Agenda 12/09/2025 Item #16B 2 (Staff to enter into contract negotiations with HighSpans Engineering, Inc.)12/9/2025
Item # 16.B.2
ID# 2025-4480
Executive Summary
Recommendation to approve the selection committee’s ranking and authorize staff to enter into contract negotiations
with HighSpans Engineering, Inc., related to Request for Professional Services (“RPS”) No. 25-8369 for “Design
Services for Golden Gate City Outfalls,” and bring a proposed agreement back for the Board’s consideration at a future
meeting. (Project 51029)
OBJECTIVE: To approve the selection committee’s ranking and authorize staff to enter into contract negotiations for
Professional Services on Request for Professional Services (“RFP) No. 25-8369, Design Services for Golden Gate City
Outfalls.
CONSIDERATIONS: Golden Gate City has historically suffered impacts of flooding roadways and residences. The
existing stormwater infrastructure, installed more than fifty years ago, has reached the end of its useful life and requires
replacement. The proposed system upgrades are intended to enhance stormwater drainage capacity and reduce flood
risks throughout the community. The Florida Department of Environmental Protection (“FDEP”) has allocated
$2,810,500 for this project through the FY23-FY24 Appropriation, with no match required.
On May 5, 2025, the Procurement Services Division released notices for RFP (“RFP”) No. 25-8369, “Design Services
for Golden Gate City Outfalls” to three thousand one hundred and ninety-two (3,192) design professionals. One
thousand two hundred and thirty-five (1,235) firms viewed the solicitation, and the County received five proposals by
the June 12, 2025, deadline. Staff reviewed the proposals and found all five firms to be responsive and responsible, with
two firms having minor irregularities in their proposal.
A selection committee met on September 2, 2025, and scored each of the proposals and shortlisted three firms to move
to oral presentations.
On September 19, 2025, the selection committee reconvened for oral presentations and a final ranking. After receiving
the presentations, the selection committee ranked the firms as follows:
Firm Final Ranking
HighSpans Engineering, Inc. 1
R.J. Behar & Company, Inc. 2
LJA Engineering, Inc. 3
Staff recommends that the Board approve the selection committee’s ranking and authorize staff to initiate contract
negotiations with HighSpans Engineering, Inc. (“HighSpans”). Based in Fort Myers, HighSpans is a civil engineering
consulting firm that specializes in structural design, construction engineering & inspection, highway/civil design,
geotechnical engineering, materials testing, and transportation-related services.
If staff is unable to reach a proposed agreement with HighSpans Engineering, Inc., staff will continue negotiating with
the remaining firms in ranked order (consistent with the Consultant’s Competitive Negotiation Act, F.S. § 287.055),
until a proposed agreement can be brought back for the Board’s consideration at a future meeting.
This item is consistent with the Infrastructure and Asset Management Element of Collier County’s Strategic Plan by
preparing for the impacts of natural disasters on our critical infrastructure and natural resources.
FISCAL IMPACT: Approval of this item does not result in a direct fiscal impact. Grant funds from FDEP in the
amount of $2,810,500 have already been appropriated within the Transportation Management Fund (1841), Project
(51029).
GROWTH MANAGEMENT IMPACT: This project is in accordance with the goals and objectives of the Stormwater
Element of the Growth Management Plan.
Page 3184 of 9661
12/9/2025
Item # 16.B.2
ID# 2025-4480
LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board
approval. —SRT
RECOMMENDATION(S): To approve the selection committee’s ranking and authorize staff to enter into contract
negotiations with HighSpans Engineering, Inc., related to RPS No. 25-8369, “Design Services for Golden Gate City
Outfalls,” and bring a proposed agreement back for the Board’s consideration at a future meeting, Fund (1841). (Project
51029).
PREPARED BY: Isabel Soto, PM II, Stormwater Management, Transportation Engineering
ATTACHMENTS:
1. 25-8369 Solicitation
2. 25-8369 HighSpans Engineering, Inc. Proposal
3. 25-8369 Final Ranking
4. 25-8369 NORA
Page 3185 of 9661
Procurement Services Division
COLLIER COUNTY
BOARD OF COUNTY COMMISSIONERS
GRANT FUNDED REQUEST FOR PROFESSIONAL SERVICES (RPS)
In accordance with Florida Statute 287.055
Consultants’ Competitive Negotiation Act
FOR
DESIGN SERVICES FOR
GOLDEN GATE CITY OUTFALLS
RPS NO.: 25-8369
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 3186 of 9661
SOLICITATION PUBLIC NOTICE
REQUEST FOR PROFESSIONAL
SERVICES (RPS) NUMBER:
#25-8369
PROJECT TITLE: Design Services for Golden Gate City Outfalls
PRE-PROPOSAL CONFERENCE: May 12, 2025 @ 10:00 AM (EST)
LOCATION: Procurement Services Division, Conference Room A, 3295 Tamiami Trail East,
Bldg. C-2, Naples, FL 34112
RPS OPENING DAY/DATE/TIME: June 5, 2025 @ 3:00 PM (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 Consultants, at a minimum, must achieve the requirements of the Specifications
or Scope of Work stated.
The selected consultant shall perform a comprehensive design of the County-owned inlets and outfall pipping and structures,
identified within the Golden Gate City area to construct system renovations to improve the stormwater drainage system and minimize
flooding events in Golden Gate City. The selected Consultant will perform preliminary design, construction phasing, final design,
permitting, bidding packages, opinion of probable costs, public involvement services, construction-related support services, and
construction warranty services.
BACKGROUND
The Collier County Transportation Engineering Division is undertaking a comprehensive program to replace Golden Gate City
outdated stormwater infrastructure, specifically targeting the inlet and outfall systems, which have been in operation for over fifty
(50) years. This upgrade aims to improve stormwater drainage and mitigate flood risks across the area. The Florida Department of
Environmental Protection (FDEP) has allocated $2,810,500 for this project through the FY23-FY24 Appropriation, with no match
required.
In 2020, AIM Engineering & Surveying, Inc., completed a survey of the stormwater infrastructure in Golden Gate City finding that
the system is approximately fifty (50) years old and at the end of its useful life (Attachment 1: Golden Gate City Outfall Summary
Report). The system includes a total of one-hundred and thirty-seven (137) outfalls that were surveyed, comprising of pillbox type
structures and corrugated metal pipe in poor and occasionally hazardous conditions. Maintenance access is restricted to a 12-foot
easement (6 feet on either side of the lot line). Concrete structures are frequently cracked or broken, and the pipes are corroded or
collapsing, compromising both the structural integrity of the system and its ability to effectively convey stormwater. This condition
results in a diminished level of service for stormwater management.
In 2020 Collier County replaced outfall/inlet system SMOF-1968 and SMIL-11786, identified as the most critical/failing.
Subsequently, in 2022, AIM Engineering & Survey, Inc. developed initial plans to replace fifteen (15) outfalls that were determined
to be the most critical infrastructures that needed to be replaced (see Attachment 2: Golden Gate City Outfall Pipe Replacement, Final
Construction Plans). The design considerations included open trench replacement of the existing corrugated metal pipes with
Corrugated Plastic Pipes (CPP). Headwall outfalls were preferred, with new precast inlets. The plans also considered private
improvements within the drainage easements, such as vegetation and fencing, which may require restoration. The plans are being
provided as a reference only.
The FDEP funding will support the replacement of fifteen (15) stormwater outfalls. The selected firm will be responsible for updating
bid documents, technical specifications, and cost estimates for the fifteen (15) outfall pipe replacement plans, and to ensure alignment
with current industry standards. Additionally, services will include construction bidding support and post-design services through
construction to ensure effective stormwater conveyance and functionality.
TERM OF CONTRACT
The contract term, if an award(s) is/are made is intended to be for the duration of the project and any close out related activities.
Page 3187 of 9661
County reserves the right to modify this scope during negotiations for budgetary reasons.
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.
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 County is interested in contracting with a qualified Consultant to design the fifteen (15) most critical stormwater inlet and outfall
systems in Golden Gate City, generally described as the area including and located north of the Golden Gate Main Canal, west of
Collier Blvd, east of Santa Barbara Blvd and south of Green Blvd, defined by Township 49 south Range 26 east Sections 21, 22, 27
and 28.
The selected Consultant shall be required to work in close cooperation and coordination with Collier County staff. The selected
Consultant shall design the stormwater improvements prepare all necessary regulatory and governmental permitting, complete the
bid process for all the construction phases and recommend construction contractors to execute the stormwater infrastructure
replacement program.
a. Attend Progress meetings with the Stormwater Project Management staff as needed.
b. Attend public information meetings with Stormwater Project Management staff as needed.
c. Graphics/exhibit preparation.
d. Progress meeting assistance.
e. Public meeting assistance.
f. Project management assistance.
g. Project management plan preparation.
h. Public Relations assistance.
i. Infrastructure preliminary design.
j. Infrastructure design.
k. Subsurface investigations of underground utilities.
l. Geotechnical surveys.
m. Land surveying.
n. Permitting.
o. Bid package(s).
p. Refine existing designs, update bid documents, technical specifications, and cost estimates of fifteen (15) outfalls pipe
replacement plans:
• INLETS: SMIL-9435; SMIL-10516; SMIL-10356; SMIL-10049; SMIL-12751; SMIL-10733; SMIL-11034; SMIL-
11304; SMIL-11665; SMIL-11461; SMIL-9522; SMIL-10504; SMIL-9275; SMIL-12180; SMIL-11032.
• OUTFALL CULVERTS: SMOF-1637; SMOF-1837; SMOF-1899; SMOF-1904; SMOF-1999; SMOF-1989; SMOF-
2311; SMOF-1355; SMOF-1941; SMOF-1533; SMOF-1515; SMOF-1358; SMOF-1842; SMOF 2035; SMOF 1909.
Task 1 - Project Management
The selected Consultant’s project management involvement with Collier County will include at least the following:
1.01 Initial Kick-Off Meeting – The selected Consultant’s Engineer of Record (“EOR”) will organize an initial kick-off meeting
with County staff to review the project scope, project objectives and goals, project standards and project schedule for
completing the work, this effort should also include the review of fund available sources. The EOR team shall prepare a
project agenda and written meeting minutes summarizing the discussion and project action plan.
