Loading...
Agenda 03/10/2026 Item #16B 4 (Award Request for Professional Services ("RPS") No. 25-8342 "Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects" to HighSpans Engineering, Inc.)3/10/2026 Item # 16.13.4 ID# 2026-230 Executive Summary Recommendation to award Request for Professional Services ("RPS") No. 25-8342 "Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects" to HighSpans Engineering, Inc., in the amount of $1,206,454.00, authorize the necessary Budget Amendment, and authorize the Chair to sign the attached Agreement. OBJECTIVE: To obtain professional, independent, engineering peer review services for eleven roadway design projects (the "Project"). CONSIDERATIONS: This Project will provide independent peer review services for eleven roadway design projects as follows: Project No. Project Title Project No. Project Title 33890 Four -Point Roundabout 60212.2 47th Ave. NE Bridge 60144 Oil Well Road Widening 60212.3 Wilson Blvd. (South) Bridge 60198 Veterans Memorial Blvd. Phase II 60212.4 13th St. NW Bridge 60259 Goodlette-Frank Road Widening 60212.5 62nd Ave. NE Bridge 60263 Everglades Blvd. Widening 60212.6 1Oth Ave. SE Bridge 60268 Immokalee Rd. at Livingston Rd. Overpass The Peer Review Consultant will provide the County with the services of a qualified third -party team to conduct Engineering Evaluation, Constructability, Biddability, and Miscellaneous Quality Assurance reviews related to these Transportation projects. This independent peer review of design -phase plan submittals shall ensure that the plans meet the Florida Design Manual, the FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways ("Florida Greenbook"), the FDOT Standard Plans, and other roadway design specifications. The Constructability/Biddability Review shall ensure the Project can be constructed as technically designed and budgeted. On February 6, 2025, the Procurement Service Division posted RPS No. 25-8342, "Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects," and received three responsive and responsible proposals by the March 17, 2025, deadline. On July 22, 2025 (Agenda Item 16.13.3), the Board authorized staff to negotiate an agreement with the top -ranked firm, HighSpans Engineering, Inc. (HighSpans). Negotiations with HighSpans commenced on August 14, 2025. HighSpans initially presented a proposal in the amount of $3,937,115.00. Consistent with Section 287.055, Florida Statutes, the Consultants' Competitive Negotiation Act, staff negotiated and reached a proposed Agreement with HighSpans for a contract in the amount of $1,206,454.00 for all professional services. The Board's approval of this item will also be an acknowledgment of the cost reasonableness of the contract amount based upon staffs competitive negotiation as required by the CCNA. The Agreement was negotiated, resulting in cost savings of $2,730,661.00. HighSpans has provided professional engineering services to Collier County for the past 18 years. HighSpans has completed planning, design, post -design, testing, and inspection services on many roadway and bridge construction projects throughout Southwest Florida. This item is consistent with the Collier County strategic plan objective to maintain an effective transportation system to reduce traffic congestion and improve the mobility of the County's residents and visitors. FISCAL IMPACT: Funds in the amount of $1,206,454.00 will be a shared cost between the 11 projects. A budget amendment in the amount of $61,414.00, is necessary for the Four -Point Roundabout Project (33890). The sources of funding for the contract are impact fees, gas taxes, and general funds. 3/10/2026 Item # 16.13.4 ID# 2026-230 GROWTH MANAGEMENT IMPACT: This recommendation is consistent with the Long -Range Transportation Plan and Objective 1 of the Transportation Element of the Collier County Growth Management Plan to maintain the major roadway system at an acceptable Level of Service. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires a majority vote of the Board for approval. — CLD RECOMMENDATION(S): To award Request for Professional Services ("RPS") No. 25-8342 "Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects" to HighSpans Engineering, Inc., in the amount of $1,206,454.00, authorize the necessary Budget Amendment, and authorize the Chair to sign the attached Agreement. PREPARED BY: Robert White, PE, Project Manager III, Transportation Engineering ATTACHMENTS: 1. PSA 25-8342 HighSpans Contract VS-r 2. 25-8342 HighSpans Engineering COI exp 11.14.26 (Auto,GL, Prof, Umbrella,WC) 3. 25-8342 - Solicitation 4. 25-8342 HighSpans Engineering_ Proposal 5. 25-8342 Final Ranking 6. 25-8342 NORA 7. 3081-66066 to 33890 PROFESSIONAL SERVICES AGREEMENT Contract # 25-8342 for " Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects THIS AGREEMENT is made and entered into this day of , 20 , by and between the Board of County Commissioners for Collier County, Florida, a political subdivision of the State of Florida (hereinafter referred to as the "COUNTY") and HighSpans Engineering, INC. authorized to do business in the State of Florida, whose business address is 2121 McGregor Blvd. Suite 200 Fort Myers, Ft_ 33901 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT concerning Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects (hereinafter referred to as the "Project"), said services in accordance with the provisions of Section 287.055, Florida Statutes being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; and; WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to COUNTY professional services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the COUNTY for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. Page 1 of 30 PSA_CCNA Single Project Agreement [2025 ver.2] fUA t 1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a professional service which, under Florida Statutes, requires a license, certificate of authorization or other form of legal entitlement to practice such services, it shall employ and/or retain only qualified personnel to provide such services to the COUNTY. 1.5. CONSULTANT designates Vince Zaliauskas a qualified licensed professional to serve as the CONSULTANT's project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without the COUNTY's prior written approval, and if so removed must be immediately replaced with a person acceptable to the COUNTY. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from the COUNTY to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to the COUNTY. 1.7. The CONSULTANT represents to the COUNTY that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the COUNTY's review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communications, Government and Public Affairs Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(a-colliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: Page 2 of 30 PSA_CCNA Single Project Agreement [2025_vec2] GAO 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 1.8. In the event of any conflicts in these requirements, the CONSULTANT shall notify the COUNTY of such conflict and utilize its best professional judgment to advise the COUNTY regarding resolution of each such conflict. The COUNTYS approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. 1.9. The COUNTY reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to CONSULTANT's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the COUNTY reserves the right to make sole determination regarding deductions. After notification of deficiency, if the CONSULANT fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the CONSULTANT. The COUNTY may also deduct or charge the CONSULTANT for services and/or items necessary to correct the deficiencies directly related to the CONSULTANT's non-performance whether or not the COUNTY obtained substitute performance. 1.10. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without the COUNTY's prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shall provide the COUNTY prompt written notice of any such subpoenas. Page 3 of 30 PSA_CCNA Single Project Agreement [2025 ver.2] 1.11. As directed by the COUNTY, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK (Real -Time Kinematic) GPS Network as provided by the COUNTY. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge -of -pavement - EOP, etc.), and adhere to industry standard CAD specifications. ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT 2.1. If authorized in writing by the COUNTY through a Change Order or Amendment to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in the COUNTY's Procurement Ordinance and Procedures in effect at the time such services are authorized. These services will be.paid for by the COUNTY as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an Amendment to this Agreement prior to starting such services. The COUNTY will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If the COUNTY determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to the COUNTY of the emergency within forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT's right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: 2.1.1 Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. 2.1.2 Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, the COUNTY's schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by the COUNTY when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT's control and fault. 2.1.3 Providing renderings or models for the COUNTY's use. Page 4 of 30 PSA_CCNA Single Project Agreement [2025_ver.21 2.1.4 Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting the COUNTY in obtaining such process licensing. 2.1.5 Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.1.6 Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by the COUNTY, other than visits to the Project site or the COUNTY's office. 2.1.7 Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.1.8 Preparing to serve or serving as a CONSULTANT or witness for the COUNTY in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). 2.1.9 Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE THE COUNTY'S RESPONSIBILITIES 3.1, The COUNTY shall designate in writing a project manager to act as the COUNTY's representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define the COUNTY's policies and decisions with respect to CONSULTANT's services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: a. The scope of services to be provided and performed by the CONSULTANT hereunder; b. The time the CONSULTANT is obligated to commence and complete all such services; or c. The amount of compensation the COUNTY is obligated or committed to pay the CONSULTANT. 3.2. The Project Manager shall: a. Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; b. Provide all criteria and information requested by CONSULTANT as to the COUNTY 's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; c. Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT's disposal all available information in the COUNTY's possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; Page 5 of 30 PSA_CCNA Single Project Agreement t2025_ver.21 `t,: d. Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and e. Provide notice to CONSULTANT of any deficiencies or defects discovered by the COUNTY with respect to the services to be rendered by CONSULTANT hereunder. ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from the COUNTY for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the COUNTY, fires, floods, epidemics, quarantine regulations, strikes or lock -outs, then CONSULTANT shall notify the COUNTY in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT's services from any cause whatsoever, including those for which the COUNTY may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from the COUNTY. CONSULTANT's sole remedy against the COUNTY will be the right to seek an extension of time to its schedule provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT's compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the COUNTY hereunder, the COUNTY at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the COUNTY's satisfaction that the CONSULTANT's performance is or will shortly be back on schedule. 4.5. In no event shall any approval by the COUNTY authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by the COUNTY to CONSULTANT be deemed a waiver of any right or claim the COUNTY may have against CONSULTANT for delay or any other damages hereunder. Page 6 of 30 PSA_CCNA Single Project Agreement [2025 ver.21 ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the COUNTY for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the COUNTY to the CONSULTANT; and, as a business practice there are no hourly or material invoices presented, rather, the CONSULTANT must perform to the satisfaction of the COUNTY's Project Manager before payment for the fixed price contract is authorized. — — — wYY Yr Y\'/JIIY ��wl YYyI IIYYYYr YY\.Yar1�Y�Y�'�Ii�'� � 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply only to tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1 above. ❑ bythegFant ARTICLE SIX THE OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by the COUNTY, CONSULTANT shall deliver to the COUNTY copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and othertechnical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"). The COUNTY shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to the COUNTY the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring the COUNTY to pay any additional compensation, CONSULTANT hereby grants to the COUNTY a nonexclusive, irrevocable license in all of the Project Documents for the COUNTY's use on this Project. CONSULTANT warrants to the COUNTY that it has full right and authority to grant this license to the COUNTY. Further, CONSULTANT consents to the COUNTY's use of the Project Documents to complete the Project following CONSULTANT's termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges the COUNTY may be making Project Documents available for review and information to various third parties and hereby consents to such use by the COUNTY. Page 7 of 30 PSA_CCNA Single Project Agreement (2025_ver,21 ARTICLE SEVEN MAINTENANCE OF RECORDS 7.1. CONSULTANT will keep adequate records and supporting documentation which concern or reflect its services hereunder. The records and documentation will be retained by CONSULTANT for a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the Project is completed, whichever is later, or such later date as may be required by law. The COUNTY, or any duly authorized agents or representatives of the COUNTY, shall, free of charge, have the right to audit, inspect and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the five (5) year period noted above, or such later date as may be required by law; provided, however, such activity shall be conducted only during normal business hours. ARTICLE EIGHT INDEMNIFICATION 8.1. To the maximum extent permitted by Florida law, CONSULTANT shall indemnify and hold harmless the COUNTY, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph 8.1. 