and efficient project delivery. KSI's familiarity with the area and established working relationships enhance our ability to proactively manage challenges and contribute to the successful completion of projects that improve local infrastructure and serve the community. As shown in the matrix below, the proposed team has a strong history of collaboration on several successful projects over the years. Many proposed staff members have worked together on recent FDOT District One assignments, including the SR 80 project from Buckingham Road to the Hendry County Line and the D/B - US 41 Over the Caloosahatchee River Bridge #120002 project. This shared experience has fostered a well-established working dynamic and a deep understanding of project expectations. Additionally, our team is based locally, allowing for quick response times and availability to the project site at any time, day or night, ensuring consistent support and responsiveness throughout the life of the project. Project Matrix SR 80 from Buckingham Rd. to Hendry C/L D/B - US 41 Over Caloosahatchee River BridgeSR 82 to Bell BoulevardSR 82 from Alabama to Homestead Rd.SR 82 from Homestead Rd to Hendry C/LHendry Canal WideningSR 82 from Lee Blvd to 40th StreetCEI Senior Project Engineer Tom Deer, PE (KSI)       CEI Project Administrator James DeLisle (KSI)   CEI Contract Support Specialist Xavier Baez (KSI) CEI Senior Inspector Juan Alcantar (KSI)  CEI Senior Inspector Rick Wilson (KSI)     CEI Engineering Intern Tom Malestein, EI (KSI)  CEI Inspector Adrian Rodriguez (KSI) Page 1324 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 3 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard As outlined below, our proposed team has significant experience. Staff resumes are provided at the back of the proposal documents for more in-depth coverage of our team's experience. The proposed staff holds all certifications as required by the scope of work on this project. Tom Deer, PE, Senior Project Engineer (SPE)  Over 32 years of experience, including prior service with the Florida Department of Transportation (FDOT) before transitioning into the CEI consulting industry. This background provides a unique and valuable perspective, blending a strong understanding of agency expectations with hands-on construction and inspection expertise to ensure projects are delivered efficiently, accurately, and fully compliant with state and local requirements, including signing and sealing As-Builts.  Currently serving as the SPE on FDOT District One - SR 80 from Buckingham Road to Hendry C/L and Lee County – CEI Services for Bell Boulevard Sidewalk from SR 82 to Sunrise Boulevard projects.  Career roles include the FDOT Heartland Resident Engineer and SPE on hundreds of transportation infrastructure projects. Significant project experience includes FDOT Districts 1, 5, 7, Florida’s Turnpike Enterprise, Central Florida Expressway (CFX), Lee County, Collier County, Hendry County, and the City of Fort Myers.  Recent projects include:  D/B-US 41 Over Caloosahatchee River Bridge (#120002), which was completed 16 months ahead of schedule and is currently nominated for several industry awards.  CFX's D/B-SR 538 Poinciana Parkway Widening project, extending from Ronald Reagan Parkway to Cypress Parkway. This complex effort involved the construction of three bridges, including a 6,149-foot-long structure spanning the environmentally sensitive Reedy Creek swamp, built using 18-inch Florida I Beams. The project won the 2024 ACEC – Design/Build Project of the Year award. These projects highlight the ability to deliver high- quality results on schedule, even under challenging conditions.  Strong communication and negotiation skills make him an effective leader who can resolve issues and keep the project on track. James DeLisle, Project Administrator (PA)  32+ years of Southwest Florida Transportation construction experience that brings a unique dual perspective from working on both the contractor and engineer sides.  Project Administrator for similar projects, including SR 80 and SR 82, demonstrates his broad expertise in milling and resurfacing, roadway widening, shoulder treatment, sidewalk construction, guardrail installation, signalization, signing and pavement markings, landscape installation, and lighting improvements. He also played a key role in expanding the LA-MSID- maintained Hendry Canal Extension as part of the SR 82 widening project.  Currently serving as the PA on FDOT District One - SR 80 from Buckingham Road to Hendry C/L project.  Extensive field and management experience, including roles as Inspector, QC Inspector, Sr. Inspector, Contract Support Specialist, Project Administrator, Construction Manager and Superintendent.  Responsible for developing the Job Guide Schedule, contact compliance, asphalt lot packages, final material certifications and leading project meetings.  Strong communication skills and fluent in English and Spanish, which enhances communication and coordination and benefits the overall project workflow. Jennifer Dorning, Public Information Officer (PIO)  20 years of experience supporting nearly 100 planning, design, and construction projects for Florida state and municipal agencies.  Proven ability to build trust and long-term relationships with clients, stakeholders, and community members.  Expert in communicating sensitive issues to elected officials, media, and the general public.  Experienced in developing clear, engaging content for newsletters, websites, public correspondence, and media outreach.  Strong working relationship with Connie Deane, Collier County PIO.  Fluent in English and Spanish, enabling clear communication with a diverse community. Terri Destoppelaire, Resident Compliance Specialist (RCS)  Oversees contractor performance to ensure compliance with grant provisions.  Brings extensive RCS experience from a wide range of County, LAP, and FDOT projects.  Ensures adherence to all applicable regulations, standards, and documentation protocols.  Knowledgeable about CUF, OJT, prevailing wage rates and the Davis-Bacon Act. Page 1325 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 4 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard Xavier Baez, Contract Support Specialist (CSS) • 6 years of CEI experience. • Progressed from Inspector to CSS, bringing strong field insight into his current role. • Currently serves as CSS alongside Tom on Lee County's Bell Boulevard Sidewalk project. • Specializes in managing construction documentation, has exceptional attention to detail, and is well-versed in industry policies and procedures. • Experienced in coordinating submittals, RFIs, pay estimates, contract changes, CPM schedule variance reviews and subcontractor documentation. • Responsible for maintaining the shop drawing logs, material logs (concrete, earthwork, and asphalt), and the project time file. • Fluent in both English and Spanish. Juan Alcantar, Senior Roadway Inspector • 22 years of experience. • Serves as a Senior Inspector on the SR 80 project from Buckingham Road to the Hendry County Line, working alongside Tom Deer and James DeLisle. • Known for detailed inspection reporting and meticulous daily record-keeping, especially Density Log Books, proctor log book, concrete logs, straightedge/cross- slope reports and asphalt reports. • Knowledgeable and skilled at asphalt and concrete paving, drilled shafts, drainage, earthwork and MOT inspection, utility relocations, erosion control, and landscaping. • Exercises independent judgment in planning work details and making technical decisions. • Fluent in both English and Spanish. Rick Wilson, Senior Roadway Inspector • 27 years of experience. • Serves as a Senior Inspector on the SR 80 project from Buckingham Road to the Hendry County Line, working alongside Tom Deer and James DeLisle. • Known for strong organizational skills, attention to detail, and timely completion of daily work reports. • Experienced in overseeing and inspecting asphalt paving, earthwork, drainage, TTCP, sidewalk and ADA compliance, utility relocations, and erosion control. • Good work ethic, positive attitude and mentor to inspectors and inspector aides. Andrew Ross, Senior Bridge Inspector • 19+ years of experience. • Specializes in complex bridge structures, rehabilitation of historic structures, and movable bridges. • Proven leadership in field office start-up, document control, and personnel training following FDOT standards. • Worked for several Florida transportation clients, including FDOT Districts 1, 4, 5 & 7,and various clients, including Brightline (formerly Virgin Trains). • Experience on high-profile projects, including:  Sanibel Island Access (Hurricane Ian recovery) – Lead for concrete structure corrections and coordination during multiple hurricanes.  Skyway Bridge Cathodic Protection – Oversaw spall repair and deck sealing on 258 spans and 516 footers.  Ridge Road Extension Phase I – $90M project with 15 new bridges and complex drainage systems. Tom Malestein, EI • Recently obtained his Engineering Intern certificate, having graduated from FGCU in 2023. • Worked on the D/B-US 41 Over Caloosahatchee River Bridge (#120002) with Tom, Rick and Juan. • Serves as KSI’s certified drone operator and will provide monthly drone video and aerial photos for the project. • Currently working on the I-75 assisting with milling and resurfacing operations. Page 1326 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 5 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard Meeting the Project Pre-Qualification Criteria We have strategically added local, best-in-class professionals to our team to enhance the quality and efficiency of project delivery. Highspans will provide an Accredited Construction Materials Testing Laboratory and asphalt plant inspection services. With a strong track record on several Collier County projects, Highspans is well-versed in local processes and requirements. Johnson Engineering will lead survey services, AtkinsRéalis will manage Public Information efforts, AECOM will support CEI, RCS, design, and bridge inspection services, and Foundations & Geotechnical Engineer (FGE) will provide geotechnical expertise. Each of these firms has extensive experience supporting both Collier and Lee County initiatives, and we have built long-standing, successful relationships with them, which will ensure seamless coordination and high-quality performance across all project elements. Work Group Qualification Matrix KSI AECOM Johnson Engineering Highspans Foundation & Geotechnical Engineering Required Work Groups for the Prime Consultant 10.1 – Roadway CEI * * * 10.3 – Construction Materials Inspection ** 10.4 – Minor Bridge and Miscellaneous Structures CEI * * * 10.5.1 – Major Bridge CEI – Concrete ** Work Groups covered by Subconsultants 3.2 – Major Highway Design * 4.1 – Miscellaneous Structures and Minor Bridge Design  5.1 – Conventional Bridge Inspection  5.4 – Bridge Load Rating  8.1 - Control Surveying  8.2 - Design, Right of Way Construction Surveying  8.3 - Photogrammetric Mapping  8.4 - Right of Way Mapping  9.1 - Soil Exploration ** 9.2 - Geotechnical Classification Lab Testing * 9.3 - Highway Materials Testing * 9.4 - Foundation Studies ** 9.5 - Geotechnical Specialty Lab Testing * Primary  Also Qualified * Page 1327 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 6 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard Certified Minority Business Enterprise KSI is proud to be a woman-owned business that has called Lee County home for the past 24 years. Certified as a Disadvantaged Business Enterprise (DBE), Minority Business Enterprise (MBE) and Small Business Enterprise (SBE), we are committed to delivering exceptional service rooted in local expertise and responsiveness. Our long-standing presence in Southwest Florida has allowed us to build strong relationships with local agencies and stakeholders, providing tailored support to meet the region's evolving infrastructure needs. We take pride in our reputation for quality, collaboration, and a deep commitment to the communities we serve. Please see the attached Florida UCP DBE Directory Sheet. Page 1328 of 3896 Page 1329 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 7 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard Past Performance We have selected the representative projects below to demonstrate our experience with projects of similar size, type, and complexity to the Collier Boulevard Widening project. Each project highlights our team's ability to successfully deliver comparable work, with a focus on technical execution, community coordination, and efficient project delivery. We have attached reference forms for each project to support our performance history. In evaluating this section, we understand that emphasis will be placed on our team's ability to address all elements of the proposed scope, including the collaborative experience of the team members proposed for this project. Particular attention has been given to showcasing projects where we effectively managed change orders, reflecting our commitment to quality, cost control, and schedule adherence. Page 1330 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 8 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard Project Name: D/B - US 41 Over Caloosahatchee River Bridge #120002 Project Dates: July 2023 – February 2025 Project Address: US 41 Caloosahatchee Bridge, Fort Myers, Lee County, FL Customer Name: FDOT – District One, Fort Myers Operations Center Federally Funded: Yes – ARPA Grant Initial cost of work: $24.7M Final cost of work: $24.7M Number of change orders: 3 Supplemental Agreements due to storm repairs Total completion time (from NTP to Final Invoice payment): The project final accepted at 559 out of 1034 days, which was 53% of contract time. Initially scheduled for completion in May 2026, the project was finished in February 2025 – 16 months ahead of schedule. Project Description: The US 41 Over Caloosahatchee River Bridge project in Fort Myers, Florida, was a fast-tracked safety improvement initiative led by FDOT in response to the tragic loss of two pedestrians in 2023. The project transformed this critical connection between downtown Fort Myers and North Fort Myers, enhancing pedestrian access, vehicular safety, and multimodal connectivity. Key improvements included the addition of an 8-foot-wide sidewalk with a 42-inch-high pedestrian/bicycle railing along the southbound side, a new thrie-beam guardrail on the northbound side, and modern concrete barriers in both the median and adjacent to southbound lanes. The bridge's outdated lighting was replaced with energy-efficient LED fixtures mounted on double-arm poles along a new median barrier. The two previously separated bridge decks were unified with a new standard-shaped barrier, improving structural integrity and safety. All lanes were restriped to accommodate pedestrian infrastructure and naturally encourage reduced vehicle speeds. A defining feature of this project was the bold decision to implement a 10-week full bridge closure, carefully timed to coincide with the off-season and school break, which reduced the overall project duration by 476 days, a 47% acceleration from the original timeline. The closure allowed for an aggressive construction schedule and was supported by a comprehensive alternative Maintenance of Traffic (MOT) plan. Smart work zone technology, real-time signal adjustments via coordination with Lee County Traffic Operations, and live traffic updates helped maintain mobility and minimize community disruptions. Extensive public involvement and stakeholder engagement underpinned the project's success. There was a close partnership with local agencies, emergency responders, public transit providers, business organizations, and HOA representatives to ensure clear communication and community support. Weekly progress meetings and strategic public outreach, including presentations to MPO advisory committees and multilingual media campaigns, helped keep the public informed and engaged. Proposed team members who worked on this project:  SPE – Tom Deer, PE  Sr. Inspector – Juan Alcantar  Sr. Inspector – Rick Wilson  Inspector – Tom Malestein, EI Page 1331 of 3896 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No. 25-8376 – CEI & Related Services for Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd Reference Questionnaire for: Kinard-Stone, Inc. (Name of Company Requesting Reference Information) Tom Deer, PE, Senior Project Engineer (Name of Individuals Requesting Reference Information) Name: Carl Karakos Transportation Engineer (Evaluator completing reference questionnaire) Company: City of Fort Myers – Public Works Engineering (Evaluator’s Company completing reference) Email: ckarakos@fortmyers.gov FAX: Telephone: 239.771.0483 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a p articular area, leave it blank and the item or form will be scored “0.” Project Description: FIN: 449015-1-62-01 - D/B US 41 over the Caloosahatchee River Bridge #120002 Completion Date: 02/18/2025_______________________ Project Budget:$24.7M_____________________________ Project Number of Days: 559_______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 1332 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 9 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard Project Name: SR 80 from Buckingham Road to Hendry County Line Project Dates: May 2024 - Present Project Address: SR 80, Lee County, FL Customer Name: FDOT – District One, Fort Myers Operations Center Federally Funded: Yes Initial cost of work: $19.8M Final cost of work: estimated at $19.8M Number of change orders: Currently, there are 3 SAs, two related to hurricanes, and one work order. Total completion time (from NTP to Final Invoice payment): The project is expected to be completed on 9/9/2025, which is 5 days ahead of schedule. Project Description: The SR 80 project from Buckingham Road to the Hendry County Line involves 9.54 miles of comprehensive roadway rehabilitation and improvements to enhance safety, mobility, and connectivity along this key east-west corridor. The project scope includes milling and resurfacing, cross-slope correction, shoulder widening, turnout construction, guardrail replacement, and drainage enhancements. Other features include concrete slope pavement at Hickey Creek Bridge, inside curb and gutter from Joel Boulevard to the County Line, a new sidewalk at Packinghouse/Broadway Street, mailbox replacements, updated highway signing, and thermoplastic striping. Key project issues include careful management of variable milling depths, asphalt transitions at bridge approaches, and proactive measures to avoid damage to the limerock base during deep mill operations. The project also requires close coordination to implement a safe and effective Temporary Traffic Control Plan (TTCP), including using the Motorist Awareness System (MAS) in high-speed zones. Automated Machine Guidance (AMG) was utilized for earthwork operations. Drawing from their success with FDOT's pilot AMG project on SR 82, KSI leveraged GNSS-based verification processes and 3D modeling protocols developed in partnership with Ajax Paving. Environmental sensitivity is a significant consideration. The alignment intersects with Hickey Creek Mitigation Park, requiring monitoring of species such as the gopher tortoise, the crested caracara, and the Florida black bear. The project also borders contaminated sites that require special handling of disturbed soils in coordination with FDOT's CAR contractor. Proposed team members who worked on this project:  SPE – Tom Deer, PE  PA – James DeLisle  CSS – Xavier Baez  Sr. Inspector – Juan Alcantar  Sr. Inspector – Rick Wilson  Inspector – Adrian Rodriguez Page 1333 of 3896 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No. 25-8376 – CEI & Related Services for Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd Reference Questionnaire for: Kinard-Stone, Inc. (Name of Company Requesting Reference Information) Tom Deer, PE, Senior Project Engineer (Name of Individuals Requesting Reference Information) Name: Ryan McCarthy Project Manager (Evaluator completing reference questionnaire) Company: Ajax Paving (Evaluator’s Company completing reference) Email: mccarthy@ajaxpaving.com FAX: Telephone:239.789.0784 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a p articular area, leave it blank and the item or form will be scored “0.” Project Description:FIN: 446292-1/SR 80 from Buckingham Road to Hendry C/L Completion Date: Estimated in July 2025 Project Budget:$19.8M________________________ Project Number of Days: TBD Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 1334 of 3896 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No. 25-8376 – CEI & Related Services for Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd Reference Questionnaire for: Kinard-Stone, Inc. (Name of Company Requesting Reference Information) Tom Deer, PE, Senior Project Engineer (Name of Individuals Requesting Reference Information) Name:Debre White Contract Support Specialist (Evaluator completing reference questionnaire) Company: Volkert (Evaluator’s Company completing reference) Email: debre.white@volkert.com FAX: Telephone:239.225.8097 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:FIN: 446292-1/SR 80 from Buckingham Road to Hendry C/L Completion Date: Estimated in July 2025 Project Budget:$19.8M________________________ Project Number of Days: TBD Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 1335 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 10 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard Project Name: D/B - SR 538 Capacity Improvements (Ronald Reagan Pkwy to Cypress Pkwy) - Poinciana Parkway Widening Project Dates: December 2020 – January 2024 Project Address: SR 538 in Osceola and Polk counties Customer Name: Central Florida Expressway (CFX) Federally Funded: No Initial cost of work: $92.6M Final cost of work: $96.6M Number of change orders: 11 SA/13 WO Total completion time (from NTP to Final Invoice payment): 1,171 days Project Description: The SR 538 Capacity Improvement project represents a key milestone in the Central Florida Expressway Authority's (CFX) long-term vision to enhance regional connectivity, improve mobility, and reduce congestion in the fast-growing Poinciana community. This design-build project widened approximately 7.2 miles of Poinciana Parkway (SR 538) from a two-lane, undivided roadway to a four-lane, median-divided expressway between Ronald Reagan Parkway and Cypress Parkway. Major components included the construction of three new bridges—spanning KOA Street, Marigold Avenue, and the environmentally sensitive Reedy Creek Mitigation Bank. The 6,149-foot-long Reedy Creek Bridge was carefully designed with minimal environmental impact, utilizing 24-inch prestressed concrete piles and 45-inch Florida I-beams supported by 63 cast-in-place bent caps. Sound walls, upgraded drainage systems, signing and pavement markings, signalization, lighting, ITS enhancements (including wrong-way vehicle detection), and all-electronic tolling were also included. The project converted the Marigold Avenue interchange from a half-diamond to a full-diamond and realigned the southern terminus to create a safer signalized intersection with Solivita Boulevard and Cypress Parkway, facilitating future connections. The project also included a Joint Project Agreement (JPA) for utility upgrades with the TOHO Water Authority and added structural pavement thickness to meet CFX standards. Designed with future expansions in mind, this corridor lays the groundwork for eventual connections to I-4/SR 429 and Florida's Turnpike, including the Southport Connector to the east and the Poinciana Parkway Extension to the west. Extensive public outreach played a major role in project success, with stakeholder communication, public meetings, and multilingual media engagement ensuring transparency and community support occurred throughout the process. Proposed team members who worked on this project:  SPE – Tom Deer, PE  PA – James DeLisle Page 1336 of 3896 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No. 25 -8376 – CEI & Related Services for Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd Reference Questionnaire for: Kinard -Stone, Inc. (Name of Company Requesting Reference Information) Tom Deer, PE, Senior Project Engineer (Name of Individuals Requesting Reference Information) Name: Kim berly Murphy Construction Project Administrator (Evaluator completing reference questionnaire) Company: Central Florida Expressway Authority (Evaluator’s Company completing reference) Email: Kim.Murphy@cfxway.com FAX: Telephone: 407.690.5369 Collier County has implement ed a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsa tisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a p articular area, leave it blank and the it em or form will be scored “0.” Project Description: Project 538 -165 – D/B – CEI Services for SR 538 Widening from Ronald Reagan to Cypress Parkway Completion Date: 01/31/2024 Project Budget: $96.6M ______________________________ Project Number of Days: 1,171 __________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 9 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 9 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 9 TOTAL SCORE OF ALL ITEMS 92 Page 1337 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 11 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard Project Name: SR 82 Grouping, from Alabama Road to Lee/Hendry County Line, and from Lee/Hendry County Line to Collier County Line Project Dates: July 2018 – July 2021 Project Address: SR 82, Lee County, FL Customer Name: FDOT – District One, Fort Myers Operations Center Federally Funded: No Initial cost of work: $42.6M Final cost of work: $46.3M Number of change orders: 10 Total completion time (from NTP to Final Invoice payment):1,044 Project Description: This multi-phase capacity improvement project involved reconstructing and widening approximately 6.6 miles of SR 82 across Lee and Hendry Counties. The work converts a two-lane, undivided rural highway into a four-lane, divided highway, addressing safety concerns and supporting growing regional traffic demands. Key improvements include widening to 12-foot lanes with paved shoulders, curb and gutter sections, a shared-use path, gravity walls, lighting, signalization, and two box culvert extensions. The CEI team proactively addressed challenges related to embankment sourcing, subsoil removal, dewatering, and coordinating over 120 utility conflicts. Extensive canal excavation provided fill material, and careful tracking was required to manage organic removal, density testing, and wet conditions. Attention was also given to plan inconsistencies due to multiple EORs and the integration of various temporary traffic control and lighting requirements. This A+B contract benefited from experienced leadership, proven QA/QC practices, and advanced technology, including UAV documentation and live traffic cameras. Public outreach and real-time coordination with utility companies and traffic operations ensured smooth progress with minimal disruption. The team's successful delivery was supported by deep local knowledge, long-standing collaboration with FDOT, and a strong commitment to stakeholder communication and final certification compliance. Proposed team members who worked on this project:  SPE – Tom Deer, PE  PA – James DeLisle  Sr. Inspector – Rick Wilson Page 1338 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 12 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard Project Name: Hendry Extension Canal Widening (goes with: SR 82 Grouping, from Alabama Road to Lee/Hendry County Line, and from Lee/Hendry County Line to Collier County Line) Project Dates: 2018-2019 Project Address: Hendry Extension Canal, Lehigh Acres, FL Customer Name: Lehigh Acres Municipal Services Improvement District Federally Funded: No Initial cost of work: $1.9M Final cost of work: $1.9M Number of change orders: 0 Total completion time (from NTP to Final Invoice payment): 1,044 Project Description: The Lehigh Acres Municipal Services Improvement District (LA-MSID) initiated the widening of the Hendry Extension Canal as part of its strategic efforts to enhance stormwater management and support regional infrastructure development. This project was pivotal in providing essential fill material for the Florida Department of Transportation's (FDOT) State Road 82 Widening Segments III and IV, thereby contributing to improved transportation infrastructure in the area. The canal widening addressed critical water storage needs identified in a 2007 modeling study, which projected a significant shortfall in stormwater storage capacity upon full development of Lehigh Acres. By expanding the canal, the project aimed to mitigate flooding risks, enhance groundwater recharge, and improve overall water quality within the district. Proposed