Page 3188 of 9661
1.02 Initial Project Timeline – EOR team will prepare an initial project timeline and submit to County staff at the initial kick-off
meeting. The EOR team will update the schedule throughout the duration of the project and shall provide a copy of the
updated schedule to County staff at their request.
1.03 Project Review Meetings: Conduct bi-weekly meetings with County representatives to monitor project progress, address
issues, and ensure consulting activities align with County objectives. Each meeting will include:
• Established meeting schedules, agendas delivered two days in advance, and draft minutes provided within two business
days.
• Discussion on progress updates and decisions on current project topics.
Task 2 - Public Involvement:
2.1 The EOR and their subconsultant(s) shall complete all required public involvement services throughout the preliminary
engineering design phase upon request of the Project Manager. Work under this item is to include, but not be limited to, the following:
a. Preparing a comprehensive mailing list for all property and business owners who will be affected by the construction with
limits as shown on the most current set of construction documents.
b. Preparing informational newsletter(s) which describes the project and addresses frequently asked questions.
c. Preparing project contact cards which allow the contractor to continue working uninterrupted and will ensure that the public
and media are receiving the most timely and accurate information. Politically sensitive issues would be immediately brought
to the attention of the Project Manager.
d. Coordination with property owners and public services affected by construction, (e.g. garbage pickup, USPS, public schools
(buses), development of road closure notices, etc.).
e. Press releases as necessary for notification to the public.
f. Establishing and maintaining a public “Hotline.” Coordination with County staff will be included should this interface be
required.
g. Maintaining the Project Customer Service Log using County provided template.
h. Respond to public concerns.
i. Attending design progress meetings, as needed, for the duration of the design.
j. Secure site and develop meeting materials for the design public meeting(s).
k. Create webpage for project and update it on an as needed basis.
Task 3 – Surveying Services
The selected Consultant shall provide land surveying services for project design to include, but not be limited to, the following:
3.01 Utilize two (2) control points at each of the outfall locations previously established by RTK GPS procedures. Horizontal
control will be relative to the Florida State Plane Coordinate System, East Zone. Elevations of control points will be relative
to the North American Vertical Datum of 1988 (NAVD 88).
3.02 Utilize the Sunshine State One-Call System to have the existing utilities located and to determine utility ownership (water,
wastewater, gas, oil, electric, telephone, cable, etc.) prior to performing any field survey location efforts.
3.03 Collect topographic data and locate all improvements to assist in the design for replacement of outfall culvert locations.
Topographic survey coverage will extend from the edge of pavement at the inlet structure to the top of bank / seawall adjacent
to the outfall location. Coverage will include a width of 30 feet +/-, extending 15 feet on either side of the outfall pipe or to
the face of adjacent building whichever is smaller. Existing features to include, but not be limited to, the following:
• Property boundaries, rights-of-way and easements.
• All utilities (visible and below ground including water, gas, electric, telephone, cable, force mains, etc.) including
manholes, valve covers, meter boxes, power poles, lines, pipelines, including invert elevations where applicable.
• All stormwater facilities including swales, culverts, pipe ends, storm drains, inlets, including invert elevations
where applicable.
• Edge of pavement and driveways.
Page 3189 of 9661
• Fences/bollards.
• Trees and shrubs (within or overhanging the rights-of-way or easements).
• Landscaping (code considerations) and irrigation facilities.
• Buildings.
• County Utilities Easement boundaries.
3.04 Submit two (2) full size and one (1) half size copies of the boundary and topographic survey. The boundary and topographic
map shall include the latest aerial photography as a background.
3.05 At the sixty (60) percent preliminary design drawing, produce legal descriptions & sketches at each outfall location for
proposed temporary construction easements. At each location two (2) legal descriptions will be produced, one (1) for each
adjacent property owner.
3.06 Geotechnical: The selected Consultant shall demonstrate (or identified sub-consultant’s) ability to provide geotechnical
investigations and analyses necessary for the design and preparation of construction plans for this Project. A report shall be
prepared with recommendations and pertinent soils data, including the water table and rock depths, and shall be submitted to
the County for its record.
Task 4 – Preliminary Design
The selected Consultant will prepare a Basis of Design Report detailing the design basis, including innovative technology where
applicable. The selected Consultant will design the rehabilitation program in phases stipulated by the County and will prepare and
submit preliminary drawings and specifications for review and approval. The selected Consultant will meet with the County’s design
and operations staff and obtain their written acceptance (signature approval) of the work completed to date.
4.01 30% Plans Preparation – The selected Consultant will prepare thirty (30%) design plans for the project that depict existing
topographical features, existing right-of-way and easement lines, and plan view of proposed stormwater improvements, and
contain, but not be limited to the following:
a. Cover Sheet.
b. Proposed typical section(s).
c. Survey work, any pertinent geotechnical information and the aerial photo in the background. The profile view does not
need to be completed.
d. Incorporate the boundary and topographic survey.
e. Engineer’s order of magnitude Opinion of Probable Cost (OPC) shall be prepared for the cost of constructing the Project.
f. Submit three (3) full size and one (1) half size of the 30% construction plans at least two (2) weeks prior to the meeting
with PUD and GMD Staff.
g. Organize and conduct a 30% plan review meeting with PUD and GMD staff to discuss the preliminary construction
plans. Revise construction plans as required to reflect PUD and GMD comments.
Task 5 - Final Design
On the basis of the accepted preliminary layout, the selected Consultant will prepare final drawings and specifications, which provide
the general scope, extent and character of the work to be furnished, and performed by the Contractor. The selected Consultant will
prepare and submit drawings and specifications at the 60%, 90% and 100% complete stages for review and approval.
Technical specifications will utilize the current Florida Department of Transportation (FDOT) Standard Specification for Road and
Bridge Construction and current FDOT Standard Indexes, when applicable. In addition to technical specifications, the selected
Consultant will coordinate with County to develop necessary General Conditions, Supplemental Conditions, and Special Provisions
Specifications will be developed specifically for the project being constructed. Standard Collier County Specifications may be used
for reference, but the selected Consultant shall not rely on them as a replacement for sound engineering judgment and responsibility.
The selected Consultant will prepare design plans for the Project that depict existing topographical features, existing right-of-way
and easement lines, existing utilities and stormwater components, proposed right-of-way and easement lines, plan and profile of
proposed stormwater facilities. An engineer’s opinion of probable construction cost will accompany each submittal. Consultant shall
meet with the County’s design and operations staff and obtain their written acceptance (signature approval) of the work completed
to date.
Page 3190 of 9661
The documents shall include drawings and project specifications ready for bidding, consistent with Collier County standards,
including the following or as approved by the County’s Project Manager:
a. Cover Sheet, Index and Key Map.
b. Plan and profile view of proposed stormwater improvements.
c. Operational Contingency Plans.
d. Furnish copies of Contract Documents that include engineering drawings and specifications.
e. Separate documents with sketches and legal descriptions prepared by a licensed surveyor for all needed easements
provided at 60% plans.
5.01 Prepare applications for Right-of-Way permits, Insubstantial Change to a Site Improvement Plan when required from Collier
County Growth Management Division and respond to requests for additional information.
5.02 Furnish copies of Contract Documents that include engineering drawings and specifications. Present and review them in
person with the County at the 90% completion stage in the project and make appropriate changes requested.
5.03 100% Construction Documents – The selected Consultant shall prepare 100% construction documents for the project that
address revisions to incorporate permit conditions from permit agencies and contain, but are not limited to, the following:
• Assistance with Technical Specifications and Bid Documents – The selected Consultant will assist the County with
preparation of technical specifications and bid documents. The selected Consultant will review the documents prepared
by the County and provide assistance with supplemental conditions, if appropriate.
Delivered Plans – The selected Consultant will deliver the requested number of signed and sealed construction plans to the County
for the County’s record, along with requested sets of plans as needed for bid document distribution. Additionally, the construction
plans shall be delivered to the County in electronic formats (DWG and PDF).
Task 6 – Permitting
The selected Consultant will be responsible for preparing and submitting all required applications and other supportive information
necessary to assist the County in obtaining all reviews, approvals and permits, with respect to the selected Consultant’s design,
drawings and specifications required by any governmental body having authority over the Project:
6.01 South Florida Water Management District (SFWMD) environmental resource permit (ERP)
• Prepare a preliminary stormwater design concept drawing and present it to the South Florida Water Management District
(SFWMD) in a pre-application meeting to determine if a SFWMD environmental resource permit (ERP) or modification
will be required. If the SFWMD determines that the ERP is required, the consultant will be responsible for preparation
of the permit application, including all drawings, specifications and supporting backup information. Respond to all
requests for additional information (RAI) from the SFWMD. All permit fees will be paid by the County.
6.02 U.S. Army Corps of Engineers environmental permit
• Prepare a preliminary design concept drawing and present it to the U.S. Army Corps of Engineers (USACOE) in a pre-
application meeting to determine if a USACOE environmental permit or modification will be required. If the USACOE
determines that the environmental permit is required, the consultant will be responsible for preparation of the permit
application, including all drawings, specifications and supporting backup information. Respond to all requests for
additional information (RAI) from the USACOE or other federal agencies. All permit fees will be paid by the County.
6.03 Collier County Right-of-Way permit
• Prepare applications for Right-of-Way permits when required from Collier County Growth Management Department
and respond to requests for additional information. Prepare all other required permit applications. Permitting fees will
be paid by the County.
6.04 Prepare all other required permit applications. Permitting fees will be paid by the County.
Task 7 – Consultation Services During Construction
Page 3191 of 9661
The selected Consultant will provide post design services that include, but are not necessarily limited to, bid preparation and
evaluation, contractor recommendation, and construction observation and the following:
7.01 Bid Preparation - The selected Consultant will assist the County with the following:
a. Attend and participate in scheduling and presenting a pre-bid conference (meeting).
b. Assist in preparing addenda, as required, to interpret, clarify, or expand the bidding documents.
c. Attend the bid opening, review and evaluate the bids received and provide written recommendations for consideration
in the bid award.
d. Consult with and advise the County as to the acceptability of the contractor and subcontractors, suppliers and other
persons and organizations proposed by the prime contractor for those portions of the work as to which such
acceptability is required by the bidding documents.
e. Consult with the County concerning and determine the acceptability of substitute material and equipment proposed by
the Contractor when substitution prior to the award of contracts is allowed by the Bidding Documents.
f. Provide a recommendation letter of award along with a “Reference Log” showing date, time, and comments of all
contacted references provided by the prospective contractor.