8.2. To the extent that the Agreement that the work pertains to a "Professional Services Contract" as defined in Section 725.08(3), Florida Statutes, and the CONSULTANT is a "Design Professional" as defined in Section 725.08(4), Florida Statutes, the indemnification provided herein shall be limited as provided in Sections 725.08(1) & (2), Florida Statutes. ARTICLE NINE INSURANCE 9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement. 9.2. All insurance shall be from responsible companies duly authorized to do business in the State of Florida. 9.3. All insurance policies required by this Agreement shall include the following provisions and conditions by endorsement to the policies: 9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability policy, and the Workers Compensation policy, provided by CONSULTANT to meet the requirements of this Agreement shall name Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR, Collier County Government, as an additional insured as to the operations of CONSULTANT under this Agreement and shall contain a severability of interests' provisions. Page 8 of 30 PSA CCNA Single Project Agreement [2025 ver.2] 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against the COUNTY for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by the COUNTY applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 9.4. CONSULTANT, its subconsuitants and the COUNTY shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by the COUNTY, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of "Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT's own staff, unless otherwise authorized in writing by the COUNTY. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the COUNTY. No provision of this Agreement shall, however, be construed as constituting an agreement between the COUNTY and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the COUNTY beyond such as may then otherwise exist without regard to this Agreement. 10.2. Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. All personnel, identified in Schedule F shall not be removed or replaced without the COUNTY's prior written consent. 10.3. CONSULTANT is liable for all the acts or omissions of its subconsuitants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the Page 9 of 30 PSA_CCNA Single Project Agreement [2025_ver.2] CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the COUNTY. Each subconsultant or subcontract agreement shall preserve and protect the rights of the COUNTY under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the sub consulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub-subconsultants or sub -subcontractors. 10.4. CONSULTANT acknowledges and agrees that the COUNTY is a third -party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between the COUNTY and any subconsultant or subcontractor. Further, all such contracts shall provide that, at the COUNTY's discretion, they are assignable to the COUNTY upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT's acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against the COUNTY arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT's services nor payment by the COUNTY shall be deemed to be a waiver of any of the COUNTY's rights against CONSULTANT. ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for the COUNTY to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT's failure to begin services under the Agreement within the times specified under the Notice(s) to Proceed, or (b) CONSULTANT's failure to properly and timely perform the services to be provided hereunder or as directed by the COUNTY, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT's principals, officers or directors, or (d) CONSULTANT's failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT's failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The COUNTY may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that the COUNTY otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against the COUNTY shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 12.3. The COUNTY shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against the COUNTY shall be limited to that portion of Page 10 of 30 PSA_CCNA Single Project Agreement [2025_ver.2] the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against the COUNTY, including, but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. 12.4. Upon termination and as directed by the COUNTY, the CONSULTANT shall deliver to the COUNTY all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Article 6, that are in CONSULTANT's possession or under its control. 12.5. The COUNTY shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6. In the event (i) the COUNTY fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) the COUNTY otherwise persistently fails to fulfill some material obligation owed by the COUNTY to CONSULTANT under this Agreement, and (ii) the COUNTY has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after giving THE COUNTY a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving written notice to the COUNTY of CONSULTANT's intent to terminate this Agreement. If the COUNTY does not cure its default within fourteen (14) days after receipt of CONSULTANT's written notice, CONSULTANT may, upon fourteen (14) additional days' written notice to the COUNTY, terminate the Agreement and recover from the COUNTY payment for Services performed through the termination date, but in no event, shall CONSULTANT be entitled to payment for Services not performed or any other damages from the COUNTY. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 13.2. In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth -In -Negotiation Certificate, attached hereto and incorporated herein as Schedule E, certifying that wage rates and other factual unit costs supporting the compensation for CONSULTANT's services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The CONSULTANT agrees that the original Page 11 of 30 PSA CCNA Single Project Agreement [2025_ver.2] Agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the COUNTY determines the Agreement price was increased due to inaccurate, incomplete, or non- current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. ARTICLE FOURTEEN CONFLICT OF INTEREST 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the COUNTY shall be in writing and shall be delivered by hand, email, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following the COUNTY's address of record: Board of County Commissioners for Collier County, Florida Division Name: Transportation Engineering Division Director: JayAhmad Address: 2885 South Horseshoe Drive Naples, FL 34104 Administrative Agent/PM: Robert White Telephone: 239-252-5762 E-Mail(s): robert.white@collier.gov 16.2. All notices required or made pursuant to this Agreement to be given by the COUNTY to the CONSULTANT shall be made in writing and shall be delivered by hand, email or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT's address of record: Company Name: HighSpans Engineering, INC. Address: 2121 McGregor Blvd. Suite 200 Fort Myers, FL 33901 Page 12 of30 PSA_CCNA Single Project Agreement [2025_ver.2] Attention Name & Title: Telephone: E-Mail(s): Michelle Buchholz 239-433-3000 sbuchholz@highspans.com 16.3. Either party may change its address of record by written notice to the other party given in accordance with requirements of this Article. ARTICLE SEVENTEEN MISCELLANEOUS 17.1. CONSULTANT, in representing the COUNTY, shall promote the best interests of the COUNTY and assume towards the COUNTY a duty of the highest trust, confidence, and fair dealing. 17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof shall impair the rights or liabilities of either party. 17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by CONSULTANT without the prior written consent of the COUNTY. 17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach and shall not be construed to be a modification of the terms of this Agreement. 17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or change the provisions in such Articles, Schedules, Parts and Attachments. 17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior agreements or understandings, written or oral, relating to the matter set forth herein, and any such prior agreements or understanding shall have no force or effect whatever on this Agreement. 17.7. Unless otherwise expressly noted herein, all representations and covenants of the parties shall survive the expiration or termination of this Agreement. 17.8. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 17.9. The terms and conditions of the following Schedules attached hereto are by this reference incorporated herein: Schedule A SCOPE OF SERVICES Schedule B BASIS OF COMPENSATION Schedule C PROJECT MILESTONE SCHEDULE Schedule D INSURANCE COVERAGE Schedule E CCNA Proiects: TRUTH IN NEGOTIATION CERTIFICATE Schedule F KEY PERSONNEL Schedule G AFFIDAVIT REGARDING LABOR AND SERVICES Solicitation # 25-8342 , including all Attaehment(s), Exhibit(s) & Addendum (Page 13 of30 PSA_CCNA Single Project Agreement [2025_ver.2] 17.10. Grant Funded Projects(only applicable to Grant funded ro'ects : In the event of any conflict between or among the terms of any of the Contract Documents and/or the COUNTY's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Grant Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the CONSULTANT at the COUNTY's discretion. ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to the COUNTY the Truth -In -Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT's compensation shall be adjusted to exclude any sums by which the COUNTY determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by the COUNTY of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." Page 14 of30 PSA CCNA Single Project Agreement [2025_ver.2] ARTICLE TWENTY DISPUTE RESOLUTION 20.1. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision -making authority and by the COUNTY's staff person who would make the presentation of any settlement reached during negotiations to the COUNTY for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed -upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision -making authority and by the COUNTY's staff person who would make the presentation of any settlement reached at mediation to the COUNTY's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE TWENTY-ONE IMMIGRATION LAW COMPLIANCE 21.1. By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seg. and regulations relating thereto, as either may be amended, as well as the Florida state law requirements set forth in Florida Statute, §448,095, as may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the COUNTY shall have the discretion to unilaterally terminate this Agreement immediately. [Signature page to follow this page] *****`Remainder of page intentionally left blank****** Page 15 of 30 PSA CCNA Single Project Agreement (2025_ver.2] IN WITNESS WHEREOF, the parties hereto have executed this Professional Services Agreement the day and year first written above. ATTEST. - Crystal K. Kinzel, Clerk of the Circuit Court and Comptroller By: Date: Approved as to Form and Legality: Onri,sfW,County Attorney l 1 a ft� m�e Consultant's Witnesses: i ?