team members who worked on this project:  SPE – Tom Deer, PE  PA – James DeLisle  Sr. Inspector – Rick Wilson Page 1339 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 13 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard Project Name: SR 82 from CR 884 (Lee Boulevard) to 40th Street Project Dates: September 2017 – November 2019 Project Address: Lee County, FL Customer Name: FDOT – District One, Fort Myers Operations Center Federally Funded: No Initial cost of work: $55.5M Final cost of work: $56.6M Number of change orders: 39 SAs/19 WOs Total completion time (from NTP to Final Invoice payment): The project final accepted on day 726 of 972 days, which was 75% of contract time. Project Description: The SR 82 Capacity Improvement project expanded 5.46 miles of existing two-lane rural roadway into a six-lane urban corridor to enhance mobility and safety in a growing area of Lee County. A key feature of the project was the implementation of Florida's first Continuous Flow Intersection (CFI) at the heavily traveled SR 82/Daniels Parkway/Gunnery Road intersection. This innovative design significantly improved traffic flow by allowing left turns to occur before reaching the main intersection, reducing signal phases and congestion. Project components included full-depth roadway reconstruction, milling and resurfacing, muck excavation and surcharge embankments, canal realignment, utility adjustments, and the addition of a shared-use path. The CFI intersection was constructed using 10-inch-thick Portland Cement Concrete Pavement (PCCP) and placed with the aid of 3D modeling and GPS- controlled equipment to ensure grade accuracy through a complex crown profile. Ajax Paving utilized advanced technology throughout, including Florida's first fully stakeless GNSS-controlled construction approach, resulting in a 30–50% productivity increase. Since no specifications existed for stakeless construction, KSI collaborated with the contractor to develop them. A portable concrete batch plant on-site allowed the team to meet the aggressive placement requirements in a heavily congested corridor while maintaining quality control. The project also required extensive geotechnical solutions, including wick drains, surcharge embankments, and deep muck removal. Through a successful Cost Savings Initiative Proposal (CSIP), the team reduced surcharge phases, eliminated temporary sheet piling, and saved over $380,000. An estimated 500,000 CY of embankment material was sourced from a nearby borrow pit, which was later restored into a future public park by Lee County. A comprehensive public outreach campaign ensured a smooth rollout of the new CFI, educating drivers on navigation through video, signage, and stakeholder engagement. Drone footage was used to analyze peak-hour movements and complete final signal timing strategies. The project was delivered under an A+B Incentive/Disincentive contract with a maximum duration of 972 days. Despite added scope and weather days, the contractor completed the project in 726 days, earning the full $2.5M incentive bonus. The project exemplified innovation, partnership, and precision in delivering complex infrastructure upgrades under traffic and on time. Proposed team members who worked on this project:  SPE – Tom Deer, PE  Sr. Inspector – Rick Wilson Page 1340 of 3896 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No. 25-8376 – CEI & Related Services for Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd Reference Questionnaire for: Kinard-Stone, Inc. (Name of Company Requesting Reference Information) Tom Deer, PE, Senior Project Engineer (Name of Individuals Requesting Reference Information) Name: David Lindsay, District Manager (Evaluator completing reference questionnaire) Company: Lehigh Acres – Municipal Services District (Evaluator’s Company completing reference) Email: dlindsay@la-msid.com FAX: Telephone: 239.368.0044 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:SR 82 from Lee Blvd to 40th Street, SR 82 from Alabama to the Hendry County Line and the Hendry Canal Widening project Completion Date: 10/2019 from Lee to 40 Street and 7/2021 for Alabama to the Hendry C/L Project Budget:$56.6M Lee to 40th / $47.5M Alabama to the Hendry C/L_________________________________ Project Number of Days: 726 / 1107 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 1341 of 3896 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No. 25-8376 – CEI & Related Services for Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd Reference Questionnaire for: Kinard-Stone, Inc. (Name of Company Requesting Reference Information) Tom Deer, PE, Senior Project Engineer (Name of Individuals Requesting Reference Information) Name: Mike Cook, Assistant District Manager (Evaluator completing reference questionnaire) Company: Lehigh Acres – Municipal Services District (Evaluator’s Company completing reference) Email: mcook@la-msid.com FAX: Telephone: 239.292.7491 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: SR 82 from Lee Blvd to 40th Street, SR 82 from Alabama to the Hendry County Line and the Hendry Canal Widening project Completion Date: 10/2019 from Lee to 40 Street and 7/2021 for Alabama to the Hendry C/L Project Budget:$56.6M Lee to 40th / $47.5M Alabama to the Hendry C/L___________________________ Project Number of Days: 726 / 1107 ______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 1342 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 14 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard Project Approach/Willingness to Meet the Time and Budget Requirements We are prepared to provide full Construction Engineering and Inspection (CEI), materials testing, survey, Resident Compliance Specialist and Public Information services for the federally funded Collier Boulevard Widening Phase III project, which will widen Collier Boulevard to a six-lane urban-divided arterial from Green Boulevard to City Gate North Boulevard. The corridor improvements include on-street bike lanes, a sidewalk along the west side, and a 10-foot multi-use path east of the CR-951 canal, enhancing vehicular and pedestrian mobility within the project limits. The scope of work includes several major elements: • Alignment shift beginning just south of 25th Ave SW • Traffic signal updates at Golden Gate Parkway • Installation of two new traffic signals at 20th Place SW and 27th Ave SW • Relocation of Bus Stop 276 (northbound) to a new location across from 20th Place SW • Canal relocation of approximately 3,800 feet between 830' north of 23rd Ave SW and 520' south of 27th Ave SW • Bridge reconstruction over the Golden Gate Main Canal • New bridge construction at 27th Ave SW • Bridge removal at 25th Ave SW We understand that the County’s City Gate North signal project is not included in the scope of these CEI services. We will coordinate with the CEI staff overseeing that separate project as construction limits intersect. KSI demonstrates an understanding of the scope of services by being prepared to use our professional judgment to implement the proper oversight and management required of the FDOT's and County's policies, contract documents and all applicable laws and rules of the State of Florida for this transportation improvement project. Our CEI services will include contract administration, field inspections, materials testing, and oversight of off-site activities and structural component fabrication. Our team will also be responsible for monitoring the Contractor's Maintenance of Traffic (MOT) plan and reviewing any proposed modifications in accordance with FDOT procedures. Additionally, we will verify the acceptability of all materials and completed work through testing or certified documentation while ensuring full compliance with Buy America/Build America (BABA) requirements. Approach to Services Our experienced approach to CEI services, combined with our local staff and deep knowledge of the area, sets us apart. We believe the most effective CEI teams operate as true extensions of the County, fully aligned with your priorities. That means our goals are your goals: completing the project on time and within budget, while keeping all stakeholders informed and engaged. We foster a positive, responsive, and proactive working relationship with Collier County, the contractor, the EOR, and all project partners. We understand that CEI services go beyond documentation; they require real-time engagement, coordination, and hands-on problem-solving. Trust, communication, proper inspection, and thorough documentation are the foundations of our approach. To support collaboration and early issue identification, we implement a Partnering Plan that includes Pre-Construction, Pre- Activity, and Weekly Progress Meetings. Through this process, we define clear escalation procedures and promote unity across the team. We also use a field-driven deficiency notification process to inform the contractor of corrective actions early, reducing the final punch list and ensuring the project stays on track. This hands-on, solutions-focused approach reduces risk, avoids claims, and contributes to a successful project outcome through active engagement, innovation, and shared accountability. Robust Schedule Management Effective schedule control is a cornerstone of our project management approach. KSI utilizes Primavera P6 to develop and manage the baseline schedule, track monthly updates, and monitor overall progress. Early detection of potential delays allows us to work with the contractor to swiftly implement corrective measures, mitigating cost overruns associated with extended project timelines. We begin reviewing the initial baseline for contract-specific requirements for completeness to include a sufficient breakdown of all phases and items of work and critical items, including procurement, to ensure there are no delays due to long lead time items. Each update is reviewed for accuracy, logic revisions, procurement status, and Page 1343 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 15 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard duration changes using the P6 Project Differences Tool. Issues are discussed with the contractor, documented in writing, and followed until an acceptable update is submitted. Weekly Progress Meetings include dedicated time to review schedule status, analyze potential risks, and develop recovery strategies as needed. We use the schedule to evaluate contractor performance, forecast workload, and stay ahead of delays. This approach has consistently supported early completions and on-budget delivery across our infrastructure projects. While the P6 schedule serves as the primary management tool, the supporting strategies outlined throughout our approach, such as targeted meetings, communication protocols, and inspection planning, are all designed to promote adherence to the schedule and ensure the timely completion of projects. Each tool plays a critical role in driving results and supporting schedule compliance.  Cost Control & Staff Management KSI takes a disciplined approach to cost control by aligning CEI staffing levels to construction activity. We monitor the contractor's look-ahead schedules and scale inspection teams to match active work zones, ensuring efficient coverage without overstaffing and actively minimizing unnecessary overtime. We coordinate closely with the contractor to optimize production while avoiding rework. Proactive inspection and quick field decisions help maintain productivity and reduce the risk of costly corrections.  Pre-Construction & Existing Conditions Review/Project Progress Video & Photos We thoroughly review project plans, permits, and site conditions during early project phases. We coordinate with the County and asset maintenance providers to document all pre-existing features. Using KSI's certified drone operator, we will obtain pre-construction, monthly and final project drone footage over the footprint of the Collier Boulevard project corridor. The County will receive monthly drone videos and pictures documenting all construction progress from Green Boulevard to City Gate North Boulevard. This perspective of the project gives the County exceptional visuals of the improvements being made and is helpful when working to mitigate/negotiate a potential claim.  Final Estimate Preparation We recognize that a clean final estimate starts with consistent documentation from Day 1. We will meet with Collier County's Project Manager to align on monthly estimate expectations and begin setting up BABA tracking for federally funded materials. Our team will maintain organized documentation throughout construction, schedule periodic estimate reviews, and begin final package preparation well before substantial completion.  Traffic Control & MOT Oversight Safety is a shared responsibility. Our team regularly audits Maintenance of Traffic (MOT) compliance, especially during night work, with contractor ride-alongs and TTCP inspections. We emphasize adherence to MUTCD, FDOT, and OSHA standards and use real-time feedback to resolve safety concerns immediately. Our CEI staff monitors equipment staging, signage, lighting, reflectivity, and lane closures, ensuring safe and compliant work zones. These measures are communicated during the Pre-Construction meeting and reinforced at every Weekly Progress Meeting.  Public Involvement & Outreach Effective public communication helps reduce complaints and enhance public confidence, especially during night and weekend operations. Our Public Information Officer (PIO) will coordinate with County staff to provide timely Roadwatch notifications, social media updates, and signage.  Utility Coordination, Adjacent Project Coordination & Collier Area Transit Coordination The project corridor involves approximately fifteen Utility Agency Owners. To ensure timely and efficient utility relocations, we will actively coordinate and maintain clear communication between the utility representatives and contractors performing the work. Our team will also identify potential utility conflicts and assist in resolving any issues that arise. Utility representatives will be invited to participate in the Pre-Construction and Weekly Progress Meetings, where a dedicated agenda item will be included to establish points of contact, define responsibilities, and support ongoing coordination and issue resolution. We will also coordinate closely with adjacent projects, including the County's City Gate North signal project, to ensure that work zones, material deliveries, and lane closures are properly sequenced and do not conflict. Additionally, the project includes relocating a Collier Area Transit bus stop. To minimize disruption to transit users, we will work closely with Collier Area Transit to coordinate timing, detours, and public communication related to the stop's relocation. Page 1344 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 16 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard  Pre-Activity Meetings & Construction Oversight KSI will schedule and conduct pre-activity meetings. These activity-focused meetings outline the expectations of the specific scope of work for both the inspection staff and the contractor/subcontractor. They ensure everyone is informed on means and methods, expectations, applicable specifications, tracking methods, required inspections, materials testing, methods of acceptance, and notification requirements. In addition to the required Pre-activity meetings for structural asphalt, friction course/final striping, drilled shafts and pre-splicing, we conduct them prior to the start of all new operations, including MOT phases, earthwork, drainage, concrete placement, pile driving, MSE Wall, beam and girder erection, signals, ITS, and lighting.  Post-Construction & Close-Out We treat close-out as a continuous process. Throughout the project, we maintain updated files for the Document Summary Manual, Materials Acceptance Documentation, As-Built Plans, and permit compliance. Our goal is to submit the Final Estimate Package with zero errors, minimizing County review time and ensuring timely contract closure. These strategies and techniques work together to keep the project progressing smoothly while promoting early risk identification, allowing potential issues to be addressed proactively and resolved before they impact the schedule. See the attached Conceptual Level Schedule and narrative. Issues Identified from our Site and Plan Reviews and Proactive Resolutions As part of our commitment to proactive project oversight, we visited the project corridor, reviewed the plans, and identified several constructability, sequencing, and coordination issues that, if addressed early, will help mitigate delays, manage costs, and maintain project momentum. All comments and reviews in the proposal were performed by the proposed team – SPE Tom Deer, PE, PA James DeLisle and Sr. Inspector Juan Alcantar. This is the team Collier County will get when selected. This proposal gives you a true sense of the expertise you will receive when we are selected to perform the CEI services on this contract. Below is a summary of key anticipated concerns and our recommended resolutions that could impact both cost and schedule:  Canal Excavation  Issue: Soil borings show the presence of hardened limestone, which may pose constructability challenges. Resolution: We suggest adding a note to the plans acknowledging the known material and specifying that processing the material to be used within the project limits to meet embankment requirements is not eligible for additional compensation.  Issue: Strict turbidity controls must be enforced as there is a risk of exceeding turbidity standards and potential seasonal flow impacts. Resolution: Review the contractor's plan for meeting turbidity requirements and require them to meet with the South Florida Water Management District to review records of seasonal water flow and control rates for the weir south of 27th Street. This could have an impact on the construction of the canal system. The contractor will be unable to excavate the canal in the wet without proper cell systems and water conveyance to avoid flooding.  Issue: Dry excavation is required for culvert work. Resolution: We suggest sequencing the construction of the 27th Street bridge culvert before the canal widening, facilitating dry excavation and reducing the risk of water intrusion.  Pile Driving:  Issue: Based on our experience on the I-75 Golden Gate project, we are aware that pile driving in Collier County can be challenging due to the presence of a variable rock layer. Resolution: We recommend utilizing Pile Driving Analyzer (PDA) testing on every pile. PDA provides real-time data on bearing capacity, ensuring each pile is driven to the appropriate depth to safely support structural loads. KSI is well-versed in this method, having successfully implemented PDA testing on every pile during the construction of the 6,149-foot Reedy Creek Mitigation Bridge, which also featured variable subsurface conditions.  Structural Specifications & Pay Items  Issue: The structural removal notes on Plan Sheet B3-1 reference FDOT specifications without proper citation. Resolution: Update Notes 1 and 4 to reference FDOT Section 110-6 for the removal of intermediate bent piles and treatment of end bent piles, which will be located within the new canal slope.  Issue: The plan note states that end bent piles will remain in place and be cut off 2 feet below the existing grade. However, this appears to be an engineering directive without considering changes to the surrounding topography. On the south side of the bridge, the end bent piles fall within the new canal slope, meaning the original cut-off depth Page 1345 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 17 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard will no longer be sufficient. Resolution: Update the note to reflect the revised topography. The end bent piles on the south side of the bridge should be cut off 2 feet below the new grade elevation, not the existing grade, to ensure proper coverage and compliance with the redesigned canal slope.  Issue: The Existing structure/bridge removal is listed as square feet instead of a lump sum. Resolution: Correct the pay item unit to LS (lump sum) to reflect the contract structure.  Overbuild Quantity  Issue: The additional plan notes lack clarity and may impact quantities or costs. Plan Sheet 19 notes that overbuild quantities are subject to change pending survey updates, but no further details are provided. Resolution: Clarify whether this is based on updated survey data and how/when quantities will be finalized to ensure transparency during construction.  Drainage  Issue: Several drainage structures scheduled to be plugged and filled are located directly in the alignment of the proposed new drainage (e.g., Plan Sheet 42 between S-172 and S-173). Resolution: These should be revised for removal under clearing and grubbing, potentially yielding cost savings.  Construction Phasing Conflict  Issue: Plan Sheet 263, Phase 4, Note 5 states that the 25th Street crossing is to be demolished during Phase 4. However, Plan Sheet 290 indicates that roadway construction at the 25th Street Bridge (Sta 320+00) is scheduled during Phase 3. This sequencing conflict means that construction activities in Phase 3 cannot proceed as planned if the bridge remains in place during that phase. Resolution: We suggest revising the phasing plans to relocate the demolition of the 25th Street crossing to Phase 3. This adjustment will align demolition activities with the planned construction sequence and eliminate potential conflicts or delays during roadway construction at Station 320+00.  Traffic Control at 39th Street SW and 27th Street  Issue: The current MOT plan for the 39th Street SW and 27th Street intersections (Plan Sheets 305–307) calls for 24- hour flagging due to constrained work zones and barrier walls. Resolution: To improve safety and reduce labor demands, we recommend replacing the flaggers with Ver-Mac temporary traffic signals, which are more efficient and maintain continuous control.  Tree Relocation  Issue: Plan Sheet 27 requires the contractor to relocate removed trees within a 10-mile radius but provides no destination or logistical guidance. Resolution: We recommend identifying the relocation site in advance and clarifying whether MOT plans, permits, or scheduling constraints will apply to this work.  Bus Stop Signage  Issue: Multiple bus stops, including the one at STA 1452+00 (Plan Sheet 29), appear to be missing from the plan set. It is unclear whether these will be added later by Collier Area Transit (CAT) or if the existing signage is intended to remain. Resolution: We recommend a joint field review with Collier Area Transit (CAT) before construction begins to verify existing stops and determine if signage is to remain or be added. These early observations reflect our proactive, field-focused approach to CEI. By identifying and resolving these issues collaboratively before they affect the schedule or budget, we help ensure smoother project delivery, reduced claims, and a successful outcome for Collier County. Cost Management Philosophy Our team brings a proven and proactive cost management approach grounded in discipline, adaptability, and transparency. Our Collier Boulevard Widening Phase III project strategy emphasizes optimized staffing, early risk identification, and rigorous control of project costs and change orders.  Approach to Managing CEI Cost Cost control begins with a comprehensive understanding of the project scope, followed by deploying a right-sized team based on the active construction elements at any given time. We continually monitor construction phasing to ensure that staffing aligns with work activity, scaling up or down as necessary to avoid unnecessary labor costs. This flexible staffing model is critical for reducing overhead and enables us to limit CEI overtime to only critical activities in accordance with County contract guidance. We recognize that managing labor and overtime is a core component of controlling CEI costs. As such:  We assign experienced leadership early in the project to establish clear expectations and efficient inspection workflows. Page 1346 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 18 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard  Daily work plans are reviewed and adapted to forecasted construction activity and weather delays, which allows us to avoid redundant or excessive inspection staffing.  Our management team tracks project hours and schedules in real-time using internal staffing models to minimize overtime usage.  Approach to Controlling and Managing Change Orders We are committed to minimizing change orders by applying a proactive, detail-oriented approach that emphasizes thorough plan reviews, early issue identification, and consistent field coordination. Our strategy includes:  Pre-Construction Risk Mitigation: Before construction begins, our team conducts a comprehensive review of the project field location, plans, specifications, utility coordination documents, and environmental permits. This allows us to identify and address potential discrepancies or constructability issues early, before they can result in costly field changes.  Real-Time Communication and Field Oversight: Our CEI team is in constant communication with the contractor, County, design team and other stakeholders. By being present in the field and responsive to questions or concerns, we help avoid scope misinterpretations and clarify intent before issues escalate into formal change orders.  Documentation and Issue Tracking: All potential changes are thoroughly documented and evaluated in real time using our digital tracking system. This process includes maintaining daily diaries, photos, meeting minutes and As-Built records to ensure a clear audit trail and quick resolution.  Cost and Schedule Impact Review: Each proposed change is reviewed for technical validity and financial and schedule impact. We involve the County early in the evaluation process to assess whether changes are necessary and to explore alternative solutions.  Experienced Leadership: Our senior staff, including Tom Deer, PE and James DeLisle, have a proven track record of managing complex projects with minimal changes. Their oversight helps maintain tight control over project scope and contractual compliance.  Past Project Performance and Change Order History Using the methods discussed above, our team has consistently demonstrated successful cost management on significant transportation infrastructure projects:  US 41 Over Caloosahatchee River Bridge: Initially budgeted at $24.7M, the project was completed 16 months ahead of schedule, maintaining the original budget despite encountering storm-related repairs that resulted in only three supplemental agreements.  SR 82 Capacity Improvements (Alabama Road to Lee/Hendry County Line): This $42.6M project faced significant complexities but effectively managed costs through proactive measures, resulting in 10 change orders for $3.7M, approximately 8% of the baseline cost. The change orders included building a temporary wall for muck removal under the new travel lanes, the removal of emulsified asphalt under existing travel lanes, and unforeseen conditions that impacted groundwater.  SR 538 Capacity Improvements (Poinciana Parkway Widening): Initially budgeted at $92.6M, the project was completed at $96.6M, reflecting a cost variance of just 4.3%. The change orders were driven by CFX upgrades in preparation for future project phases, substantial design-build complexities, major bridge construction, and challenging environmental constraints. This tight cost control underscores our team's proactive approach to strategic change management and commitment to budget discipline. Ensuring Project Quality Just as important as delivering a project on time and within budget is ensuring it is built to the highest quality standards. We believe quality is not a separate goal, but an integral part of every decision made throughout the project lifecycle. A well- built project protects public investment, enhances long-term performance, and minimizes future maintenance costs. Our approach to quality goes beyond inspections and checklists. It involves proactive planning, clear communication, and a team culture prioritizing doing the job right first.  