7.02 Construction Administration
a. Pre-Construction Meeting - The EOR will chair the pre-construction meeting to review the project scope, discuss
project submittals and identify issues that need to be addressed prior to the project starting. The EOR will prepare a
DRAFT Agenda at least two business days in advance of the pre-construction meeting and issue written meeting notes
identifying a summary of the discussion, conclusions and any risks that have been encountered or are expected within
two days after the meeting to the Project Delivery Team.
b. Construction Progress Meetings – The EOR will chair the weekly/bi-weekly progress meetings to review project status
and identify issues that may affect the Project. The EOR will prepare a DRAFT Agenda at least two business days in
advance of each meeting and issue written meeting notes identifying a summary of the discussion, conclusions and
any risks that have been encountered or are expected within two days after the meeting to the Project Delivery Team.
c. Shop Drawing Reviews - EOR shall review and approve (or take other appropriate action in respect of) Shop Drawings,
Samples and other data which Contractor is required to submit, but only for conformance with the design information
given in the Contract Documents and compatibility with the design concept of the completed project as a functioning
whole as indicated in the Contract Documents. Such reviews and approvals or other action will not extend to means,
methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto.
Review of a specific item shall not indicate the EOR has reviewed the entire assembly of which the item is a
component. EOR shall not be required to review partial submissions or those for which submissions of correlated items
have not been received. Maintain a complete log of all submittals of shop drawings, noting the dates of first submittal
and subsequent reviews and resubmittals, approval, etc.
d. As-Equal Materials - EOR shall evaluate and determine the acceptability of substitute, or “or-equal” materials and
equipment proposed by Contractor.
e. Project Schedule - The EOR shall be responsible for the review and acceptance of the Contractor’s progress schedule.
The EOR shall review the schedule to ensure that all general work efforts are addressed, that the schedule is following
a logical approach to the job, that it is following sound engineering and construction practices and that it identifies all
critical path work. The EOR shall monitor the schedule on a monthly basis, and after a review with the Contractor,
advise the Project Manager of any areas where the Contractor appears to be falling behind.
f. Project Pay Applications - The EOR shall review and approve/reject any payment requested by the contractor in an
Application for Payment before the pay application is submitted to the Clerk’s office. Payment shall constitute a
representation by the EOR to County based on the Construction inspector’s on-site observations of the work in progress
as an experienced and qualified construction professional and on the EOR’s review of the applications for payment
and the accompanying data and schedules that the work has progressed to the point indicated; that to the best of the
EOR’s knowledge, information and belief, the quality of the work is in accordance with the Contract Documents and
that the Contractor is entitled or is not entitled to the payment of the amount recommended. The EOR will process
pay requests in accordance with the Florida Prompt Payment Act. All incoming pay requests processed by the EOR
shall be mechanically stamped with the date received.
Page 3192 of 9661
g. Request for Information - EOR shall review and respond to all Requests for Information (RFI’s) that the Contractor
submits. If required by County staff, EOR will revise construction plans based on response to RFI. Maintain a
complete log of all RFIs, noting the dates of first submittal and subsequent reviews and resubmittals, approval, etc.
h. Change Orders & Work Directives - EOR shall prepare all Change Orders and Work Change Directives during the
course of the project for the Project Manager’s review and approval.
i. Review the pre-construction video and pictures assessment book provided by the selected contractor. Generate a list
of issues and submitted to the Project Manager no later than two (2) business days after receiving the materials from
the contractor.
j. Material Testing Records - Maintain records of all density, sampling and testing accomplished and analyze such
records required to ascertain acceptability of materials and completed work items. The field reports for records of
work and testing results shall be submitted within one week to the Project Manager.
k. Preparation of Monthly Report – EOR shall prepare a monthly report of all the construction activity completed.
Sections in the report should include, but not be limited to, Executive Summary, Contract Cost Status, Project
Schedule, Critical Issues, RFI Status, Submittal Status, Allowance Log, Project Payment Application and Observation
Reports and Project Photos.
l. Permit Requirements – EOR shall monitor the construction contract to the extent necessary to determine whether
construction activities violate the requirements of any permits. Notify the Contractor of any violations or potential
violations and require immediate resolution of the problem. Violations must be reported to the Project Manager
immediately.
m. Asset Management Record Information – EOR shall provide all information in the electronic format stipulated by
County staff required to populate the County’s Stormwater GIS and Asset Management system in place at the time of
project completion.
n. Final Project Submittal - EOR shall provide the County with one complete file, itemized and indexed, of all project
related records at the conclusion of the Project.
7.03 Construction Observation and Documentation
Note: This task is not referring to Construction, Engineering, and Inspection (CEI) Services. CEI responsibilities will be
handled separately by the County and may or may not involve the use of a separate firm.
Assisting with construction observation and support services. The selected Consultant will assist the County with the
following:
a. General Administration of Construction Contract – The selected Consultant will consult with and advise the County
regarding activities and issues that may arise during construction of the Project and may be authorized by the County
to act as the County’s representative as may be provided in the Standard General Conditions of the construction
contract documents.
b. Site Visits and Observation of Construction – In connection with observations of the work of the contractor while the
Project construction is in progress, the consultant will make visits to the site at intervals appropriate to the various
stages of construction, as mutually agreed by the County and consultant, in order to observe as a design professional,
the general progress and quality of the various aspects of the contractor’s work. Such visits and observations are not
intended to be exhaustive or to extend to every aspect of the work in progress, or to involve detailed inspections of the
work. Based upon information obtained during such site visits and observations, the consultant will endeavor to
determine in general if such work in proceeding in accordance with the design concept and the design information
shown in the construction contract documents. The selected Consultant will keep the County informed of the progress
of such work.
c. Inspections and Tests – The selected Consultant may require and observe special inspections or tests of the work and
shall receive and review all certificates of inspections, tests and approvals required by laws, rules, regulations,
ordinances, codes, orders, or the construction contract documents. The selected Consultant’s review of such
certificates will be for the purpose of determining that the results certified indicate compliance with the construction
contract documents and will not constitute an independent evaluation that the content or procedures of such
Page 3193 of 9661
inspections, tests or approvals comply with the requirements of the construction contract documents. The selected
Consultant will be entitled to rely on the results of such tests.
d. Contractor’s Completion Documents – The selected Consultant will receive, review and transmit to the County with
written comments the maintenance and operating instructions, schedules, guarantees, bonds, certificates or other
evidence of insurance required by the construction contract documents, certificates of inspection, tests and approvals,
and marked up record documents (including shop drawings, samples and marked-up record drawings) which are to be
assembled by the contractor in accordance with the construction contract documents to obtain final payment. The
consultant’s review of such documents will only be to determine generally to the best of the consultant’s knowledge,
information and belief that their content complies with the requirements of (and in the case of certificates of
inspections, tests and approvals that the results certified indicate compliance with) the construction contract documents.
e. Substantial Completion – Following notice from the contractor that the contractor considers the entire work ready for
its intended use, the consultant and County, accompanied by the contractor, shall conduct an inspection to determine
if the work is substantially complete. If, after discussing all identified issues of possible objection with the County,
the consultant considers the work substantially complete to the best of the consultant’s knowledge, information, and
belief per the conditions above, the consultant shall deliver a certificate of substantial completion to the County.
f. Final Notice of Acceptability of the Work – The selected Consultant shall conduct a final inspection with the County
to determine if the completed work of the contractor is acceptable so that the consultant may recommend to the County,
in writing, final payment to the contractor. Accompanying the recommendation for final payment, the consultant shall
also provide a notice that the work is acceptable (subject to the provisions of the preceding paragraphs) to the best of
the consultant’s knowledge, information and belief and based on and limited to the extent of the services performed
and furnished by the consultant under the consultant’s agreement with the County.
g. Record Drawings – The selected Consultant, as engineer of record, will prepare record drawings based upon
measurements and information he has obtained through proper surveying and measurement methods during the course
of construction, and not relying solely on information provided by the contractor.
h. Project Certification – The selected Consultant will prepare the appropriate documentation to certify project
completion to the various permitting agencies.
7.04 Warranty Services - The EOR and his team will provide warranty services for one (1) year after the final completion of the
project construction. Work under this item is to include, but not be limited to, the following:
• Post Construction Walk thru: Generate a list of warranty issues and coordinate with the contractor and residents until the
issues are solved.
• Review the post construction video and pictures provided by the contractor.
• Keep a log of all warranty issues.
• One (1) Year Warranty walk-thru with the contractor and County Staff.
Task 8 – Additional Services
Additional Services (only as authorized in writing) – In accordance with the resultant agreement, in the event that other services may
arise during the course of the work but were not envisioned as part of the original or amended 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 25 Points
2. Past Performance 25 Points
3. Project Approach, Willingness to Meet Time and Budget Requirements 25 Points
4. Recent, Current, and Projected Workloads of the Firm 25 Points
TOTAL POSSIBLE POINTS 100 Points
For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this
Page 3194 of 9661
advertisement.
VENDOR CHECKLIST
***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)***
Page 3195 of 9661
County of Collier, FL
Procurement
Kenneth Kovensky, Executive Director
3299 Tamiami Trail, East Naples, FL 34112
[HIGHSPANS ENGINEERING, INC.] RESPONSE DOCUMENT REPORT
GEN No. 25-8369
DESIGN SERVICES FOR GOLDEN GATE CITY OUTFALLS
RESPONSE DEADLINE: June 12, 2025 at 3:00 pm
Report Generated: Wednesday, July 23, 2025
HighSpans Engineering, Inc. Response
CONTACT INFORMATION
Company:
HighSpans Engineering, Inc.
Email:
sbuchholz@highspans.com
Contact:
Michelle Buchholz
Address:
2121 McGregor Blvd
Suite 200
Fort Myers, FL 33901
Phone:
N/A
Website:
www.highspans.com
Submission Date:
Jun 12, 2025 2:45 PM (Eastern Time)
Page 3196 of 9661
[HIGHSPANS ENGINEERING, INC.] RESPONSE DOCUMENT REPORT
GEN No. 25-8369
DESIGN SERVICES FOR GOLDEN GATE CITY OUTFALLS
[HIGHSPANS ENGINEERING, INC.] RESPONSE DOCUMENT REPORT
undefined - DESIGN SERVICES FOR GOLDEN GATE CITY OUTFALLS
Page 2
ADDENDA CONFIRMATION
Addendum #1
Confirmed Jun 11, 2025 7:04 PM by Michelle Buchholz
Addendum #2
Confirmed Jun 11, 2025 7:04 PM by Michelle Buchholz
Addendum #3
Confirmed Jun 11, 2025 7:04 PM by Michelle Buchholz
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 response
on behalf of my company.*
Confirmed
2. 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.