/I - • � IIDI � ! ll � Name and Title Witness Gindrutis Zaliauskas, Contracts Analyst Name and Title BOARD OF COUNTY COMMISSIONERS FOR COLLIER COUNTY, FLORIDA _1 1 ►• ,ti Chairman Consultant: HighSpans Engineerinq, INC. micnelie L. bucnnoiz, Jyt- & ut'V Name and Title Page 16 of 30 PSA_CCNA Single Project Agreement 12025__ver21 SCHEDULE A SCOPE OF SERVICES following this page (pages 1 through 18 ) Page 17 of 30 PSA_CCNA Single Project Agreement [2025_ver.2] 4 �. Schedule A - Scope of Services # 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects 1. PROJECT TITLE Independent Peer Review, Constructability and Biddability Support Services for Transportation Engineering Design Projects (as described hereinafter, the "Project") I1. INTRODUCTION As requested by the Transportation Engineering Division (hereinafter, the "Division"), 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. At a minimum, the Peer Review Consultant (PRC) must achieve the specified Scope of Work requirements. III. PURPOSE The PRC shall function as an extension of the County's resources by providing qualified technical and professional personnel to perform the duties and responsibilities assigned under the terms of this Agreement. To the maximum extent possible, the PRC shall minimize the County's need to apply its own resources to authorized assignments. The County, at its option, may elect to modify the extent of each work element described in this Scope of Services, provided such action does not alter the intent of this Agreement. In the event the County elects to modify the contract to reduce the review effort of a particular work element or elements, i.e., a specific work group or groups, or other scope items of a particular project as identified in the contracted man hour estimate or scope, the PRC shall reserve the right to amend the final IPR certification of the project to reflect this reduction. RESPONSIBILITY OF THE PRC a. The PRC shall provide and maintain an up-to-date list of staff with agreed -to classifications and approved hourly rates (subject to the contract basis of compensation Appendix E) that will be available to be assigned to specific task work orders. No consultant staff, except those expressly agreed to by the County, shall charge time to that particular task work order. b. The PRC must specifically request any modifications or additions to the list of available staff before initiating any work by that individual, agreed to by the County, and if applicable, documented in a task work order amendment signed by all parties. QUALIFICATIONS OF THE PRC AND/OR SUB -CONSULTANTS For this Project the PRC and/or Sub-Consultant(s) must be FDOT qualified (Rule Chapter 14-75) to perform the assigned work and/or services required of the Project. At a minimum, the PRC and/or Sub- Consultant(s) must be qualified to perform/review the design for the following types of work: Major work mix includes: • 0020 New Bridge Construction • 0221 Widen & Resurface Existing Lanes Page t of 18 Schedule A — Scope of Services • 0205 Sidewalk • 0715 Traffic Engineering Study • 0716 Traffic Signals • 0774 Signing/Pavement Markings • 0777 Lighting Major work groups include: • 3.1 Minor Highway Design • 4.1 Miscellaneous Structures and Minor Bridge Design Minor work groups include: • 4.1 Miscellaneous Structures and Minor Bridge Design • 6.3.1 ITS Analysis & Design • 7.1 Signing, Pavement Marking & Channelization • 7.2 Lighting • 7.3 Signalization • 8.1 Control Surveying • 8.2 Design, Right of Way Construction Surveying 8.3 Photogrammetric Mapping • 8.4 Right of Way Mapping IV. SERVICES The PRC shall provide the County with the services of a qualified team to conduct Engineering Evaluation, Constructability, Biddability, and Miscellaneous Quality Assurance reviews related to the transportation facilities identified in Appendices A and B. The independent peer review team must be experienced in designing and constructing highways, bridges, and other FDOT facilities (such as ITS, Architectural, & Landscape) and CEI. The nature of these design reviews includes but is not limited to roadway and bridge projects such as bridge rehabilitation and roadway resurfacing projects, public transportation facility improvements, and others as deemed appropriate by the County. The list of Projects to be reviewed is provided in Appendices A and B and will be competitively solicited for a Consulting Engineer of Record under a separate contract with the County. The PRC is prohibited from participating on that design team as a prime or subconsultant. The PRC is also prohibited from participating as or on the CEI team. A. DESIGN PHASE PLANS REVIEW 1. Perform a review of the construction plans for each project at each submittal phase for all relevant disciplines (structures, roadway, etc.) within the time period stipulated in Section VI. The PRC shall ensure that all construction plans, as applicable, are prepared following the latest standards, current FDOT policies, procedures, manuals, and County guidelines and practices. The PRC shall provide written comments on the adequacy and accuracy of the phase submittal. In reviewing documents, certain basic tasks may be carried out as follows: Page 2 of 18 Schedule A — Scope of Services /`,f:_,s • Use the Bluebeam application to access the Engineer of Record (EOR) electronic documents submitted at each design phase, provide review comments, and address the responses within the allotted time for each project. • Verify that the submittal meets FDOT requirements for submittal phase (30,60,90,100) in accordance with FDOT FDM Table 121.14,1. • Verify that previous comments have been correctly incorporated in the next phase of submittals. • Identify and report to the County's Project Manager on any design components requiring design variances or exceptions. • Review plans and component sets to ensure all items identified in the plans have an appropriate payment method in accordance with FDOT Basis of Estimates and other relevant contractual documents. • Verify that the Project summaries of quantities are accurate, reflect the quantities of the numerous tabulations and are per the FDOT's Basis of Estimates Manual. • Review the Engineering Opinion of Construction Cost at each phase and verify consistency with FDOT Basis of Estimates. • Review that the proposed maintenance of traffic plans conforms with FDOT criteria and are constructible. • Review the design documents and visually inspect the project site to confirm that all above ground field conditions are generally reflected accurately in the contract documents. • As part of the 30% phase plans review, provide a risk register that identifies project risks and quantifies the associated level of risk (high, medium, low) based on likelihood and severity along with a recommended mitigation strategy. See Appendix C for example risk register. • Review such items as utilities, traffic control/maintenance of traffic/R/W requirements, transit requirements, permit requirements, conditions, quantities, third -party agreements, and equipment requirements. • Determine the feasibility of construction equipment ingress and egress and placement at the job site. • For utility relocations, retaining walls, and bridge construction, determine if the work require any temporary retaining structures for equipment placement and if failure of a temporary structure would jeopardize the general public's safety. • For existing bridges to be widened, particular attention shall be given to the feasibility of placing construction equipment within the median area of dual bridges. • Review for completeness and provide written comments on the applicability of the construction contract's technical and modified special provisions where necessary. Project reviews shall utilize the team's comprehensive experience and knowledge to provide a review of the project plans. The review will assess general conformance with design requirements. Each discipline (Structures, Roadway, etc.) may cover the following general items within each phase review (as needed, as determined by the PRC): i. Structures o Superstructure o Substructure Page 3 of l8 Schedule A — Scope of Services o Foundations o Retaining walls o Mast arms / strain pole signal structures o Noise walls o Box culverts o Lighting foundations o Calculations report for miscellaneous structures (walls, mast arms, noise walls, etc.) 2. Roadway o Turn lane lengths o Context classification report and typical section package o Horizontal, vertical, and cross section alignments o Pedestrian facilities o Railroad coordination (Veterans project) o Pavement design and selection o Clearing and grubbing/removal/excavation/embankment o Intersection and geometric studies and evaluation 3. Temporary Traffic Control (TTC) o Lane closure analysis o Temporary barriers and lateral clearance o Phasing, temporary pavement markings, and temporary signage o Multimodal accommodations o FDOT Index 600 Series o Restrictions (such as lane closures times) o Detours, lane shifts; diversions, and routing 4. Signalization o Traffic signal timing and SOP -N/A —N/A o Collier County Special Provisions o Vertical and lateral clearance o Vehicle detection and preemption o Pedestrian control and accessibility o Midblock Crossings 5. S&PM o Standard roadway signage o Pavement markings o Special emphasis markings o Pedestrian and cyclist markings 6. Lighting and ITS o Lighting luminance/illumination, values, and design o Intersection and corridor lighting o Collier County Specifications and Special Provisions o Network compatibility 7. Utilities o Conflict review and resolution tracking Page 4 of 18 Schedule A— Scope of Services A 0 a Verified Vertical Height (VVH/SUl) review o Confonnance with FDOT's Utility Accommodation and Procedures Manual 8. Geotechnical o Borings per FDOT Soil and Foundation Handbook o Muck inclusions o Retaining structures o Limestone or caprock during foundation design o Soil Characterization and lab testing o Test Pile Lengths 9. Drainage o Review Bridge Hydraulics Report (BHR) methodology and assumptions for general conformance with FDOT's standard procedures. o Review Bridge Hydraulic Recommendation Sheet's conformance with the the BHR and Scour Calculations. o fond siting reports o Tailwater verification o Review Scour calculations for general conformance with FDOT's standard procedures. o Review Stormwater Management Calculations and Routings Modeling methodology and assumptions for general conformance with FDOT's standard procedures. o Conformance with FDOT's Drainage Manual and Design Guidelines 10. Biddability Review o Identification of ambiguities/conflicts and missing pay items in contract documents o Review for pay item relevance o Confirm clarity and inclusion of all necessary pay item notes o Verify quantity tables include and match all work described in the plans 11. Environmental o Initial permit desktop level QA/QC o Pond siting reports 2. The PRC members will enter all review comments utilizing a shared Bluebeam Studio Session. Utilizing a shared Session will allow all disciplines to stay apprised of and review comments by others. At the end of the review period, the comments will be compiled and finalized with coordination meetings between PRC members as required. The review files with finalized comments will then be shared to the Designer and County staff. 3. The Designer will provide written responses to all review comments tabulated in the Bluebeam Studio Comments Report. The PRC will evaluate these responses, determine acceptance or rejection, and verify the resolution status for each comment. This evaluation will be performed promptly upon receipt of the written responses. A Peer Review Certification Letter, signed by the Independent Review Engineer, will be provided with the review comments, Designer responses, and resolution status for each phase. Page 5 of 18 Schedule A— Scope of Services B. INDEPENDENT REVIEW ANALYSIS OF BRIDGES The PRC will perform independent calculations for all structural components related to the bridges beginning at the 60% submittal, with the analysis being completed and any issues noted with the 90% comment review phase to validate the design of all bridge structures. A preliminary review will be performed during the 30% submittal to identify any significant design flaws. Primary tasks include verification of the following: o Compatibility of bridge geometry with roadway geometries, including typical sections, alignment, clearances. o Compatibility of the design with the proposed construction phasing and Traffic Control Plans. o Identify conflicts with underground and overhead utilities and appropriate mitigation, o Compliance with AASHTO, FDOT and COUNTY design standards and requirements. o Independent structural analysis and design of foundations, substructure, and superstructure thru all phases of construction. o Global and local analyses of forces, considering all structural members, connections and boundary conditions consistent with the structure type. o Design results/recommendations (independent verification of the design). C. MEETINGS The PRC may attend the following meetings, as needed/as project dictates, the meetings may be in person, via MS Teams, WebEx, or similar: • A kickoff meetingwith the Designer prior to the 30% submittal for each project, • A design progress meeting with the Designer prior to the 60% submittal for each project • One design review coordination meeting per phase per Project. D. DATA COLLECTION AND FIELD REVIEW The review team will locate and collect information such as plans, specifications, reports, revision letters, quantity calculations/tabulations, cost estimates, etc., required to perform a practical phase review. Also, it may be desirable to meet with the FOR Project Manager in the area of the proposed Transportation Facility to gather pertinent data about local conditions. E. EXCLUDED SERVICES The reviews identified in Sections IV.A and IV.B do not include the following items: • The design and analysis of permanent and temporary critical retaining walls, mast arms, strain poles, signal and sign support structures, noise walls, lighting foundations, and other miscellaneous structures will be verified by reviewing the calculations provided by the Designer. These components are excluded from the IPR analysis. • The drainage and hydraulic designs related to the bridges will be verified by reviewing the calculation reports provided by the Designer, therefore, independent drainage and hydraulic calculations will not be required. • Drawings, details, specifications, or estimates will not be developed by the PRC for direction to the designer or incorporated into the contract documents. Guidance will be limited to review comments as detailed in this scope. Page 6 of 18 Schedule A — Scope of Services • Load rating analysis of bridges are excluded from the IPR analysis. V. GENERAL Quality Assurance and Quality Control Plan Within 30 days after receiving the award of this Contract, the PRC shall furnish a Quality Assurance/Quality Control Plan to the County. The plan shall detail the organization's procedures, evaluation criteria, and instructions to assure conformance with this Contract. No payment shall be made until the County approves the PRC's Quality Assurance Plan. Period reviews of this plan are required to confirm whether changes to the project necessitates revisions of the Plan. The PRC shall be responsible for keeping the plan current. The Plan shall include, but not be limited to, the following areas: Organization - A description of the PRC's Quality Control Organization and its functional relationship to the part of the organization performing the work under the Contract is required. The authority, autonomy, and responsibilities of the Quality Assurance plan's organization shall be detailed as well as the names and qualifications of personnel in the quality control organization. 