Quality Control (QC) The QC process begins with a complete and approved QC Plan. The contractor submits their QC Plan outlining the work divisions and how it will be controlled. Once approved, following Section 105 of the FDOT Standard Specifications, we will ensure the contractor follows the QC Plan within the guidelines of the contract documents, Page 1347 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 19 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard applicable Technical Specifications and Special Provisions. Our staff will monitor all contractor activities and inspect the materials following the approved plans and specifications. They will also produce the required documentation to track the project's progress. Any non-compliance issue will immediately be reported to the Senior Project Engineer and Project Administrator, written in the Daily Work Report, and a Notice of Non-Compliance will be submitted to the contractor within 24 hours of the failing test. Our team will ensure the contractor follows the correct protocol, as outlined in their approved QC Plan, to identify and correct non-conforming materials.  Quality Assurance (QA) Our foundation for QA uses a systematic approach for each CEI team to produce high-quality engineering services. We provide an in-house QA process customized to each project's scope of services. It is a multi-tiered approach and covers reviews of our processes and interviews with the client to gain valuable feedback and insight into areas for improvement. We use the lessons learned from our quality assurance reviews (QARs) to continuously improve our service level. Tony Chin will lead our QARs. With over 40 years of combined CEI and contractor construction experience, Tony is based in Fort Myers and has served as Project Administrator for numerous local projects, including his current role on Lee County's Bell Boulevard Sidewalk project. He has also conducted QARs for several District One projects, including the US 41 project south of Hickory Drive to Emerson Square Road. Tony will coordinate independent reviews with relevant staff, focusing on staff qualifications, equipment conditions, and contract documents as part of his responsibilities. This includes reviewing final estimates, the work order process, and the timely submission of documents to the document retention system. Within 30 days of the award, we will submit our QA Plan to Collier County's Project Manager for approval. Our inspection staff will utilize the Critical Guidelist for each operation to ensure consistent compliance with project standards. Field QA reviews will be conducted at a minimum of every 180 days, including an asphalt QAR once the contractor has completed either 10 days or 25% of mainline paving, whichever occurs first. To support the County's monthly estimate procedures and ensure an accurate, error-free Final Estimate, a dedicated Final Estimate QAR will be performed when the project reaches 90% completion. Following each review, our SPE, Tom Deer, PE, will prepare and evaluate a comprehensive audit report to verify conformance with the Agreement. Each report will outline findings, corrective actions, and corresponding timelines to support continuous improvement throughout the project lifecycle. Page 1348 of 3896 Activity IDActivity NameCalendarPlanned DurationStart FinishTotalFloat446412-1-52-01 Collier Blvd. From City GatetoGreen446412-1-52-01 Collier Blvd. From City Gate to Green686 01-Sep-25 17-Apr-280 A1010 DurationCalendar 960 01-Sep-25 17-Apr-280446412-1-52-01.1 Phase I Collier Blvd. Lt. RDWY446412-1-52-01.1 Phase I Collier Blvd. Lt. RDWY686 01-Sep-25 17-Apr-280 A1000Start D7 Standard 5 Day Workweek001-Sep-250 A1002 Dewatering Permit 7 working Days (Calendar Days) 30 01-Sep-25 30-Sep-250 A1008 Monitor Existing StructuresCalendar Days960 01-Sep-25 17-Apr-280 A1009 MOT & Erosion Control D7 Standard 5 Day Workweek17 01-Sep-25 23-Sep-250446412-1-52-01.1..1 Roadway446412-1-52-01.1..1 RoadwayD7 Standard 5 Day Workweek185 24-Sep-25 09-Jun-260 A1032 Clearing and Grubbing, Removal of Existing Concrete D7 Standard 5 Day Workweek20 24-Sep-25 21-Oct-250 A1034 Embankment/Excavation D7 Standard 5 Day Workweek60 01-Oct-25 23-Dec-250 A1036 Drainage Including New Culvert at 27th Street D7 Standard 5 Day Workweek20 24-Dec-25 20-Jan-260 A1043 Roadway / Subgrade, Base, Concrete, Asphalt/ Lt. RDWY D7 Standard 5 Day Workweek100 21-Jan-26 09-Jun-260446412-1-52-01.1.1 Golden GateCanal BridgeLt. RDWY446412-1-52-01.1.1 Golden Gate Canal Bridge Lt. RDWYD7 Standard 5 Day Workweek180 24-Sep-25 02-Jun-265 A28011 Removal of Existing Structure/ Golden Gate Canal Lt. RDWY D7 Standard 5 Day Workweek30 24-Sep-25 04-Nov-255 A28012 Sub-Structure D7 Standard 5 Day Workweek75 05-Nov-25 17-Feb-265 A28020 Super Structure D7 Standard 5 Day Workweek75 18-Feb-26 02-Jun-265446412-1-52-01.2 Phase II Collier Blvd. Median Work446412-1-52-01.2 Phase II Collier Blvd. Median WorkD7 Standard 5 Day Workweek113 10-Jun-26 13-Nov-260446412-1-52-01.2.1 Roadway446412-1-52-01.2.1 RoadwayD7 Standard 5 Day Workweek113 10-Jun-26 13-Nov-260 A1022MOT D7 Standard 5 Day Workweek210-Jun-26 11-Jun-260 A1023 Clearing and Grubbing, Removal of Existing Concrete D7 Standard 5 Day Workweek13 12-Jun-26 30-Jun-260 A27235 Excavation / Embankment D7 Standard 5 Day Workweek50 19-Jun-26 27-Aug-260 A27245 Drainage Structures / Pipe D7 Standard 5 Day Workweek36 10-Jul-26 28-Aug-260 A27260 Stabilization Type B D7 Standard 5 Day Workweek25 31-Aug-26 02-Oct-260 A27265 Concrete, Sidewalk and Driveways, Curb D7 Standard 5 Day Workweek20 05-Oct-26 30-Oct-2610 A27270 Base / Asphalt D7 Standard 5 Day Workweek30 05-Oct-26 13-Nov-260446412-1-52-01.3 Phase III Collier Blvd. Rt. RDWY446412-1-52-01.3 Phase III Collier Blvd. Rt. RDWY408 18-Mar-26 08-Oct-27 131446412-1-52-01.3.1 Raodaway446412-1-52-01.3.1 RaodawayD7 Standard 5 Day Workweek140 16-Nov-26 28-May-2795 A27170MOT D7 Standard 5 Day Workweek516-Nov-26 20-Nov-260 A27171 Clearing and Grubbing / Removal of Existing Concrete D7 Standard 5 Day Workweek10 23-Nov-26 04-Dec-2695 A27172 Drainage D7 Standard 5 Day Workweek15 07-Dec-26 25-Dec-2695 A27190 Embankment / Excavation D7 Standard 5 Day Workweek30 28-Dec-26 05-Feb-2795 A27290 Roadway / Subgrade, Base, Concrete, Asphalt D7 Standard 5 Day Workweek80 08-Feb-27 28-May-2795446412-1-52-01.3.2 Golden GateCanal BridgeRt. RDWY446412-1-52-01.3.2 Golden Gate Canal Bridge Rt. RDWYD7 Standard 5 Day Workweek230 23-Nov-26 08-Oct-270 A28070 Removal of Existing Structure/Bridge D7 Standard 5 Day Workweek40 23-Nov-26 15-Jan-270 A28080 Sub-Structure D7 Standard 5 Day Workweek90 18-Jan-27 21-May-270 A28090 Super Structure D7 Standard 5 Day Workweek100 24-May-27 08-Oct-270446412-1-52-01.3.3 Lighting/ Signals/Signals446412-1-52-01.3.3 Lighting/ Signals /SignalsD7 Standard 5 Day Workweek360 18-Mar-26 03-Aug-27 179 A2282Signing D7 Standard 5 Day Workweek15 16-Nov-26 04-Dec-26 351 A28030 Highway Lighting D7 Standard 5 Day Workweek360 18-Mar-26 03-Aug-27 179 A28060 Traffic Signals D7 Standard 5 Day Workweek330 15-Apr-26 20-Jul-27 189446412-1-52-01.3.4 25th StreetBridge446412-1-52-01.3.4 25th Street Bridge25 18-Jan-27 19-Feb-27 165 A28170 Removal of Existing Structure/Bridge D7 Standard 5 Day Workweek25 18-Jan-27 19-Feb-27 165 446412-1-52-01.4 Phase IV Collier Median Improvements / 27th St Crossing446412-1-52-01.4 Phase IV Collier Median Improvements / 27th St Crossing D7 Standard 5 Day Workweek48 11-Oct-27 15-Dec-270446412-1-52-01.4.1 Roadway446412-1-52-01.4.1 RoadwayD7 Standard 5 Day Workweek48 11-Oct-27 15-Dec-270 A1481 Clearing and Grubbing D7 Standard 5 Day Workweek511-Oct-27 15-Oct-270 A1482 Roadway / Subgrade, Base, Concrete, Asphalt D7 Standard 5 Day Workweek30 18-Oct-27 26-Nov-270 A1492Friction D7 Standard 5 Day Workweek13 29-Nov-27 15-Dec-270446412-1-52-01.5 Phase 5 39th St446412-1-52-01.5 Phase 5 39th StD7 Standard 5 Day Workweek45 16-Dec-27 16-Feb-280446412-1-52-01.5.1 Roadway446412-1-52-01.5.1 RoadwayD7 Standard 5 Day Workweek45 16-Dec-27 16-Feb-280 A28050 Roadway / Subgrade, Base, Concrete, Asphalt D7 Standard 5 Day Workweek45 16-Dec-27 16-Feb-280446412-1-52-01.6 Phase 6446412-1-52-01.6 Phase 6D7 Standard 5 Day Workweek43 17-Feb-28 17-Apr-280 A28150 Roadway / Subgrade, Base, Concrete, Asphalt D7 Standard 5 Day Workweek38 17-Feb-28 10-Apr-280 A28155Friction D7 Standard 5 Day Workweek511-Apr-28 17-Apr-280SepOctNovDecJanFebMarAprMay Jun JulAugSepOctNovDecJanFebMarAprMayJunJul AugSepOctNovDecJanFebMarAprMay20262027 2028 17-Apr-28, 446412-1-52-01 CollierBlvd.FromCityGatetoGreen Duration 17-Apr-28, 446412-1-52-01.1 PhaseI CollierBlvd.Lt.RDWY Start, 01-Sep-25 Dewatering Permit Monitor Existing Structures MOT & Erosion Control 09-Jun-26, 446412-1-52-01.1..1 RoadwayClearing and Grubbing, Removal of Existing ConcreteEmbankment/Excavation Drainage Including New Culvert at 27th Street Roadway / Subgrade, Base, Concrete, Asphalt/ Lt. RDWY 02-Jun-26, 446412-1-52-01.1.1 Golden Gate Canal Bridge Lt. RDWY Removal of Existing Structure/ Golden Gate Canal Lt. RDWY Sub-Structure Super Structure 13-Nov-26, 446412-1-52-01.2 Phase II Collier Blvd. Median Work 13-Nov-26, 446412-1-52-01.2.1 RoadwayMOT Clearing and Grubbing, Removal of Existing Concrete Excavation / Embankment Drainage Structures / Pipe Stabilization Type B Concrete, Sidewalk and Driveways, CurbBase / Asphalt08-Oct-27, 446412-1-52-01.3 Phase III Collier Blvd. Rt. RDWY 28-May-27, 446412-1-52-01.3.1 RaodawayMOT Clearing and Grubbing / Removal of Existing Concrete Drainage Embankment / Excavation Roadway / Subgrade, Base, Concrete, Asphalt 08-Oct-27, 446412-1-52-01.3.2 Golden Gate Canal Bridge Rt. RDWY Removal of Existing Structure/Bridge Sub-Structure Super Structure 03-Aug-27, 446412-1-52-01.3.3 Lighting/ Signals /Signals Signing Highway Lighting Traffic Signals 19-Feb-27, 446412-1-52-01.3.4 25th Street Bridge Removal of Existing Structure/Bridge 15-Dec-27, 446412-1-52-01.4 Phase IV Collier Median Improvements / 27th St Crossing 15-Dec-27, 446412-1-52-01.4.1 Roadway Clearing and Grubbing Roadway / Subgrade, Base, Concrete, AsphaltFriction 16-Feb-28, 446412-1-52-01.5 Phase 5 39th St 16-Feb-28, 446412-1-52-01.5.1 Roadway Roadway / Subgrade, Base, Concrete, Asphalt 17-Apr-28, 446412-1-52-01.6 Phase6 Roadway / Subgrade, Base,Concrete,AsphaltFrictionCollier Blvd. From City Gate to Green Try #1 14-Apr-25 13:34 Actual Level of Effort Actual Work Remaining Work Critical Remaining Work Milestonesummary Page 1 of 1 TASK filter: All Activities © Oracle Corporation Schedule Narrative - The Baseline Schedule was developed through a detailed review of the project plans, with the construction phase organized into six distinct phases: Phase I – Collier Blvd Left Roadway, Phase II – Collier Blvd Median Widening, Phase III – Collier Blvd Right Roadway, Phase IV – Collier Blvd Median Improvements and 27th Street, Phase V – 39th Street, and Phase VI – Final Friction Course and Thermoplastic Striping. The critical path begins with mobilization, maintenance of traffic (MOT) and erosion control, implementation of the dewatering plan, and monitoring of existing structures. Construction progresses with clearing and grubbing, followed by the construction of the right roadway and the Golden Gate Bridge. After completing these elements, traffic is shifted for Phase II to allow median construction, then shifted again for Phase III to begin work on the left roadway and the demolition of the 25th Street Bridge, which was originally proposed in Phase IV. Following this, traffic is switched for Phase IV to facilitate the construction of the 27th Street Bridge. The final phases include constructing 39th Street, placing the friction course, and completing thermoplastic pavement markings. The project concludes with close-out activities, including punch list completion, final inspection, and acceptance. Page 1349 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 20 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard Project Location Approach to Management and Execution of Work Relative to Project Location We understand that a strong on-site presence, proactive communication, and seamless coordination are essential to the success of the Collier Boulevard Widening Phase III project. Our approach is grounded in responsive local service, field- forward leadership, and a commitment to functioning as a true extension of Collier County.  Local Presence & Daily Oversight Our team is composed of local CEI staff and support personnel whose proximity to the project corridor allows for rapid mobilization, consistent on-site coverage, and immediate response to project needs. Our extensive experience within Collier County has given us a strong understanding of the local environment, stakeholders, and common challenges, enabling us to provide efficient, tailored oversight from day one. We will establish a dedicated project field office within 5 miles of the corridor to support daily operations. This hub will serve as the center for document management, digital record-keeping, contractor coordination, and real-time reporting. It also allows for seamless interaction with County staff, utility agencies, Collier Area Transit (CAT), and other project partners. Our inspectors will be on-site daily to monitor all work activities, verify materials and methods, and ensure compliance with plans and specifications. Progress will be thoroughly documented through daily work reports, photographs, and inspection checklists, ensuring accuracy, accountability, and transparency throughout construction.  Integrated Communication & Information Sharing From the project kickoff, our team establishes a positive, responsive, and proactive working relationship with Collier County, the contractor, the EOR, and all project partners. Our management approach prioritizes early and continuous communication—both formal and informal—to maintain momentum, promote collaboration, and avoid unnecessary delays. Our proximity to the project site further enhances our ability to coordinate effectively with stakeholders and respond quickly to on-site developments. We leverage modern technology throughout the project lifecycle to support real-time collaboration and efficient oversight. We utilize drone footage for visual progress tracking, KMZ files overlaid on Google Earth Pro to provide spatial context in the field, and a secure, cloud-based SharePoint system for document management. This shared platform is accessible to County staff and authorized project partners, allowing seamless information sharing, real- time updates, and centralized record-keeping, all of which contribute to transparency, responsiveness, and overall project success.  On-Site Decision-Making & Field Resolution Our team is committed to resolving issues in the field at the lowest level possible. Our experienced CEI professionals are empowered to make timely decisions and resolve issues in the field. For minor items that do not affect project cost, schedule, or design intent, we collaborate directly with the contractor or stakeholder and update the County Project Manager through our daily reporting. For more complex concerns, we collect relevant data, develop a recommended solution, and present it to County staff for resolution, minimizing project disruptions and keeping construction moving.  Commitment to Proactive, Local Management Our goal is to complete the project ahead of schedule, within budget, and with strong stakeholder satisfaction. We ensure efficient day-to-day management and exceptional communication throughout the project lifecycle by combining local staffing, a strong field office presence, mobile digital tools, and a hands-on, solutions-focused approach. This collaborative structure, rooted in trust, accountability, and continuous engagement, will help drive project success while keeping all team members aligned and informed. Page 1350 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 21 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard The Team members presented have consistently provided exceptional CEI services to our clients for many years. Our core staff personnel include Tom Deer, PE, James DeLisle, Xavier Baez, Juan Alcantar, Rick Willson, and Adrian Rodriguez, all of whom worked together on the CEI contract services for SR 80 from Buckingham Road to the Hendry County Line project. By reviewing the construction plans and the project site, we understand the staffing requirements needed to efficiently and effectively deliver a quality construction project for the County. We are proposing a well-established CEI team that is local, available, experienced, versatile, certified, and well qualified for this project. To ensure our full commitment, KSI’s proposed staff are not currently proposed for other projects or teams. All key project personnel will be 100% available to begin pre-construction activities upon award. Once the Notice to Proceed (NTP) is issued, our team will mobilize immediately to initiate coordination with the County, EOR, and the contractor. To ensure readiness, any gaps between completing current assignments and starting this project will be filled with short-term assignments, reinforcing our commitment to having each team member fully available and engaged for the Collier Boulevard Widening Phase III project. Our team’s organizational chart, staffing estimate, resumes and qualifications matrix are provided as attachments for evaluating the team's availability, certification, and experience.  Proposed Project Team - Current Assignments  Our core leadership team, Senior Project Engineer Tom Deer, PE, Project Administrator James DeLisle, and Senior Inspectors Juan Alcantar and Rick Wilson are currently assigned to the SR 80 project from Buckingham Road to the Hendry County Line, which is scheduled for completion in July 2025.  Contract Support Specialist Xavier Baez is supporting the Lee County Bell Boulevard Sidewalk project, estimated to be completed in July 2025.  Inspectors Adrian Rodriguez and Tom Malestein, E.I., are engaged on the I-75 (SR 93) resurfacing project from south of Bonita Beach Road to north of Alico Road, with an estimated completion in November 2025.  AECOM’s inspection team, Senior Bridge Inspector Andrew Ross and Inspector Zachary Wilson, are finalizing their work on the Hurricane Ian Sanibel Island Access project. Upon completion, they will be placed on short- term assignments to remain available for deployment to the Collier Boulevard project as needed. This structured staffing approach ensures that our team will be fully prepared, available, and aligned to support all phases of the project from day one.  KSI’s Current Projects  FDOT District One - I-75 from N of Golden Gate Pkwy to Lee C/L – Project closeout in process  FDOT District Seven - D/B SR56/SR54 from Gunn Hwy to CR 581 ATMS – Project closeout in process  FDOT District One - SR 80 from Buckingham Road to Hendry C/L – Estimated to complete 7/2025  FDOT District One - I-75 (SR 93) south of Bonita Beach Road to north of Alico Road – Estimated to complete 12/2025  Lee County - CEI Services for Bell Boulevard Sidewalk from SR82 to Sunrise Boulevard – Estimated to complete 7/2025  FDOT District Five - CEI Group 239 - SR 50 (W Colonia Dr/MLK Blvd) from Pine Hills Rd to Tampa Ave, SR 535 from N of SR 530/US 192 to S of International Drive & SR 500-OBT Phase 2A from 30th Street to Gore Street – Estimated to complete 1/2026  FDOT District Seven - D/B SR 60 from West of SR 39 to West of Clarence Gordon Jr. Road & D/B US 301/US 41/SR 43 from South of Whitt Road to North of Rivercrest Drive – Estimated to complete 2/2026 KSI has no anticipated project commitments that would impact the successful and timely completion of the Collier Boulevard Widening – Phase III project. Recent, Current and Projected Workloads of the Firm Page 1351 of 3896 Collier County Project ID: 68056 | FIN: 446412-1-52-01 | Page 22 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard In closing, our priority is to provide responsive, effective, and innovative engineering services, and we look forward to this opportunity to work for Collier County. Rebecca Coker, CPA, President/Owner, and Tom Deer, PE, Vice President/Senior Project Engineer, take an active role in every project in which KSI is a part. Unmatched and unwavering commitment to our clients is what has allowed our firm to continue to grow and provide CEI Services as a DBE/SBE. Together with our sub-consultant partners, we will deliver the highest level of service to the County. This level of support, expertise and knowledge is what makes our team "A Level Above." Rebecca Coker, CPA Tom Deer, PE President/Owner Vice President/SPE Page 1352 of 3896 A Level Above CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate North Boulevard Attachments - Organization Chart, Staffing Estimate, Qualifications Matrix and Resumes Page 1353 of 3896 KSI Organization Chart Collier County Board of County Commissioners CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate N. Boulevard Collier County Project ID: 68056/FIN: 446412-1-52-01 RPS No: 25-8376 Survey Johnson Engineering Materials Testing Highspans Engineering Public Information AtkinsRealis Support Services Foundations Foundation & Geotechnical Engineering Resident Compliance Spec. Terri Destoppelaire Senior Project Engineer, Tom Deer, P.E. Project Administrator James DeLisle Quality Assurance Tony Chin Corporate Support Becky Coker, CPA President/Principal Contract Support Specialist Xavier Baez Senior Bridge Inspector Andrew Ross Engineering Intern Tom Malestein, EI Senior Inspector Juan Alcantar Inspector Adrian Rodriguez Senior Inspector Rick Wilson Inspector Zachary Wilson Collier County Project Manager Ray Girgis, PE Inspector Aide TBD Page 1354 of 3896 2025ItemDec-25 Jan-26 Feb-26 Mar-26 Apr-26 May-26 Jun-26 Jul-26 Aug-26 Sep-26 Oct-26 Nov-26 Dec-26 Jan-27 Feb-27 Mar-27 Apr-27 May-27 Jun-27No.123456789101112131415161718191CEI Senior Project EngineerTom Deer, PE (KSI)0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.32CEI Project AdministratorJames DeLisle (KSI)1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.03CEI Contract Support SpecialistXavier Baez (KSI)0.5 0.5 0.5 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.04CEI Senior Bridge InspectorAndrew Ross (AECOM)1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 0.55CEI Senior InspectorJuan Alcantar (KSI)0.5 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.06CEI Senior InspectorRick Wilson (KSI)1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.07CEI Engineering Intern Tom Malestein, EI (KSI)0.5 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.08CEI InspectorAdrian Rodriguez (KSI)0.5 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.09CEI InspectorZachary Wilson (AECOM)1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.010CEI Inspector AideTBD (KSI)1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.011Resident Compliance SpecialistTerri Destoppelaire (AECOM)0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.112Public Information OfficerJennifer Dorning (AtlkinsRealis)0.2 0.2 0.2 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1TOTAL 2.6 3.6 6.1 6.5 6.5 6.5 6.5 9.0 9.5 9.5 9.5 9.5 9.5 9.5 9.0 8.5 8.5 8.5 8.5ItemJul-27 Aug-27 Sep-27 Oct-27 Nov-27 Dec-27 Jan-28 Feb-28 Mar-28 Apr-28 May-28 Jun-28 Jul-28 Aug-28 Sep-28Staff StaffNo.20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 Months Hours1CEI Senior Project EngineerTom Deer, PE (KSI)0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 0.3 10.2 1683.02CEI Project AdministratorJames DeLisle (KSI)1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 34.0 5610.03CEI Contract Support SpecialistXavier Baez (KSI)1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 32.5 5362.54CEI Senior Bridge InspectorAndrew Ross (AECOM)12.5 2062.55CEI Senior InspectorJuan Alcantar (KSI)1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 33.5 5527.56CEI Senior InspectorRick Wilson (KSI)1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 24.0 3960.07CEI Engineering Intern Tom Malestein, EI (KSI)1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 0.5 32.0 5280.08CEI InspectorAdrian Rodriguez (KSI)1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 22.5 3712.59CEI InspectorZachary Wilson (AECOM)1.0 1.0 1.0 1.0 1.022.0 3630.010CEI Inspector AideTBD (KSI)1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 1.0 24.0 3960.011Resident Compliance SpecialistTerri Destoppelaire (AECOM)0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 3.4 561.012Public Information OfficerJennifer Dorning (AtlkinsRealis)0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 0.1 3.7 610.5TOTAL 8.5 8.5 8.5 8.5 8.5 7.5 7.5 7.5 7.5 7.5 7.5 6.5 4.5 4.5 4.0 254.3 41959.5Survey - Johnson Engineering20 daysMaterials Testing - Highspans EngineeringAsphalt Plant and Lab ServicesFoundations - Foundation and Geotechnical EngineeringPDA and Geotechnical ServicsKinard-Stone, Inc. Staffing Estimate CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate N. Boulevard 446412-1-52-012026202720272028Page 1355 of 3896 Concrete Asphalt Earthwork FDOT ACI MOT IMSA Certification Matrix TIN Years Experience Quality Control MangerFinal Estimate L1 / L2Concrete Field Technician L1 / L2Asphalt Paving Technician L1 / L2Earthwork Const. Inspection L1 / L2Pile Driving Installation InspectionDrilled Shaft InspectionMSE WallsFDOT Critical Structures ACI Concrete Field Testing Tech. L1 / L2FDOT MOT Adv. / Intermed.I.M.S.A. Traffic Signals InspectorI.M.S.A. Traffic Signals Tech L1 / L2FDEP Florida StormwaterNuclear Radiation SafetyCEI Senior Project Engineer Tom Deer, PE (KSI)D60083469 32 ●2 1 ●A ●● CEI Project Administrator James DeLisle (KSI)D42444673 32 ●2 2 2 ●●●CTCI A ●● CEI Contract Support Specialist Xavier Baez (KSI)B26394695 8 2 1 2 1 ●1 I ●● CEI Senior Bridge Inspector Andrew Ross ( AECOM)R20001160 19 ●2 2 2 2 ●●●●CTCI A ●1 ●● CEI Senior Inspector Juan Alcantar (KSI)A42543270 22 1 1 2 2 ●●●1 I ●1 ●● CEI Senior Inspector Rick Wilson (KSI)W42575373 27 1 1 2 2 ●1 A ●1 ●● CEI Engineering Intern Tom Malestein, EI (KSI)M42381800 1 1 1 1 1 passed exam, awaiting certification ●●1 A ●1 ●● CEI Inspector Adrian Rodriguez (KSI)R36200099 1 1 1 sched 5/19 ●●A ●● CEI Inspector Zachary Wilson (AECOM)W42598599 4 1 1 2 2 ●●1 A ●1 ●● Management Geotech CTQP Other Miscellaneous Collier County Board of County Commissioners CEI & Related Services for Collier Boulevard Widening Phase III from Green Boulevard to City Gate N. Boulevard Collier County Project ID: 68056/FIN: 446412-1-52-01 RPS No: 25-8376 Page 1356 of 3896 Thomas O. Deer, P.E. Senior Project Engineer Page 1 of 2 Mr. Deer has thirty-two years of experience in the construction industry. Over the years, his responsibilities have included managing engineers and inspectors on various Florida projects. Mr. Deer has been directly involved with utility coordination, construction schedule reviews, contractor and construction engineering and inspection, monthly estimates, work orders and supplemental agreements preparation, and project completion documentation. May 2024 – Present: Senior Project Engineer SR 80, from Buckingham Road to Hendry C/L, Lee County, FL – FDOT District One (FIN: 446292-1) Improvements along this 9.54-mile milling and resurfacing project include correcting cross slopes and utilizing AMG for earthwork. The project also involves widening the shoulders, constructing turnouts, and replacing guardrails to enhance safety. The project includes drainage improvements and installing concrete slope pavement at Hickey Creek Bridge. Inside curb and gutter will be added from Joel Boulevard to the County Line. A new sidewalk is being constructed at Packinghouse/Broadway Street, and the project integrates Intelligent Transportation Systems (ITS) for better traffic management. Mailbox replacements, highway signing, and thermoplastic highway striping are included to improve overall road functionality and safety. Construction Value: $19.8M Reference: Clayton Bell, Fort Myers Operations, (239) 985-7883 October 2024 – Present: Senior Project Engineer CEI Services for Bell Boulevard Sidewalk from SR82 to Sunrise Boulevard, Lee County, FL— Lee County DOT (Project: CN230532CMR) The project involves constructing approximately 4.2 miles of new 6-foot-wide sidewalk along the corridor. Additional work includes replacing concrete driveways, performing minor roadway reconstruction and paving, enhancing drainage systems, improving landscaping, and installing updated signing and pavement markings. Reference: Keith Riddle, Project Manager, (239) 406-0379 July 2023 – February 2025: Senior Project Engineer D/B - US 41 Over Caloosahatchee River Bridge #120002, Lee County, FL – FDOT District One (FIN: 449015-1) The project focuses on upgrading the southbound roadway of the existing bridge to enhance safety and accessibility. This includes strengthening the outer barrier and safety curb. On the north side of the bridge, a continuous 8-foot-wide sidewalk will be constructed from First Street to North Shore Park. A new 2'10" traffic railing will be added between the outer lane and the sidewalk, and a 42" aluminum bridge pedestrian railing will be installed outside the sidewalk. To accommodate these improvements without widening the bridge deck, the existing median and safety curbs will be removed, and a 2-foot median barrier will be added. This plan requires replacing two bays of the bridge deck to establish the median barrier wall and close the existing gap in the bifurcated bridge deck. New cross frames will be added to support the