Confirmed
3. Grant Funded Request for Professional Services (RPS) Instructions Form *
Grant Funded Request for Professional Services (RPS) Instructions have been acknowledged and accepted.
Confirmed
4. Collier County Purchase Order Terms and Conditions*
Collier County Purchase Order Terms and Conditions have been acknowledged and accepted.
Page 3197 of 9661
[HIGHSPANS ENGINEERING, INC.] RESPONSE DOCUMENT REPORT
GEN No. 25-8369
DESIGN SERVICES FOR GOLDEN GATE CITY OUTFALLS
[HIGHSPANS ENGINEERING, INC.] RESPONSE DOCUMENT REPORT
undefined - DESIGN SERVICES FOR GOLDEN GATE CITY OUTFALLS
Page 3
Confirmed
5. Insurance Requirements*
Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance cer tificate(s) within five (5) days of
the County's issuance of a Notice of Recommended Award.
Confirmed
6. Proposal Submittal*
Please submit a proposal per Evaluation Criteria outlined in Solicitation.
LOR_25-8369_HighSpans.pdf
7. Collier County Required Forms
VENDOR DECLARATION STATEMENT (FORM 1)*
7.1_Vendor_Declaration_HEI.pdf
CONFLICT OF INTEREST AFFIDAVIT (FORM 2)*
7.2_Conflict_of_Interest_HEI.pdf
IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)*
7.3_Immigration_Law_Aff_Cert_HEI.pdf
REFERENCE QUESTIONNAIRE (FORM 4)
25-8369_Jacob_Tryfus_Reference_Request_Chateau.pdf
25-8369_Jacob_Tryfus_Reference_Request_Goodland_Rd_Culvert...pdf
25-8369_Liz_Gosselin_Reference_Request_Egret_Ave_Outfall_Repair.pdf
25-8369_Jacob_Tryfus_Reference_Request_6th_Street_Outfall_Repair..pdf
GRANT PROVISIONS AND ASSURANCES PACKAGE (FORM 5)*
Page 3198 of 9661
[HIGHSPANS ENGINEERING, INC.] RESPONSE DOCUMENT REPORT
GEN No. 25-8369
DESIGN SERVICES FOR GOLDEN GATE CITY OUTFALLS
[HIGHSPANS ENGINEERING, INC.] RESPONSE DOCUMENT REPORT
undefined - DESIGN SERVICES FOR GOLDEN GATE CITY OUTFALLS
Page 4
7.5_Grant_Provisions_and_Assurances.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_Cert_HEI_2025.pdf
E-VERIFY - MEMORANDUM OF UNDERSTANDING*
Everify_MOU_2018-08.pdf
W-9 FORM*
2025_W-9_HighSpans_Engineering-Signed.pdf
SIGNED ADDENDUMS (IF APPLICABLE)
7.9_Signed_Addendums.pdf
MISCELLANEOUS DOCUMENTS
2024-2025_Lee_County_Business_Tax_Receipt_-_McGregor_Eng_Firm.pdf
2024-2025_Lee_County_Business_Tax_Receipt_-_McGregor_Prof_Engineer.pdf
2024-2025_Lee_County_Business_Tax_Receipt_-_Treeline_Eng_Firm.pdf
Registry_HighSpans_Engineering,_Inc._2027-02-28.pdf
DBE-Cert_2028_08_24_HighSpans.pdf
HEI_COI_exp_20250815.pdf
Resume_Packet_Collier_County_25-8369.pdf
Page 3199 of 9661
Collier County Request for Professional Services (RPS)
Number: #25-8369
Project Title:
Design Services for Golden Gate City Outfalls
RPS Opening Day/Date/Time:
June 12, 2025 at 3:00 P.M. EST
Collier County Contact :
Procurement Services Division
Attn: Dania Guerrero, Procurement Strategist
3295 Tamiami Trail East, Building C – 2
Naples, FL 34112
239-252-7989
Dania.Guerrero@colliercountyfl.gov
Submitted by:
Vince Zaliauskas, PE, SE, Principal Engineer
HighSpans Engineering, Inc.
2121 McGregor Boulevard – Suite 200
Ft. Myers, FL 33901
239-433-3000 – T
888-449-2462 – F
VinceZ@HighSpans.com
Electronically submitted online via the Collier County
Procurement Services Division Online Bidding System:
OpenGov.com RPS No.: 25-8369 – Design Services for Golden Gate City Outfalls Page 3200 of 9661
2121 M C GREGOR B LVD . – S UITE 200
F T . M YERS, FL 33901
O FFICE : 239.433.3000
June 12, 2025
Collier County Board of County Commissioners
c/o Procurement Services Division
3295 Tamiami Trail East – Bldg. C-2
Naples, FL 34112
Attn: Dania Guerrero, Procurement Strategist
RE: RPS No.: 25-8369 – Design Services for Golden Gate City Outfalls
Dear Ms. Guerrero:
HighSpans Engineering, Inc. (HEI), a SWFL DBE, has provided services under various contracts on projects
in Collier County and throughout Southwest Florida since our incorporation in 2007. We are pleased to respond
to the above-referenced Request for Professional Services to provide outstanding design services for the Golden
Gate City Outfalls repair and replacements to the Collier County Board of County Commissioners.
Our Location: HighSpans is rooted in Southwest Florida. Whereas other firms may have a satellite office in
this area that are focused on winning market share and meeting corporate goals, HighSpans is focused entirely
on providing Collier County with a successful project outcome. Our Proposed Project Manager, Mica Jackson,
is a Collier County resident living five minutes from these projects. Collier County Expenditures on
Engineering Professional Services will stay in Southwest Florida and Collier County residents will benefit
directly from the use of Public Funds.
Our Approach is to Provide Highly Qualified Personnel: We maintain the ability to perform all tasks identified in
the scope with our comprehensive project team. Our team is experienced in all aspects of the drainage design services
needed to complete the project, including, Drainage Design, Drainage Modeling, Drainage Construction, MOT,
environmental compliance, and has extensive experience on projects with state funding. Our approach to staffing is to
maximize benefit to the client by immediately providing a ready and qualified team, with value-added methods that benefit
Collier County; and to act as an extension of Collier County through consistent communication and cooperation.
HighSpans has a long-term commitment to Collier County to lead qualified and experienced staff, to be
attentive and responsive to the County’s needs, and to deliver what we promise. Thank you for your
consideration.
Sincerely,
Vincent A. Zaliauskas, PE, SE
239-433-3000
VinceZ@HighSpans.com
Page 3201 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
1 | P a g e
Prepared for Collier County
EVALUATION CRITERIA NO. 1:
ABILITY OF PROFESSIONAL PERSONNEL
ABILITY OF PROFESSIONAL PERSONNEL Page 3202 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
2 | P a g e
Prepared for Collier County
1. ABILITY OF PROFESSIONAL PERSONNEL
HighSpans maintains an experienced team of engineers and
designers available to provide the staffing and technical
expertise necessary to complete all the tasks required for
this contract in a timely manner. HighSpans submits the
following as Key Personnel for this contract and
understands that the project management team/key team
members assigned to the Collier County contract shall not
be substituted without the express permission of Collier
County.
Principal Engineer – Vince Zaliauskas,
PE, SE, FBPE Structural 2
Qualification: Mr. Zaliauskas will serve
as Principal Engineer and oversee the
team and coordinate reviews and staff to
ensure the project is moving along
adequately. Vince has over 30 years of civil design and
construction administration experience. Vince has the
NCEES Structural II qualification and has obtained official
recognition by the FBPE as Structural Engineer. He has
been performing Design and CEI work in Southwest
Florida, where he has resided, since 2003.
Project Manager - Mica Jackson PE:
Mr. Jackson will serve as the Project
Manager and Drainage EOR and is a long
term resident of Collier County whom
lives within a few miles of the various
project locations. Mica has worked in
Southwest Florida on a variety of projects
for the last 19 years. He is familiar with
the landscape, local drainage patterns, along with the
current permitting environment. Mr. Jackson knows the
processes required to keep a project on track and on budget
regarding plans production, permitting, utility relocation,
and stormwater and drainage planning. His daily
responsibilities involve plan development, civil engineering
design, agency permitting, client coordination, budget
preparation, bid tab production, and construction phase
engineering services.
Transportation Lead - Eli Enders, PE,
PTOE leads the transportation
engineering efforts for HighSpans and
maintains his Professional Traffic
Operations Engineer Certification to stay
up to date on the latest safety initiatives
and design criteria. Mr. Enders will
serve as Assistant Design Project
Manager and will utilize his PTOE to perform traffic and
TTCP analysis to develop the Temporary Traffic Control
(TTC) plans and aid in the design process and coordination
with subs.
Structures Lead - Jason Hock, PE,
SE, M.S.C.E.: Mr. Hock is a Structural
Engineer with a Master of Science in
Structural and Geotechnical
Engineering from the University of
Central Florida and over four years of
experience in structural design. Jason’s
experience includes structural investigations, producing
engineering calculations, developing structural plans,
conducting shop drawing reviews, and creating engineer’s
estimates for construction costs. Jason will handle the
structural designs for the project such as the outfall
wingwalls.
Production Manager (CADD) –
Sabrina Smith: Ms. Smith has over 26
years of experience in Civil Engineering and
Geometric Design for all types of roadways.
Sabrina is skilled in FDOT CADD
MicroStation design files and drawings,
Quality Control of production staff per FDOT
Design Standards and CADD Manual,
assisting Engineers in preparing plans, evaluating field
conditions, and consulting with clients, utility companies, and
government agencies, providing accurate construction drawings
and permit documents, and preparation of clear, complete,
detailed and accurate working plans, schematics, details,
computational quantities and cost estimates.
Geotechnical Lead – Christopher
Gallagher, PE: Mr. Gallagher is a
licensed Geotechnical EOR and has
over 10 years of geotechnical and civil
materials experience. Christopher has
managed HEI’s geotechnical and
materials testing department since its
inception in 2017 and is responsible for
foundations, geotechnical services, materials testing &
investigations, and pavement evaluation & design.