2. Quality Assurance (QA) -The PRC's QA methods used to monitor and assure compliance with the contract requirements for services and products shall be detailed. Quality Assurance Certification - An officer of the PRC firm will be required to sign and seal a certification that will have been prepared and checked per FDOT requirements. Continuous improvement opportunities — The PRC's QA plan should monitor and continuously update its quality focus. VI. COMPUTER SERVICES Computations must be based on the County staffs computer programs (i.e., Excel, Microsoft Word, GEOPAK, MicroStation, AutoCAD, etc.) VII. SCHEDULE PLANS REVIEW: Due to the requirements to meet plan review schedules, the PRC shall complete each individual plans review task within the following number of working days from the phase submittal to the County for the following projects: 60263 - Everglades Boulevard Widening, 60144 - Oil Well Road Widening, 60268 - Immokalee Road and Livingston Road Overpass, and Goodlette-Frank Road Widening from VBR to Immokalee Road. 30% Engineering Phase 21 Working Days 60% Engineering Phase 21 Working Days 90% (Constructability) Phase Review 30 Working Days 100% (Biddabi I ity) Phase Review 21 Working Days Page 7 of 18 Schedule A — Scope of Services The review of the remaining seven projects identified in Exhibit A shall be executed within the following number of working days. 30% Engineering Phase 15 Working Days 60% Engineering Phase 15 Working Days 90% (Constructability) Phase Review 21 Working Days 100% (B iddabi I ity) Phase Review 15 Working Days Please note that the times shown are maximum time limits. Any work requiring earlier submittals will be detailed in the authorization letter. VIII. COUNTY RESPONSIBILITIES The County, through its FOR Consultant, will furnish all items necessary for the performance of the required services. It is the responsibility of the PRC to look for additional documents needed to complete the assigned task that the County did not initially provide. However, the PRC shall provide the services as stated herein within the established time frame, regardless of such da&s availability. The COUNTY shall provide electronic plans and documentation for markup at the 30%, 60%, 90%, and 100% submittals through Bluebeam Studio Revu or via a Microsoft -supported application (One Drive). The County will provide traffic study and design -related documentation, as needed/if available, as requested by the ARC to aid in the plans review process, such as project traffic studies and traffic data, turning movement counts/studies, safety and crash studies, signal warrants reports, and intersection control evaluation reports. Under normal circumstances, the plans and documents to be supplied will conform to all the Florida Department of Transportation Manuals, Specifications, and Guidelines, including the Florida Green Book. Right-of-way maps and documents may be obtained at each phased submittal when necessary. The PRC review team may obtain additional information directly from the EOR, informing the County's Project Manager of these efforts. Page 8 of 18 Schedule A— Scope of Services Appendix A BACKGROUND The County is interested in receiving qualifications and proposals from experienced Design, Construction Engineering, and Inspection teams to provide independent design peer review services for the following transportation facilities: 1. 33890 - Four -Point Roundabout: (FDOT Grant Funding) This Project encompasses the realignment of Immokalee Road and Camp Keais Road, which will converge to form a new roundabout intersection. The proposed roadway improvements will enhance traffic movement and safety at this four -point intersection, providing motorists with a safer, more efficient traffic pattern. Immokalee Road and Camp Keais Road intersect in unincorporated Collier County, approximately three miles south of Immokalee, FL. The growing number of motorists from local development has fueled traffic delays and crashes. The COUNTY seeks a roundabout design for this intersection in order to improve traffic capacity and safety, lower crash severity, and reduce maintenance costs. This transportation facility, as proposed, will relocate and reconstruct the intersection of Immokalee Road (CR 846) and Camp Keais Road into a roundabout configuration. The Consultant must evaluate alternatives such as constructing the roundabout on Immokalee Rd at Camp Keais Rd existing location or at a new alignment to the south. The design should include all the components required for a complete intersection. Information to be considered shall include but not be limited to existing Level Of Service (LOS), traffic patterns, turning movement counts, crash data, and traffic volume projections in order to determine the roundabout placement and design. The CONSULTANT shall review current roundabout design guides and guidelines on operational analysis, design characteristics, and safety studies to plan the geometry of the approach lanes and the roundabout. The roundabout design should consider stage construction and be designed as small as needed for the near term, with an expansion option to accommodate the future addition of the approach lanes and a second circulatory lane. 2. 60263 - Everglades Boulevard Widening: This Project encompasses a three-mile section of Everglades Boulevard from Oil Well Road to Vanderbilt Beach Road Extension. The proposed roadway improvements will widen Everglades from a two-lane undivided road to a four -lane divided arterial. These improvements shall increase connectivity and traffic capacity for the Estates community. The improvements proposed will provide other roadway enhancements such as turn lanes, bicycle lanes, pedestrian facilities, signal upgrades, and improved stormwater drainage. The proposed roadway improvements for this Project consist of additional lane width and shoulders by widening to the west of the existing Roadway, stormwater drainage and ponds, and traffic signals. The new typical roadway section will have four I I -foot wide travel lanes with 7-foot bike Page 9 of 18 Schedule A— Scope of Services lanes on each side along the entire length of the Project. On the west side of the Roadway, a 6-foot concrete sidewalk will be constructed to connect paths from Oil Well Road to Vanderbilt Beach Road Extension. Traffic signals are installed at the intersections of Everglades Boulevard and the following streets: • Randall Boulevard • 18th Avenue NE, and • Vanderbilt Beach Road Extension Phase lI (currently under design) New signals and intersection improvements shall be designed for Randall Boulevard and 18`h Avenue. Design and construction efforts will be coordinated at the intersection with the Vanderbilt Beach Road Extension in the future. The project design will tie in to all major and minor roadway intersections. 3. 60144 - Oil Well Road Widening: (FDOT Grant Funding) This Project encompasses a 3.5-mile section of Oil Well Road from the intersection with Everglades Boulevard, extending cast past the intersection of Oil Well Grade Road. The proposed roadway improvements will provide connectivity and enhancements to future planned communities and rural roads. The Roadway will be four lanes constructed in a six -lane footprint. The improvements proposed will enhance roadway conditions and further traffic safety along the corridor. Previously, a design for Oil Well Road Segment 3 was completed and permitted in 2007 but was not constructed. Segments 2 and 4, to the west and east respectively, were constructed. The CONSULTANT shall use the approved concepts from the previous design and construction plans as a basis for the new design of Segment 3 unless otherwise directed by the COUNTY. New plan elements for this design will include the intersections of the future Big Cypress Parkway and the entrances to the new communities, their town centers and business parks currently in planning or under construction. The proposed roadway improvements for this Project consist of additional lane width and shoulders by widening to the north of the existing Roadway, a new bridge over the Faka Union Canal matching the proposed roadway footprint, stormwater drainage and ponds, a box culvert type animal crossing and traffic signals. The new typical roadway section will have four 11-foot wide travel lanes with 7-foot bike lanes on each side along the entire length of the Project. This shall be designed within a future six -lane footprint. On the north side of the Roadway a 10-foot multiuse path will be constructed to connect paths from Segments 2 and 4. The typical section of the proposed bridge consists of four 11-foot wide travel lanes, 7-foot bike lanes on each side, and a 10-foot multiuse path on the north side of the bridge, all within a six -lane footprint. A bridge development report should be completed to determine the proposed bridge geometric parameters. Page 10 of 18 Schedule A — Scope of Services The previous design incorporated several ponds for stormwater treatment. In place of some of those ponds, the new design will provide stormwater connection points to convey the water into the planned communities' lake systems. The CONSULTANT shall design a wildlife crossing consisting of a 20' x 6' x 170' box culvert with wingwalls. These are the assumed dimensions per the DCA. The CONSULTANT will provide the final geometry of this structure after evaluation. The Project will add a new traffic signal system at Oil Well Road and Desoto Boulevard N. The CONSULTANT shall include a traffic signal warrant study at the intersection with Desoto Boulevard N for COUNTY approval prior to the 30% plan submittal. This Plan will consider the proximity of the future Big Cypress Parkway. The Project will add a new traffic signal at the community entrances to Rivergrass (N) and Esplanade (S). The CONSULTANT shall include a traffic signal warrant study at the intersection for COUNTY approval prior to the 30% plan submittal. The CONSULTANT shall design the elevation of the Roadway at the future Big Cypress Parkway and Oil Well Road intersection to facilitate future roadway expansion. 4. 60198 - Veterans Memorial Boulevard Phase II: Veterans Memorial Boulevard (VMB) Extension, Phase II is an unimproved corridor extending from US 41 (Tamiami Trail) to the terminus of VMB Phase I improvements, Aubrey Rogers High School, approximately 1.25 miles. The new roadway alignment crosses Old 41 Rd. (north/south direction -- approximately 0.25 miles east of US 41) and Seminole Gulf Railway (north/south direction -- approximately 0.45 miles east of Old 41 Rd.). It is anticipated that new traffic signals will be installed at the intersection with Old 41, US 41, and the Aubrey Rogers High School's west entrance. Also, a railroad crossing gate system will be anticipated at the Seminole Gulf Railway crossing. Project Location: Page 11 of 18 Schedule A— Scope of Services CA O The new roadway geometry will be a four -lane urban divided arterial with on street bike lanes, and a six-foot sidewalk on the southside of the roadway and a 10-foot sidewalk on the northside of the roadway. The new roadway will align with the Phase I improvements, which ends at Aubrey Rogers High School's east entrance. Typical: 'r,hr' i��i. TYPICAL SECTION VETERANS MEMORIAL BOULEVARD EXTENSION STA. 1038+00.00 TO SrA. 1087+58.45 The Project will have the following features: - Streetlights - On -Street Bike Lanes - Sidewalks - Traffic Signals (at US 41 and Old 41 intersections with Veterans Memorial Blvd.) - Drainage Improvements - Ponding - Noise Wall (behind Landmark Naples) - Railroad Crossing Gate System S. 64268 - Immokalee Road and Livin,�ston Road Ovemass: Collier County Transportation Planning Division had completed the Immokalee Road Corridor Congestion Study (Study) in August 2021 to identify and evaluate potential improvements to reduce congestion and delays along a segment of Immokalee Road (County Road 846) in unincorporated Collier County. One of the Study's recommendations is to construct a four -lane, grade -separated overpass with Livingston Road bridging over Immokalee Road. The full study report is incorporated as pant of the design considerations. Page 12 of 18 Schedule A— Scope of Services Figure 4-6. Proposed Concept of overpass at Livingston Road Intersection The FDOT is providing funding for the design phase of this project. For the County to encumber these funds, the FDOT and the County will enter into a Joint Participation Agreement (JPA). The project encompasses the intersection of Immokalee Road and Livingston Road, extending far enough in each direction to accommodate the length necessary to construct the improvements. The intersection shall be modified to include new turn lanes and restriped for the new traffic pattern. Traffic signals shall be relocated. The Livingston overpass shall span the width of Immokalee Road and the Cocohatchee Canal. Livingston Road will be modified to fit the new overpass and turn lanes. 60212.2 - 47th Ave NE Bridge: The Project encompasses approximately a 3.06-mile section of 47th Avenue NE from the intersection with Immokalee Road west extending east to Everglades Boulevard. 