new bridge deck in the middle bay. Additional upgrades include replacing various signs (multi-post, truss, and overhead cantilever), coating new structural steel, addressing damage to existing steel coatings, and spot painting where the current coating has failed. To minimize the construction impact on the traveling public, the US 41 Caloosahatchee Bridge project underwent a 10-week shutdown. Originally scheduled for completion in May 2026, this accelerated timeline now estimates completion by February 2025. Construction Value: $24.7M Reference: Josephine Mak, P.E., Fort Myers Operations, (239) 985-7840 December 2020 – June 2024: Resident Engineer D/B SR 538 Poinciana Parkway Widening from Ronald Reagan Parkway to Cypress Parkway, Osceola County, FL – Central Florida Expressway Project 538-165 The project consisted of the design and construction for widening 7.2 miles of SR 538 from Ronald Reagan Parkway to Cypress Parkway from a two-lane undivided expressway to a four-lane median-separated expressway. It included the design of new bridges over the Reedy Creek Mitigation Bank, Marigold Avenue, and KOA Street using Florida-I Beams, which were founded on prestressed concrete piles. The bridge over the Reedy Creek Mitigation Bank is over a mile long, designed to minimize environmental impacts, and has a minimum vertical clearance that allows the safe passage of wildlife below. The project also included over two miles of sound walls, EXPERIENCE: 32 years EDUCATION: Clemson University, Bachelor of Science, Civil Engineering, 1993 TRAINING & QUALIFICATIONS: TIN D60083469 Registered Professional Engineer, Florida (54882) CTQP • Quality Control Manager • Final Estimates, levels I & II • Asphalt, Level 1 FDOT • FDOT Advanced MOT • FDOT Critical Structures • FDOT Construction Academy Other Certifications • FDEP Qualified Storm Water Management Inspector • Certified RSO • Nuclear Radiation Safety Officer Page 1357 of 3896 Thomas O. Deer, P.E. Senior Project Engineer Page 2 of 2 drainage, environmental permitting, signing and pavement marking, intelligent transportation systems, wrong-way vehicle detection systems, signals, lighting, all-electronic tolling, and JPA for utility upgrades for the Toho Water Authority. Construction Value: $96.6M Reference: Jack Burch, P.E., CFX Construction Manager, (407) 256-9658 February 2021 – December 2022: Senior Project Engineer CEI Group 196 – Apopka-Vineland Road/SR 535 N of Lake Bryan Beach Blvd to Vineland Ave and SR 535/Kissimmee Vineland Road from International Drive to S of SR 400 (I-4), Orange County, FL – FDOT District Five (FINs: 439237-1 & 441146-1) The contract is focused on a 1.96-mile section of SR 535 that runs between I-4 and International Drive. It is centered around safety improvements for pedestrians and milling and resurfacing. As a part of this project, an innovative design concept known as restricted crossing U-Turn (RCUT) intersections is being introduced to improve traffic flow along the corridor. Additional improvements include adding/reconfiguring and installing upgrades to pedestrian islands, adding signalized intersections with caddy corner crosswalks, extending/upgrading sidewalks and adding a bicycle lane to one of the project numbers. The project also involves signal upgrades with drill shafts, uprights and mast arms, installing a wrong-way vehicle detection system (WWVDS) to I-4 ramps, utility relocation, striping and signing, drainage and curb and gutter. Construction Value: $9.3M. Reference: Ryan Flipse, P.E., Orlando Operations, (321) 319-8134 September 2020 – February 2021: Senior Project Engineer County Road No. 832 (Sonora Ave) from WC Owen Avenue to Davidson Road, City of Clewiston, Hendry County, FL (FIN: 431888-1) The project included milling and resurfacing 1.2 miles of Sonora Avenue, along with overbuild, striping, sidewalk improvements, ADA mats, bridge joint sealing, new bridge end treatments, and guardrail enhancements. Additional work involved clearing and grubbing, maintenance of traffic (MOT), and sodding. Reference: Shane Parker, P.E., Hendry County Engineer, (863) 675-5222 July 2018 – May 2021: Senior Project Engineer SR 82 from Alabama Rd to Homestead Rd, SR 82 from Homestead Rd to Hendry C/L,Hendry County, FL – FDOT District One (FINs: 425841-3, 425841-4) Tom is the SPE for this project, which converted the existing two-lane undivided highway to a four-lane divided highway. The project also entailed extensive subsoil excavation to remove unsuitable material throughout the project limits and imported significant amounts of embankment to raise the vertical profile of the road. Drainage improvements include the installation of two box culvert extensions. Other significant work activities include asphalt pavement, gravity wall, curb and gutter, sidewalk, multi-use path lighting, signage and pavement markings. Reference: Leighton Elliott, P.E., Project Manager, (863) 471-4854 February 2017 – April 2020: Senior Project Engineer SR 500 (US 192/441) from Eastern Ave. to Nova Rd. and SR 500 (US 192/441) from Aeronautical Dr. to Budinger Ave, Osceola County, FL – FDOT District Five (FINs: 239682-1 and 239683-1) This job consisted of two projects which widened SR 500/US 192 from an existing rural 4-lane divided roadway to a new 6-lane urban roadway. It included median access management enhancements, rehabilitation of the existing roadway, drainage, sidewalk, and signalization improvements from Aeronautical Dr. to Budinger Ave. and from Eastern Ave. to CR 532. Also included was the removal of the existing SR 500 Bridge over the St. Cloud Canal (C-31 Canal) and the construction of a new 137 ft. wide by 165 ft. long bridge on 36" Florida I-beams. Construction Value: $54.6M. Reference: Ryan Flipse, P.E., Orlando Operations, (321) 319-8134 September 2017 – November 2019: Senior Project Engineer SR 82 from CR 884 (Lee Boulevard) to 40th Street, Lee County – FDOT District One (FIN: 425841-1) The SR 82 widening project expanded 5.46 miles of the current two-lane rural section to a six-lane urban section. It included milling and resurfacing, total roadway reconstruction and ten inches of concrete pavement in the continuous flow intersection (CFI) of Daniels Parkway/Gunnery Road and SR 82. The CFI was the first of its kind in Florida. The project also contained muck removal, temporary surcharge, temporary sheet pile, temporary overbuild, canal realignment, utility adjustments, a UWHCA with the City of Fort Myers, an offsite borrow pit, a shared use path signalization and interconnect plan, highway lighting and signing and pavement markings. Construction Value: $55.6M. Reference: Dennis Day, Project Manager, (863) 471-4865 Page 1358 of 3896 CTQP Training History Report Report for: Thomas Deer TIN: D60083469 Report Date: 01/24/2025 Valid Qualifications Qualification Name Certificate Number Valid from Expires on Asphalt Paving Level 1 3026863 01/08/2024 01/08/2029 Final Estimates Level 1 3022972 08/17/2023 08/17/2028 Final Estimates Level 2 3022971 08/17/2023 08/17/2028 QC Manager N/A 01/10/2013 01/01/2099 Page 1359 of 3896 Page 1360 of 3896 James DeLisle Project Administrator Page 1 of 2 Mr. DeLisle has more than 30 years of experience in the construction industry. His experience working on both the contractor and engineer sides brings a unique contractor/engineering perspective to any project. It allows him to anticipate project issues early and offer solutions quickly. He has vast construction knowledge, having served as an Inspector, Quality Control Inspector, Senior Inspector, Contract Support Specialist, Project Administrator, Project Manager, and Senior Project Manager, Construction Manager and Superintendent. Mr. DeLisle also has excellent communication skills and speaks both Spanish and English. May 2024 – Present: Project Administrator SR 80 from Buckingham Road to Hendry C/L, Lee County, FL – FDOT District One (FIN: 446292-1) Improvements along this 9.54-mile milling and resurfacing project include correcting cross slopes and utilizing AMG for earthwork. The project also involves widening the shoulders, constructing turnouts, and replacing guardrails to enhance safety. The project includes drainage improvements alongside the installation of concrete slope pavement at Hickey Creek Bridge. Inside curb and gutter will be added from Joel Boulevard to the County Line. A new sidewalk is being constructed at Packinghouse/Broadway Street, and the project integrates Intelligent Transportation Systems (ITS) for better traffic management. Mailbox replacements, highway signing, and thermoplastic highway striping are included to improve overall road functionality and safety. Construction Value: $19.8M Reference: Clayton Bell, Fort Myers Operations, (239) 985-7883 January 2024 – June 2024: Project Administrator SR 600 (US 17/92) from East of Ham Brown Road to South of Portage Street, Osceola County, FL - FDOT District 5 (FIN: 445210-1) The project's main objective is to rehabilitate 3.9 miles of SR 600 (US 17/92) using Automated Machine Guidance (AMG) for the roadway and drainage elements. It involves milling and resurfacing with overbuild for slope correction. The project also includes guardrail replacement/resetting with shoulder widening, turn lane and median shoulder widening, drainage improvements, sidewalk placement and signing and pavement markings. Three intersections are being improved and upgraded for safety. Crosswalks, refuge areas, ramps, sidewalks, and pedestrian signals will be added, replaced, or upgraded at these intersections. Reference: Trevor Williams, P.E., Orlando Operations, (321) 319-8138 February 2023 – December 2023: Proposal Manager/Quality Assurance Manager Using his vast experience and knowledge of the CEI Industry, James leads proposals and works on various Business Development initiatives. He provides guidance, leadership, and mentorship to PAs, Sr. Inspectors and Inspectors on various projects. He also conducts Quality Assurance Reviews for KSI's projects. June 2022 – January 2023: Project Administrator SR 93 (I75) Grouping projects 444008-2 From Broward County line to East of bridges 030245/030244 and 444008-3 from East of bridges 030243/030244 to Toll, Collier County, FL – FDOT District One (FINs: 444008-2 and 444008-3) The two projects consist of 25 miles of milling and resurfacing, inside shoulder widening, Animal Crossing installation at Harold strand, new fiber installation, and wrong-way detection systems. Mr. DeLisle's responsibilities included managing the project staff, controlling all meetings and documentation, permitting coordination, hiring back contract management, progress estimates, MAC, daily project report review and approval, coordination with the contractor and the department, schedule review, and QAR. Construction Value: $40.1M. Reference: Josephine Mak, PE, Construction Manager, Phone: (239) 985-7869 EXPERIENCE: 32 years EDUCATION: High School Diploma - Immokalee High School TRAINING & QUALIFICATIONS: TIN D42444673 CTQP • Quality Control Manager • Final Estimates, Level I & II • Concrete Field Technician, Level I & II • Asphalt Paving Level I & II • Pile Driving Inspection • Drilled Shaft Inspection FDOT • FDOT Advanced MOT • FDOT Critical Structures • FDOT Construction Academy Other Certifications • ACI Concrete Level 1 • ACI Concrete Transportation Construction Inspector • FDEP Qualified Storm Water Management Inspector • Nuclear Gauge Safety / Hazmat Page 1361 of 3896 James DeLisle Project Administrator Page 2 of 2 September 2021 – April 2022: FMOC Maintenance Contract Coordinator Level II FMOC Maintenance Contract Mr. DeLisle managed multiple Maintenance contracts for FMOC, overseeing projects that included asphalt, concrete, and electrical maintenance and repairs, as well as maintenance agreements for the City of Fort Myers Beach and the City of Fort Myers. He also supervised landscaping maintenance on three I-75 projects and along McGregor Road during this period. Reference: Michael Scott Teets, Maintenance Manager, Phone: (239) 985-7812 July 2018 – July 2021: Project Administrator SR 82 Grouping, from Alabama Road to Lee/Hendry County Line, and from Lee/Hendry County Line to Collier County Line, Lee County, FL – FDOT District One (FINs: 425841-3, 425841-4, 425841-6) The project entailed a total reconstruction of 6.6 miles of SR 82 from Alabama Road to the Hendry/Collier County line, widening from a two-lane to a four- to six-lane divided highway. Mr. DeLisle was responsible for oversite of sampling and testing, inspection and supervision of all construction activities, including installation of new drainage system, bridge improvements, de-mucking of unsuitable materials, installation of sidewalk and multi-use paths, and excavation and embankment construction of 2.75 miles of the Hendry Canal from SR 82 headed north. He was also in charge of project meetings, documentation MAC/LIMS, daily report review and approvals, estimates, permit finalization and compliance and project certification. . Construction Value: $47.5M. Reference: Leighton Elliott, PE, Construction Manager, Phone: (863) 471-4854 February 2016 – June 2018: Project Administrator US 41 (SR 45) from Enterprise Drive to Sarasota County Line, Sarasota County, FL – FDOT District One (FINs: 422710-2) The scope of work included in this project included widening, resurfacing, and utility replacement along 3.6 miles of US 41 from Enterprise Drive to the Sarasota/Charlotte County line (Salford Boulevard). This project includes expanding the road from four to six lanes, making roadway drainage improvements, installing water and sewer lines, adding bicycle lanes and sidewalks, and replacing signals at Enterprise Drive, Toledo Blade Boulevard and South Cranberry/Cornelius Boulevards. Construction Value: $37.1M. Reference: Dennis Day, Phone: (863) 471-4865 February 2014 – January 2016: Senior Inspector I-75 Freeway Management System Design/Build, Sarasota and Manatee Counties – FDOT District One (FINs: 414732-1 & 414730-1) The scope of work involves the installation of ITS, CCTV, non-intrusive microwave vehicle detector systems, dynamic message signs, road weather information systems, and highway advisory radio beacons. The project also included installing 96-strand single-mode fiber optics and integrating communications equipment with the existing Regional Transportation Management Center and the Satellite Transportation Management Center. Mr. DeLisle served as Senior Inspector and was responsible for inspecting the installation of fiber optic cables, power cables, conduit, cabinets, ITS components, maintenance of traffic, as well as scheduling inspectors for crews. Reference: Lisa Propps, FDOT Project Manager, (813) 316-5609 February 2014 – March 2014: Senior Inspector US 17 (SR 35) from South of CR 634 to 7th Avenue, Hardee County, Florida – FDOT District One (FIN: 420633-1) The scope of work for this project included adding lanes and reconstructing US 17 (SR 35) to transform the existing two-lane facility into a four-lane divided roadway. The project had five miles of rural road construction and about half a mile of urban road construction within Zolfo Springs. Sidewalks were built in the urban section, and paved shoulders were constructed in the rural area. Additional scope of work elements included the construction of two new bridges, the demolition of an existing structure, the building of 11 ponds, and the installation of over 14,716 linear feet of storm drainage. Mr. Delisle was responsible for inspecting the installation of the thermoplastic pavement markings. Reference: Dennis Day, Phone: (863) 471-4865 May 2013 – January 2014: Lead Senior Inspector Suncoast Parkway Resurfacing and Roadside Improvements from MP 37 to MP 55, Hernando County, Florida – Florida's Turnpike Enterprise (FPIDs: 427324-1, 427324-3, 427324-4 & 427324-6) James was the Senior Inspector for this project which included roadway improvements, milling and resurfacing approximately 18 miles of roadway, and safety upgrades along Suncoast Parkway from SR 50 to US 98. The project included maintenance of traffic, clearing and grubbing, gopher tortoise relocation, construction of temporary drainage and crossovers, reconstruction of ponds, new drainage, embankment, subgrade, base, asphalt pavement for both structural asphalt and friction course, pavement markings, rumble strips, and ITS components. Mr. DeLisle served as the Lead Senior Inspector overseeing all inspection and testing (earthwork, concrete, and asphalt) for drainage improvements, which involved raising the roadway profile by 11 feet to avoid flooding. Reference: Ernest Garcia, PE, 813-493-9399 Page 1362 of 3896 CTQP Training History Report Report for: James Delisle TIN: D42444673 Report Date: 02/17/2025 Valid Qualifications Qualification Name Certificate Number Valid from Expires on Asphalt Paving Level 1 2004870 08/31/2020 08/31/2025 Asphalt Paving Level 2 2004927 09/03/2020 09/03/2025 Asphalt Paving Level 2 2004927 09/03/2020 09/03/2025 Asphalt Paving Level 2 2004927 09/03/2020 09/03/2025 Asphalt Paving Level 2 2004927 09/03/2020 09/03/2025 Drilled Shaft Inspection 3007361 10/15/2021 10/15/2026 Final Estimates Level 1 3003519 06/09/2021 06/09/2026 Final Estimates Level 2 3003518 06/09/2021 06/09/2026 Pile Driving Inspection 3003346 04/28/2021 04/28/2026 QC Manager N/A 11/02/2012 01/01/2099 Page 1363 of 3896 Page 1364 of 3896 Xavier Baez Contract Support Specialist Page 1 of 2 Mr. Baez is a motivated and detail-oriented Contract Support Specialist with six years of hands-on CEI experience on FDOT and County projects across Southwest Florida. He has a proven record supporting project documentation, including change orders, quantity tracking, daily work reports (DWRs), MAC entries, and final estimates. Experienced with FDOT Specifications, roadway and sidewalk construction, earthwork, drainage, and ITS upgrades. He is committed to quality assurance and efficient field coordination. October 2024 – Present: CSS/Inspector CEI Services for Bell Boulevard Sidewalk from SR82 to Sunrise Boulevard, Lee County, FL—Lee County DOT (Project: CN230532CMR) The project involves constructing approximately 4.2 miles of new 6-foot-wide sidewalk along the corridor. Additional work includes replacing concrete driveways, performing minor roadway reconstruction and paving, enhancing drainage systems, improving landscaping, and installing updated signing and pavement markings. Reference: Keith Riddle, Project Manager, (239) 406-0379 May 2024 – October 2024: Inspector/Assistant CSS SR 80, from Buckingham Road to Hendry C/L, Lee County, FL – FDOT District One (FIN: 446292-1) Improvements along this 9.54-mile milling and resurfacing project include correcting cross slopes and utilizing AMG for earthwork. The project also involves widening the shoulders, constructing turnouts, and replacing guardrails to enhance safety. The project includes drainage improvements alongside the installation of concrete slope pavement at Hickey Creek Bridge. Inside curb and gutter will be added from Joel Boulevard to the County Line. A new sidewalk is being constructed at Packinghouse/Broadway Street, and the project integrates Intelligent Transportation Systems (ITS) for better traffic management. Mailbox replacements, highway signing, and thermoplastic highway striping are included to improve overall road functionality and safety. Construction Value: $19.8M Reference: Clayton Bell, Fort Myers Operations, (239) 985-7883 October 2023 – May 2024: Inspector I-75 at SR 844 (Colonial Boulevard) Interchange, Lee County, FL – FDOT District One (FIN: 413065-1) The project involves the reconstruction of the I-75 interchange at Colonial Blvd. to meet current and ultimate capacity needs. This includes the implementation of a CFI, with three left turn lanes for westbound to southbound traffic movements, at Colonial Blvd./Six Mile Cypress Pkwy./Ortiz Ave., a DDI, with twelve travel lanes under the I-75 overpass and a Superstreet (SS) intersection at Colonial Blvd./Forum Blvd. that requires a U-turn for motorists leaving the Forum and traveling eastbound. Additionally, I-75 was widened from six to eight lanes by adding an auxiliary lane between the Colonial Blvd. and SR 82 interchanges in the north and southbound directions. (MM 136 to MM 138). Construction Value: $54.1M Reference: Marléna Gore, Interstate Construction Project Manager, (863) 272-5008 July 2022 – July 2023: Inspector I-75 (SR 93) from Broward County Line to W of Bridge Nos. 030243/030244 and from E of the Bridges to the Toll Plaza, Collier County, FL - FDOT District One (FIN: 444008-2 & 444008-3) This project contains a 37.1-mile section of I-75 for milling, resurfacing and cross-slope correction. It will add 6’ of paved inside shoulder, improvements for guardrail, high tension cable, fiber optic cable, bridge expansion joint rehabilitation, fencing, minor drainage improvements, and five median crossover areas. Upgrades to signage and new pavement markings will be included in all new asphalt areas and 42 bridges. Reference: Josephine Mak, P.E., Fort Myers Operations, (239) 985-7840 November 2021 – February 2022: Inspector Aide SR 82 from Gator Slough Lane to SR 29, Collier County, FL - FDOT District One (FIN: 430849-1) This section of SR 82 was modified from a two-lane undivided roadway to a four-lane divided highway. Additional improvements on this 3.2-mile corridor included 5-foot wide paved shoulders, a 54-foot wide median, a 10-foot multi-use trail along the south side, and a 5-foot EXPERIENCE: 6 Years EDUCATION: Hodges University, AA Business Administration – 2022 Gateway Charter High School - 2014 TRAINING & QUALIFICATIONS: TIN B26394695 CTQP •Asphalt Paving Tech, Level I & II •Earthwork Construction Inspector, Level I •Final Estimates, Level I & II •Concrete Field Inspector, Level I FDOT •FDOT Intermediate MOT •FDOT Critical Structures Other Certifications •ACI Concrete Field-Testing Technician Level I •FDEP Qualified Storm Water Management Inspector •Nuclear Radiation/HAZMAT Page 1365 of 3896 Xavier Baez Contract Support Specialist Page 2 of 2 sidewalk along the north side. The intersection at SR 29 was changed from a stop condition with a flashing beacon to a roundabout. Xavier worked as an Inspector Aide on the project, shadowing Senior Inspectors and learning to use MAC. Reference: Felipe Baez, (239) 223-2643 February 2020 – May 2021: Inspector Aide SR 739 Rebuild Project from Warehouse Road to Hanson Street, City of Fort Myers The Old Metro Parkway was rebuilt from Hanson Street to the south of Warehouse Road. Minor drainage improvements were made, the road was resurfaced, and the ROW was re-sodded. Hanson Street, east of the railroad tracks, was milled and resurfaced. Xavier’s responsibilities included density and sampling on the subgrade and base rock and concrete testing. Reference: Jeffery Popner, (239) 823-9774 September 2018 – January 2020: Inspector Aide Hanson Street Extension from Veronica Shoemaker Blvd. to Ortiz Ave. – City of Fort Myers Hanson Street Extension is a 2-mile stretch of new road that connects Veronica Shoemaker to Ortiz Blvd, punctuated on each end by two roundabouts. Phase I of the Hanson project included utilities, drainage, box culvert, MSE Wall, and the required embankment to allow construction equipment to pass over the box to hinder the Golf Course as little as possible. Phase I’s footprint was the easternmost 1500-foot, right up next to the Ortiz right of way. Phase II Included everything from deep drainage up to Asphalt and Striping. Xavier’s responsibilities included inspecting roadways and utilities, documenting DWRs, taking density and sampling, and tracking quantities. Reference: Hector Louzao, (239) 253-6937 Page 1366 of 3896 CTQP Training History Report Report for: Xavier Baez TIN: B26394695 Report Date: 02/06/2025 Valid Qualifications Qualification Name Certificate Number Valid from Expires on Asphalt Paving Level 1 3018734 09/06/2027 02/23/2028 Asphalt Paving Level 1 3015122 09/06/2022 09/06/2027 Asphalt Paving Level 2 3018660 02/23/2023 02/23/2028 Concrete Field Technician Level 1 3000680 01/20/2021 11/12/2025 Earthwork Construction Inspection Level 1 3033778 11/07/2024 11/07/2029 Final Estimates Level 1 3035407 09/04/2025 11/22/2029 Final Estimates Level 1 2005083 09/04/2020 09/04/2025 Final Estimates Level 1 2005083 09/04/2020 09/04/2025 Final Estimates Level 1 2005083 09/04/2020 09/04/2025 Final Estimates Level 2 3035406 11/22/2024 11/22/2029 Page 1367 of 3896 Page 1368 of 3896 Terri Destoppelaire CEI Resident Compliance Specialist Ms. Terri Destoppelaire has over 17 years of administrative and managerial experience with eight years supporting and serving in multiple roles within the CEI construction industry. She is versed in construction terminology, project documentation, PrC, EOC and Project Solve and GAP procedural filing. Terri is responsible for maintaining accurate project files and with contract support duties for both the progress and final estimates. Experience Resident Compliance Specialist, FDOT District One, FL (4/22-Present). Working under FDOT District One Construction General Engineering Contract CAE38 as the Resident Compliance Specialist for various projects under Fort Myers Operations and Bartow Operations. Duties include performing EEO Contractor Assessments, OJT training and monitoring, ensuring compliance with FHWA 1273 and Davis Bacon Acts for Federally funded projects, DBE prompt payment reporting and utilization. FDOT Reference: Diosmara Williams, District Construction Compliance Manager; (863) 519-2222. Resident Compliance Specialist, Pre-Event TS/Hurricane CEI, FDOT District One (06/23-Present). Working as RCS on the permanent lighting repair contract for Hurricane Ian. Duties include monitoring contractor for adherence to federal regulations, FHWA 1273 for Equal Employment Opportunity (EEO/AA), Disadvantaged Business Enterprise Utilizations, Wages and Payrolls. Partnering with contractor to ensure the required OJT Trainee’s reach graduation. FDOT Reference: Brian Blair, P.E. (863) 519-2676. Resident Compliance Specialist, CR 835 Curve Safety Improvements, Hendry County, FL (02/23-06/24). This $4.7M project consisted of curve safety improvements on CR 835. Project includes five separate curves along CR 835 receiving cross slope correction to superelevation utilizing Full Depth Reclamation and associated embankment grading, paving, signage and pavement markings, lighting, guardrail, and rip-rap installation on existing bridge. County Reference: Shane Parker, PE, Public Works Director (863) 675- 5222. Resident Compliance Specialist, Lehigh Mast Arm Replacement, and Intersection Improvements (LAP), Lee County, FL (06/22-06/24). This $2.4M federally funded Local Agency Program project includes improvements to three separate intersections in Lehigh Acres. Intersections are as follows: 1) Homestead Boulevard and Beth Stacey Boulevard, 2) Homestead Boulevard and Plaza Drive, and 3) Joel Boulevard and Bell Boulevard. The improvements include signal replacement, asphalt milling and resurfacing, ADA improvements, drainage improvements, sod, and road striping. [FPID: 443288-1-58-01] County Reference: Ryan Kirsch, Project Manager, Lee County DOT - Traffic (239) 896-8074. Resident Compliance Specialist/Contract Support Specialist, Chiquita Boulevard North Road Widening, City of Cape Coral, Lee County, FL (07/22-07/23). This $1M project consisted of widening Chiquita Boulevard from NW 23rd Street to NW 27th Street including the intersections of Chiquita Boulevard and Kismet Parkway. Responsibilities included preparing progress meeting minutes, filing project documentation, tracking and record keeping of quantities, processing monthly estimates, preparing change orders and the Final Estimate. [BPW2252AP] City Reference: Pimolmas Tan, Project Manager (239) 574-0540. Resident Compliance Specialist/Contract Support Specialist, Florida Shared-Use Non-Motorized (SUN) Trail, Phase I, City of Cape Coral, Lee County, FL (05/21-03/23). This $4.7M State grant funded, shared-use trail project consisted of constructing a 12-foot- wide, 3.5-mile multi-use trail on the north side of Van Buren Parkway from Burnt Store Road to El Dorado Boulevard; on the east side of El Dorado Boulevard from Van Buren Parkway to Kismet Parkway; and on the north side of Kismet Parkway from El Dorado to Nelson Road. Other components included a new pedestrian bridge (prefabricated steel, clear span over Zanzibar Canal), roadway widening, milling and resurfacing, driveway reconstruction, driveway widening on improved lots, drainage improvements/curb and gutter, utility sleeves and sanitary service laterals under the trail. Responsibilities included preparing progress meeting minutes, filing project documentation, tracking and record keeping of quantities, processing monthly estimates, preparing change orders and uploading documents to GAP. [FPID: 440236-1-54-01] City Reference: Pimolmas Tan, Project Manager (239) 574-0540. Resident Compliance Specialist, CR 