QA/QC Lead - Dustin Spears, PE: Dustin
will support the Design team and will
provide project Quality Assurance. Dustin
has performed QA Reviews on various Lee
and Collier County projects, such as the
Collier 11 Bridge Replacement project.
Dustin will utilize his Construction Engineering expertise to
provide constructability reviews throughout each design
phase. He will attend various design meetings and check in
periodically over the course of the project to review and
provide feedback for quality assurance.
Page 3203 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
3 | P a g e
Prepared for Collier County
Environmental Experts: Betsie N. Hiatt
and Justin Hojnacki – Pennoni Associates:
Betsie and Justin will use their experience to
perform the environmental investigation and
aid in the permitting efforts.
We have a long history of working with
Betsie and Justin throughout Southwest
Florida, most recently, the Big Carlos CEI
Project and Lakes Park Boardwalk Repairs
Design Project.
Surveying Consultant: Robert DuBois –
Pennoni Associates: Robert will aid the
HighSpans team in the survey for the
project. Robert has worked with HighSpans
in the past, most recently on the survey for
the Midpoint Bridge Repairs in Southwest
Florida.
Public Information and Outreach: Jennifer Dorning –
AtkinsRealis: Jennifer will work as
an extension of Collier County and
maintain the client’s best interests.
Jennifer is currently working
alongside HighSpans and Pennoni, on
both Collier County and Lee County
projects. Jennifer is also currently working with Collier
County on the Design Services for Bridges within the
Golden Gate Estates.
Our Company Qualifications:
HighSpans Engineering, Inc., is a Fort Myers based multi-
disciplined engineering firm which maintains unlimited
prequalifications from the State of Florida to perform
Highway Design, Structures Design, Traffic Engineering,
Construction Engineering Inspection, and Materials
Testing. The firm is authorized to perform engineering
services through the State Registry #27559. The firm has
maintained these qualifications since our founding in 2007
(18 years).
Number of Years: Our senior staff on this team have an
average of 20 years of experience, including prior
experience with some of the largest engineering firms in
America, as well as other local Lee and Collier County
firms.
Our operations office in downtown Fort Myers is where our
local engineers and designers are set up to handle day-to-
day design and CEI work. Our corporate staff is there
managing Contractual, Administrative, and Fiscal
Functions. Our Highway Materials Testing Laboratory is in
south Fort Myers. Recently, we’ve broadened our
Geotechnical Engineering services with PDA (Pile Driving
Analysis), Smart Pile and PDI (Pile Driving Inspector)
programs, and also Ground Penetrating Radar (GPR). We
do not offer Quality Control services, therefore, there will
be no Conflicts of Interest with Contractor operations. Our
employees and support staff are located throughout Lee and
Collier Counties.
Our Abilities: HighSpans Engineering, Inc. abilities are
strongest in infrastructure projects. Our FDOT
Prequalifications that most apply to this solicitation include:
Group 3 Highway Design 3.1
Group 4 Structures and Bridge
Design
4.1.1 | 4.1.2,
4.2.1 | 4.2.3
Group 6 Traffic Engineering
and Operations Studies 6.2
Group 7 Traffic Operations 7.1 | 7.3
Group 9 Materials Testing 9.3
Group 10 Construction
Engineering Inspection
10.1 | 10.3 |
10.4 | 10.5.1
Group 3 Highway Design: HighSpans maintains the 3.1
Minor Highway Design qualification. All designs comply
with the latest County Standards, AASHTO Green Book
Standards, and FDOT Plans and Preparation Manual, as
applicable. Some of our 3.1 projects include (Collier
projects in BOLD):
• Goodland Drive Box Culvert Replacement
• Egret Avenue Outfall Replacement
• 6th Street W. Outfall Replacement
• Chateau Box Culvert Repairs
• Sanitation Road Culvert Replacement
• Veronica Shoemaker at Colonial Blvd Turn Lanes
• Lehigh Acres Intersections and Roadway
Improvements
• SR80 Intersections Design
• North Commons Drive at Pelican Colony Way
Group 4 Structures and Bridge Design: HighSpans
maintains state-wide FDOT pre-qualification in
workgroups 4.1.1 - Miscellaneous Structures, 4.1.2 - Minor
Bridge Design, 4.2.1 Major Bridge Concrete, and 4.2.3
Major Bridge Segmental. Some of our Group 4 projects
include:
• Alico Connector Bridge, Lee County
Page 3204 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
4 | P a g e
Prepared for Collier County
• Estero Parkway over I-75 Bridge Repairs, Lee County
• Corkscrew Wildlife Bridge, Lee County
• Vanderbilt Lagoon Stormwater Outfall Recovery
Repair Plans, Collier County
• Gordon River Greenway, Golden Gate Canal Pedestrian
Bridge Design, Collier County
• Lee County Weir Inspections and Repair
• Bridge Scour Countermeasures Plato Canal
• Corkscrew Widening Bridge and Box Culverts
• Goodland Box Culvert Replacement, Collier County
• Chateau Box Culvert Modifications, Collier County
• Vanderbilt Canal Dredging, Collier County
One difference HighSpans brings to any project is the
extensive and technical design and construction experience
of our staff and our commitment to quality. This experience
is used to assure the most economical, long lasting and
sound designs. Good design drives the part of the equation
controlling whether future inspections discover problems or
if a facility is performing as intended. At completion,
facilities should be “maintenance free.”
Group 7 Traffic Operations: HighSpans is experienced
with various County Traffic Section Standards, methods,
and equipment. Our staff routinely performs signal design
to FDOT standards and can assist Collier County staff when
obtaining FDOT approvals. Some of our Traffic projects
include:
• US-41 at Pondella Mast Arm
• Ben Hill Griffin Strain Pole Repair
• Summerlin Strain Pole Repair
• Lehigh Acres Intersection Improvements
• Lee County Hurricane Ian Signalization Inspection
(73 Intersections)
Group 9 Foundation Studies and Highway Materials
Testing: HighSpans provides foundations studies services
and laboratory geotechnical materials testing services for
FDOT, Collier County, Lee County, the City of Fort Myers,
and private clients, among others. Our CMEC and FDOT
accredited lab is easily accessible, based in south Fort
Myers of I-75, and well equipped for a wide variety of
materials testing including soils, aggregate, and concrete.
Our lab technicians are fully qualified and experienced in a
wide variety of materials encountered in Florida. A small
selection of projects for which we have recently performed
materials testing include:
• Big Carlos Bridge Replacement Project Pile Driving
Analysis (PDA) – Lee County
• Collier 11 Bridges Replacement Project PDA –
Collier County
• 439555-1-52-01 – SR 951 Resurfacing – Collier
County
• 439002-1-52-01 – SR 29 Pedestrian Safety
Improvement – Collier County
• 435114-1-52-01 – Bonita Springs Elementary
Sidewalk – Lee County
• 434898-1-52-01 – SR 867 from Dean Way to River
Palm Court Rd. – Lee County
• 413065-1-52-01 – I-75 at SR 884 Interchange Design
Build – Lee County
• 436931-1-52-01 – SR 45 from SR 78 to North Fork
Dr. – Lee County
• 435358-1-52-01 – Connecticut St from Estero Blvd. to
Shell Mound – Lee County
• 440055-1-52-01 – Wilson Pigott Draw Bridge
(#120064) Rehabilitation – Lee County
• South Biscayne Drive for City of North Port
• Riprap testing for private clients
• 446320-1 – SR93 (I-75) from Toll Booth to Collier
Blvd. – Collier County
• 451807-1 – Sanibel Causeway Emergency Repairs
Group 10 Construction Engineering Inspection (CEI):
HighSpans provides Construction Engineering and
Inspection services to Collier County, FDOT Districts 1 and
7, City of Bonita Springs, City of Ft. Myers, and Lee
County. The firm is experienced in all aspects of CEI.
From milling and resurfacing to major bridge CEI, our
proposed core staff has an aggregate of over 225 years of
experience, with our total available staff having a combined
aggregate of over 450 years of experience.
Our staff provides verification testing, and CEI services for
many projects in Southwest Florida. Some of our recent
CEI Projects include:
• Collier 11 Bridges Project, Collier County
• Burnt Store Road Widening CEI Services, Lee County
• Whippoorwill VT Services, Collier County
• US41/SR951 Intersection CEI, Collier County
• Airport Pulling Rd. Exfiltration Trench Replacement,
Collier County
• 11 Bridge Replacements E. of SR 29 CEI, Collier
County
• Fort Myers Country Club Golf Cart Bridge and
Pathway Replacement CEI, City of Fort Myers
• Hancock Parkway Bridge and Sidewalk Replacement
CEI, Lee County
• Buckingham Signal Replacement CEI, Lee County
• Vanderbilt Drive SW Outfalls Recovery-Dredging
Design & CEI, Collier County
• Alico Road Widening CEI, FDOT & Lee County
Page 3205 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
5 | P a g e
Prepared for Collier County
• I-75 from S. of N. Jones Loop to N. of US 17 CEI,
FDOT
• Chokoloskee Bridge Replacement, Collier County
• Golden Gate Blvd. VT DB 15-6372, Collier County
• Hacienda Lakes Phase II CEI, Collier County
• I-75 Caloosahatchee River Bridge CEI, FDOT
• SR84/SR951 (Davis and Collier Blvd) CEI, Collier
County
• Bonita Beach Road Six Lane Widening CEI, Lee
County
• I-75 DB widening, Lee and Collier Counties (iROX)
• Bonita Springs Downtown Redevelopment CEI, Lee
• Collier Blvd CR951 CQC, Collier County
Although we do not maintain the Survey Prequalification,
our inspection team utilizes the Trimble Rover system,
which collects points in the field that can be verified in the
office. With this equipment, we can verify contractor
information (such as data points, location and elevation of
installed items) as well as existing points to make sure no
mistakes are made in the field during construction and
before items are as-built. Our team is also proficient in
utilizing standard survey equipment (grade rod and level) to
verify and confirm the Contractor’s elevations of critical
points during construction, such as final base rock elevation,
back of curb, sidewalk, top of drilled shaft, and top of bridge
deck. Our team’s proficiency with the Trimble Rover
system also allows our design staff to collect supplemental
survey information after the initial design survey is
complete. This, in the past, has eliminated change orders
needed for additional survey information and can also cut
down on schedule time typically required to get a survey
crew scheduled to the project site.