47th Avenue NE intersects with a series of narrow dead-end streets west of the Golden Gate Main Canal. The improvements proposed will provide connectivity and roadway enhancements to those dead-end streets and improve emergency response times and safety along the corridor. The proposed roadway improvements shall be designed for a minimum design speed of 35 mph with posted speed of 30 mph. The Project also consists of adding a new bridge over the Golden Gate Main Canal, widening of the existing two-lane rural roadway width from 9-ft to 11-ft and adding a 6-ft shoulder (4-ft paved, 2-11 unpaved) in each direction. A 6-foot sidewalk (6" thick) shall be constructed along one side of the roadway. All driveways/turnouts along the corridor shall Page 13 of 18 Schedule A — Scope of Services CA'O be reconstructed. The limits of the driveway reconstruction shall terminate at the right -of way and shall match the existing driveway. A new strain pole traffic signal is proposed at the intersection with Immokalce Road (CR 846) and shall include required turn lanes with the intersection improvements. The typical section of the proposed bridge shall be similar to the previously constructed 8th Street NE bridge, which consists of two 12-ft travel lanes, 6-ft shoulders on each side, and a 6-ft sidewalk. 7. 60212.3 Wilson Boulevard S. Bridge: This 1.3-mile project will extend from Tobias Street north to Wilson Boulevard South. The Golden Gate Main Canal divides the existing two rural roadways approximately one mile south of the intersection of Wilson Boulevard and Golden Gate Boulevard West. Tobias Street consists of two, 8-ft travel lanes, narrow unpaved shoulders, and roadside ditches on both sides. Wilson Boulevard S. consists of two, 9-ft travel lanes and I-ft paved shoulders with pavement markings. There are no sidewalks or bike lanes on either side of the existing roadway. The proposed roadway improvements for this project consist of constructing a new bridge over the Golden Gate Main Canal connecting Wilson to Tobias, resurfacing, widening, storm drainage, and providing new intersections with Wilson Blvd. S. to the north and Tobias St. and Frangipani Ave. south of the canal. Additional roadway improvements shall be explored as part of the design process. The improvements proposed shall provide connectivity to the future widening of Wilson Boulevard, access for Collier County utilities opposite Frangipani Ave, and other projects in the area. There are no signalized intersection improvements included within this section. A new Maintenance Access Ramp (MAR) will be designed for this canal in Big Cypress Basin. S. 60212.4 13th Street NW Bridge: 13th Street NW is a north -south local road within the Golden Gate Estates. The 13th Street NW project limits encompass approximately a 1.37-mile section of 13th Street NW from Golden Gate Boulevard to Vanderbilt Beach Road Extension. This segment of 13th Street NW roadway consists of two 9-ft travel lanes, narrow unpaved shoulders, and roadside swales on both sides. The existing bridge currently has no sidewalks or bike lanes within the project limits. 13th Street NW will be extended to Vanderbilt Beach Road Extension, a project which is currently under construction. The project shall include the demolition and replacement of the existing bridge over the Cypress Canal, resurfacing and widening of the roadway, adding bike lanes and sidewalks. There will be stormwater swale and drainage improvements. Existing Collier County utilities within the project footprint and future South Florida Water Management District improvements to the canal will affect the design. Page 14 of 18 Schedule A— Scope of Services The design of a signalized intersection at 13th Street NW & VBR Extension is included and will accommodate the current construction. There will be a signal modification at the south end of Oth Street at GGB with southbound (SB) to westbound (WB) right dedicated lane. Lighting shall be provided at the intersection of 13th Street NW & VBR Extension 9. 60212.5 62nd Avenue NE Bridge: 62nd Avenue NE is an east -west local road within the Golden Gate Estates. The 62nd Avenue NE project limits encompass approximately a 2.17-mile section of 62nd Avenue NE SE from Everglades Boulevard to 40th Street NE. This segment of 62nd Avenue NE roadway consists of two 9-ft travel lanes, narrow unpaved shoulders, and roadside ditches on both sides. Within the project limits, approximately 1.1 miles east of Everglades Boulevard, lies the Faka Union Canal, a north -south direction canal which 62nd Avenue NE dead -ends into from either direction. There are currently no sidewalks or bike lanes within the project limits. A new bridge shall be constructed over the Faka Union Canal connecting both segments of 62"d Avenue NE. Roadway and intersection improvements are included at Everglades Blvd. at 62°a Ave. NE and Desoto Blvd. at 62nd Ave. 40th Street NE will be extended to intersect with 62nd Ave. NE as a'a-way stop. Milling, resurfacing and minor widening will be performed from Everglades Boulevard to Desoto Blvd. There are no signalized intersection improvements included within this section. A new Maintenance Access Ramp (MAR) will be designed for this canal in Big Cypress Basin. 10. 60212.6 lOth Avenue SE Bridge: The loth Avenue SE project limits encompass approximately a 1.8-mile section of 10th Avenue SE from Everglades Boulevard S to Desoto Boulevard S. I Oth Avenue SE is an east -west local road within the Golden Gate Estates. The road is split in two sections by the Faka Union Canal. These segments of I Oth Avenue SE roadway consist of two 9-ft travel lanes, narrow unpaved shoulders, and roadside ditches on both sides. There are currently no sidewalks or bike lanes within the project limits. A bridge shall be constructed over the Faka Union Canal connecting the two segments of 10`h Avenue SE. Roadway improvements such as milling, resurfacing, shoulder widening and Swale grading will be performed from Everglades Boulevard S to Desoto Boulevard S. Storm drainage and ponds shall be constructed. There are no signalized intersection improvements included within this section. New westbound to northbound right turn lane will be designed at Everglades Boulevard. A new Maintenance Access Ramp (MAR) will be designed for this canal in Big Cypress Basin, 11. Goodlette-)µrank Road Widening from Vanderbilt Beach Road to lmmokalee Road: Page 15of18 Schedule A — Scope of Services The project encompasses approximately a 1.6-mile section of Goodlette-Frank Road from the intersection with Vanderbilt Beach Road (VBR), extending north to the intersection of Immokalee Road. Goodlette-Prank Road bridges over a golf cart pathway and Pelican Marsh Boulevard at approximately 0.8 and 0.7 miles north of Vanderbilt Beach Road. The improvements proposed will provide roadway enhancements and improve safety along the corridor. The existing corridor is primarily a hybrid rural two to four -lane roadway. From Immokalce Road to Creekside Boulevard, the four -lane segment is urban, with street lighting and sidewalks on both sides of the roadway. From Creekside Boulevard to Vanderbilt Beach Road, the pavement transitions from a four/five-lane divided rural cross-section to a two-lane rural section. Within this segment, on the west side, there is only a 300 foot segment of sidewalk north of the intersection with VBR. The roadway has varying widths of paved shoulders within the cross-section. Street lighting exists on both sides but not beyond the existing bridges. The existing drainage consists of a closed drainage system north of Pelican Marsh Boulevard and roadside ditches on both sides of the roadway to the south. Approximately 30 years ago, Westinghouse Communities (WCI) developed the Pelican Marsh Community Development District (PMCDD) and built the two existing bridges carrying Goodlette- Frank Road. The PMCDD, through a quit claim deed, will transfer ownership of the bridges to the county. The PMCDD and the county entered into a Landscape Maintenance Agreement (LMA) with the public right-of-way along Pelican Marsh Boulevard. The proposed roadway improvements for this project consists of expanding the entire corridor to four travel lanes, replacing or expanding the existing two bridge structures, completing the closed drainage system and lighting, and providing on -street bicycle lanes, multi -use pathway and sidewalks. Particular attention should be paid to maintaining traffic along Goodlette Road and on Pelican Marsh Boulevard while the project is under construction. Page 16 of 18 Schedule A — Scope of Services Appendix B Estimated design Aerator Utility TASK8 -Project Name i Schedule Urban Length(m), #Lanes Drainage Bridges Signals Lighting Relocation TTCP proposed Bridge Structures 1 33890-Four-Point Roundabout Nov-25 FDOTGrant Funding simpto roundabout —diem Rural 2.5 1 2or4 1-2 ponds no no ffiappr-.hes complex complexity N/A Apr27 2 60263-Fverglades Boulevard Sep-25 -Widening Urban 4.3 4 complex no 2 side street [Jum comple complex N1A Aug-27 7-10 ponds intersectiens 3-60144- OIIWeR Road WEdening& medium _ .FDOTGrant Funding Apr 26 complexity medium One replacement 100Rmut[ispan - - Mar-28 Urban 3.5 4 devalopoe 2 2 corridor sEmple complexity 4ridgeovercanat Onenew20ftxell concrete boxcuivert connacllons 4 �60198- Veterans Memotlal :Boulevard Phase I! 8 60268- Immokalee Road and Feb-20 One new40llftmultlspan campfexsteet _Livingston Road Overpass Urban 1.z 6 COm¢x 1to3 complex corridor omplex omplex hridgeover lntersectionarodcanaL - - tan-2B 2-dpends system One.hhddil eddeningovercanat 8 '60212.2- 47UtAve NEB,ldga 7 60212.3Wdson Soulevard S. Feb-25 medium .Bridge Aural i.3 2 comPlexiy t n° no complex simple �...new 1201tmullispanbridge e[rer Jan-27 2 ponds nal B �802k2,a 13Ih Streat NW Bridge B 60212.562ndAvenue NE Bridge 10 60212.610th Avenue SEBridge 11'.Goodlette-Frank Aoatl Widening drom VDA to lmmokal¢u Road tun-28 medium Urban 1.1 4 c amplexiry no 2 corridor simple simple N/A Aug-28 2 ponds Feb-25 medium Rssral 3.1 2 k k onlyan¢ m¢dlum kenow12011mullispanbtldgeovetan27 complexity sEmple nal 2pandsntersectionamplexiry Feb-25 medium imersec0an8 medium T.,aean�al tan-27 1.4 2 complo-xlryTo 2 ponds bridge simple Feb-25 modium One reacement BOftmullispan br idge pl Rural 2.2 2 complexiry 1 no no simple sample over canat tan-27 2pands Felb-25 medium 1201tmultispan bridge over Rural 1.8 z complexiry 1 no no simple simple I.,ene" tan-27 2 ponds canal Oct-25 complex znewor One 130A Midge widening or Page 17 of 18 Schedule A —Scope of Services APPENDIX C Page 18 of 18 Schedule A — Scope of Services SCHEDULE B BASIS OF COMPENSATION 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. In no event shall such Time and Materials compensation exceed the amounts set forth in the table below. scriptime umpSmTasksllter ande Ti Material '...NotTo Exiteed :-. 1 #33890 Four -Point Roundabout Review $ 61,414.00 $ 2 #60263 - Everglades Blvd Widening $ 73,778.00 $ 3 #60144 - Oil Well Road Widening $ 135,506.00 $ 4 #60198 Veterans Memorial Blvd Phase II $ 78,034.00 $ 5 #60268 -- Immokalee Rd & Livingston Rd Overpass $ 272,543.00 $ 6 #60212.2 - 47th Ave NE Bridge $ 82,277.00 $ 7 #60212.3 - Wilson Blvd S Bridge $ 91,229.00 $ 8 #60212.4 13th Street NW Bridge $ 97,138.00 $ 9 #60212.5 62nd Avenue NE Bridge $ 83,930.00 $ 10 #60212.6 - 1 Oth Avenue SE Bridge $ 78,674.00 $ 11 #60259 Goodlctte-Frank Road Widening $ 151,931.00 $ $ $ Total Lump Sum Fee $ 1,206,454.00 Total Time and Materials Fee $ GRAND TOTAL FEE $ 1,206,454.00 Page 18 of 34 PSA_CCNA Single Projeck Agreement [2025_ver.2] IEEE MI JWM ■ 1 ""'L�aa' ��faC.::•..•::r..:.: r.i..a�a:•.a a�a,.i.r.�ra:�� — iarx i.r ri�ri.rr+r Ca:yi.+x.^u �rir.+yr affwavak B.2.2.1. Notwithstanding anything herein to the contrary, in no event may CONSULTANT's monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed task(s) limits by the percentage the COUNTY has determined CONSULTANT has completed such task as of that particular monthly billing. B.2.3. W* Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. There shall be no overtime pay without the COUNTY's prior written approval. B.2.3.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. 13.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.6. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of 1aches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on Page 19 of 30 PSAWCCNA Single Project Agreement [2025_ver.2] CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 20 of 30 PSA_CCNA Single Project Agreement [2025 ver.21 SCHEDULE B — ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title ` Hourly Rate Principal $287 Chief Engineer/Project Manager $264 Senior Engineer $215 Engineer $134 Senior Designer $128 CEI Senior Project Engineer $182 Senior Professional $205 The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual agreement in advance and in writing by the parties. For Grant Funded Projects, the above hourly rates are for purposes of providing estimate(s), as required by the grantor agency. Page 21 of 34 PSA_CCNA Single Project Agreement [2025_ver.2] SCHEDULE C PROJECT MILESTONE SCHEDULE 1 #33890 - hour -Point Roundabout Review 730 2 #60263 - Everglades Blvd Widening 900 3 #60144 - Oil Well Road Widening 900 4 #60198 - Veterans Memorial Blvd Phase II 730 5 #60268 - Immokalee Rd & Livingston Rd Overpass 900 6 #60212.2 - 47th Ave NE Bridge 730 7 #60212.3 - Wilson Blvd S Bridge 730 8 #60212.4 13th Street N W Bridge 730 9 #60212.5 62nd Avenue NE Bridge 730 10 #60212.6 - 1 Oth Avenue SE Bridge 730 11 #60259 - Goodlette-Frank Road Widening 900 Page 22 of 30 PSA_CCNA Single Project Agreement [2025_ver.21 SCHEDULE D INSURANCE COVERAGE 1. The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self -insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self -insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self -insured retentions or deductibles will be CONSULTANT's sole responsibility. 