370 Alligator Drive Multi-Use Path, Phase I, District Three, Franklin County, FL (02/22- 06/22). This FDOT LAP project consisted of approximately one mile long, 10-foot-wide multi-use path constructed on CR 370/Alligator Drive from West of George Vausell Road to Gulf Shore Boulevard. Duties included performing EEO assessment of prime contractor, Education High School Diploma, Midfield High School, 1982 Certifications TIN #: D23180564 CTQP 12-27/Final Estimates, Level 1 12-27/Final Estimates, Level 2 Years of Experience With AECOM: 6.5 Years With Other Firms: 17 Years Page 1369 of 3896 Terri Destoppelaire - 2 preparing progress meeting minutes, maintaining project files electronically, uploading documents to GAP, verifying all wage and payroll records, working closely with the County and CEI to ensure Contractor adherence to FHWA 1273, Required Contract Provisions for this Federal-Aid Construction Contract. [FPID: 429854-2-58-01] County Reference: Mark Curenton, County Planner (850 )653-9783 ext.160 / FDOT Reference: Beth Minchin, DCCM (850) 330-1720. Resident Compliance Specialist/Contract Support Specialist, Old San Carlos Boulevard and Estero Boulevard Signalization, Town of Fort Myers Beach and FDOT District One, Lee County, FL (03/21-11/21). This FDOT LAP project consisted of improvement to the intersection of Old San Carlos Boulevard and Estero Boulevard within the Town of Fort Myers Beach. The work included the addition of signalization to the intersection to control traffic and promote safety due to the high level of pedestrians present. RCS duties included monitoring contractor and subcontractors for adherence to federal regulations, FHWA 1273 for Equal Employment Opportunity (EEO/AA), Disadvantaged Business Enterprise Utilizations, Wages and Payrolls. CSS duties included preparing the progress meeting minutes, maintaining project files electronically, preparing the monthly pay applications, and preparing final estimate package and final as-builts. [FPID: 444923-1-58-01] Town Reference: Chelsea O’Riley, Public Works Director (239) 322-6421. Resident Compliance Specialist/Contract Support Specialist, S. Biscayne Drive Bike Lane, (LAP), City of North Port, FL (06/20-03/21). This LAP project consisted of design and construction of seven-foot-wide bicycle lanes adjacent to the travel lanes on Biscayne Drive from Elyton Drive to Glenallen Boulevard, reshaping drainage swales and replacing abutting driveways within the right-of-way for adequate reconnection to the bicycle lanes. RCS duties included monitoring contractor and subcontractors for adherence to federal regulations, FHWA 1273 for Equal Employment Opportunity (EEO/AA), Disadvantaged Business Enterprise Utilizations, Wages and Payrolls. CSS duties included preparing the progress meeting minutes, maintaining project records, and preparing the monthly pay applications, final estimate package and final as-builts. [FPID: 440153-1-58-01] City Reference: Ben Newman, PE, Project Manager; (941) 628-3705 / FDOT Reference: Jacquelin D. Brown, DCCM (863) 519-2757 (Retired). Resident Compliance Specialist, Computer Signal System Update Phase II (LAP), Lee County, FL (11/18-08/20). This $8.5M federally funded ATMS LAP project consisted of connecting 110 intersections to Lee County’s existing Traffic Management System. This involved installation of conduit, fiber optic cable, communication cable, pull boxes, electrical service, controllers, CCTV poles and cameras, ITS cabinets, and other related pedestrian improvements. Duties included monitoring contractors and subcontractors for adherence to federal regulations, FHWA 1273 for Equal Employment Opportunity (EEO/AA), Disadvantaged Business Enterprise Utilizations, On-the-Job-Training, and Wages/Payroll. Provided office support for transcribing and distributing bi-weekly meeting minutes, scanning documents into LAPIT, and maintaining project records. Worked closely with the local agency and CEI consultant to ensure contract compliance on this project. [FPID: 412636-4-58-01] County Reference: Rob Price, PE, Deputy Director (239) 634- 4893. Resident Compliance Specialist, SR 421 (Dunlawton Avenue) Lighting Project, City of Port Orange and FDOT LAP Project, City of Port Orange, FL (10/18-07/20). This FDOT LAP street and pedestrian lighting enhancement project for the City of Port Orange consisted of replacing existing street and pedestrian lighting with new LED street and pedestrian lighting for SR 421/Dunlawton Avenue from Spruce Creek Road to US 1/South Ridgewood Avenue. Responsible for all contract administration per FDOT and the City of Port Orange Specifications and FDOT Standards. Duties included monitoring contractors and subcontractors for adherence to federal regulations, FHWA 1273 for Equal Employment Opportunity (EEO/AA), Disadvantaged Business Enterprise Utilizations, and Wages/Payroll. Provided office support for transcribing and distributing bi-weekly meeting minutes, scanning documents into LAPIT, and maintaining project records. Worked closely with the local agency and CEI consultant to ensure contract compliance on this project. [FPID: 435591-1-58-01] City References: Larry Roberts, PE, CFM, Community Development Engineer; (386) 506-5665 | Margaret Tomlinson, RLA, LEED AP, Construction and Engineering Manager (386) 506-5661. Resident Compliance Specialist, East Lake Elementary School Sidewalk LAP Project, Osceola County, FL (10/19-12/19). This $94,788 FDOT sidewalk construction project consisted of clearing and grubbing, drainage improvement and 90 feet of new sidewalk. Responsible for all contract administration per FDOT and Osceola County Specifications and FDOT Specifications. Duties included monitoring contractor and subcontractors for adherence to federal regulations for the inclusion of FHWA 1273, Equal Employment Opportunity (EEO/AA), Disadvantaged Business Enterprise Utilization and Wages and Payrolls. Responsible for providing office support, uploading documents into LAPIT and maintaining project records. Worked closely with the local agency and CEI consultant to ensure contract compliance on this project. [FPID: 437473-1-58-01] County Reference: Mark Polo, Project Manager (407) 742-0628. Page 1370 of 3896 CTQP Training History Report Report for: Terri Destoppelaire TIN: D23180564 Report Date: 04/14/2025 Valid Qualifications Qualification Name Certificate Number Valid from Expires on Final Estimates Level 1 3016636 12/01/2022 12/01/2027 Final Estimates Level 2 3016635 12/01/2022 12/01/2027 Page 1371 of 3896 Andrew Ross CEI Senior Bridge Inspector Mr. Andrew Ross is a Senior Bridge and Roadway Inspector with experience in complex bridge structures, movable bridge structures, rehabilitation of existing structures including historical bridges, roadway construction, flats spans, and traffic signal installation. Andrew’s experience and knowledge with City, County and FDOT projects and documentation has been utilized for the set-up and start-up of numerous field offices and projects by allowing him to organize the office including the electronic and hard files in the FDOT format, training personnel, and providing support to the Owners and contractors. Experience Senior Inspector, Hurricane Ian Sanibel Island Access, FDOT District One, Lee County, FL (09/24–Present). Andrew was brought into the project to help finalize construction of all the concrete structures. The majority of this work was to identify noncompliant issues and recommend corrective actions needed. Included were MSE walls with independently constructed ribbed fascia panels and coping, CIP and precast traffic barriers, transition slabs, and seawall caps. As Senior Inspector, he also provided direction to all other field inspectors. Additional work included installation of storm drainage, pond construction, grading of beach sand, form and pour seawall caps, placing riprap and armor stone as well as other incidental work. During his time on this project, there were two additional hurricanes (Helene and Milton) occurring just two weeks apart that resulted in substantial damage and required special inspections and documentation. [FPID: 451936-2-52-90] FDOT Reference: Christopher Mollitor, Project Manager; (239) 985-7883. Senior Bridge Inspector, Gateway Express, New Bridge Construction, FDOT District Seven, Pinellas County, FL (04/24-09/24). Inspected final construction activities including but not limited to items like Point/Patch, application of concrete stain, crack mapping and repairs of beams and installation of drainage structures. [FPIDs: 433880-1-52-01 and 424501-2-52-01)] FDOT Reference: Andrew Williams PE; (813) 347-8948. Senior Inspector, CEI Hybrid Project: Skyway Cathodic Protection, FDOT District Seven - Pinellas Operations, Clearwater, FL (06/23-04/24). This project included spall repairs, cleaning, applying Methacrylate sealant and restriping of the bridge deck on the north and south sides of the lower-level approach spans, 258 spans in total. In addition, spall repairs were performed, and cathodic protection systems were installed onto the trestle span pier footings for a total of 516 footers. The deck spall repair and sealing were performed at night with limited work zones due to material curing requirements. All the cathodic protection work was performed from floats, boats, and barges. Strict control of the spall repairs was required in order to prevent excessive over running of quantities. [FPID: 441464-1-62-01] FDOT Pinellas Operations Reference: Jonathon Gill, Construction Manager (727) 575-8307. Senior Inspector, County Road 54 Improvements, Phase II, Roadway Reconstruction and New Construction, FDOT District Seven, Pasco County, FL (04/22-05/23) The reconstruction and new construction of this $7M roadway project included all multi-use sidewalk constructed for a 1.25 mile length, new storm drains, extensive gravity walls with aluminum handrails, closed flumes, new chain link fencing, asphalt and concrete driveways and urban turn outs. The three major intersections each had new mast arm signalization installed and each of the side roads had roadway and shoulder widening construction. MOT on this project was a challenge as there were no road closures or detours allowed. Two-way traffic required at all times with short flagging operations allowed. [Contract X-10593.00] Pasco County Reference: Patricia Arndt, Project Manager (727) 834-3604. Senior Bridge Inspector, Ridge Road Extension Phase 1, FDOT District Seven, Pasco County, FL (04/20-04/22). Responsible for bridge inspection services for this $90M project including construction of a new four-lane divided roadway from Moon Lake Road to the Education 1995-1998; University of Florida - School of Building Construction AA, Florida Keys, Community College, 1995 TIN #: R20001160 CTQP 3-26/Asphalt Paving, Levels 1 & 2 5-25/Concrete Field Technician, Level 1 5-25/Concrete Field Inspector, Level 2 5-26/Drilled Shaft Inspection 3-30/Earthwork Construction Inspection, Level 1 5-30/Earthwork Construction Inspection, Level 2 4-28/Final Estimates, Levels 1 & 2 7-28/Pile Driving Inspection 4-28/Post-Tensioning Tech, Level 2 No Expiration/QC Manager OTHER 6-25/ACI Concrete Field-TestingTechnician, Grade I 6-27/ACI Concrete TransportationConstruction Inspector (CTCI)#00051239 1-27/APNGA Portable Nuclear GaugeSafety & Hazmat Certification 8-27/Critical Structures Construction Issues SSC 2-27/IMSA Traffic Signal Inspector #SI_61131 4-28/PTI Level 1 & 2 Multistrand & Grouted PT Specialist (Level 2 Bonded) #00051239 1-29/Temporary Traffic Control (TTC) Advanced - FDOT Approved Years of Experience With AECOM: 19 Years With FDOT: 7 Years With Other Firms: 1 Year Page 1372 of 3896 Andrew Ross - 2 Suncoast Parkway, a distance of approximately 5.5 miles. Construction scope includes extensive drainage, five wildlife crossings, 15 new bridges (AASHTO), a multi-use trail, 12 stormwater management facilities, overlook areas for pedestrians and bicycles, buffer walls and fencing. This project also includes constructing a new interchange at the Suncoast Parkway. [Contact #C6686.06] Pasco County Reference: William Kelleher, Project Manager (727) 847-2411, Ext 1613. Senior Inspector, Virgin Trains, VTUSAF, Phase II, Contract C-203 Zone 3, East-West Rail Infrastructure, FDOT Oversight, Brevard County, FL (04/20-05/20). This Virgin Trains project included new railways paralleling SR 528 for its full length from Orlando, Florida to Cocoa, Florida (approximately 38 miles). The assignment included four bridges beginning at I-95 and ending at US 1. The I- 95 Flyover consisted of typical spread footers, columns, caps, MSE walls, steel girders, concrete deck and ballast curbs. The Industry Road Flyover was constructed in the same design as the I-95 Flyover but with concrete beams that also serve as the bridge deck. The SR 528 Flyunder was constructed on the existing ground elevation using micro piles for its foundation with embankment being placed over it to create the tunnel. The tunnel segments were cast on site in a casting yard. The US 1 Underpass was ‘pushed’ through the existing embankment slope of the SR 528 bridge over US 1. This design included steel pipe piles, steel sheet piles, concrete caps, beams and deck, topped with approximately 14 feet of embankment. FDOT Reference: Todd Alexander. Missing contact information Senior Inspector, American Legion Drive over Peace River (Old SR 70), Sub and Super Structure Rehabilitation, FDOT District One, DeSoto County, FL (01/20-03/20). Once restored, this bridge will remain as a permanent pedestrian bridge with no vehicular traffic. This project consisted of removing underwater debris, restoring spalls, crack injection, cleaning and coating concrete and structural steel, fabric formed concrete riprap and articulated black revetment systems, new concrete sidewalk and driveways with associated embankment and new bollards. New lighting elements included several new luminaires both above and below the bridge deck with new conduit, conductors, junction boxes, load centers and power service poles. [FPID 441475-1-52-01] FDOT References Susan Hindman, Project Manager, Stacy Hill, Project Manager (863) 471-4852. Senior Inspector, Pennywash Creek and Wolf Creek Bridges Repair, Crutch Bent Installation, FDOT District Five, Osceola County, FL (06/19-11/19). Having suffered severe washout of their mudlines during Hurricane Irma, these two bridges required the installation of Crutch Bents, two at Pennywash Creek and three at Wolf Creek. Both bridges had been closed to all traffic for an extended period with a 55-mile detour so once the project started the contractor only had 120 days to complete; therefore, it was critical to organize and perform the work as efficiently as possible. This FDOT LAP project included crutch bents consisting of steel H piles, associated bracing with a 30-inch steel beam running parallel to the existing concrete caps. High strength bolts and field welding with associated field testing were used for our assemblies. In addition, the existing slope protection was fully removed and replaced with new sand cement and rock rubble Riprap. [FPIDs: 443524-1-58-01 & 443525-1-58-01] Osceola County Reference: Linette Matheny, PE, Project Manager (407) 742-0543. Senior Inspector, New Maintenance Building, St. Petersburg/Clearwater International Airport (PIE), FDOT District Seven, Pinellas County, FL (01/19-05/19). This project consisted of a 10,000-square-foot, two-story, fabricated steel building with interior office and shop space, exterior covered storage space, and associated asphalt parking spaces around the perimeter. Project included typical items such as new domestic and fire safety water lines, sanitary sewer lines, electrical service lines, communication lines, security system, stormwater control swales and RCP, fire rated interior walls, drop ceilings, doors, windows, flooring, service elevator, lights, mechanical rooms and associate equipment, roadway widening and landscaping. [PID 000031A] PIE References: Scott Yardley and Angela Dunkel (727) 453-7830. Senior Inspector, Legacy Trail Pedestrian Bridge over Laurel Road, FDOT District One, Manatee Operations, Sarasota County, FL (11/17-12/18). Lead Inspector for the construction of this new bicycle/pedestrian bridge constructed with Geosynthetic Reinforced Soil (GRS) Abutments in lieu of typical concrete pile construction. The approach walls were Segmental Block Retaining Walls (SBRW) with multiple slip joints to allow for as much as five inches of settlement. Settlement plates were installed around each abutment to monitor this settlement. Ninety-foot precast beams with a typical bridge deck, barrier wall and fencing span the entire roadway. A set of stairs were located on each side of the roadway with a paved pathway to and from Laurel Road. The pad surrounding the existing shelters on each side of Laurel Road were enlarged to easily accommodate all the people who use this trail. Located in an environmentally sensitive area required that we monitor Gopher Tortoise activity throughout the life of the project. New C&G and sidewalks with a Longitudinal Channelizing Device (LCD), along with milling and replacing the friction course of asphalt complete this project. [FPID: 435450-1-52-01] FDOT Reference: Gregory Falcone, Project Manager (941) 708-4423. Page 1373 of 3896 CTQP Training History Report Report for: Andrew Ross TIN: R20001160 Report Date: 04/14/2025 Valid Qualifications Qualification Name Certificate Number Valid from Expires on Asphalt Paving Level 1 3001256 03/05/2021 03/05/2026 Asphalt Paving Level 2 3001255 03/05/2021 03/05/2026 Concrete Field Inspector Level 2 3014088 04/24/2022 05/18/2025 Concrete Field Technician Level 1 2004460 06/13/2020 05/18/2025 Drilled Shaft Inspection 3002913 05/19/2021 05/19/2026 Earthwork Construction Inspection Level 1 3036475 03/31/2025 03/31/2030 Earthwork Construction Inspection Level 2 3036547 05/08/2025 05/08/2030 Earthwork Construction Inspection Level 2 2001089 05/08/2020 05/08/2025 FDOT Concrete Field Inspector Specification 2002195 05/18/2020 05/18/2025 Final Estimates Level 1 3019882 04/11/2023 04/11/2028 Final Estimates Level 2 3019881 04/11/2023 04/11/2028 Pile Driving Inspection 3022909 07/26/2023 07/26/2028 QC Manager N/A 07/18/2011 01/01/2099 Page 1374 of 3896 Page 1375 of 3896 Juan Alcantar, Jr. Senior Inspector Page 1 of 2 Juan Alcantar has over 22 years of extensive experience in the construction industry, having worked on diverse projects encompassing roadway, bridge, and building construction. With his wealth of knowledge and expertise, he is well-equipped to provide inspection services across various projects. June 2024 – Present: Senior Inspector SR 80, from Buckingham Road to Hendry C/L, Lee County, FL – FDOT District One (FIN: 446292-1) Improvements along this 9.54-mile milling and resurfacing project include correcting cross slopes and utilizing AMG for earthwork. The project also involves widening the shoulders, constructing turnouts, and replacing guardrails to enhance safety. The project includes drainage improvements alongside the installation of concrete slope pavement at Hickey Creek Bridge. Inside curb and gutter will be added from Joel Boulevard to the County Line. A new sidewalk is being constructed at Packinghouse/Broadway Street, and the project integrates Intelligent Transportation Systems (ITS) for better traffic management. Mailbox replacements, highway signing, and thermoplastic highway striping are included to improve overall road functionality and safety. Construction Value: $19.8M Reference: Clayton Bell, Fort Myers Operations, (239) 985-7883 May 2024 – June 2024: Senior Inspector D/B - US 41 Over Caloosahatchee River Bridge #120002, Lee County, FL – FDOT District One (FIN: 449015-1) Juan worked on this project during the 24-hour/7-days-a-week, 10-week bridge shutdown. During the bridge closure, crews completed the construction of the single median barrier, installed new guardrail along the east side of the northbound lanes, and worked on the sidewalk on the west side of the southbound lanes. Construction Value: $24.7M Reference: Josephine Mak, P.E., Fort Myers Operations, (239) 985-7840 April 2023 – April 2024: Senior Inspector CR 835 Curve Safety Improvements, Hendry County, FL – Hendry County (FIN: 413065-1) This $4.7M project consists of curve safety improvements on CR 835. Five separate curves along CR 835 will receive cross slope correction to superelevation utilizing full-depth reclamation and associated embankment grading, paving, signage and pavement markings, lighting, guardrail, and rip-rap installation on the existing bridge. Reference: Shane Parker, PE, Hendry County Public Works Director, (863) 675-5222 December 2022 – March 2023: Senior Inspector Pre-Event TS/Hurricane CEI, FDOT District One, FL (FIN: 443533-1) Assisting District One with emergency response related to Hurricane Ian disaster recovery. Responsible for collecting inspection staff’s daily timesheets for labor tracking and monitoring 100+ task work orders spanning 12 counties. Reference: Anita Michael, District One CEI Manager, (863) 519-2232 April 2022 – December 2022: Senior Inspector US 17 (SR 35) from Washington Loop Road to DeSoto County, Charlotte County, FL, FDOT District One, (FIN: 441563-1) Juan provided construction engineering and inspection services on this $3.7M roadway improvement project on US 17. The 2.752-mile project consisted of MOT, clearing and grubbing, excavation, earthwork, slope grading, milling and resurfacing, drainage pipe removals and installation, signing and pavement markings, sod and other erosion control measures. Reference: Chris Mollitor, Project Manager, (239) 985-7883 November 2021 – March 2022: Senior Inspector FDOT Sarasota/Manatee Operations Continuing Services [Contract CA386], FDOT District One, FL Senior Inspector on various in-house construction projects under this FDOT District One Continuing Services contract. Projects included: • SR 684 (Cortez) from 26th Street West to 14th Street West (median modification), FIN: 433183-2-62-04 Reference: Juan Carrillo, PE, Construction Project Manager, (239) 985-7800 EXPERIENCE: 22 years EDUCATION: GED, Immokalee High School, 1993 TRAINING & QUALIFICATIONS: TIN A42543270 CTQP • Final Estimates, Level I • Asphalt Paving Technician - Level I & II • Earthwork Construction Inspector, Level I & II • Concrete Field Technician, Level I • Drilled Shaft Inspection FDOT • FDOT Intermediate MOT • FDOT MSE Wall • FDOT Critical Structures Other • ACI Concrete Field-Testing Technician, Level I • IMSA Traffic Signal Inspector • FDEP Qualified Storm Water Management Inspector • Nuclear Safety Certification Page 1376 of 3896 Juan Alcantar, Jr. Senior Inspector Page 2 of 2 September 2021 – October 2021: Senior Inspector Fort Denaud Road from SR 80 to Fort Denaud Bridge Way, Hendry County, FL (FIN: 442468-1) The project consisted of MOT, clearing and grubbing, excavation and earthwork, slope grading, milling and resurfacing, drainage pipe removals and installations, utility coordination, signing and pavement markings, sod and other erosion control measures. Reference: Shane Parker, PE, Hendry County Public Works Director, (863) 675-5222 June 2021 – August 2021: Senior Inspector Miami F1 Grand Prix, South Florida Motorsports, Miami-Dade County, FL (Project Number: D3020106) This $70M project in Miami Gardens at the Hard Rock Stadium involved constructing a Formula 1 Racetrack. Provided inspection services for the improvements under this contract, including clearing and grubbing, milling, earthwork, paving, and drainage installation. Reference: Todd Staley, South Florida Motorsports, (305) 943-6554 February 2020 – June 2021: Senior Inspector Thomasson Drive Beautification, Collier County, FL (Project Number: 20-7684) Juan provided inspection services for this $6M project on Thomasson Drive between Hamilton Avenue and Orchard Lane. Improvements under this contract consisted of roundabout construction, widening, milling and resurfacing, excavation, embankment, subgrade, base, drainage improvements, performance turf, curb and gutter, lighting, landscaping, irrigation, hardscaping, signing and pavement markings. Reference: Tami Scott, Collier County Project Manager, (239) 252-8445 June 2018 – September 2019: Senior Inspector US 27 (SR 25) from 5th Street to N of SR 78, Glades County - FDOT District One (FIN: 438060-1) This project included widening, milling, resurfacing, and utility improvements along 13 miles of US 27 in Glades County. It also involved widening shoulders, utility improvements, milling and resurfacing the highway, and earthwork next to the highway with slopes and ditches. Reference: Stacy Hill, Project Manager, (863) 471-4852 March 2017 – June 2018: Senior Inspector US 41 (SR 45) from Salford Blvd to Sumter Blvd, Sarasota County - FDOT District One (FIN: 422710-5) This project included widening, resurfacing, and utility replacement along one mile of US 41 from Salford Blvd. to Tuscola Blvd. in Sarasota County. It involved widening the road from four to six lanes, improving roadway drainage, installing water and sewer lines, adding bicycle lanes and sidewalks, and replacing signals at Salford Blvd., Coco Plum Dr., and Sumter Blvd. Reference: Carl Harman, Project Manager, (941) 708-4431 August 2016 – February 2017: Senior Inspector Collier County Professional Services Contract – Architectural and Engineering Services, Collier County, FL Under this contract, Juan served as Senior Inspector on the following projects: • New Market Road LAP Sidewalk Improvements from East Main Street to SR 29. This $1.5M project extends 2.2 miles of sidewalk from the northern intersection of New Market Road and SR 29 to the southern intersection of New Market Road and SR 29. Reference: Daniel Hall, PE; (239) 252-6077 • SR 29/Lake Trafford Road West of North 19th Street to North 18th Street Intersection Improvement. This $1.4M intersection improvement project included road widening and adding turn lanes, milling and resurfacing, drainage improvements, sidewalk, new traffic signals/strain poles, water main installation and removal of existing, and pavement markings. Reference: Shannon Basset; (239) 253-3170 • Airport Pulling Road (CR 31) North of Vanderbilt Beach Road (CR 862) to Crescent Lakes Drive Roadway Improvement. Tasks on this $1.9M project included approximately one mile of roadway widening and adding new travel lanes and turn lanes, milling and resurfacing, new signals/mast arms, paved and concrete sidewalks, and drainage improvements. Additionally, the project included canal rip rap and shore improvements, gravity wall, one mile of guardrail installation, utility improvements (valve adjustments), and pavement markings. Reference: James Zuver; (239) 253-1999 • Golden Gate Parkway/Livingston Road Intersection Improvement. This $289K LAP project involved extending the existing eastbound and westbound turn lanes, milling and resurfacing existing turn lanes, new thermoplastic pavement markings, drainage improvements, replacement of existing light poles, concrete sidewalk and driveways, and constructing new curb and gutter. Reference: James Zuver; (239) 253-1999 Page 1377 of 3896 CTQP Training History Report Report for: Juan Alcantar TIN: A42543270 Report Date: 02/17/2025 Valid Qualifications Qualification Name Certificate Number Valid from Expires on Asphalt Paving Level 1 3018687 02/20/2023 02/20/2028 Asphalt Paving Level 2 3018643 02/23/2023 02/23/2028 Concrete Field Technician Level 1 3007789 10/01/2021 09/24/2026 Drilled Shaft Inspection 3011821 05/10/2022 05/10/2027 Earthwork Construction Inspection Level 1 2002577 08/18/2020 08/18/2025 Earthwork Construction Inspection Level 2 3018396 03/15/2023 03/15/2028 Final Estimates Level 1 3036190 02/28/2025 02/28/2030 Final Estimates Level 1 2001236 02/28/2020 02/28/2025 Page 1378 of 3896 Page 1379 of 3896 Page 1380 of 3896 Rick Wilson Senior Inspector Page 1 of 2 Mr. Wilson brings 27 years of experience in the construction industry, specializing in field materials testing and inspection. His expertise spans various disciplines, including utility construction (water, sanitary, and storm systems), soils testing, concrete testing, structural masonry testing, and asphalt testing. He also has extensive knowledge of reinforcing steel, pile driving, screw piles, and post-tension cable placement and elongation. August 2024 – Present: Senior Inspector SR 80, from Buckingham Road to Hendry C/L, Lee County, FL – FDOT District One (FIN: 446292-1) Improvements along this 9.54-mile milling and resurfacing project include correcting cross slopes and utilizing AMG for earthwork. The project also involves widening the shoulders, constructing turnouts, and replacing guardrails to enhance safety. The project includes drainage improvements alongside the installation of concrete slope pavement at Hickey Creek Bridge. Inside curb and gutter will be added from Joel Boulevard to the County Line. A new sidewalk is being constructed