HighSpans Engineering, Inc. is committed to providing
highly skilled design staff maintaining multiple
certifications and qualifications. The Scope items included
in this RPS are all tasks that the HighSpans Team has
performed on previous projects. The design team proposed
as part of this project have all been working together for
years on similar projects within Collier County, Lee
County, and FDOT. We prioritize on-time and accurate
project delivery and pride ourselves on our ability to do so.
HighSpans is offering a full-service qualified team of
engineers, designers, and survey staff, to ensure the best
possible product is being delivered. See below Org Chart.
Page 3206 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
6 | P a g e
Prepared for Collier County
Page 3207 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
7 | P a g e
Prepared for Collier County
This Table summarizes the Team’s Experience with the scope items from the Contract:
Claims ReviewSchedulingPlan ReviewsWork Order / Supplemental Amendment Prep / ReviewSigning / Pavement MarkingsWideningResurfacingSignalizationLightingDrainageSidewalk/TrailBridgeBox CulvertTemporary WallHighway LightingLandscapeATMS-Arterial Traffic MgmtUtilitiesZaliauskas, Vince, PE, SE Z42286169 ● ● ●●● ● ● ● ● ● ● ● ● ● ● ● ● ●
Bannister, Pam B52367764 ● ● ● ● ● ● ●●
Bemis,Charlie B52014281 ● ● ● ● ● ● ● ● ● ● ●
Brierley, Lisa B66453376 ● ● ● ● ● ● ● ● ● ● ● ● ● ●
Bryant, Dave, PE B65317076 ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ●
Cartwright, Adam C630001090 ● ● ● ● ● ● ●
Carrillo, Christine, EI C64010887 ● ● ● ● ● ● ● ● ● ● ● ● ● ● ●●
Ciganek, Luke C25253001 ● ● ● ●
Clemons, Johnny C45547904 ● ● ● ●
Enders, Eli, PE, PTOE E53621790 ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ●
Gallagher, Christopher, EI G42611693 ● ● ● ● ● ● ● ● ● ● ● ●
Gibson, Robin G12572461 ● ● ● ●
Gurgel, Melanie G62455378 ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ●●
Hammett, Ben H53006195 ● ● ● ● ● ● ● ● ● ● ●
Hammett, Jon H53042567 ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ●
●
Jackson, Mica N/A ● ● ● ● ● ● ● ● ● ● ● ● ● ●●
Norton, Carlton N63510582 ● ● ● ● ● ● ● ● ● ● ● ● ● ● ●
O'Shea, Mike, PE O20055083 ● ● ● ● ● ● ● ● ● ● ● ● ● ●
Regets, John R23246379 ● ● ● ● ●
Salyer, Thomas, EI S46082196 ● ● ● ● ● ● ● ● ● ● ●●
Spears, Dustin, PE S16217790 ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ● ●●
White, Gloria W30028468 ● ●
White, Robert, EI W30077382 ● ● ● ● ● ● ● ● ● ● ● ● ● ●
NAME TIN #
EXPERIENCE
Page 3208 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
8 | P a g e
Prepared for Collier County
EVALUATION CRITERIA NO. 2:
PAST PERFORMANCE
PAST PERFORMANCE Page 3209 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
9 | P a g e
Prepared for Collier County
Chateau at Vanderbilt Drive Double Box Culvert and Seawall
(Drainage, Environmental, Roadway, and Structural)
Project Address Chateau at Vanderbilt Drive
Customer Name: Collier County
Customer Contact: Jacob Tryfus, Project Manager
Phone Number: 239-252-1008
Email Address: Jacob.Tryfus@CollierCountyFL.gov
Costs of work (initial/final): $985,000 / $985,000
Number of Change Orders: 1 (added post design services not originally included)
Total Completion Time: 8/23/2021 – ongoing (Client put on hold to obtain funding)
Project Description:
The primary task of this project was to survey and design the removal/replacement/repair of the
existing double box culvert from the east side of Vanderbilt Drive to the outfall. The total length of
the 3’ by 7’ culverts is 183 LF rectangular reinforced concrete pipe. The box culvert lies within a 20’
drainage easement. Deliverables included final plans and survey.
Project Challenges:
This project was put on hold several times by the client and experienced several Client PM changes
throughout the life of the project. Mica held firm as the HighSpans’ PM and discussed the project’s
details with each new PM change until it finally went to construction in late 2024. Throughout the
design phase and project hold periods, Mica continued coordination with permitting agencies to ensure
smooth construction and a compliant project.
Relevance to Project:
This project covers similar scope items to the ones contained in the RFP such as permanent easement
acquisition, temporary construction easements, bank stabilization issues, landscape replacement,
construction activities near residential structures, and existing utilities.
Figure 1: Existing paver patio over the existing box culvert. Figure 2: Contractor dewatering and cofferdam during concrete
placement for repairs/replacement.
Page 3210 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
10 | P a g e
Prepared for Collier County
Goodland Drive Stormwater Management Improvements
(Drainage, Environmental, Roadway, and Structural)
Project Address Goodland Drive Stormwater Management Improvements
Customer Name: Collier County
Customer Contact: Jacob Tryfus, Project Manager
Phone Number: 239-252-1008
Email Address: Jacob.Tryfus@CollierCountyFL.gov
Costs of work (initial/final): $850,000 / $850,000
Number of Change Orders: 1 (added post design services not originally included)
Total Completion Time: 8/23/2021 – ongoing (Client put on hold to obtain funding)
Project Description:
This project consisted of the engineering, design, and construction plans preparation for the removal
and replacement of an existing 60” RCP culvert with a new 97 LF 7’x4’box culvert crossing under
Goodland Drive West between two existing seawalls.
Project Challenges:
Because the culvert crossed under Goodland Drive, which serves as the only point of access for
numerous residential homes and the Collier County operated boat ramp, maintaining access was key
to the project’s success. The project also involved easement acquisition to secure permanent and
temporary easements for the culvert replacement. Another challenge was the removal of a prominent
Royal Poinciana tree which was prized by the citizens of Goodland and was a major contributor to the
failure of the existing culvert.
Relevance to Project:
This project covers similar scope items to the ones contained in the RFP such as permanent easement
acquisition, temporary construction easements, bank stabilization issues, landscape replacement,
construction activities near residential structures, and existing utilities.
Figure 2: Contractor removing existing culvert and construction
the new box culvert & protection of existing utilities.
Figure 1: Contractor constructing formwork for new box culvert
wing walls and replaced sections of adjacent seawall.
Page 3211 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
11 | P a g e
Prepared for Collier County
Sanitation Road Culvert Replacements
(Drainage, Environmental, Roadway, and Structural)
Project Address Sanitation Road Culvert Replacements
Customer Name: Collier County
Customer Contact: Isabel Soto, Project Manager
Phone Number: (239)252-5867
Email Address: Isabel.Soto@colliercountyfl.gov
Costs of work (initial/final): $525,000/$525,000
Number of Change Orders: 1 (Added additional time for post design services)
Project Description:
This project consisted of the engineering, design, and construction plans preparation for the removal
and replacement of four (4), forty-eight inch (48”) corrugated steel culverts crossing under Sanitation
Road in Collier County. Sanitation Road serves as a maintenance road for the Immokalee Water Sewer
Districts Water Treatment Facility and bisects an existing flow-way.
Project Challenges:
The culverts cross under Sanitation Road which serves as the only point of access for a portion of the
Immokalee Water Sewer Districts Water Treatment Facility. Close coordination was necessary
between all parties to ensure that access and security was maintained throughout the duration of
construction.
The project called for replacement of the existing pipes with RCP which ultimately required the
roadway to be raised and re-paved. Special attention was given to the project grading to ensure there
were no wetland impacts and thus the project could be permitted as an exemption with the SFWMD.
Relevance to Project:
This project covers similar scope items to the ones contained in the RFP such as replacement of failing
drainage facilities, confined construction zones due to existing wetlands, limited access, coordination
with existing utilities, and bank stabilization issues.
Figure 1: Photo showing placement of rip-rap around new
four-barrel mitered end section
Figure 2: Photo showing completed project after the first rain
event.
Page 3212 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
12 | P a g e
Prepared for Collier County
Egret Avenue Stormwater Outfall Replacement
(Drainage, Environmental, Roadway, and Structural)
Project Address Egret Avenue Stormwater Outfall Repair
Customer Name: Collier County
Customer Contact: Liz Gosselin, Project Manager
Phone Number: 239-252-1008
Email Address: Liz.Gosselin@CollierCountyFL.gov
Costs of work (initial/final): $114,000/$114,000
Number of Change Orders: 1 (Additional services added for Post Design activities)
Project Description:
This project consisted of the engineering, design, and construction plans preparation for the removal
and replacement of 127 LF of existing 12” RCP with HP Storm Pipe and the repair and strengthening
of the existing seawall. The project also included permitting with the SFWMD and FDEP.
Project Challenges:
This project had limited available work zone area as the existing facility ran between two existing
residential structures within an existing 10’ drainage easement. Additional room was given to the
contractor via right-of-entry agreements secured from the homeowners for construction and staging of
materials.
Relevance to Project:
This project covers similar scope items to the ones contained in the RFP such as permanent easement
acquisition, temporary construction easements, bank stabilization issues, landscape replacement,
construction activities near residential structures, and existing utilities.
Figure 1: Photo showing grading operations of side yard swale
after culvert replacement.
Figure 2: Photo showing sheet pile de-watering activities for
culvert connection to existing seawall.