2. The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. 3. Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the COUNTY or as specified in this Agreement, whichever is longer. 4. Certificates of insurance acceptable to the COUNTY shall be filed with the COUNTY within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance policies required shall be provided to the COUNTY, on a timely basis, if requested by the COUNTY. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the COUNTY. CONSULTANT shall also notify the COUNTY, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 5. All insurance coverages of the CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project. 6. The acceptance by the COUNTY of any Certificate of Insurance does not constitute approval or agreement by the COUNTY that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. 7. CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the COUNTY. 8. Should at any time the CONSULTANT not maintain the insurance coverages required herein, the COUNTY may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse the COUNTY for such costs within thirty (30) days after demand, the COUNTY has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between the COUNTY and CONSULTANT. The COUNTY shall be under no obligation to Page 23 of 36 PSA_CCNA Single Project Agreement [2025 ver,21 purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the COUNTY to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. 9. If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the COUNTY, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the COUNTY with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and the COUNTY may terminate the Agreement for cause. Sections checked (❑■ ) are required by this Agreement. 10. ®■ WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY. Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability - The coverage must include Employers' Liability with a minimum limit of $ 500,000 for each accident. The insurance company shall waive all claims rights against the COUNTY and the policy shall be so endorsed. r- slaiMQ6GsiFFeA68. i- the WeFK G yefage shall have limits ef� - t5 ' Glaim/GeBUFFenee. 13. ❑■ COMMERCIAL GENERAL LIABILITY. A. Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the COUNTY of the work under this Agreement. Limits of Liability shall not be less than the following: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $ 2,000,000 aggregate. B. The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self -insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self -insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. Page 24 of 30 PSA_CCNA Single Project Agreement [2025_ver.2] 14. Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. The insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. raft ability. f E)« ge shall he Garrl the CONSULTANT NT ih �11�iter���L-ITT:--��er��rr�„--1�—�;ed by--R,o--Q�Q e 81=113GON81=16TANT in limits ef not less than the GemmeFe'al GeneFal Liability limit shewn 1R 4C- ❑ AmFGraft Liability. GeveFage shall he rarried by the GONSULTANT or the 1 Y 17. ❑■ BUSINESS AUTOMOBILE LIABILITY INSURANCE. Coverage shall have minimum limits Of $ 500.000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -The ownership. 4,& ❑ xrmcw ' No, aGY ERRORS AND OMISSIONS INSURANGE. GeyeFage shall have of mac;-vBGlTr a leec 4-9- ❑ GY$ER INSURANCE. GeyeFage shall�haye minimum limit6 Of $ Re c ❑ I Ii1AQGC1 1 A 1 IAS11 ITV and, Of se, sueh pekey shall be exeess ef the 1 Liability, GengmeFelal GeneFal Liability, and �..^,�.. 11 2 i� that, In the event of the exhaustieR 9�� 11 II 21. ❑■ PROFESSIONAL LIABILITY INSURANCE. A. Professional Liability: Shall be maintained by the CONSULTANT to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recovery against COUNTY as to any claims under this insurance. Such insurance shall have limits of not less than $1,000-000 each claim and aggregate. B. Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the COUNTY. C. The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the COUNTY. D. The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or the COUNTY, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Page 25 of30 PSA CCNA Single Project Agreement [2025_ver.21 Insurance providing for an unqualified written notice to the COUNTY of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify the COUNTY by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by the COUNTY. 22, VALUABLE PAPERS INSURANCE. In the sole discretion of the COUNTY, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. 23. PROJECT PROFESSIONAL LIABILITY. A. If the COUNTY notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with the COUNTY and the COUNTY's insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT's professional liability policy. If no credit is available from CONSULTANT's current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to the COUNTY. Should no credit accrue to the COUNTY, the COUNTY and CONSULTANT, agree to negotiate in good faith a credit on behalf of the COUNTY for the provision of project -specific professional liability insurance policy in consideration for a reduction in CONSULTANT's self -insured retention and the risk of uninsured or underinsured consultants. B. The CONSULTANT agrees to provide the following information when requested by the COUNTY or the COUNTY's Project Manager: 1. The date the professional liability insurance renews. 2. Current policy limits. 3. Current deductibles/self insured retention. 4. Current underwriter. 5. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. 6. Cost of professional insurance as a percent of revenue. 7. Affirmation that the design firm will complete a timely project errors and omissions application. C. If the COUNTY elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and the COUNTY will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. [END OF SCHEDULE D] Page 26 of 30 PSA_CCNA Single Project Agreement [2025_ver.2] SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, HighSgans Engineering, Inc {company's name) hereby certifies that wages, rates and other factual unit costs supporting the compensation for the services of the CONSULTANT to be provided under the Professional Services Agreement, concerning " Independent Peer Review, Constructability and Biddability Support Services for Transportation Engineering Design Projects "project" is accurate, complete and current as of the time of contracting. BY: TIT DATE: 01 /28/2026 Page 27 of 30 PSA_CCNA Single Project Agreement [2025 ver.2] SCHEDULEF KEY PERSONNEL. Page 28 of 30 PSAWCCNA Single Project Agreement [2025_ver,2] SCHEDULE G AFFIDAVIT REGARDING LABOR AND SERVICES Fallowing this page Page 29 of 30 PSA_CCNA Single Project Agreement [2025_ver,21 Other: SCHEDULE H (Description) El following this page (pages through ) ■N this schedule is not applicable Page 30 of 30 PSA CCNA Single Project Agreement [2025 ver.2] 1/27/26, 2:51 PM Detail by Entity Name DIVISION OF CORPORATIONS JS v�lUrl OJ rut u//irial :S1rdy of Flurida webslee Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation HIGHSPANS ENGINEERING, INC. Filing Information Document Number P07000046907 FEI/EIN Number 77-0681624 Date Filed 04/17/2007 Effective Date 04/16/2007 State FL Status ACTIVE Principal Address 2121 McGregor Boulevard Suite 200 FT. MYERS, FL 33901 Changed: 03/11/2018 Mailing Address 2121 McGregor Suite 200 Fort Myers, FL 33901 Changed: 03/11/2018 Registered Agent Name & Address BUCHHOLZ, MICHELLE L 2121 McGregor Boulevard Suite 200 FT. MYERS, FL 33901 Name Changed: 03/11/2018 Address Changed: 03/11/2018 Officer/Director Detail Name & Address Title President https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetaiI?inquirytype=EntityName&directionType=Initial&searchNameOrder=H IGHSPA... 1 /2 1/27/26, 2:51 PM ZALIAUSKAS, VINCENTA, PE 2121 McGregor Boulevard Suite 201 FT. MYERS, FL 33901 Title SVP, CFO BUCHHOLZ, MICHELLE L 2121 McGregor Boulevard Suite 200 FT. MYERS, FL 33901 Annual Reports Report Year Filed Date 2024 01 /04/2024 2025 01 /13/2025 2026 01 /05/2026 Document Images Detail by Entity Name 01/05/2026 --ANNUAL REPORT View image in PDF format 01/13/2025 --ANNUAL REPORT View image in PDF format 01/04/2024 --ANNUAL REPORT View image in PDF format 02/19/2023 --ANNUAL REPORT View image in PDF format 02/03/2022 --ANNUAL REPORT View image in PDF format 01/17/2021 --ANNUAL REPORT View image in PDF format 01/29/2020 --ANNUAL REPORT View image in PDF format 02/18/2019 --ANNUAL REPORT View image in PDF format 03/11/2018 --ANNUAL REPORT View image in PDF format 01/07/2017 --ANNUAL REPORT View image in PDF format 01/24/2016 --ANNUAL REPORT View image in PDF format 02/23/2015 --ANNUAL REPORT View image in PDF format 03/11/2014 --ANNUAL REPORT View image in PDF format 08/25/2013 --AMENDED ANNUAL REPORT View image in PDF format 02/02/2013 --ANNUAL REPORT View image in PDF format 01/21/2012 --ANNUAL REPORT View image in PDF format 04/26/2011 --ANNUAL REPORT View image in PDF format 01/09/2010 --ANNUAL REPORT View image in PDF format 01/22/2009 --ANNUAL REPORT View image in PDF format 06/13/2008 --ANNUAL REPORT View image in PDF format 04/17/2007 -- Domestic Profit View image in PDF format Florida Department of State, Division of Corporations https:Hsearch.sunbiz.org/Inquiry/CorporationSearch/Search ResultDetail?inquirytype=EntityName&directionType=1 nitia I&search N ameOrder=H I G H S PA... 2/2 AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES Ole FOREIGN COUNTRIES OF CONCERN PROHIBI'M41) Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contractis executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Effective January 1, 2024, a governmental entity may not accept a bid on, a proposal for, or a reply to, or enter into, a contract with an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the government tvith an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet any of the following criteria: (a) the entity is owned by the government of a foreign country of concern; (b) the government of a foreign country of concern has a controlling interest in tile, entity; or (c) the entity is organized under the laws of or has its principal place of business in a foreign country of concern. Effective July 1, 2025, when an entity extends or renews a contract with a governmental entity which would grant the entity access to an individual's personal identifying information, the entity must provide the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c), § 287.138, Florida Statutes. Nongovernmental Entity's Name: HighSpans Engineering, Inc. Address: 2121 McGregor Blvd Ste 200 Fort Myers, FL 33901 Phone Number: Authorized Representative's Name: 239-433-3000 .............. .... .... --------_ _ ----------- ----- - - — --. .... Michelle L. Buchholz Authorized Representative's Title: SVP & CFO Email Address: I SBuchholz@HighSpans.com I, Michelle L. Buchholz (Name of Authorized Representative), as authorized representative attest under penalty of perjury that Hi hS an En Ineerin I (Name of Nongovernmental Nitity) does not: (1) use coercion for labor or services as defined in § 787,06, Florida Statutes, and (2) the nongovernmental entity is not (a) owned by a government of a foreign country of concern, (b) that a foreign country of concern does not have a controlling interest in the entity, and (c) that the entity is not organized under the laws of or has its principal place of business in a foreign country of concern, all as prohibited under § 287.138, Florida Statutes. Under penalty of rjury, are that I have rea the foregoing Affidavit and that the facts stated in it arc true. 01 /28/2026 (Signatur f a thorized representativ Date STATE oi; Florida COUNTY OF Sworn to (or affirmed) and subscribed before me, by means of El physical presence or ❑ online notarization this 28th day of TJanuary , 20 26 , by Michelle L. Buchholz (Name of AfTiant), who produced his Florida Driver's License as ,oR,W';;�, Melody McNulty �= Comm.: HH 665580 a`= Expires: Apr.16, 2029 -'f`'' Notary Public . State of Florida Commission Expires Personally Known Fl OR Produced Identification Q Type of Identification Produced: Personally known Collier County INSURANCE REQUIREMENTS COVERSHEET Project Name Independent Peer Review, Constructibility, & Bid Support Services for Transportation & Engineering Projects Vendor Name HighSpans Engineering Solicitation/Contract No. 25-8342 Attachments Risk Approved Insurance Requirements Fv/] Risk Approved Insurance Certificate(s) Comments Please review and approve for a new agreement. Thank you Attachments Approved by Risk Management Division Digity signed by Approval: GonzalezGre Gona lezGreily GonzalezGreily y Date: 2026.02.02 11:52:11-05'00' Client#: 1457596 132HIGHSENG ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)1/28/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). FF CER CONTACTPam Gillmore, AIAM NAME:riff, a MMA LLC Company PHONE 239 433-7169 FAx 866 802-8680 A/C,No, Ext : A/C,No1 NewBrittany Blvd., Suite 201 aI oRIL Pam.Gillmore@MarshMMA.com Myers, FL 33907 INSURER S AFFORDING COVERAGE NAIC # INSURED HighSpans Engineering Inc 2121 McGregor Blvd., Suite 200 Fort Myers, FL 33901-3445 () INSURER A: Hartford Underwriters Insurance Company 30104 INSURER B : Silver Oak Casualty, Inc. 26869 INSURER C : Lloyds INSURER D : Nutmeg Insurance Company 39608 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY 21SBMBA8PYD 11/14/2025 1111412026 EACH OCCURRENCE $1000000 CLAIMS -MADE � OCCUR PREMISES E.occcurence $1,000,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY JECTPRO- LOC PRODUCTS - COMP/OPAGG $2,000,000 $ OTHER: D AUTOMOBILE LIABILITY 21 UECDR2994 11/14/2025 11/14/202 COMBINED SINGLE LIMIT Ea accident $ 1r r OOO OOO BODILY INJURY (Per person) $ X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED X AUTOS ONLY X AUTOS ONLY A X UMBRELLA LIAB X OCCUR 21SBMBA8PYD 11/14/2025 11114/2026 EACH OCCURRENCE s5,000,000 AGGREGATE s5,000,000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $1 O 000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? y (Mandatory in NH) N / A SVWCFL3445882026 1/12/2026 01/12/2027 X PER OTH- TATuTE FP E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 C Professional ANE0851 8/15/2025 08/15/202 See Description Liability DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) ** Workers Comp Information ** Proprietors/Partners/Executive Officers/Members Excluded: Vincent Zaliauskas, President Michelle Buchholz, SVP Policy includes USL&H coverage (See Attached Descriptions) Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112-4901 a, w_.. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S39028866/M38878443 PAGI DESCRIPTIONS (Continued from Page 1) Umbrella over General Liability, Auto Liability and Workers' Compensation "Miscellaneous Coverages' Insurer (C) Policy #ANE0851/Claims made Retroactive date: 08/15/2007 Professional Liability: Limit #1: $1,000,000 Each Claim, Deductible #1: $15,000.00 Per Claim Limit #2: $1,000,000 Aggregate, Deductible #2: $45,000.00 Aggregate Additional Insured status is provided to Collier County Board of County Commissioners per the attached endorsement. Contract #25-8342 - Independent Peer Review, Constuctability and Bid Support Services for Transportation Engineering Design Projects SAGITTA 25.3 (2016/03) 2 of 2 #S39028866/M38878443 HighSpans Engineering Inc 21SBMBA8PYD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THE HARTFORD BLANKET ADDITIONAL INSURED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS LIABILITY COVERAGE FORM Except as otherwise stated in this endorsement, the terms and conditions of the Policy apply. A. The following is added to Section C. WHO IS AN INSURED: Additional Insureds When Required By Written Contract, Written Agreement Or Permit The person(s) or organization(s) identified in Paragraphs a. through f. below are additional insureds when you have agreed, in a written contract or written agreement, or when required by a written permit issued by a state or governmental agency or subdivision or political subdivision that such person or organization be added as an additional insured on your Coverage Part, provided the injury or damage occurs subsequent to the execution of the contract or agreement, or the issuance of the permit. A person or organization is an additional insured under this provision only for that period of time required by the contract, agreement or permit. However, no such person or organization is an additional insured under this provision if such person or organization is included as an additional insured by any other endorsement issued by us and made a part of this Coverage Part. The insurance afforded to such additional insured will not be broader than that which you are required by the contract, agreement, or permit to provide for such additional insured. The insurance afforded to such additional insured only applies to the extent permitted by law. The limits of insurance that apply to additional insureds are described in Section D. LIABILITY AND MEDICAL EXPENSES LIMITS OF INSURANCE. How this insurance applies when other insurance is available to an additional insured is described in the Other Insurance Condition in Section E. LIABILITY AND MEDICAL EXPENSES GENERAL CONDITIONS. a. Vendors Any person(s) or organization(s) (referred to below as vendor), but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business and only if this Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". (1) The insurance afforded to the vendor is subject to the following additional exclusions: This insurance does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or Form SL 30 32 06 21 Page 1 of 3 © 2021, The Hartford (May include copyrighted material of Insurance Services Office, Inc., with its permission) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THE HARTFORD (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (i) The exceptions contained in Paragraphs (d) or (f); or (ii) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. b. Lessors Of Equipment (1) Any person or organization from whom you lease equipment; but only with respect to their liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person or organization. (2) With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after you cease to lease that equipment. c. Lessors Of Land Or Premises (1) Any person or organization from whom you lease land or premises, but only with respect to liability arising out of the ownership, maintenance or use of that part of the land or premises leased to you. (2) With respect to the insurance afforded to these additional insureds, this insurance does not apply to: (a) Any 'occurrence" which takes place after you cease to lease that land or be a tenant in that premises; or (b) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. d. Architects, Engineers Or Surveyors (1) Any architect, engineer, or surveyor, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In connection with your premises; (b) In the performance of your ongoing operations performed by you or on your behalf; or (c) In connection with "your work" and included within the "products -completed operations hazard", but only if: (i) The written contract, written agreement or permit requires you to provide such coverage to such additional insured; and (i i) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". (2) With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services, including: (i) The preparing, approving, or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or drawings and specifications; or (ii) Supervisory, surveying, inspection, architectural or engineering activities. This exclusion applies even if the claims allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by an insured, if the "bodily injury", "property damage", or "personal and advertising injury" arises out of the rendering of or the failure to render any professional service. Form SL 30 32 06 21 Page 2 of 3 © 2021, The Hartford (May include copyrighted material of Insurance Services Office, Inc., with its permission) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THE HARTFORD e. State Or Governmental Agency Or Subdivision Or Political Subdivision Issuing Permit (1) Any state or governmental agency or subdivision or political subdivision, but only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit. (2) With respect to the insurance afforded to these additional insureds, this insurance does not apply to: (a) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (b) "Bodily injury" or "property damage" included within the "products -completed operations hazard". f. Any Other Party (1) Any other person or organization who is not in one of the categories or classes listed above in Paragraphs a. through e. above, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In the performance of your ongoing operations performed by you or on your behalf; (b) In connection with your premises owned by or rented to you; or (c) In connection with "your work" and included within the "products -completed operations hazard", but only if: (1) The written contract, written agreement or permit requires you to provide such coverage to such additional insured; and (ii) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". (2) With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or drawings and specifications; or (b) Supervisory, surveying, inspection, architectural or engineering activities. This exclusion applies even if the claims allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by an insured, if the "bodily injury", "property damage", or "personal and advertising injury" arises out of the rendering of or the failure to render any professional service described in Paragraphs f.(2)(a) or f.(2)(b) above. Form SL 30 32 06 21 Page 3 of 3 © 2021, The Hartford (May include copyrighted material of Insurance Services Office, Inc., with its permission) This page has been left blank intentionally. Collier County INSURANCE REQUIREMENTS COVERSHEET Project Name Independent Peer Review, Constructibility, & Bid Support Services for Transportation & Engineering Projects Vendor Name HighSpans Engineering Solicitation/Contract No. 25-8342 Attachments Risk Approved Insurance Requirements Fv/] Risk Approved Insurance Certificate(s) Comments Please review and approve for a new agreement. Thank you Attachments Approved by Risk Management Division Digity signed by Approval: GonzalezGre Gona lezGreily GonzalezGreily y Date: 2026.02.02 11:52:11-05'00' purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the COUNTY to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. 9. If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the COUNTY, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the COUNTY with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and the COUNTY may terminate the Agreement for cause. Sections checked ( 0 ) are required by this Agreement. 10. FEI WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY. Workers' Compensation and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this Agreement for all employees engaged in the work under this Agreement in accordance with the laws of the State of Florida. The amounts of such insurance shall not be less than: a. Worker's Compensation - Florida Statutory Requirements b. Employers' Liability - The coverage must include Employers' Liability with a minimum limit of $ 500,000 for each accident. The insurance company shall waive all claims rights against the COUNTY and the policy shall be so endorsed. 4-1-. ❑ United States Leng6helreman's $ Per GIaiM/QeetFFeAG8. the wefk. GeveFageshall have minimum I',,, it f Q r r ecciffenee. 13. ❑■ COMMERCIAL GENERAL LIABILITY. A. Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the COUNTY of the work under this Agreement. Limits of Liability shall not be less than the following: Coverage shall have minimum limits of $1,000,00o Per Occurrence, $ 2,000,000 aggregate. B. The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self -insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self -insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. Page 24 of 30 PSA_CCNA Single Project Agreement [2025_ver.21 14. Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. The insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. .1 c 1 raft ability v ge shall be the ('ONG II TA NT aI TTT �41Zi'�er�G,ur��+aumcr--�'veve�c�c-�rrcm--��car"r"ie� �y--rr,��vrcva�-n'cTe'F-Y7ie SY1390NISYLT-ANT In limits of net less than the GemmeFe'a' GeneFal Liability WrAit 8119WA in 4-6- ❑ A;rftLiability. GoveFage—hall he carried by the —GONSU1 Te�T or 17. ❑■ BUSINESS AUTOMOBILE LIABILITY INSURANCE. Coverage shall have minimum limits of $ 500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non -Owned Vehicles and Employee Non -The ownership. � ❑ T�ci4h1n1 aGY ERRORS AND OMISSIONS INS RANGE � �g shall r� ERRORS vrcTrv^vTvrcv�r�v vrcrrr�v� 'c�v e"�i,-;avz re€ $ PeF OeewFFenee. 449- ❑ GYBER INSURANCE. GaveFage rhall have mini.,, limits f $ Re 08G ',FFencc ❑ IIIIAQGCI I A I IASII ITV Of 1 and1 , sueh peliey shall be exeess ef the EngpleyefsLiablility, GeniffieFeial GeneFal Liability, and A..A-___1_:1_ 1 :_1_:1:1.. --..---_.-- ___...!--A 1____:._ _.-J _1-_11 :__1.. J_ _11 ___.___-__ -._ _ IIL_11_._.[-_. I_...-_11 _. ...- 1--••-i-.......--......... ...,.-....V '- ..... ...,..-.-....., ... -.- ........ -. -. -. `....r u u 21. ❑■ PROFESSIONAL LIABILITY INSURANCE. A. Professional Liability: Shall be maintained by the CONSULTANT to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recovery against COUNTY as to any claims under this insurance. Such insurance shall have limits of not less than $1.000-00o each claim and aggregate. B. Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the COUNTY. C. The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the COUNTY. D. The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or the COUNTY, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Page 25 of30 PSA CCNA Single Project Agreement [2025_ver.2] Insurance providing for an unqualified written notice to the COUNTY of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify the COUNTY by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by the COUNTY. 22, VALUABLE PAPERS INSURANCE. In the sole discretion of the COUNTY, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. 23. PROJECT PROFESSIONAL LIABILITY. A. If the COUNTY notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with the COUNTY and the COUNTY's insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT's professional liability policy. If no credit is available from CONSULTANT's current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to the COUNTY. Should no credit accrue to the COUNTY, the COUNTY and CONSULTANT, agree to negotiate in good faith a credit on behalf of the COUNTY for the provision of project -specific professional liability insurance policy in consideration for a reduction in CONSULTANT's self -insured retention and the risk of uninsured or underinsured consultants. B. The CONSULTANT agrees to provide the following information when requested by the COUNTY or the COUNTY's Project Manager: 1. The date the professional liability insurance renews. 2. Current policy limits. 3. Current deductibleslself-insured retention. 4. Current underwriter. 5. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. 6. Cost of professional insurance as a percent of revenue. 