at Packinghouse/Broadway Street, and the project integrates Intelligent Transportation Systems (ITS) for better traffic management. Mailbox replacements, highway signing, and thermoplastic highway striping are included to improve overall road functionality and safety. Construction Value: $19.8M Reference: Clayton Bell, Fort Myers Operations, (239) 985-7883 June 2024 – August 2024: Senior Inspector D/B - US 41 Over Caloosahatchee River Bridge #120002, Lee County, FL – FDOT District One (FIN: 449015-1) Juan worked on this project during the 24-hour/7-days-a-week, 10-week bridge shutdown. During the bridge closure, crews completed the construction of the single median barrier, installed new guardrail along the east side of the northbound lanes, and worked on the sidewalk on the west side of the southbound lanes. Construction Value: $24.7M Reference: Josephine Mak, P.E., Fort Myers Operations, (239) 985-7840 January 2021 – June 2024: Inspector D/B I-75 at SR 844 (Colonial Boulevard) Interchange, Lee County, FL – FDOT District One (FIN: 413065-1) The project involves the reconstruction of the I-75 interchange at Colonial Blvd. to meet current and ultimate capacity needs. This includes the implementation of a CFI, with three left turn lanes for westbound to southbound traffic movements, at Colonial Blvd./Six Mile Cypress Pkwy./Ortiz Ave., a DDI, with twelve travel lanes under the I-75 overpass and a Superstreet (SS) intersection at Colonial Blvd./Forum Blvd. that requires a U-turn for motorists leaving the Forum and traveling eastbound. Additionally, I-75 was widened from six to eight lanes by adding an auxiliary lane between the Colonial Blvd. and SR 82 interchanges in both the north and southbound directions. (MM 136 to MM 138). Construction Value: $54.1M Reference: Marléna Gore, Interstate Construction Project Manager, (863) 272-5008 January 2019 – January 2021: Inspector SR 82 from Alabama Rd to Homestead Rd, SR 82 from Homestead Rd to Hendry C/L and from Lee C/L to Collier C/L in Hendry County, FL – FDOT District One (FINs: 425841-3, 425841-4, 425841-6) The project involved converting the existing two-lane undivided highway to a four-lane divided highway. It also entailed extensive subsoil excavation to remove existing unsuitable material throughout the project limits and importing significant amounts of embankment to raise the road's vertical profile. Drainage improvements included the installation of two box culvert extensions. Other significant work activities included asphalt pavement, gravity wall, curb and gutter, sidewalk, multi-use path lighting, signage and pavement markings. Reference: Leighton Elliott, P.E., Fort Myers Construction Project Manager, (239) 985-7869 EXPERIENCE: 27 years EDUCATION: Central Union High School, El Centro, CA, 1991 TRAINING & QUALIFICATIONS: TIN W42575373 CTQP • Final Estimates, Level I • Asphalt Paving Technician - Level I & II • Earthwork Construction Inspector, Level I & II • Concrete Field Technician, Level I FDOT • FDOT Advanced MOT • FDOT Critical Structures Other • ACI Concrete Field-Testing Technician, Level I • IMSA Traffic Signal Inspector • FDEP Qualified Storm Water Management Inspector • Troxler Nuclear Safety Cert. • NICET Level 1 – Asphalt, Concrete, Soils • International Code Council (ICC) Spray Applied Fireproofing Special Instructor Page 1381 of 3896 Rick Wilson Senior Inspector Page 2 of 2 August 2018 – January 2019: Inspector SR 82 from CR 884 (Lee Blvd) to 40th Street, Lee County, FL – FDOT District One (FIN: 425841-1) The SR 82 widening project expanded 5.46 miles of the current two-lane rural section to a six-lane urban section. It included milling and resurfacing, total roadway reconstruction and ten inches of concrete pavement in the continuous flow intersection (CFI) of Daniels Parkway/Gunnery Road and SR 82. The CFI was the first of its kind in Florida. The project also contained muck removal, temporary surcharge, temporary sheet pile, temporary overbuild, canal realignment, utility adjustments - including a UWHCA with the City of Fort Myers, an offsite borrow pit, shared-use path, signalization and interconnect plan, highway lighting and signing and pavement markings. Construction value: $55.6M. Reference: Dennis Day, Fort Myers Construction Project Manager, (863) 471-4865 June 2017-July 2018: Inspector SR 35 (US 17) from Bermont Road to Pinegrove Circle, Charlotte County, FL – FDOT District One (FIN: 436599-1) The improvements under this contract consisted of milling and resurfacing, shoulder treatment, drainage improvements, curb and gutter, sidewalks, signing and pavement marking and signalization on State Road 35 (US 17) from Bermont Road northerly 2.617 miles, to Pinegrove Circle in Charlotte County. Rick inspected the cross slopes and friction course and worked punch list items for the project. Reference: Dennis Day, Fort Myers Construction Project Manager, (863) 471-4865 September 2017 – May 2018: Inspector I-75 (ALLEY) MM 63 Rest Area South I-75, Collier County, FL – FDOT District One (FIN: 200746-2) This project included constructing a new rest area building, resurfacing parking areas and entrance roads, and replacing rest area lighting. Reference: Reference: Josephine Mak, P.E., (239) 985-7840 April 2016 – September 2017: Inspector Miami Dade Expressway (MDX) Miami State Road 836 (Dolphin Expressway) Widening and Interchange Reconstruction Project The improvements under this $149.5M contract involved widening the toll road by one lane and reconstructing the interchanges from NW 57th Ave. East to 27th Ave. The project also included an innovative interchange at Northwest 57th Avenue and Northwest 27th Avenue, called a Diverging Diamond Interchange (DDI). The first of its kind in South Florida, the DDI interchange is an innovative traffic solution that significantly improves safety and traffic efficiency over more traditional interchange formats. July 2013 – March 2016: Inspector Fort Lauderdale/Hollywood International Airport Runway Expansion The $791 million project included expanding and elevating Runway 9R-27L to an overall length of 8,000 ft and width of 150 ft, with engineered material arresting system (EMAS) at both runway ends, constructing a new full-length parallel taxiway 75 ft wide just north of Runway 9R-27L, constructing connecting cross-field taxiways from the new full-length parallel taxiway to the existing taxiways and north runway, constructing an instrument landing) system for Runway 9R-27L, constructing a new aircraft staging and hold pad, decommissioning and permanently closing Runway 13-31, the crosswind runway. This infrastructure program included multiple bridges to support the extended runway and parallel taxiway as they pass over the Florida East Coast Railroad, US 1, the airport perimeter road, and associated airport access ramps. The bridges feature tunnel characteristics such as fire alarm, fire suppression, and smoke evacuation. Reference: Bryan Johnson, (239) 265-1338 May 2011 – July 2013: Inspector South Florida Water Management District – Water Treatment Plant – Flow Equalization Basin for Everglades Rehabilitation South Florida Water Management District implemented a technical plan to complete several projects that created more than 6,500 acres of new stormwater treatment areas (STAs) and 116,000 acre-feet of additional water storage through the construction of flow equalization basins (FEBs). Flow equalization basins provide a steadier water flow to the STAs, helping to maintain the desired water levels needed to achieve optimal water quality treatment performance. A flow equalization basin (FEB) is a constructed storage feature used to capture and store peak stormwater flows. Water managers can move water from FEBs into STAs at a steady rate to optimize STA performance and achieve water quality improvement targets. Reference: Fritz Mackey, GFA, (561) 351-5479 Page 1382 of 3896 CTQP Training History Report Report for: Rick Wilson TIN: W42575373 Report Date: 03/24/2025 Valid Qualifications Qualification Name Certificate Number Valid from Expires on Asphalt Paving Level 1 3032999 01/12/2026 08/16/2029 Asphalt Paving Level 1 3000395 01/12/2021 01/12/2026 Asphalt Paving Level 2 3032998 08/16/2024 08/16/2029 Concrete Field Technician Level 1 3014759 10/04/2022 07/17/2025 Earthwork Construction Inspection Level 1 2004150 08/04/2020 08/04/2025 Earthwork Construction Inspection Level 2 3022842 08/02/2023 08/02/2028 Final Estimates Level 1 3000778 01/25/2021 01/25/2026 Page 1383 of 3896 Page 1384 of 3896 Tom Malestein, EI Engineering Intern Page 1 of 1 Mr. Malestein is a recent Civil Engineering graduate with a strong academic foundation. He is team-oriented and ready to apply his skills to the CEI industry. January 2025 – Present: Inspector I-75 (SR 93) from S of Bonita Beach Rd to N of Alico Rd, Collier and Lee County, FL - FDOT District 1 (FIN: 446344-1) The I-75 Bonita Beach project spans 13.9 miles, encompassing milling and resurfacing activities on I-75 (SR 93) from South of Bonita Beach Road to North of Alico Road. Similar to the previously mentioned I-75 project from Golden Gate to Lee County Line, the initial 9 miles, extending from South of Bonita Beach Road to the mainline bridges over Corkscrew Road, will involve milling and resurfacing the FC-5, along with the replacement of pavement markings and TTMS loops. Also included in the section is installing the wrong-way detection system (WWDS) on the Bonita Beach Road ramps. The subsequent 5-mile section, stretching from north of Corkscrew Road to the project's end, will undergo a comprehensive milling and resurfacing process. This phase includes shoulder widening, ITS upgrades featuring a new fiber backbone, ramp enhancements, such as the installation of the wrong-way detection system (WWDS) at the Alico Road ramps, guardrail installation, drainage improvements, bridge joint, and spall repair, thermoplastic pavement markings, ground-in rumble strips, and signage installations, including single-post, multi-post, and several overhead-mounted signs. Reference: Josephine Mak, P.E., Fort Myers Operations, (239) 985-7840 April 2024 – January 2025: Inspector D/B - US 41 Over Caloosahatchee River Bridge #120002, Lee County, FL – FDOT District One (FIN: 449015-1) The project focuses on upgrading the southbound roadway of the existing bridge to enhance safety and accessibility. This includes strengthening the outer barrier and safety curb. On the north side of the bridge, a continuous 8-foot-wide sidewalk will be constructed from First Street to North Shore Park. A new 2'10" traffic railing will be added between the outer lane and the sidewalk, and a 42" aluminum bridge pedestrian railing will be installed outside the sidewalk. To accommodate these improvements without widening the bridge deck, the existing median and safety curbs will be removed, and a 2-foot median barrier will be added. This plan requires replacing two bays of the bridge deck to establish the median barrier wall and close the gap in the bifurcated bridge deck. New cross frames will be added to support the new bridge deck in the middle bay. Additional upgrades include replacing various signs (multi-post, truss, and overhead cantilever), coating new structural steel, addressing damage to existing steel coatings, and spot painting where the current coating has failed. To minimize the construction impact on the traveling public, the US 41 Caloosahatchee Bridge project underwent a 10-week shutdown. Initially scheduled for completion in May 2026, this accelerated timeline now estimates completion by January 2025. Tom served as the drone operator who recorded the project’s weekly progress. Construction Value: $24.7M Reference: Josephine Mak, P.E., Fort Myers Operations, (239) 985-7840 July 2023 – February 2024: Quality Assurance Intern Structure Medical, Naples, FL • Writing and updating various reports • Assisted in CAPA implementation: validation & training. • Cross-referenced reports for possible AQL reductions. • Learned the basics of GD&T and how to interpret drawings. • Analyzed CT scan counts to improve efficiency. • Newfound interests in metrology, including CT scanning, GOM Inspect software, and CMM. EXPERIENCE: 1 year EDUCATION: 2023 BS Civil Engineering, minor in Mathematics – Florida Gulf Coast University TIN: M42381800 CTQP • Asphalt Paving, Level I • Earthwork, Level I • Concrete Field Technician, Level I • Final Estimates, Level 1 FDOT • FDOT Advanced MOT • MSE Wall Other Certifications • ACI Concrete Field Testing, Level I • IMSA Traffic Signal Inspector • FDEP Stormwater Management Inspector • Nuclear Safety Certification • Drone Knowledge and FAA Certified 107 Pilot Page 1385 of 3896 CTQP Training History Report Report for: Tom Malestein TIN: M42381800 Report Date: 03/24/2025 Valid Qualifications Qualification Name Certificate Number Valid from Expires on Asphalt Paving Level 1 3034674 10/21/2024 10/21/2029 Concrete Field Technician Level 1 3032034 07/13/2024 05/22/2029 Earthwork Construction Inspection Level 1 3033775 09/10/2024 09/10/2029 Final Estimates Level 1 3036192 12/31/2024 12/31/2029 Expired Qualifications No Matching Expired Qualification Records Found Pending Qualifications Qualification Name Drilled Shaft Inspection Page 1386 of 3896 Page 1387 of 3896 Adrian Rodriguez Inspector Page 1 of 2 Mr. Rodriguez is a motivated and team-oriented CEI Roadway Inspector with a strong academic background and practical experience supporting FDOT projects. He assists with inspections for milling and resurfacing, drainage improvements, ITS integration, sidewalk construction, and roadway safety enhancements. Known for his attention to detail and proficiency in plan review and scheduling tools, he is committed to delivering high-quality construction oversight. Mr. Rodriguez is eager to continue growing in the CEI industry by applying both his technical knowledge and field experience. April 2025- Present: Inspector Aide I-75 (SR 93) from S of Bonita Beach Rd to N of Alico Rd, Collier and Lee County, FL - FDOT District 1 (FIN: 446344-1) The I-75 Bonita Beach project spans 13.9 miles, encompassing milling and resurfacing activities on I-75 (SR 93) from South of Bonita Beach Road to North of Alico Road. Similar to the previously mentioned I-75 project from Golden Gate to Lee County Line, the initial 9 miles, extending from South of Bonita Beach Road to the mainline bridges over Corkscrew Road, will involve milling and resurfacing the FC-5, along with the replacement of pavement markings and TTMS loops. Also included in the section is installing the wrong-way detection system (WWDS) on the Bonita Beach Road ramps. The subsequent 5-mile section, stretching from north of Corkscrew Road to the project's end, will undergo a comprehensive milling and resurfacing process. This phase includes shoulder widening, ITS upgrades featuring a new fiber backbone, ramp enhancements, such as the installation of the wrong-way detection system (WWDS) at the Alico Road ramps, guardrail installation, drainage improvements, bridge joint, and spall repair, thermoplastic pavement markings, ground-in rumble strips, and signage installations, including single post, multi-post, and several overhead-mounted signs. Reference: Josephine Mak, P.E., Fort Myers Operations, (239) 985-7840 June 2024 – March 2025: Inspector Aide SR 80, from Buckingham Road to Hendry C/L, Lee County, FL – FDOT District One (FIN: 446292-1) Improvements along this 9.54-mile milling and resurfacing project include correcting cross slopes and utilizing AMG for earthwork. The project also involves widening the shoulders, constructing turnouts, and replacing guardrails to enhance safety. The project includes drainage improvements alongside the installation of concrete slope pavement at Hickey Creek Bridge. Inside curb and gutter will be added from Joel Boulevard to the County Line. A new sidewalk is being constructed at Packinghouse/Broadway Street, and the project integrates Intelligent Transportation Systems (ITS) for better traffic management. Mailbox replacements, highway signing, and thermoplastic highway striping are included to improve overall road functionality and safety. Construction Value: $19.8M Reference: Clayton Bell, Fort Myers Operations, (239) 985-7883 October 2023 – February 2024: Assistant Estimator/Project Manager Allen Concrete & Masonry Inc. – Naples, FL • Reviewed construction plans to understand concrete needs, paying meticulous attention to the details. • Used Tekla 3D modeling tool to create models for residential and commercial projects. • Created Takeoff Estimates for various concrete projects. Ensured that the concrete quantity was appropriate for the size and project scope. • Reviewed RFIs for accuracy and maintained the online file management system. Investigated codes. • Inspected job sites to ensure the project was moving along according to the construction blueprints. • Reviewed and marked up construction plans, identifying potential risks/mistakes while multitasking. EXPERIENCE: 1 year EDUCATION: 2023 BS Construction Management – Florida Gulf Coast University TRAINING & QUALIFICATIONS: TIN R36200099 CTQP • Asphalt Paving Technician, Level I • Final Estimates, Level I • Earthwork Construction Inspection, Level I Sched 5/19/25 FDOT • FDOT Advanced MOT • FDOT MSE Wall • FDOT Critical Structures Construction Issues • FDOT ITS CEI Computer-Based Training o Managed Field Ethernet Switch o Closed Circuit Television Camera o Microwave Vehicle Detection System o Road Weather Information System o Dynamic Message Sign Module Other Certifications • FDEP Qualified Storm Water Management Inspector • Nuclear Safety/HazMat Certification Page 1388 of 3896 Adrian Rodriguez Inspector Page 2 of 2 Summer 2023: Development Project Engineer Small Brothers, LLC – Naples, FL • Reviewed construction plans for residential/commercial projects. Identified changes to be made. Worked in a fast-paced, teamwork environment. • Completed permit applications for local government and third-party entities and investigated regulations. • Created purchase orders and change orders for building and maintenance supplies. • Created and maintained project files online and hardcopy. Prioritized customer satisfaction. Page 1389 of 3896 CTQP Training History Report Report for: Adrian Rodriquez TIN: R36200099 Report Date: 02/17/2025 Valid Qualifications Qualification Name Certificate Number Valid from Expires on Asphalt Paving Level 1 3034671 10/21/2024 10/21/2029 Final Estimates Level 1 3036187 12/31/2024 12/31/2029 Page 1390 of 3896 Page 1391 of 3896 Page 1392 of 3896 Zachary Wilson CEI Inspector Mr. Zachary Wilson has 7 years of construction experience in the Quality Control and CEI industry. His capabilities have been utilized for the oversight and inspection of Contractor activities on Florida Department of Transportation (FDOT) and Municipal projects. His CEI experience includes inspection and testing of earthwork, concrete, drainage/pipe, asphalt paving and documentation. Experience Inspector, SR 867 / Sanibel Causeway Hurricane Ian Repairs Sextant Dr. to Port Comfort Rd., FDOT District One, Lee County, FL (01/25-Present) This project entails building the roadway to standard specs, constructing permanent bridge approaches and restoring drainage, lighting, pavement markings, as well as access for utility services along the causeway islands. [FPID: 451936-2-52-90, Contract H1I17] FDOT Reference: Christopher Mollitor, Construction Manager (239) 985-7883. Inspector, I-75 at SR 72 Interchange Improvements, FDOT District One, Sarasota County, FL (04/22-01/25). Providing project administration and CEI services on this $53M Interchange Improvement project. This contract consists of improvements for the interchange at SR 93(I-75) and SR 72 (Clark Road) in Sarasota County in the form of a Diverging Diamond Interchange (DDI). The proposed improvements for SR 93 include widening to provide auxiliary lanes for each on- and off-ramp south of the SR 72 interchange, widening for a 12- foot auxiliary lane north of the SR 72 interchange in each direction, milling and resurfacing the existing mainline pavement and reconstruction of all of the ramps at the SR 72 interchange. The proposed improvements along SR 72 includes providing an eight-lane divided DDI with 11-foot travel lanes and a seven-foot-wide buffered bike lane in each direction of travel. Additional improvements include noise walls, signing and marking, lighting, signalization, ITS and utility work items. [FPID: 201277-3-52-01] FDOT Reference: Alex Ruiz, P.E., Senior Project Manager (941) 708-4419. Inspector, Pre-Event TS/Hurricane CEI, FDOT District One, FL (09/22-02/24). Providing Disaster Monitoring/Construction Engineering and Inspection (CEI) services required for contract administration, disaster related damage assessment, debris monitoring, recovery monitoring, construction inspection for emergency work and environmental clearance support for the event preparation and recovery efforts in District One for the contract duration. Performed inspection of single and multi-post sign installations in various counties including assessment of sign repair needs. The services are performed on a task assignment basis. [FPID: 443533-1-62-01] FDOT Reference: Brian Blair, Assistant District Construction Engineer (863) 519-2676. Inspector, Florida SUN Trail, Van Buren Pkwy. /El Dorado Blvd./Kismet Pkwy., City of Cape Coral, Lee County, FL (06/21-04/22). Provided project inspection and CEI services on this $4.9M FDOT Grant Shared-Use/Non-Motorized (SUN)Trail. The improvements under this contract consisted of constructing a 12-foot-wide, 3.5-mile-long paved Non-Motorized shared use path, drainage improvements, curb and gutter, widening, resurfacing, signing and pavement markings on Van Buren Parkway, El Dorado Boulevard and Kismet Parkway. [FPID: 4440236-1-54-01; ITB-PW20-59/APS] City Reference: Pimolmas Tan, Project Manager (239) 574-0540. Inspector, Fort Denaud Road from SR 80 to Fort Denaud Bridge Way, Hendry County, FL (06/21-12/21). Provided project inspection and CEI services on this $1M roadway improvements project near Labelle, FL. The project consisted of MOT, clearing and grubbing, excavation and earthwork, slope grading, milling and resurfacing, drainage pipe removals and Education Civil Engineering, Florida Southwestern State College, 2020 to Present Graduate, Dunbar Senior High School, 2018 Certifications TIN #: W42598599 CTQP 3-26/Asphalt Paving Technician, Level 1 4-27/Asphalt Paving Technician, Level 2 8-25/Asphalt Plant Technician, Level 1 11-25/Concrete Field Technician, Level 1 7-27/Drilled Shaft Inspection 4-26/Earthwork Construction Inspection, Level 1 2-28/Earthwork Construction Inspection, Level 2 1-28/Final Estimates, Level 1 OTHER 11-25/ACI Concrete Field-Testing Technician, Grade I 4-26/APNGA Portable Nuclear Gauge Safety and HazMat Certification 3-27/FDOT Critical Structures Construction Issues SSC 9-27/Fleet Defense Driver Training AECOM Univ. Cert. 9-26/IMSA Traffic Signal Inspector #SI_138879 9-26/IMSA Traffic Signal Technician - Level 1 #AA_138879 3-29/Temporary Traffic Control (TTC) Advanced - FDOT Approved #638575 No Expiration/MAC ERS No Expiration/FDEP Qualified Stormwater Management Inspector #47539 Years of Experience With AECOM: 4 Years With Other Firms: 3 Years Page 1393 of 3896 Zachary Wilson - 2 installations, utility coordination, signing and pavement markings, sod and other erosion control measures. [FPID: 442468-1-54-01] County Reference: Shane Parker, PE, Public Works Director (863) 675-5222. Inspector Aide, US 41 Venice Bypass from Center Road to Gulf Coast Boulevard, FDOT District One, Sarasota County, FL (02/21-06/21). Provided project inspection and CEI services on this $15.86M federally funded FDOT project. The project consisted of adding lanes and reconstruction, milling and resurfacing, widening, base work, bike lanes, drainage and stormwater system improvements, box culverts, curb and gutter, concrete boarding pads, asphalt base curb pads, sidewalks, pedestrian/bicycle railing, signing and pavement marking, signalization, lighting and utility work by highway contractor. Served as a value-added Inspector Aide on this project, supervised by senior level field staff. [FPID: 198017-6-52-01] Reference: Anil Shah, Project Administrator (727) 639- 0192. Languages English Chronology 02/2021 – Present: AECOM Technical Services, Inc. Page 1394 of 3896 CTQP Training History Report Report for: Zachary Wilson TIN: W42598599 Report Date: 04/14/2025 Valid Qualifications Qualification Name Certificate Number Valid from Expires on Asphalt Paving Level 1 3002565 03/29/2021 03/29/2026 Asphalt Paving Level 2 3011226 04/02/2022 04/02/2027 Asphalt Plant Level 1 2004080 08/05/2020 08/05/2025 Concrete Field Technician Level 1 3007826 04/28/2021 11/13/2025 Drilled Shaft Inspection 3013811 07/13/2022 07/13/2027 Earthwork Construction Inspection Level 1 3002959 04/13/2021 04/13/2026 Earthwork Construction Inspection Level 2 3018408 02/09/2023 02/09/2028 Final Estimates Level 1 3017945 01/21/2027 01/13/2028 Final Estimates Level 1 3009207 01/21/2022 01/21/2027 Page 1395 of 3896 Page 1396 of 3896 Resume | AtkinsRéalis USA Inc. 1 Jennifer A. Dorning Senior Public Information Specialist Jennifer Dorning has over 20 years of experience serving as a public information specialist in southwest Florida. This experience includes providing public information services on nearly 100 planning, design, and construction projects for Florida state and municipal agencies. Through this work, she has proven her ability to cultivate collaborative partnerships, gain trust, and develop long-term relationships with various clients and stakeholders. Her dedication to maintaining an exceptional level of customer service, even during stressful deadlines and fast-paced work environments, is supported by her ability to anticipate needs, recognize a sense of urgency, and quickly learn relevant project details. Ms. Dorning is an expert in communicating sensitive issues to elected officials, the media, and the public. Her experience includes developing content and layouts for correspondence, newsletters, media, and websites. She focuses on creating clear, easy-to- understand communications that support stakeholder engagement, understanding, and consensus for client projects, and being a project resource for the public. Design Services for Bridges within the Golden Gate Estates - 10th Avenue SE, Wilson Boulevard S, 62nd Avenue NE, and 13th Street NW, Collier County, FL. Serving as Community Outreach Consultant on the project to design four new bridges to connect dead end residential streets over canals in Golden Gate Estates. Key to this role is communicating the benefits of the project through public meetings, resident meetings, and project notifications. Duties include submittal of a Public Involvement Plan and a Public Involvement Summary Report to document the process and the outreach. Plantation Island Waterways Pre-Design Feasibility Study, Collier County, FL. Served as public involvement specialist for this project to design the approach to restore the canals of Plantation Island damaged due to Hurricane Irma. Duties involved creating a door hanger as an invitation, securing a location for the public meeting, assisting with creation of display boards, and coordinating with the County on all needs of public involvement to educate and obtain feedback from the local community. Strategic Education and Outreach Manager/Community Outreach Manager: General Engineering Consultant Production Support for Interstate Residency and Design-Build Push-Button projects (Interstate, Interchange, Roadway Construction) FDOT District 1, Bartow, FL. Acted as Community Outreach Manager on multiple projects under this contract. Duties include serving as a point of contact for local municipality and public regarding project status; forecasting potential concerns by reviewing impacted areas and citizens; participation in strategic discussions to minimize negative impacts; coordinating overall schedules of public information meeting/workshops/hearings, and coordinating media outreach (including social media) with District Communications. Current projects include I-75 at SR 951/Collier Boulevard Interchange and I-75 at Pine Ridge Road Interchange in Collier County. Golden Gate Parkway over Santa Barbara Canal Design-Build Planning Study, Naples, FL, Collier County. Project Public Involvement Consultant for this planning study to replace the existing bridge over Santa Barbara Canal. Duties Total Years of Experience 20 Years with Firm 6 Education B.A., Spanish Studies, University of Cincinnati, 1998 Certificate in Technical Writing, University of Cincinnati, 1998 Professional Affiliations City of Fort Myers, Bicycle and Pedestrian Advisory Board, 2016-2019 Software • Adobe Creative Suite • ArcGIS • GoToWebinar • Microsoft Office Page 1397 of 3896 Jennifer A. Dorning Senior Public Information Specialist Resume | AtkinsRéalis USA Inc. 2 