Page 3213 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
13 | P a g e
Prepared for Collier County
Reference Request Forms Are Provided as Required Through Opengov.com
Past Performance - Relevant
Project Experience by Scope
Item
FMCC Bridge Study and DesignLittle Pine Island Pass Bridge RepairsEgret-6th Street Seawall RepairsCorkscrew Road WideningGoodland Seawall RepairUS 1 Bridge over New River CanalHancock Bridge Parkway Bridge and SidewalkNorth Port Blvd Cocoplum Bridge Condition StudyNorth Port Blvd Cocoplum Bridge Repair/RehabilitationAlico Road ConnectorChateau At Vanderbilt Box Culvert & Seawall ReplaceHorseshoe-Hermosa Weir ImprovementsFiske Blvd Bridge Widening Epoxy DowelsAlico Connector BridgeNorth Port Bridge Hurricane AssessmentsLehigh Acres Intersection and Roadway ImprovementsEstero Pkwy over I-75 Bridge RepairsSpencer's Boatyard Seawall RepairsBright Road Culvert Structural StrengthSanibel Bridge Span A Core SamplingBurnt Store Road Widening8th Street Bridge and RoadwaySanitation Road Culvert ReplacementAirport Road Exfiltration Trench ReplacementSCOPE ITEMS
Bridge Design
Water Control Structures and Weirs
Miscellaneous Structures
Bridge Load Rating
Pedestrian/ADA
Retaining Walls
Pedestrian Bridges
Structural Analysis
Evaluation and Reports
Minor Highway Design
Drainage and Hyrdraulic Analysis
Utilities Design, Coordination, Relocation
Signalization Analysis and Design
Temporary Traffic Control
Signing and Pavement Markings
Foundation Studies and Pile Driving
Geotechnical Reports
Laboratory Testing
Construction Engineering and Observation
Roadway CEI
Bridge CEI
Design Recommendations
Construction Drawings
Construction Specifications
Permitting
Bidding and Negotiation Services
As-built Drawings
Warranty Inspections
Experience
Page 3214 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
14 | P a g e
Prepared for Collier County
EVALUATION CRITERIA NO. 3:
PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET
REQUIREMENTS
PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS Page 3215 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
15 | P a g e
Prepared for Collier County
3.0 PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS
HighSpans Engineering, Inc. is proud to offer a highly
experienced, knowledgeable, and locally rooted design
team in support of all scope items for this project, having
delivered similar successful projects in the SW Florida
area since 2007.
Every good project starts with a comprehensive complete
scope, project management plan, and a project schedule.
When HEI is awarded the project, HEI will prepare a
complete scope, ensuring all required services are included
to eliminate change orders during the design phase. A
detailed critical path MS Project Schedule has been
provided, which will be refined once given NTP for the
project. The schedule has and will be vetted with our sub-
consultants and includes two-week review times for the
County at each milestone submittal.
Once contracted, HEI will immediately host a project kick-
off meeting and subsequently engage our sub-consultants,
ensuring all sub-consulting agreements follow the terms of
the prime agreement with the County. If a sub-consultant is
needed subsequently who isn’t on the contract, HEI will
work with the County to get approval for their use on this
contract. Most of our team of sub-consultants have worked
together for years to create a relationship of
understanding, allowing for cohesive & comprehensive
design deliverables to enhance & expedite our designs.
Pennoni has joined the team to provide the survey
verification, survey update, and sketch and legal preparation
if needed, along with assisting in the environmental
permitting. HEI’s in-house Geotechnical Engineer will
provide soil data analysis for some of our proposed design
changes mentioned later in this approach regarding
trenching stabilization.
Knowing that this project has gone
through the design phase with
another consultant, the approach
section of this response will
generally be geared on how we
intend to adhere to our project
schedule, budget, lessons learned
from past projects, and how we can
improve upon the plans for a better
outcome for the county, contractor,
and local residences.
Once HEI receives the project
survey CAD files from the County,
Pennoni will engage their survey staff onsite at each
location to verify the accuracy of the existing survey,
establish benchmarks, and to check
for items which may have been added
within the work zones such as fences,
sheds, and landscaping after the
initial survey was completed.
Verifying the accuracy of the
existing survey vs. obtaining a
whole new survey will be a cost
savings initiative for the project.
Additionally, our survey team will
request all recorded drainage and
temporary construction easements
from the County and independently plot those easements in
CAD. HEI proposes this as an independent verification of
what is shown in the design drawings vs. the actual recorded
document. This verification will allow HEI to ensure that
all construction activities and erosion control devices
will be placed within easements of record and ultimately
eliminate the chances of adverse impact claims from the
residences for such activities, similar to which have been
experienced on past projects.
HEI is unaware at this point as to whether any geotechnical
investigation work has been conducted. In that regard, HEI
proposes utilizing our in-house Geotechnical staff to
perform hand augers at each location to verify the soil
type and properties at each excavation to identify the
appropriate shoring method. Hand Augers are less
impactful than soil borings and will take less time, saving
on the design schedule and project costs.
The note above has been identified on the plan and profile
sheets on the design plans provided. It is important to
note, trench boxes are not considered structural shoring
and many of the excavations may lie within the 2:1 zone
for the existing structural foundations of the existing
residential structures. Proper shoring of the excavations
should not be left up to the contractor’s discretion and
should be evaluated prior to the commencement of the
work. HEI will utilize our in-house geotechnical and
structural engineers to ensure proper shoring is
proposed in the design as well as factored into the
APPROACH TO PROJECT ISSUES & SOLUTIONS
● Teamwork ● Public Conscious Design ● Communication
● Value Engineering ● Innovation ● Constructability ● MOT
KEY MILESTONES
● Notice to Proceed
● Project. Kick-Off
● Data Collection
● Pre-App Mtgs.
● 60% Submittal
● Permit Submittals
● 90% Submittal
● 100% Submittal
● Final Submittal
● Bid Letting
● Bid Award
● Pre-Const. Mtg.
KEY CONCERNS
● Budget
● Schedule
● Rock/Muck
● Easements
● Restoration
● Utility Conflicts
● Stake Holders
● Permitting
● Existing Bldgs
● Temp. Drainage
Page 3216 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
16 | P a g e
Prepared for Collier County
contractor’s bid price. Alternatively, HEI proposes that at
a minimum, a note be added to the plan and possibly even
a pay item which states that the contractor is required
to provide a shoring plan for each location which must
be signed and sealed by a Professional Engineer.
Whichever the County chooses, HEI would still provide the
required soil property data on the plans required to design
such shoring. HEI sees this as a reduction in risk to
Collier County, the Contractor, the homeowners, and
the Engineer of Record.
While the Survey & Geotechnical crews are actively
engaged in the field, HEI will begin converting the existing
design drawings over to our company templates, standards,
and reviewing plans from the previous consultant while
looking for opportunities for improvement and working
towards a 60% submittal. HEI proposes Collier County
reviews at the 60% and 100% phases and recommends
skipping the 30% and 90% submittal phase which will
save on project schedule time and consultant time for
Collier County. Each submittal will include a detailed cost
estimate, and HEI has included two-week review times for
Collier County staff in the project schedule.
Past project experience for drainage projects such as this has
taught Mica that each homeowner has separate concerns and
even concerns with their neighbors which can lend to issues
and delays during construction. These concerns should be
discussed during the design phase and specifically
addressed on the plans. In past cases, residents’ requests
and concerns have been handled in the right-of-entry
agreements or discussed after construction commenced,
which has led to unavoidable change orders during
construction to appease the homeowners. HEI would like
to propose that during the 60% design phase, our PIO
and the County attempt to meet with each residence to
discuss the project and ensure that items that may be
addressed by the County make it into the final plans and
bid schedule for the project. Items such as fence
replacements, landscaping, and minor grading work to
improve drainage can easily be incorporated and should be
described in the plans and pay items.
The following discussion identifies key points that HEI
feels could improve upon the final design and overall
project based upon our initial review.
For some outfalls the plans call for modified concrete
wingwalls to be attached to the FDOT standard concrete
endwall. The plans also require the contractor to submit a
shop drawing for the structure. For structures such as
these, there is no standard index for the wingwalls and
thus no structural design or rebar specification. HEI
would propose to utilize
our structural
engineering staff to
design the additional
“non-standard” walls,
specify the rebar within
the walls, and the rebar
which needs to be cast
into the “standard”
FDOT endwall to tie two
structures together. This
will ensure the County
is provided with a
sound structure and
detail what the
contractor needs to bid on and generate their shop
drawing from.
In multiple locations on the plans, it appears that there are
existing utility poles near the proposed drainage structures.
Currently the plans call for the contractor to “avoid pole”,
please see the picture below.
Given the size and depth of the structure and likely
excavation, it is advisable that a note requiring the
contractor to “coordinate with the utility provider to allow
the contractor to support and protect the pole during
construction”, should be added to the plans. This will
eliminate responsibility confusion for the coordination and
supporting effort during construction. The picture above
also mentions an existing 10-inch water main which the
contractor is to locate and avoid during construction. In our
experience, it is better to obtain two SUE locations
performed by the surveyor and added to the plans to ensure
there is no conflict. If there is a conflict, the solution can be
designed and coordinated with the utility owner. Often for
situations like these, it is found during construction that
the water main is unavoidable, or extra work needs to
Page 3217 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
17 | P a g e
Prepared for Collier County
be done by the contractor to avoid the conflict, which
can lead to change orders and delays during
construction while a solution is being established. HEI
feels that anything which can be done during the design
phase to minimize the duration of construction at each
location should be done, and properly vetting utility
conflicts is one such item.
On sheet 12A of the design plans under the “General Slip
Lining Bursting Procedure to be Followed” notes, the last
two notes call for the following identified in the image
below.
Upon review of the plan, there is some discussion of
responsibility for the contractor to maintain the existing
drainage patterns during construction, however it may be
beneficial to add additional notes to the slip lining section
as the separation of the existing pipe connections are
required to be left overnight. Additionally, HEI would
recommend adding “no additional payment shall be made
for maintaining existing drainage” to General Note 31.
Works within the canal will also likely require some sort
of dike or other means to allow the contractor to de-
water the area if they choose. HEI would add these dikes
to the plans for permitting purposes and make note of them
in General Note 31 in order to avoid claims for payment on
the basis that the work cannot be performed due to canal
water levels.
As part of lessons learned from past projects such as
these, the existing landscaping and irrigation can be a
point of contention after the project is completed. Upon
review of the plans, HEI has not found any notation
regarding the irrigation system. HEI would add a note
stating the contractor is required to visually inspect and
document the functionality of the irrigation system prior to
construction and that existing lines leading out of the
existing easement should be cut, stubbed up above ground,
and capped for replacement in kind. HEI has also
experienced claims that the construction activities made
other irrigation zones outside of the work area un-
operational and thus damaged sod and landscaping. The
contractor should be required to ensure that the work does
not interfere with other irrigation zones outside of the
workzone during construction to eliminate claims for killing
sod or other landscaping components.
Sheet 23 shows a typical erosion control diagram for the
entire project. HEI would propose creating site specific
erosion control plans for each project site. This
recommendation would provide Collier County and/or CEI
inspection staff with a specific plan to reference during
construction for enforcement purposes, with the added
benefit of being more easily tracked, quantified, and bid on
appropriately.
As noted, the items above are some additions to the plans
HEI will include during the 60% plan production stage.
During the plan production phase for the 60% submittal,
HEI will reach out to the required permitting agencies to
schedule pre-application
meetings to verify the
appropriate submittal types,
such as General Permits or
Exemptions, and discuss all
agency required documentation
to allow for a complete first submittal. A complete first
submittal is the key to fast permitting and ultimately starting
construction. It should be noted that on previous
projects, the County would not sign off on the permit
application until all easements and right of access were
obtained and fully recorded. This is why the permitting
initial submittal is shown as being submitted to the agencies
following the 100% plans approval. If this is not the case,
then HEI would recommend submitting permits following
the approval of the 60% design plans. HEI anticipates that
a SFWMD General Permit and an ACOE No Permit
Required letter will be required for the project and the
expected duration to obtain these approvals is
approximately four months.
HEI is aware the plans for this project are substantially
complete, and the re-advertising is due to project funding
requirements. HEI has prepared a project schedule which
reasonably expedites the project while still being realistic
and includes additional scope items such as the survey
verification and geotechnical investigation/design for our
proposed site-specific shoring of excavation adjacent to
existing structures. Additional cost savings for the project
which HEI would propose to the County would be to
provide HEI with the design CAD files from the original
designer to avoid re-drafting of work which has already
been completed. HEI’s design staff are available and has
the technical knowledge and experience to deliver some
high impact value added benefits to the project as discussed
in this letter.
Page 3218 of 9661
Page 3219 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
19 | P a g e
Prepared for Collier County
EVALUATION CRITERIA NO. 4:
RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM
RECENT, CURRENT, AND PROJECTED WORKLOAD Page 3220 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
20 | P a g e
Prepared for Collier County
4.0 RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM
As previously discussed, Mica will lead and coordinate the
team to ensure survey, environmental, and engineering staff
are available to provide the necessary service. With the
dynamic nature of the industry, HighSpans always looks
ahead and performs workforce projections on upcoming
jobs to ensure our margin of availability is maintained and
a team will be available if the need arises. Also, depending
on the start date of our first assignment under this Contract,
HighSpans anticipates having a team ready for immediate
deployment. With the design team’s current workload,
Mica and his team will be available as soon as NTP is given
and they are eagerly awaiting their next assignment.
HighSpans Engineering has over 30 qualified personnel in
southwest Florida that are able to work on various types of
projects throughout the area, and more located north from
Lee to Hillsborough County whom we can call upon if
needed. The key team we have proposed for this project is
available immediately to serve the County’s needs. This
project will aid us in maintaining a steady workload for our
design team. Also, this project will ensure that our talented
staff is working in an area we know and respect. Below is
a table showing our staff’s current workload Given our
recently completed and projected workload, our design
team is ready for immediate deployment.
Special Skills: Our Project Manager, Mica Jackson, is a
Florida Professional Engineer, residing in Collier County,
who has specialized in drainage, stormwater, and utilities
leading up to and throughout his career as a Civil Engineer.
Mica has worked on a multitude of drainage projects
including replacement projects similar to this Golden Gate
City Outfalls project. Mica began his career as a Civil
Designer producing construction plans prior to attending
college. During that time Mica gained a profound
understanding of creating well thought out, easy to read,
detailed, and complete plans. Mica understands the
intricacies of projects such as these, and the referenced
projects have given him lessons learned, such as how he can
make better plans, better bid schedules, avoid common
issues with property owners, and create a better experience
for residents and the County Project Manager, which he will
apply to these projects.
VAZMSJJAHSDSCLHCGLee County Parks & Rec. 95% x x x
Lee County DOT 95% x x x
Lee County DOT 50% x x x x x x
FDOT District 4 60% x x x
Lee County DOT 95% x x x x
Lee County DOT 95% x x x x
FDOT District 1 5%x x x x x
City of Fort Myers 95% x x x
Lee County Bldg Fac. 50% x x
City of Key West 95%x x x x
Collier County 95% x x x x x
Collier County 60% x x x x
City of Fort Myers 60% x x x x x x
Lee County Admin Building A/C
Spencers Boat Yard Seawall
Michigan Ave Pedestrian Bridge
Alico Connector
US1 over North Relief Canal
Estero Parkway Bridge Repairs
Midpoint Bridge Repairs
SR64 PD&E Structures
Fleishmann Park Shade Structures
Chateau Box Culvert (On Hold)
Airport Road Exfill Trench (On Hold)
Orange River Blvd Bridge Repairs
Relevant Projects Currently Under
Contract Owner %
C
o
mp
Personnel Assigned
Lakes Park Boardwalk
Page 3221 of 9661
RPS No. 25-8369
Design Services for Golden Gate City Outfalls
21 | P a g e
Prepared for Collier County
Key Personnel Resumes &
Required Forms and Certifications
Are uploaded as requested to Opengov.com REQUIRED FORMS AND CERTIFICATIONS Page 3222 of 9661
Rev.12025
ProcurementServicesDivision
Form1:VendorDeclarationStatement
BOARDOFCOUNTYCOMMISSIONERS
CollierCountyGovernmentComplex
Naples,Florida34112
DearCommissioners:
Theundersigned,asVendordeclaresthatthisresponseismadewithoutconnectionorarrangementwithanyotherpersonandthis
proposalisineveryrespectfairandmadeingoodfaith,withoutcollusionorfraud.TheVendorherebydeclarestheinstructions,
purchaseordertermsandconditions,requirements,andspecifications/scopeofworkofthissolicitationhavebeenfullyexaminedand
accepted.
TheVendoragrees,ifthissolicitationsubmittalisacceptedbyCollierCounty,toacceptaPurchaseOrderasaformofaformal
contractortoexecuteaCollierCountyformalcontractforpurposesofestablishingacontractualrelationshipbetweentheVendor
andCollierCounty,fortheperformanceof allrequirementstowhichthissolicitationpertains.TheVendorstatesthatthesubmitted
isbaseduponthedocumentslistedbytheabovereferencedsolicitation.TheVendoragreestocomplywiththerequirementsin
accordancewiththeterms,conditionsandspecificationsdenotedhereinandaccordingtothepricingsubmittedasapartofthe
Vendor’sbids.
Further,theVendoragreesthatifawardedacontract forthesegoodsand/orservices,theVendorwillnotbeeligibleto
compete,submitaproposal,beawarded,orperformasasub-vendorforanyfutureassociatedwork thatisaresultofthis
awardedcontract.
INWITNESSWHEREOF,WEhavehereuntosubscribedournamesonthis_____dayof_____________,20__intheCountyof
_______________,intheStateof_____________.
Firm’sLegalName:
Address:
City,State,ZipCode:
FloridaCertificateof
AuthorityDocument
Number
FederalTax
IdentificationNumber
*CCR#orCAGECode
*OnlyifGrantFunded
__________________________________________________________________________
Telephone:
Email:
Signatureby:
(Typedandwritten)
Title:
5th June 25
HighSpansEngineering,Inc.
2121McGregorBlvd.,Suite200
FortMyers,FL33901
239-433-3000
27559
77-0681624
5A8Q5
SBuchholz@HighSpans.com
SVP&CFO
MichelleL.Buchholz
Lee Florida
Page 3223 of 9661
Rev.12025
AdditionalContactInformation
Sendpaymentsto:
(requiredifdifferentfrom
above)
Companynameusedaspayee
Contactname:
Title:
Address:
City,State,ZIP
Telephone:
Email:
OfficeservicingCollier
Countytoplaceorders
(requiredifdifferentfrom
above)
Contactname:
Title:
Address:
City,State,ZIP
Telephone:
Email:
Page 3224 of 9661
Page 3225 of 9661
Page 3226 of 9661
Rev. 1 2025
Procurement Services Division
Form 4 Reference Questionnaire
(USE ONE FORM FOR EACH REQUIRED REFERENCE)
Solicitation:
Reference Questionnaire for:
(Name of Company Requesting Reference Information)
(Name of Individuals Requesting Reference Information)
Name: Company:
(Evaluator completing reference questionnaire) (Evaluator’s Company completing reference)
Email: FAX: Telephone:239-821-0271
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: Completion Date:
Project Budget: Project Number of Days:
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). 9
3 Quality of work. 10
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. 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 97
25-8369
HighSpans Engineering, Inc.
Jacob Tryfus Collier County
Jacob.Tryfus@CollierCountyFL.gov
06/21/2024
Michelle L. Buchholz & Mica Jackson
Chateau Double Box Culvert Outfall
$985,627.00
Page 3227 of 9661
Rev. 1 2025
Procurement Services Division
Form 4 Reference Questionnaire
(USE ONE FORM FOR EACH REQUIRED REFERENCE)
Solicitation:
Reference Questionnaire for:
(Name of Company Requesting Reference Information)
(Name of Individuals Requesting Reference Information)
Name: Company:
(Evaluator completing reference questionnaire) (Evaluator’s Company completing reference)
Email: FAX: Telephone:239-821-0271
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: Completion Date :
Project Budget: Project Number of Days:
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). 10
3 Quality of work. 10
4 Quality of consultative advice provided on the project. 9
5 Professionalism and ability to manage personnel. 9
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 97
25-8369
HighSpans Engineering, Inc.
Jacob Tryfus Collier County
Jacob.Tryfus@CollierCountyFL.gov
Michelle L. Buchholz & Mica Jackson
08/06/2024
$842,418.35
Goodland Drive Culvert Replacement
Page 3228 of 9661
Page 3229 of 9661
Rev. 1 2025
Procurement Services Division
Form 4 Reference Questionnaire
(USE ONE FORM FOR EACH REQUIRED REFERENCE)
Solicitation:
Reference Questionnaire for:
(Name of Company Requesting Reference Information)
(Name of Individuals Requesting Reference Information)
Name: Company:
(Evaluator completing reference questionnaire) (Evaluator’s Company completing reference)
Email:Jacob.Tryfus@colliercountyfl.gov FAX: Telephone:239-821-0271
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: Completion Date:
Project Budget: Project Number of Days:
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
25-8369
HighSpans Engineering, Inc.
Jacob Tryfus Collier County
06/21/2024
Michelle L. Buchholz & Mica Jackson
6th Street W. Outfall Replacement
$147,645.00
Page 3230 of 9661
67 7( 2175 7 3529,6,216 1'