included creation, print, and distribution of a project flyer to property owners and tenants. Other tasks included notification to utility owners and coordination with Collier County to post project information on the County’s website. Details of this public outreach were outlined in the final planning study documentation. I-75 PD&E from Golden Gate Parkway to Corkscrew Road, FDOT District One, Collier and Lee Counties, FL. Public involvement lead for this Moving Florida Forward project to improve the mainline of I-75. This study builds upon the previous I-75 South Corridor Master Plan. Duties include coordination with the Corridors office for consistent messaging, drafting a Public Information Plan, creating and distributing kickoff notifications to elected/appointed officials, as well as property owners and tenants. A public hearing will be held for this project and AtkinsRéalis will be responsible for meeting all regulatory NEPA requirements during this process. The project will be closed out with a Comments & Coordination Report. Big Carlos Pass Bridge Project, Lee County, FL. Project Public Information Officer for this project to build a new bridge across Big Carlos Pass between Fort Myers Beach and Lovers Key. Tasks include coordination with Lee County Communications to conduct a groundbreaking ceremony. Tasks included a save the date flyer, displays and press release. Project contact cards, weekly RoadWatch, and a project website assist with sharing project information with adjacent property owners. Emails and phone calls are important to continued communication. Additional coordination with FDOT, Lee County Parks and Recreation, and Lover Key State Park are critical to a successful project. Sanibel Causeway Emergency Restoration, Lee County, FL. Community Liaison for the emergency and permanent restoration of the Sanibel Causeway following damage caused by Hurricane Ian. Duties include presentations to local civic organizations and the City Council, as well as providing weekly Roadwatch updates to residents and businesses. A project webpage was also created as a repository for the presentations. Coordination with local media remains a integral part of this project as it is extremely high-profile. Additionally, this role of the Community Liaison also required coordination with both Lee County Communications and the City of Sanibel Communications, especially during subsequent weather events. Corkscrew Road Widening Project, Phases 1 & 2, Lee County, FL. Project Public Information Officer for the Lee County construction project. Public involvement tasks include close coordination with adjacent community leaders and residents, coordination with the Village of Estero, community updates, and weekly RoadWatch updates. Coordination with the design team was required to include construction info on the website. Virtual team meetings, and in-person, onsite meetings are held as needed with property owners and community representatives. Golden Gate Parkway over Santa Barbara Canal Design-Build Planning Study, Naples, FL, Collier County. Project Public Involvement Consultant for this planning study to replace the existing bridge over Santa Barbara Canal. Duties included creation, print, and distribution of a project flyer to property owners and tenants. Other tasks included notification to utility owners and coordination with Collier County to post project information on the County’s website. Details of this public outreach were outlined in the final planning study documentation. Page 1398 of 3896 Resume | AtkinsRéalis Page 1 Michaela Zawodny Senior Public Information Specialist Michaela Zawodny has over 10 years of experience executing marketing and communications strategy, writing, and reporting. Through this work, she has proven her ability to work collaboratively across departments, quickly obtain project understanding, and express her creative aptitude through multiple mediums. Ms. Zawodny has a year of experience serving as a public information specialist in southwest Florida. This experience includes providing public information services on planning, design, and construction projects for Florida state and municipal agencies. Ms. Zawodny is skilled at developing and distributing content for newsletters, email communications, media and websites. As a result of her time as a public information specialist as well as her experience in several past roles, she has developed the ability manage deadlines and execute tasks in stressful, fast-paced environments. She focuses on building and fostering relationships with stakeholder groups as well as identifying and utilizing multiple channels to effectively spread key messages and meet client objectives. Community Outreach Specialist: General Engineering Consultant Production Support for Interstate Residency and Design-Build Push-Button projects (Interstate, Interchange, Roadway Construction) FDOT District 1, Bartow, FL. Acted as Community Outreach Specialist, Acted as Community Outreach Manager on multiple projects under this contract. Duties include serving as a point of contact for local municipality and public regarding project status; forecasting potential concerns by reviewing impacted areas and citizens; participation in strategic discussions to minimize negative impacts; coordinating overall schedules of public information meeting/workshops/hearings, and coordinating media outreach (including social media) with District Communications. Recent projects include I-75 at Fruitville Road Interchange in Sarasota County; I-75 Punta Gorda Weigh Station Improvements in Charlotte County; I-75 at Colonial Boulevard Interchange in Lee County; and I-75 at SR 951 Interchange, I-75 at Pine Ridge Road Interchange and I-75 Alligator Alley Resurfacing in Collier County. Design Services for Bridges within the Golden Gate Estates - 10th Avenue SE, Wilson Boulevard S, 62nd Avenue NE, and 13th Street NW, Collier County, FL. Serving as Community Outreach Specialist on the project to design four new bridges to connect dead end residential streets over canals in Golden Gate Estates. Key to this role is communicating the benefits of the project through public meetings, resident meetings, and project notifications. Duties include submittal of a Public Involvement Plan and a Public Involvement Summary Report to document the process and the outreach. I-75 PD&E from Golden Gate Parkway to Corkscrew Road, FDOT District One, Collier and Lee Counties, FL. Public Involvement Specialist for this Moving Florida Forward project to improve the mainline of I-75. This study builds upon the previous I-75 South Corridor Master Plan. Duties include coordination with the Corridors office for consistent messaging, drafting a Public Information Plan, creating and distributing kickoff notifications to elected/appointed officials, as well as property owners and tenants. A public hearing will be held for this project and AtkinsRéalis will be Total years of experience 11 Years with firm 1 Education B.S., Journalism, University of Florida, 2017 Software Adobe Creative Suite Microsoft Office GoToWebinar WordPress Page 1399 of 3896 Michaela Zawodny Senior Public Information Specialist I Resume | AtkinsRéalis Page 2 responsible for meeting all regulatory NEPA requirements during this process. The project will be closed out with a Comments & Coordination Report. Bell Boulevard Sidewalk Project, Lee County, FL. Project Public Information Specialist for new sidewalk and drainage construction on Bell Boulevard in Lehigh Acres. Public outreach duties include close coordination with property owners for sensitive issues such as removal of mature trees from the right-of-way. Communication with emergency services and the adjacent school provide a smooth project for the public. A project information flyer was created and distributed to property owners and residents, as well as template flyers for the contractor to use to notify residents of pending activities that would affect access. Electronic updates are provided for Lee County’s RoadWatch and sent to interested parties. Ortiz Avenue Widening Project, Lee County, FL. Public Information support for the construction project. Ortiz Avenue will be widened from 2 lanes to 4 lanes from SR 884 (Colonial Boulevard) to SR 82 (Martin Luther King, Jr. Boulevard). Public involvement tasks to date have included creating project contact cards, building an interested parties contact list, writing weekly RoadWatch updates, and responding to community inquiries. Littleton Road-Kismet Parkway Realignment Project, Lee County, FL. Public Information support for Phase II of the construction project. Littleton Road will be realigned from NE 24th Avenue to US 41. Public involvement tasks to date have included creating project contact cards and writing weekly RoadWatch updates, as well as responding to community inquiries. Sanibel Causeway Emergency Restoration, Lee County, FL. Assisting the Community Liaison for the emergency and permanent restoration of the Sanibel Causeway following damage caused by Hurricane Ian. Duties include presentations to local civic organizations and the City Council, as well as providing weekly Roadwatch updates to residents and businesses. A project webpage was also created as a repository for the presentations. Coordination with local media remains a integral part of this project as it is extremely high-profile. Additionally, this role of the Community Liaison also required coordination with both Lee County Communications and the City of Sanibel Communications, especially during subsequent weather events. Corkscrew Road Widening Project, Lee County, FL. Project Public Information support for the Lee County construction project. Public involvement tasks include community updates and weekly RoadWatch updates. Coordination with the project team was required to maintain info and photos on the project website. Virtual team meetings, and in-person, onsite meetings are held as needed with property owners and community representatives. Big Carlos Pass Bridge Project, Lee County, FL. Project Public Information Officer for this project to build a new bridge across Big Carlos Pass between Fort Myers Beach and Lovers Key. Tasks include coordination with Lee County Communications to conduct a groundbreaking ceremony. Tasks included a save the date flyer, displays and press release. Project contact cards, weekly RoadWatch, and a project website assist with sharing project information with adjacent property owners. Emails and phone calls are important to continued communication. Additional coordination with FDOT, Lee County Parks and Recreation, and Lover Key State Park are critical to a successful project. Page 1400 of 3896 Christopher Gallagher, PE Lab Manager / CEI Geotechnical Technician – Pile Foundation FL License No. 96198 B.S, Civil Engineering, Florida Gulf Coast University Page 1 of 1 Where Structural Design Meets Construction Engineering Summary Mr. Gallagher has been testing geotechnical materials in labs for over 9 years. His experience includes sampling and testing asphalt, concrete, aggregate, and soils. Chris is also trained and certified in geotechnical testing for dynamic measurement and analysis of driven piles. As Lab Manager, Christopher oversees all lab technicians and ensures that material is tested properly per the applicable specifications. He prepares all material testing reports, gets them through the approval process, and submits them to clients. Mr. Gallagher managed the initial lab setup and keeps the lab approved and running in accordance with both CMEC and FDOT. Test Methods Christopher is certified to perform include: Sampling Aggregate (AASHTO T2/ASTM D75), Reducing Aggregate to Testing Size (AASHTO R76/ASTM C702), Dry Preparation of Samples for Testing (AASHTO R58/ASTM D421), Liquid Limit (AASHTO T89/ASTM D4318), Plastic Limit (AASHTO T90/ASTM D4318), Particle Size Analysis (AASHTO T88/ASTM D422), Moisture Content (AASHTO T265/ASTM D2216), Modified Proctor (AASHTO T180/ASTM D1557), Standard Proctor (AASHTO T99/ASTM D698), Limerock Bearing Ratio (FM 5-515), #200 wash (AASHTO T11/ASTM C117), Sieve Analysis (AASHTO T27/ASTM C136), Specific Gravity and Absorption (AASHTO T84/T85/ASTM C127/C128), Evaporable Moisture Content (AASHTO T255/ASTM C566), Organic Impurities in Fine Aggregate (AASHTO T21/ASTM C40), Capping Concrete Specimens (ASTM C617), Unbonded caps for Concrete Cylinders (ASTM C1231), Concrete Cylinders (ASTM C39), Flexural Strength of Concrete (ASTM C78), Sampling Concrete (ASTM C172), Concrete Temperature (ASTM C1064), Concrete Slump (ASTM C143), Concrete Gravimetric Density (ASTM C138), Concrete Air Content (ASTM C231 and ASTM C173), Casting Concrete Specimens (ASTM C31), Sampling Paving Mixtures (FM 1-T168), Preparing and Determining the Density of Asphalt (AASHTO T312), Bulk Specific Gravity of Compacted Asphalt (FM 1-T 166), Maximum Specific Gravity of Asphalt (FM 1-T209), Asphalt Content (FM 5-563), Mechanical Analysis of Extracted Aggregate (FM 1-T030/AASHTO T30) Lab Manager – Project Experience Lab Manager March 2018 – Present FDOT Contact CA071/FPID 198391-1-62-17 FDOT1 PM: Joseph Lee, District Manager – Lab Qualifications/Contracts, D1& D7 Materials, (863) 519-4227 Lab testing under this contract has been performed for the following projects:  198391-1-62-17 / Mine Proctors  440123-1-52-01 / SR 884 Lighting Retrofit  201610-1-A1-02 / QC Program Samples  435114-1-52-01 / Bonita Springs Elementary Sidewalk  439002-1-52-01 / SR 29 Pedestrian Safety  439555-1-52-01 / SR 951 Resurfacing  434898-1-52-01 / SR 867  439025-3-54-01 / QC Program Samples Lab testing under various County and City Contracts:  Alico Road Widening (Lee County)  ECS Limited (Misc. projects)  FMI Phase 2 Part 2 (City of Ft. Myers)  FMI Phase 3 Part 4 (City of Ft. Myers) Qualifications / Certifications TIN G42611693 Florida PE #96198 NCEES Civil-Geotechnical PDCA Dynamic Measurement & Analysis of Driven Pile – ADVANCED GSSI GPR Certified Limerock Bearing Ratio Technician Aggregate Base Technician Aggregate Testing Technician – Level 1 Asphalt Plant Inspection - Levels 1 & 2 Asphalt Paving Inspection – Levels 1 & 2 Final Estimates – Level 1 Earthwork Construction Inspection – Levels 1 & 2 ACI Concrete Field-Testing Technician ACI Concrete Strength Testing Technician Concrete Laboratory Technician QC Manager Advanced Temporary Traffic Control (MOT) DEP Qualified Storm Water Management Inspector APNGA Gauge Safety Certified FDOT Critical Structures Construction Issues - 2018 Page 1401 of 3896 CTQP Training History Report Report for: Christopher Gallagher TIN: G42611693 Report Date: 04/16/2025 Valid Qualifications Qualification Name Certificate Number Valid from Expires on Aggregate Base Testing Technician 3016925 12/09/2022 10/14/2027 Aggregate Testing Technician 3023130 09/15/2023 07/28/2028 Asphalt Plant Level 1 2002554 07/31/2020 07/31/2025 Asphalt Plant Level 2 2003534 07/31/2020 07/31/2025 Concrete Field Technician Level 1 3023039 07/21/2023 06/16/2028 Concrete Lab Technician Level 1 3024925 09/15/2023 02/03/2028 Earthwork Construction Inspection Level 1 3001625 05/27/2021 05/27/2026 Final Estimates Level 1 2000653 06/30/2020 06/30/2025 LBR Technician 3014824 11/29/2022 11/29/2027 Pile Driving Inspection 3006203 08/20/2021 08/20/2026 QC Manager N/A 07/20/2018 01/01/2099 Qualified Sampler Technician 3024371 09/15/2023 07/29/2028 Page 1402 of 3896 Robin Gibson MAT Senior Asphalt Plant Inspector Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Ms. Gibson has 38 years’ experience serving as Lab Technician/Verification and Asphalt Plant Inspector. Lab duties include maintaining all lab testing, maintaining all equipment, calibrations, CMEC and Army Corps certifications and proficiency samples. Ms. Gibson is also experienced in writing reports and training of all new lab staff. She has performed all manners of construction materials testing including lab and field concrete sampling and testing, soil density testing, concrete coring, proctor testing, carbonates, graduations, and specific gravity, LBR testing and MAC/PrC data entry. MAT/CEI Asphalt Plant Inspector Experience: Effective December 2015, the responsibility for the Asphalt Plant (VT) Testing & Inspection Program was transferred from D1 Construction to D1 & D7 Materials. With this change, Construction (specifically the Resident Asphalt Coordinators [RAC’s]), was no longer responsible for staffing the Asphalt Plants with VT Technicians. District Materials now coordinates and manages this task and uses their own Continuing Services Consultant Contracts to staff the asphalt plants. HighSpans Inspectors, including Ms. Robin Gibson, are part of the plant inspection team covering all D1 and D7 asphalt production on the following contract: MAT Asphalt Plant Inspector – February 2023 – Present District-Wide Materials Testing & Inspection Services FDOT Districts 1 (198391-2-62-02) & 7 (404580-2-62-02) – Contract CAM01 HighSpans is the prime consultant. HEI Plant Inspectors cover asphalt production on projects throughout D1 and D7. FDOT PM: Joseph Lee, District Manager – Lab Qualifications/Contracts, D1& D7 Materials (863) 519-4227 MAT Asphalt Plant Inspector – February 2019 – August 2023 Materials & Testing CEI Support Consultant Contract FDOT Contract CA071/FPID 198391-1-62-17 HighSpans is the prime consultant on this contract covering all D1 asphalt production. During the duration of this contract, our team covered over 160 FPIDs. FDOT PM: Joseph Lee, District Manager – Lab Qualifications/Contracts, D1& D7 Materials (863) 519-4227 MAT Asphalt Plant Inspector – November 2022 - Present D7 Materials Testing & Geotechnical Services - Continuing FDOT D7 Contract CA515 / FPID 404580-1-62-14 HighSpans Inspectors are part of the plant inspection team covering all D7 asphalt production. FDOT 7 PM: Joseph Lee, District Manager – Lab Qualifications/Contracts, D1& D7 Materials (863) 519-4227 CEI Asphalt Plant Inspector – December 2021 – July 2022 CEI Services for Legacy Trail Extension – Segments 1 to 4 Sarasota County Contract 2020-451 Reference - Sarasota County Transp./Stormwater Construction Manager: Sandra Boudreau, PE, 941-914-3319 MAT Asphalt Plant Inspector – June 2019 – March 2023 CEI Services for Roadway Resurfacing for Fiscal Year 2019/2020/2021/2022 Sarasota County Contract 2019-148 / 2020 – SR 1836 / 2021 – SR 1994 / 2022 - SR 2255 Reference - Sarasota County Transp./Stormwater Construction Manager: Sandra Boudreau, PE, 941-914-3319 MAT Asphalt Plant Inspector – December 2017 – July 2022 Asphalt Plant Inspection Services (Continuing) FDOT D7 Contract C9V75 / FPID 431593-1-62-02 HighSpans was a subconsultant on this project and covered approximately 40 FPIDS during its duration. Qualifications / Certifications TIN G12572461 Asphalt Plant - Level 1 Asphalt Plant – Level 2 PrC Data Entry OSHA (Construction) High School Graduate Page 1403 of 3896 Robin Gibson MAT Senior Asphalt Plant Inspector Page 2 of 2 Where Structural Design Meets Construction Engineering FDOT 7 PM: Joseph Lee, District Manager – Lab Qualifications/Contracts, D1& D7 Materials (863) 519-4227 CEI Asphalt Plant Inspector – December 2019 Punta Gorda Paving – Project No. 6111-19-096 Charlotte County Airport Authority - Runway 15-33 Rehabilitation and Extension This project consists of constructing a 593-foot extension on the south end of Runway 15-33 (increasing the length to 6,281 feet) and rehabilitating the existing runway pavement. In addition, Woodlawn Drive will be realigned to be outside the limits of the new Runway Protection Zone (RPZ) on the south end of Runway 33 once it is extended to the south. CEI Asphalt Plant Inspector – July 2021 CEI Services for Thomasson Drive Beautification Project Collier County Contract #18-7466 Reference - Collier County PM: Tami Scott, Senior Project Manager, 239-643-1115 CEI Asphalt Plant Inspector – March 2020 to January 2021 CEI Services for Alico Widening from Ben Hill Griffin Parkway to Airport Haul Road This project consists of 2 to 4-lane widening including roadway, water lines, sewer lines, drainage, and realignment of the canal. Inspection duties include verification testing and inspection of all earthwork related activities and materials (pipe backfill, embankment, subgrade, and base rock) and concrete for sidewalks and curb and gutters Reference – Vince Miller, Project Manager, 239-533-8577 Burnt Store Road Widening CEI Lee County DOT CN150085 / Contract 7131 This project consists of the initial widening of the north segment of Burnt Store road to four lanes, which includes three bridges (Horseshoe Canal, Arroz Canal, and Gator Slough.) Robin also worked on the South Segment. The South Segment portion of the project consists of widening Burnt Store Road from 2 lanes to 4 lanes from South of Pine Island Road along Veterans Parkway to North of NW 5th Terrace. Project includes roadway construction, drainage, structures (One bridge, seawalls, and walls), signing and pavement markings, and lighting. The project is funded by Lee County and FDOT. Contact – Vince Miller, PE, Lee County DOT, 239-533-8577 FDOT Project Oversight – Josephine Mak, PE, 239-985-7840 Other MAT/CEI Asphalt Plant Experience: Senior Lab Technician July 2016 – December 2018 - Ms. Gibson served as Sr. Laboratory Technician/Verification Asphalt Plant Inspector. She worked on asphalt jobs for Sarasota County and Collier County as Verification Inspector. Laboratory Manager May 2009 – June 2016 - Ms. Gibson is very knowledgeable with current FDOT, ASTM & AASHTO testing procedures. Her responsibilities as lab manager were training and reviewing all lab technicians’ testing procedures, reviewing paperwork for accuracy, overseeing of daily activities and employee responsibilities. Laboratory Technician January 1985 – April 2009 - Duties included perfuming laboratory tests on concrete, soil, and base course material, including LBR’s, proctors, carbonates, gradations, and specific gravity. Responsibilities included scheduling and dispatching filed technicians as well as preparing reports of soils and concrete testing results. Page 1404 of 3896 CTQP Training History Report Report for: Robin Gibson TIN: G12572461 Report Date: 01/23/2024 Valid Qualifications Qualification Name Certificate Number Valid from Expires on Asphalt Plant - Level 1 3025378 11/07/2023 11/07/2028 Asphalt Plant - Level 2 3013457 07/07/2022 07/07/2027 Page 1405 of 3896 David is an experienced surveying and mapping professional with over 39 years of experience. His expertise includes significant project management experience in a variety of areas including boundary surveys, ALTA surveys, topographic surveys, public lands surveys, hydrographic surveys, construction layout, utility surveys, road projects, subdivision design and platting and submerged land leases. His project experience includes platting of single -family home developments, roadway design projects both existing roadway expansion and new road corridors, as well as several unique surveying projects. David's experience spans many parts of Florida. He has been registered as a Florida Professional Surveyor and Mapper since 1998 and has worked in Collier County for over 30 years. Relevant Experience ¬ Immokalee Road, Collier Boulevard to 43rd Avenue NE, Collier County - Project manager for design survey performed for use in the design of a new six -mile road corridor. Services included aerial topographic surveys, jurisdictional surveys, a control survey and right -of-way mapping a sketch and descriptions for staking parcels, this also included preparation for and attendance of Order of Taking Hearings. ¬ Collier Boulevard, Golden Gate Boulevard to Immokalee Road, Collier County - Project manager for right -of-way mapping project for the widening of the existing road corridor. Services provided included preparation of right -of-way maps as well as sketch and descriptions of proposed parcel takings, this also included preparation for and attendance of Order of Taking Hearings. ¬ Collier Boulevard, Davis Boulevard to Golden Gate Canal, Collier County - Project manager for right -of-way mapping project for the widening of the existing road corridor. Services provided included preparation of right -of-way maps as well as sketch and descriptions of proposed parcel takings. ¬ Davis Collier Boulevard, US 41 to Boulevard, Collier County - Project manager for right - of-way mapping project for the widening of the existing road corridor. Services provided included preparation of right -of-way maps as well as sketch and descriptions of proposed parcel takings. ¬ Vanderbilt Beach Road Extension Wilson Boulevard to Desoto Boulevard, Collier County - Project manager for design survey performed for use in the design of a new six - mile road corridor six miles in length. Services included Topographic surveys, jurisdictional surveys, a control survey and aerial surveys. ¬ Vanderbilt Beach Road, Airport Road to Collier Boulevard, Collier County - Project manager for right -of-way mapping project for the widening of the existing road corridor. Services provided included preparation of right -of-way maps as well as sketch and descriptions of proposed parcel takings. ¬ Florida Keys Overseas Heritage Trail, Monroe County - Project manager for surveying services provided in support of design of the Florida Keys Overseas Heritage Trail Bike Trail through several segments of the Florida Keys. Surveying services included topographic surveys, jurisdictional surveys and right -of-way and property determinations. ¬ 10th Street North Streetscape, City of Naples - Project manager for surveying services provided in support of a streetscape project on 10th Street North from 7th Avenue North to Central Avenue. Services included right -of-way determination, and topographic surveying. DAVID HYATT, PSM Professional Surveyor & Mapper dhyatt@johnsoneng.com 239.289.1520 Years Experience 39 years Licensing & Registration Florida Professional Surveyor & Mapper, License No. LS5834 Education/Training Engineering Technology (YEAR) Florida State College Page 1406 of 3896 Page 1407 of 3896 Office Location: Plant City, FL Experience: 33 years Education: B.S., Geotechnical Engineering, University of South Florida (1997) M.S., Geotechnical Engineering, University of South Florida (1999) Professional Registration(s): P.E.: Florida - No. 58092 (Feb. 2002) Certification: PDCA PDA Proficiency – Master, CTQP Augercast, Pile, Shaft and Driven Pile Instructor Current Responsibilities: Mr. Lewis has worked in various capacities of construction for 33 years. He has 27 years experience in foundation engineering for numerous projects throughout the United States and abroad. Over the last 27 years he has been involved with several high profile design and construction phase load test programs including: the Woodrow Wilson Bridge, the Cooper River Bridge, the Tiapei Financial Center the LA-1 Bridges and the I-4 Ultimate project. Responsibilities on these projects included reviewing and assisting in the development of specifications, developing and implementing load test programs, reducing raw data to provide design values and report results. His specialties include: Pile Driving Analyzer (PDA), WEAP, CAPWAP Analysis, Embedded Data Collector (EDC), pile capacity evaluation, Pile Integrity Testing (PIT), Rapid Load Testing (Statnamic and RLT), static load testing, foundation design, crosshole sonic logging, Thermal Integrity Profiling (TIP) and instrumentation. Current PDCA PDA ranking is Master level. He also has a thorough knowledge of Florida Department of Transportation 455 Specification and the operating procedures of FDOT. Work History: 1991 - 1996 - Central Concrete Products - responsibilities included supervision of up to 4 crews, constructed FDOT gravity walls, curb and gutter, foundations for minor bridges, outfall structures, etc. Worked with engineers in resolving issues with conflict structures. Also, was required to have plan reading skills and an understanding of the FDOT specification. 1996 - 1998 - University of South Florida/FHWA - research for the development of a new method to interpret rapid load testing data. This work included performing and analyzing rapid, dynamic and static load tests. This work included testing auger cast piles to validate design values and evaluate construction methods. 1998 - 2004 - Applied Foundation Testing - Advanced from Engineering Intern to Senior Geotechnical Engineer. Responsibilities included office and lab management as well as foundation testing and engineering. During this time was responsible for instrumentation, testing and inspection of auger cast test foundation. Published auger cast pile case studies for DFI Augured Cast- In-Place Pile Committee in 2000. 2004 - Present - Foundation & Geotechnical Engineering - Founder/Principal Engineer responsible for business development, office management as well as foundation engineering tasks. Summary of Relevant Experience: I-95 HOV Widening-South of PGA Blvd. to South of Donald Ross Road - FM Number: 406870-1-52- 01 - Training on auger cast pile installation, dynamically monitor test piles, observe and evaluate drilled shaft installation, CSL testing, review of CAPWAPS and WEAPs used in recommendations for production pile lengths and criteria. From: 8/08 to 10/11 -Reference: Matthew Gisondi, P.E., FDOT Districts 4 and 6 Geotechnical Engineer (954-295- 4798). Matthew.Gisondi@dot.state.fl.us. Contract amount $45 Million Christopher L. Lewis, P.E. Chief Geotechnical Engineer Page 1408 of 3896 NW 74th Street Interchange - North of Sunrise Blvd. to Atlantic Blvd. - Dynamically monitor test piles, CAPWAPs, WEAPs, establish production pile lengths and driving criteria. Perform pile integrity testing to evaluate driven piles. Inspector training and on-site representative for auger cast demonstration elements. Responsibilities also included verifying calibration and reviewing inspection records. From: 11/06 to 9/09 - Reference: Project Manager: Wing Heung, Turnpike Lead Geotechnical Engineer - Telephone No.: 954-934-1154. Wing.heung@wsp.com Contract amount $60 Million I-75 Managed Lanes Segments A through E - Miami Dade / Broward Counties – FMs: 4307637- 62-01 & 4037638-62-01 - CEI Corridor Principal Geotechnical Engineer /Project Manager- Project included bridge, sound wall, and drilled shaft construction. Bridge construction include both shallow and deep foundations. Work also included settlement analysis and vibration monitoring. Attended pre-activity meetings for each Segment, onsite for demonstration piles, over-the-shoulder review of inspectors and contractor communication during construction, reviewed pile logs and FCP and performed integrity verification testing. From 3/14 to 10/18 - Reference: Matt Gisondi, P.E., FDOT District 4 & 6 Geotechnical Engineer(954-677-7038). Matthew.Gisondi@dot.state.fl.us. Contract amount $567 Million I-4 Ultimate Project – FM Number: 432193-1-52-01 Seminole and Orange Counties – Principal Geotechnical Engineer / Foundation Review Consultant (FRC)- Project included bridge, sound wall, and drilled shaft construction. Mr. Lewis was responsible to approve all foundation design and construction submittals and ultimate approve foundation certification packages. - Reference: Michael Byerly, P.E., FDOT District 5 Geotechnical Engineer (386-279-5506). michael.byerly@dot.state.fl.us. Contract amount $2.6 Billon Gateway Expressway – FM Number: 433880-1-52- 01 Pinellas County – Principal Geotechnical Engineer / Project included bridge, sound wall, and drilled shaft construction. Mr. Lewis performed verification testing roles. From: 7/15 to present - Reference: Kisan Patel, P.E., FDOT Districts 1&7 Geotechnical Engineer (863-519.4261). Kisan.Patel@dot.state.fl.us. Contract amount $545 Million SR 23 (NB), Middleburg, Florida – Principal Geotechnical Engineer – Responsible for review of thermal data and report QC reviews on drilled shafts. From 1/15 to 1/17- Reference: Ben Watson, P.E., FDOT District 2 Geotechnical Construction Engineer (352-283-3049). ben.watson@dot.state.fl.us. I-95 Express Lanes Phase 3 Project – Broward & Palm Beach Counties, Florida - Chief Geotechnical Engineer - Attended pre-activity meeting, reviewed pile logs and FCP for final acceptance. Auger cast pile responsibilities included site verification for method and test piles and review of 167 pile logs for foundation certification packages on three sound walls and one bridge pier with 9 piles. From 2018 to current - Reference: Matt Gisondi, P.E., FDOT District 4 & 6 Geotechnical Engineer (954-677-7038). Matthew.Gisondi@dot.state.fl.us Contract amount $5 Million US 98 over Pensacola Bay - FM Number: 409334- 1, Santa Rosa Beach, Florida – Principal Geotechnical Engineer – Responsible for developing pile lengths and criteria for over 750 piles. Pile sizes included 36-inch square PCP high moment capacity up to 210 feet in length and 30-inch steel pipe piles. Also responsible for QC of static load test reporting. Also, responsible for pile integrity testing after hurricane damage to the new construction. Construction from 7/17 to 1/22 - Reference: Vince Blake P.E., FDOT District 3 Geotechnical Engineer (850-330-1146) (vince.blake@dot.state.fl.us). Contract amount $400 Million Page 1409 of 3896 Office Location: Plant City, FL Experience: 35 years Education: B.S., Civil Engineering, University of Florida (1991) M.S., Geotechnical Engineering, University of (1993) Professional Registration(s): P.E.: Florida - No. 52105 (Aug. 1997) Certifications: PDCA PDA Proficiency – Advanced Current Responsibilities: Mr. Spears has worked in various capacities of engineering design and construction for 35 years. He has 32 years of experience in foundation engineering and testing over numerous projects throughout Florida. He has been involved with several high-profile transportation projects in various capacities including: Project Manager for the Gandy Bridge load test program, Geotechnical Engineer of Record for the 1-95/SR9A Interchange in Jacksonville, the I-275 Segment 2A project in downtown Tampa, the John’s Pass Bridge in Treasure Island, Bellaire Causeway in Bellaire and the Treasure Island Bridges, Treasure Island. His specialties include: Driven Pile and Drilled Shaft design and construction in Florida limestone and knowledge of Florida Department of Transportation’s 455 Specification. He also provides his unique knowledge as an instructor for the FDOT CTQP Inspector’s Qualification training programs for Driven Pile and Drilled Shafts. Mr. Spears has provided dynamic load testing on driven pile on 100’s of bridges in Florida spanning all of the FDOT Districts including Florida’s Turnpike since 1993. Mr. Spears has been intricately involved with the newly used Embedded Data Collector (EDC). He has also provided FDOT Geotechnical design recommendations in Districts 1, 2, 3, 4, 6 and 7. Work History: 1993 – 2009 – Williams Earth Sciences, Inc. – Responsibilities included management, proposal preparation and field testing and project manager on various types of geotechnical work. Performed dynamic testing on countless bridges throughout Florida. Also instructed Pile and Drilled Shaft CTQP training courses. 2009 – Present – Foundation & Geotechnical Engineering – Senior Engineer/Managing Partner responsible for business development, Project Management and providing engineering services and recommendations. Project Experience: Westbound Gandy Bridge, Hillsborough and Pinellas Counties, Project Field Testing Engineer Mr. Spears was responsible for a major load test program that included three Statnamic Load tests, 3 Osterberg Load tests, and 6 pull-out load tests to evaluate the shear strength in the limestone in Tampa Bay for the design of 48, 72 and 84-inch diameter drilled shafts. Project located in Tampa Bay, Florida, connecting Hillsborough and Pinellas Counties. Data has been used extensively for design of shafts in the Tampa Bay area. Corridor Length ≈ 4 miles. Reference: Kisan Patel, P.E., Districts 1 & 7 Geotechnical Engineer 863-519-4261, Kisan.patel@dot.state.fl.us. Cost: 70M. Dates: January 1994 – January 1997. SR 37 over N Fork Alafia River Bridge Replacement, FPID 428937-1-52-01, Polk County, Lead Geotechnical Engineer of Record. Project consisted of replacing the existing bridge that has experienced settlement and movement. The geotechnical aspects were challenging due to phosphatic clays present below the embankment and bridge approaches. Dynamic compaction was implemented to reduce future settlement of the replacement bridge and embankment. Mr. Spears was responsible for developing the Lawrence D. Spears, M.S., P.E. MAT Chief Engineer Page 1410 of 3896 Technical Specifications for the Dynamic Compaction program, the design geotechnical exploration, reporting, and recommendations for bridge and roadway, and the dynamic testing of piles operations. Corridor length ≈ 0.5 miles. Reference: Terry Puckett, District Geotechnical Engineer, 863- 640-2509, Tpuckett@dot.state.fl.us. Cost: 40M. Dates: April 2012 – March 2014. I-4 at SR 557 Improvements, Polk County, FPID 201215-3-52-01, Geotechnical Engineer of Record for Bridges DRMP is the Engineer of Record for this $70.5 million design-build project that realigned nearly two miles of I-4 to the outside to accommodate for the future typical section and HSR. The project also converted the SR 557 interchange from a partial cloverleaf interchange to a diamond interchange with dual tear-drop roundabouts and emergency stopping areas on both I-4 ramps. SR 557 was be widened from two lanes to four lanes. DRMP’s structural engineers are providing design services for three new bridges: a new 4-lane SR 557 bridge over I-4, two wildlife crossing bridges along I-4, and a new SR 557 wildlife culvert crossing. Mr. Spears was responsible for the geotechnical design of the bridge structures and embankment settlement design and monitoring. Corridor Length ≈ 2 miles. Reference: Kisan Patel, P.E., Districts 1 & 7 Geotechnical Engineer 863-519-4261, Kisan.patel@dot.state.fl.us. Cost: 70.5M. Dates: January 2020 – November 2021. I-275 N of I-4 to N of Hillsborough Avenue Widening, FPID 431821-2-52-01, Geotechnical Drilled Shaft Design Engineer of Record This project entailed widening of interstate bridges that included both driven piles and drilled shaft for bridge foundation support. Mr. Spears was responsible for recommending drilled shaft tip elevations in highly variable limestone formation. Corridor Length ≈ 2 miles. Reference: Kisan Patel, P.E., Districts 1 & 7 Geotechnical Engineer 863-519- 4261, Kisan.patel@dot.state.fl.us. Cost: 20M. Dates: 2021 – 2022. I-4 Ultimate Project – FM Number: 432193-1-52- 01 Seminole and Orange Counties – Principal Geotechnical Engineer / Foundation Review Consultant (FRC) Project included bridge, sound wall, and drilled shaft construction. Mr. Spears was responsible to approve foundation design and construction submittals and ultimately approve foundation certification packages. Corridor Length ≈ 20 miles. Reference: Michael Byerly, P.E., FDOT District 5 Geotechnical Engineer 386-279-5506. michael.byerly@dot.state.fl.us. Contract amount $2.6 Billon. SR 5/US 1 Bridge over the Loxahatchee River/Intracoastal Waterway (Jupiter Bridge Replacement), Palm Beach County, Lead Geotechnical Engineer Category 2 Bridge on 30-inch square prestressed concrete piles for a moveable bridge. Perform dynamic pile testing, CAPWAP, WEAP and establish recommended pile lengths and drive criteria. Corridor Length ≈ 4.1 miles. Reference: Matt Gisondi, P.E., Districts 4 and 6 Geotechnical Engineer 954-295-4798, Matthew.Gisondi@dot.state.fl.us. Cost: $122. Dates: 2022 – Present. Pinellas County Public Works, Bellaire Causeway Bridge Replacement, FPID 413045-1- 52-01, Bellaire Beach, FL, Geotechnical Engineer of Record Responsibilities included design, review, and approval. This bridge replacement project was originally designed using non-redundant methodology and design. The plans were later changed to redundant drilled shafts. Corridor Length ≈ 1 mile. Reference: Kisan Patel, PE, District Geotechnical Engineer, 863 899-2026. Kisan.patel@dot.state.fl.us. Cost: $72M. Dates: June 2007 – April 2008. FDOT D5, I-4 Ultimate Project FPID: 432193-1-52- 01, Seminole and Orange Counties, FL, Geotechnical Engineer / Foundation Review Consultant (FRC) Project included bridge, sound wall, and drilled shaft construction. Mr. Spears was responsible for approving foundation design and construction submittals and ultimate approval of foundation certification packages. Also performed verification testing for driven piles. Corridor Length ≈ 21 miles. Reference: Michael Byerly, P.E., District 5 Geotechnical Engineer 850-330-1146, Michael.byerly@dot.state.fl.us. Cost: 2.6B. Dates: January 2014 – May 2022. Page 1411 of 3896 Rev. 1 2025 Procurement Services Division Vendor Check List IMPORTANT: PLEASE REVIEW CAREFULLY AND SUBMIT WITH YOUR PROPOSAL/BID. ALL APPLICABLE DOCUMENTS SHALL BE SUBMITTED ELECTRONICALLY THROUGH OPENGOV. VENDOR SHOULD CHECKOFF EACH OF THE FOLLOWING ITEMS. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE EITHER BY WET SIGNATURES OR VERIFIABLE ELECTRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Form 4: Certification for Claiming Status as a Local Business, if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. Form 5: Reference Questionnaire form must be utilized for each requested reference and included with your submittal, if applicable to the solicitation. Form 6: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. Vendor W-9 Form. Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County’s issuance of a Notice of Recommend Award. The Bid Schedule has been completed and attached with your submittal, applicable to bids. Copies of all requested licenses and/or certifications to complete the requirements of the project. All addenda have been signed and attached. County’s IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. Page 1412 of 3896 Page 1413 of 3896 Page 1414 of 3896 Page 1415 of 3896 Page 1416 of 3896 Rev. 1 2025 Procurement Services Division Form 4: Vendor Submittal – Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) Collier County Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor’s staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non-permanent structure such as a construction trailer, storage shed, or other non-permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in Collier County or Lee County: ________ Number of Employees (Including Owner(s) or Corporate Officers):_________ Number of Employees Living in Collier County or Lee (Including Owner(s) or Corporate Officers):_______ If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor’s submission being deemed not applicable. Sign and Date Certification: Under penalties of perjury, I certify that the information shown on this form is correct to my knowledge. Company Name: _________________________________________ Date: _____________________________ Address in Collier or Lee County: _____________________________________________________________________ Signature: ____________________________________________ Title: _____________________________ 32 2001 18 Kinard-Stone, Inc April 2, 2025 12801 Commerce Lakes Drive, Unit 1, Fort Myers, FL 33913 President Page 1417 of 3896 Page 1418 of 3896 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No. 25-8376 – CEI & Related Services for Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd Reference Questionnaire for: Kinard-Stone, Inc. (Name of Company Requesting Reference Information) Tom Deer, PE, Senior Project Engineer (Name of Individuals Requesting Reference Information) Name: Carl Karakos Transportation Engineer (Evaluator completing reference questionnaire) Company: City of Fort Myers – Public Works Engineering (Evaluator’s Company completing reference) Email: ckarakos@fortmyers.gov FAX: Telephone: 239.771.0483 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a p articular area, leave it blank and the item or form will be scored “0.” Project Description: FIN: 449015-1-62-01 - D/B US 41 over the Caloosahatchee River Bridge #120002 Completion Date: 02/18/2025_______________________ Project Budget:$24.7M_____________________________ Project Number of Days: 559_______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 1419 of 3896 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No. 25-8376 – CEI & Related Services for Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd Reference Questionnaire for: Kinard-Stone, Inc. (Name of Company Requesting Reference Information) Tom Deer, PE, Senior Project Engineer (Name of Individuals Requesting Reference Information) Name: David Lindsay, District Manager (Evaluator completing reference questionnaire) Company: Lehigh Acres – Municipal Services District (Evaluator’s Company completing reference) Email: dlindsay@la-msid.com FAX: Telephone: 239.368.0044 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:SR 82 from Lee Blvd to 40th Street, SR 82 from Alabama to the Hendry County Line and the Hendry Canal Widening project Completion Date: 10/2019 from Lee to 40 Street and 7/2021 for Alabama to the Hendry C/L Project Budget:$56.6M Lee to 40th / $47.5M Alabama to the Hendry C/L_________________________________ Project Number of Days: 726 / 1107 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 1420 of 3896 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No. 25-8376 – CEI & Related Services for Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd Reference Questionnaire for: Kinard-Stone, Inc. (Name of Company Requesting Reference Information) Tom Deer, PE, Senior Project Engineer (Name of Individuals Requesting Reference Information) Name:Debre White Contract Support Specialist (Evaluator completing reference questionnaire) Company: Volkert (Evaluator’s Company completing reference) Email: debre.white@volkert.com FAX: Telephone:239.225.8097 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:FIN: 446292-1/SR 80 from Buckingham Road to Hendry C/L Completion Date: Estimated in July 2025 Project Budget:$19.8M________________________ Project Number of Days: TBD Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 1421 of 3896 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No. 25-8376 – CEI & Related Services for Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd Reference Questionnaire for: Kinard-Stone, Inc. (Name of Company Requesting Reference Information) Tom Deer, PE, Senior Project Engineer (Name of Individuals Requesting Reference Information) Name: Mike Cook, Assistant District Manager (Evaluator completing reference questionnaire) Company: Lehigh Acres – Municipal Services District (Evaluator’s Company completing reference) Email: mcook@la-msid.com FAX: Telephone: 239.292.7491 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: SR 82 from Lee Blvd to 40th Street, SR 82 from Alabama to the Hendry County Line and the Hendry Canal Widening project Completion Date: 10/2019 from Lee to 40 Street and 7/2021 for Alabama to the Hendry C/L Project Budget:$56.6M Lee to 40th / $47.5M Alabama to the Hendry C/L___________________________ Project Number of Days: 726 / 1107 ______________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 1422 of 3896 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No. 25-8376 – CEI & Related Services for Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd Reference Questionnaire for: Kinard-Stone, Inc. (Name of Company Requesting Reference Information) Tom Deer, PE, Senior Project Engineer (Name of Individuals Requesting Reference Information) Name: Ryan McCarthy Project Manager (Evaluator completing reference questionnaire) Company: Ajax Paving (Evaluator’s Company completing reference) Email: mccarthy@ajaxpaving.com FAX: Telephone:239.789.0784 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a p articular area, leave it blank and the item or form will be scored “0.” Project Description:FIN: 446292-1/SR 80 from Buckingham Road to Hendry C/L Completion Date: Estimated in July 2025 Project Budget:$19.8M________________________ Project Number of Days: TBD Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 1423 of 3896 Rev. 1 2025 Procurement Services Division Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: RPS No. 25 -8376 – CEI & Related Services for Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd Reference Questionnaire for: Kinard -Stone, Inc. (Name of Company Requesting Reference Information) Tom Deer, PE, Senior Project Engineer (Name of Individuals Requesting Reference Information) Name: Kim berly Murphy Construction Project Administrator (Evaluator completing reference questionnaire) Company: Central Florida Expressway Authority (Evaluator’s Company completing reference) Email: Kim.Murphy@cfxway.com FAX: Telephone: 407.690.5369 Collier County has implement ed a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which t hey have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsa tisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a p articular area, leave it blank and the it em or form will be scored “0.” Project Description: Project 538 -165 – D/B – CEI Services for SR 538 Widening from Ronald Reagan to Cypress Parkway Completion Date: 01/31/2024 Project Budget: $96.6M ______________________________ Project Number of Days: 1,171 __________________ Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on -time or early). 9 3 Quality of work. 9 4 Quality of consultative advice provided on the project. 9 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 9 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 9 TOTAL SCORE OF ALL ITEMS 92 Page 1424 of 3896 Page 1425 of 3896 Page 1426 of 3896 04/21/2025 Page 1427 of 3896 Page 1428 of 3896 Page 1429 of 3896 Addendum #1 Date: April 1, 2025 From: Dania Guerrero, Procurement Strategist To: Interested Bidders Subject: Addendum #1 Solicitation # 25-8376 CEI & Related Services For Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd. The following clarification is being made in response to a question posted on the County’s bidding platform and are hereby incorporated into the bid. CHANGE: Clarification added indicating who is qualified for Major Work groups Words struck through are deleted; words underlined are added to 2.0 Scope The below Question 1 was received in OpenGov: Per 25-8376_Attachment_1_-Detailed_Scope_of_Work, Section 2.0 – Scope, two of the major work groups for this project are listed as Work Group 5 – Bridge Inspection, including 5.1 – Conventional Bridge Inspection and 5.4 – Bridge Load Rating. It also states that the Prime Consultant must be FDOT pre-qualified in these work groups. Based on our experience with similar projects, we respectfully request that Collier County re- evaluate the specified Work Group 5 pre-qualification requirements. We believe that the nature and scope of this project more appropriately align with Work Groups 10.5.1 – Major Bridge CEI – Concrete and 10.5.2 – Major Bridge CEI – Steel. These classifications better reflect the construction engineering and inspection services required for this type of work rather than the bridge inspection-focused qualifications under Work Group 5. If Collier County prefers to retain Work Groups 5.1 and 5.4 as part of the project requirements, we kindly request that the County consider allowing the Prime Consultant to delegate those specific tasks to a qualified sub-consultant. Answer: Per Addendum #1, Clarification has been added to identify who is qualified for Work Groups 5.0 Bridge Inspection, 10 – CEI per the below (Please see revised version of 25-8376 Attachment 1 - Detailed Scope of Work-Rev). Email: dania.guerrero@colliercountyfl.gov Telephone: (239) 252-7989 Page 1430 of 3896 2.0 Scope Major Work groups include: •5 – Bridge Inspection-The prime and/or the sub-consultant are to be qualified for: o 5.1 – Conventional Bridge Inspection o 5.4 – Bridge Load Rating •10 – CEI-The prime consultant must be qualified for: o 10.1 – Roadway CEI o 10.3 – Construction Materials Inspection o 10.4 – Minor Bridge and Miscellaneous Structures CEI o 10.5.1 – Major Bridge CEI – Concrete If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) 04/02/2025 Kinard-Stone, Inc. Page 1431 of 3896 Addendum #2 Date: April 1, 2025 From: Dania Guerrero, Procurement Strategist To: Interested Bidders Subject: Addendum #2 Solicitation # 25-8376 CEI & Related Services For Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd. The following clarification is being made in response to a question posted on the County’s bidding platform and are hereby incorporated into the bid. CHANGE: Attachment 2 Name Update 25-8376 Attachment 2 City Gate N -Signal Plans_4.5.2024 - Removed Replaced with - 25-8376 Attachment 2 City Gate N -Signal Plans_4.5.2024 (Adjacent Project) ADDITION: Plans added to OpenGov in response to question 5 below: Question 5: Are there construction plans available in addition to the adjacent project’s signals plans? Answer: Per Addendum #2 the following plans have been uploaded to the attachments section of OpenGov. 25-8376 Attachment - Collier III_90%_Structures_10.7.2024 (1) 25-8376 Attachment - Collier III_90%_Lighting_10.7.2024.PDF (1) 25-8376 Attachment - Collier III_90%_Roadway_10.7.2024 (1) 25-8376 Attachment - Collier III_90%_Signals_10.7.2024 (1) 25-8376 Attachment - Collier III_90%_SPM_10.7.2024 (1) The documents attached reflect the 90% complete plans that ultimately be part of the construction contract. The awarded CEI firm will be required to inspect the different components as shown on this construction contract. The County anticipates to finalize and advertise the construction contract prior to negotiation of this CEI contract with the top ranked firm. The final construction contract documents will be shared with the aforementioned firm and prior to start of negotiations. Email: dania.guerrero@colliercountyfl.gov Telephone: (239) 252-7989 Page 1432 of 3896 If you require additional information, please post a question on our OpenGov (https://procurement.opengov.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. (Signature) Date (Name of Firm) 04/02/2025 Kinard-Stone, Inc. Page 1433 of 3896 Page 1434 of 3896 Page 1435 of 3896 Page 1436 of 3896 Page 1437 of 3896 Addendum #1 Date: April 1, 2025 From: Dania Guerrero, Procurement Strategist To: Interested Bidders Subject: Addendum #1 Solicitation # 25-8376 CEI & Related Services For Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd. The following clarification is being made in response to a question posted on the County’s bidding platform and are hereby incorporated into the bid. CHANGE: Clarification added indicating who is qualified for Major Work groups Words struck through are deleted; words underlined are added to 2.0 Scope The below Question 1 was received in OpenGov: Per 25-8376_Attachment_1_-Detailed_Scope_of_Work, Section 2.0 – Scope, two of the major work groups for this project are listed as Work Group 5 – Bridge Inspection, including 5.1 – Conventional Bridge Inspection and 5.4 – Bridge Load Rating. It also states that the Prime Consultant must be FDOT pre-qualified in these work groups. Based on our experience with similar projects, we respectfully request that Collier County re- evaluate the specified Work Group 5 pre-qualification requirements. We believe that the nature and scope of this project more appropriately align with Work Groups 10.5.1 – Major Bridge CEI – Concrete and 10.5.2 – Major Bridge CEI – Steel. These classifications better reflect the construction engineering and inspection services required for this type of work rather than the bridge inspection-focused qualifications under Work Group 5. If Collier County prefers to retain Work Groups 5.1 and 5.4 as part of the project requirements, we kindly request that the County consider allowing the Prime Consultant to delegate those specific tasks to a qualified sub-consultant. Answer: Per Addendum #1, Clarification has been added to identify who is qualified for Work Groups 5.0 Bridge Inspection, 10 – CEI per the below (Please see revised version of 25-8376 Attachment 1 - Detailed Scope of Work-Rev). Email: dania.guerrero@colliercountyfl.gov Telephone: (239) 252-7989 Page 1438 of 3896 Page 1439 of 3896 Addendum #2 Date: April 1, 2025 From: Dania Guerrero, Procurement Strategist To: Interested Bidders Subject: Addendum #2 Solicitation # 25-8376 CEI & Related Services For Collier Blvd. Widening Phase III from Green Blvd. to City Gate N. Blvd. The following clarification is being made in response to a question posted on the County’s bidding platform and are hereby incorporated into the bid. CHANGE: Attachment 2 Name Update 25-8376 Attachment 2 City Gate N -Signal Plans_4.5.2024 - Removed Replaced with - 25-8376 Attachment 2 City Gate N -Signal Plans_4.5.2024 (Adjacent Project) ADDITION: Plans added to OpenGov in response to question 5 below: Question 5: Are there construction plans available in addition to the adjacent project’s signals plans? Answer: Per Addendum #2 the following plans have been uploaded to the attachments section of OpenGov. 25-8376 Attachment - Collier III_90%_Structures_10.7.2024 (1) 25-8376 Attachment - Collier III_90%_Lighting_10.7.2024.PDF (1) 25-8376 Attachment - Collier III_90%_Roadway_10.7.2024 (1) 25-8376 Attachment - Collier III_90%_Signals_10.7.2024 (1) 25-8376 Attachment - Collier III_90%_SPM_10.7.2024 (1) The documents attached reflect the 90% complete plans that ultimately be part of the construction contract. The awarded CEI firm will be required to inspect the different components as shown on this construction contract. The County anticipates to finalize and advertise the construction contract prior to negotiation of this CEI contract with the top ranked firm. The final construction contract documents will be shared with the aforementioned firm and prior to start of negotiations. Email: dania.guerrero@colliercountyfl.gov Telephone: (239) 252-7989 Page 1440 of 3896 Page 1441 of 3896