7. Affirmation that the design firm will complete a timely project errors and omissions application. C. If the COUNTY elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and the COUNTY will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. [END OF SCHEDULE D] Page 26 of 30 PSA_CCNA Single Project Agreement [2025_ver.2] Client#: 1457596 132HIGHSENG ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)1/28/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). FF CER CONTACTPam Gillmore, AIAM NAME:riff, a MMA LLC Company PHONE 239 433-7169 FAx 866 802-8680 A/C,No, Ext : A/C,No1 NewBrittany Blvd., Suite 201 aI oRIL Pam.Gillmore@MarshMMA.com Myers, FL 33907 INSURER S AFFORDING COVERAGE NAIC # INSURED HighSpans Engineering Inc 2121 McGregor Blvd., Suite 200 Fort Myers, FL 33901-3445 () INSURER A: Hartford Underwriters Insurance Company 30104 INSURER B : Silver Oak Casualty, Inc. 26869 INSURER C : Lloyds INSURER D : Nutmeg Insurance Company 39608 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY 21SBMBA8PYD 11/14/2025 1111412026 EACH OCCURRENCE $1000000 CLAIMS -MADE � OCCUR PREMISES E.occcurence $1,000,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY JECTPRO- LOC PRODUCTS - COMP/OPAGG $2,000,000 $ OTHER: D AUTOMOBILE LIABILITY 21 UECDR2994 11/14/2025 11/14/202 COMBINED SINGLE LIMIT Ea accident $ 1r r OOO OOO BODILY INJURY (Per person) $ X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED X AUTOS ONLY X AUTOS ONLY A X UMBRELLA LIAB X OCCUR 21SBMBA8PYD 11/14/2025 11114/2026 EACH OCCURRENCE s5,000,000 AGGREGATE s5,000,000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $1 O 000 $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? y (Mandatory in NH) N / A SVWCFL3445882026 1/12/2026 01/12/2027 X PER OTH- TATuTE FP E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 C Professional ANE0851 8/15/2025 08/15/202 See Description Liability DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) ** Workers Comp Information ** Proprietors/Partners/Executive Officers/Members Excluded: Vincent Zaliauskas, President Michelle Buchholz, SVP Policy includes USL&H coverage (See Attached Descriptions) Collier County Board of County Commissioners 3295 Tamiami Trail E. Naples, FL 34112-4901 a, w_.. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S39028866/M38878443 PAGI DESCRIPTIONS (Continued from Page 1) Umbrella over General Liability, Auto Liability and Workers' Compensation "Miscellaneous Coverages' Insurer (C) Policy #ANE0851/Claims made Retroactive date: 08/15/2007 Professional Liability: Limit #1: $1,000,000 Each Claim, Deductible #1: $15,000.00 Per Claim Limit #2: $1,000,000 Aggregate, Deductible #2: $45,000.00 Aggregate Additional Insured status is provided to Collier County Board of County Commissioners per the attached endorsement. Contract #25-8342 - Independent Peer Review, Constuctability and Bid Support Services for Transportation Engineering Design Projects SAGITTA 25.3 (2016/03) 2 of 2 #S39028866/M38878443 HighSpans Engineering Inc 21SBMBA8PYD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THE HARTFORD BLANKET ADDITIONAL INSURED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS LIABILITY COVERAGE FORM Except as otherwise stated in this endorsement, the terms and conditions of the Policy apply. A. The following is added to Section C. WHO IS AN INSURED: Additional Insureds When Required By Written Contract, Written Agreement Or Permit The person(s) or organization(s) identified in Paragraphs a. through f. below are additional insureds when you have agreed, in a written contract or written agreement, or when required by a written permit issued by a state or governmental agency or subdivision or political subdivision that such person or organization be added as an additional insured on your Coverage Part, provided the injury or damage occurs subsequent to the execution of the contract or agreement, or the issuance of the permit. A person or organization is an additional insured under this provision only for that period of time required by the contract, agreement or permit. However, no such person or organization is an additional insured under this provision if such person or organization is included as an additional insured by any other endorsement issued by us and made a part of this Coverage Part. The insurance afforded to such additional insured will not be broader than that which you are required by the contract, agreement, or permit to provide for such additional insured. The insurance afforded to such additional insured only applies to the extent permitted by law. The limits of insurance that apply to additional insureds are described in Section D. LIABILITY AND MEDICAL EXPENSES LIMITS OF INSURANCE. How this insurance applies when other insurance is available to an additional insured is described in the Other Insurance Condition in Section E. LIABILITY AND MEDICAL EXPENSES GENERAL CONDITIONS. a. Vendors Any person(s) or organization(s) (referred to below as vendor), but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business and only if this Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". (1) The insurance afforded to the vendor is subject to the following additional exclusions: This insurance does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or Form SL 30 32 06 21 Page 1 of 3 © 2021, The Hartford (May include copyrighted material of Insurance Services Office, Inc., with its permission) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THE HARTFORD (h) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (i) The exceptions contained in Paragraphs (d) or (f); or (ii) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. b. Lessors Of Equipment (1) Any person or organization from whom you lease equipment; but only with respect to their liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person or organization. (2) With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after you cease to lease that equipment. c. Lessors Of Land Or Premises (1) Any person or organization from whom you lease land or premises, but only with respect to liability arising out of the ownership, maintenance or use of that part of the land or premises leased to you. (2) With respect to the insurance afforded to these additional insureds, this insurance does not apply to: (a) Any 'occurrence" which takes place after you cease to lease that land or be a tenant in that premises; or (b) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. d. Architects, Engineers Or Surveyors (1) Any architect, engineer, or surveyor, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In connection with your premises; (b) In the performance of your ongoing operations performed by you or on your behalf; or (c) In connection with "your work" and included within the "products -completed operations hazard", but only if: (i) The written contract, written agreement or permit requires you to provide such coverage to such additional insured; and (i i) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". (2) With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or the failure to render any professional services, including: (i) The preparing, approving, or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or drawings and specifications; or (ii) Supervisory, surveying, inspection, architectural or engineering activities. This exclusion applies even if the claims allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by an insured, if the "bodily injury", "property damage", or "personal and advertising injury" arises out of the rendering of or the failure to render any professional service. Form SL 30 32 06 21 Page 2 of 3 © 2021, The Hartford (May include copyrighted material of Insurance Services Office, Inc., with its permission) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THE HARTFORD e. State Or Governmental Agency Or Subdivision Or Political Subdivision Issuing Permit (1) Any state or governmental agency or subdivision or political subdivision, but only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit. (2) With respect to the insurance afforded to these additional insureds, this insurance does not apply to: (a) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (b) "Bodily injury" or "property damage" included within the "products -completed operations hazard". f. Any Other Party (1) Any other person or organization who is not in one of the categories or classes listed above in Paragraphs a. through e. above, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: (a) In the performance of your ongoing operations performed by you or on your behalf; (b) In connection with your premises owned by or rented to you; or (c) In connection with "your work" and included within the "products -completed operations hazard", but only if: (1) The written contract, written agreement or permit requires you to provide such coverage to such additional insured; and (ii) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". (2) With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (a) The preparing, approving, or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or drawings and specifications; or (b) Supervisory, surveying, inspection, architectural or engineering activities. This exclusion applies even if the claims allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by an insured, if the "bodily injury", "property damage", or "personal and advertising injury" arises out of the rendering of or the failure to render any professional service described in Paragraphs f.(2)(a) or f.(2)(b) above. Form SL 30 32 06 21 Page 3 of 3 © 2021, The Hartford (May include copyrighted material of Insurance Services Office, Inc., with its permission) This page has been left blank intentionally. Collier County COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants' Competitive Negotiation Act FOR Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects RPS NO.: 25-8342 MATTHEW WEBSTER, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-8491 Matthew.webster@colliercountyfl.gov (Email) This proposal solicitation document is prepared in a Microsoft Word format (rev 8/16/17). 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. SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSIONAL 25-8342 SERVICES (RPS) NUMBER: PROJECT TITLE: Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects RPS OPENING DAY/DATE/TIME: March 10, 2025 at 3:00 P.M. EST PLACE OF RPS OPENING: Procurement Services Division 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.open2ov.com/ 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. At a minimum, the Peer Review Consultant (PRC) must achieve the specified Scope of Work requirements. BACKGROUND The County is interested in receiving qualifications and proposals from experienced Design, Construction Engineering, and Inspection teams to provide independent design peer review services for the following transportation facilities: 1. 33890 - Four -Point Roundabout: (Estimated Design Schedule: March 2025 through July 2026, FDOT Grant Funding) 2. 60263 - Everglades Boulevard Widening: (Estimated Design Schedule: April 2025 through June 2027) 3. 60144 - Oil Well Road Widening: (Estimated Design Schedule: May 2025 through April 2027, FDOT Grant Funding) 4. 60198 - Veterans Memorial Boulevard Phase II: (Estimated Design Schedule: July 2025 through July 2027) 5. 60268 - Immokalee Road and Livingston Road Overpass: (Estimated Design Schedule: July 2025 through July 2027) 6. 60212.2 - 47th Ave NE Bridge: (Estimated Design Schedule: July 2025 through July 2027) 7. 60212.3 Wilson Boulevard S. Bridge: (Estimated Design Schedule: July 2025 through July 2027) 8. 60212.4 13th Street NW Bridge: (Estimated Design Schedule: July 2025 through July 2027) 9. 60212.5 62nd Avenue NE Bridge: (Estimated Design Schedule: July 2025 through July 2027) 10. 60212.6 1 Oth Avenue SE Bridge: (Estimated Design Schedule: July 2025 through July 2027) The list of Projects identified above will be competitively solicited for a Consulting Engineer of Record under a separate contract with the County, and the independent peer review firm is prohibited from participating on that design team as a prime or subconsultant. The independent peer review firm is also prohibited from participating as or on the CEI team. TERM OF CONTRACT 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 PLEASE SEE ATTACHMENT 25-8342 — EXHIBIT A — SCOPE OF WORK RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non -responsive Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 20 Points 2. Certified Minority Business Enterprise 5 Points 3. Past Performance 25 Points 4. Project Approach, Willingness to Meet Time and Budget Requirements 20 Points 5. Location 10 Points 6. Recent, Current, and Projected Workloads of the Firm 20 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled "RPS Instructions" included with this advertisement. VENDOR CHECKLIST md ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)**** C.71 er Cou"ty County of Collier, FL Procurement 3299 Tamiami Trail, East Naples, FL 34112 [HIGHSPANS ENGINEERING, INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects RESPONSE DEADLINE: March 17, 2025 at 3:00 pm Report Generated: Monday, March 17, 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: N/A Submission Date: Mar 11, 2025 1:02 PM (Eastern Time) [HIGHSPANS ENGINEERING, INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects ADDENDA CONFIRMATION Addendum #1 Confirmed Mar 5, 2025 4:02 PM by Michelle Buchholz Addendum #2 Confirmed Mar 10, 2025 6:51 PM by Michelle Buchholz QUESTIONNAIRE 1. 1 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. Grant Funded Request for Professional Services (RPS) Instructions Form * Grant Funded Request for Professional Services (RPS) Instructions have been acknowledged and accepted. Confirmed 3. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 4. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommended Award. Confirmed [HIGHSPANS ENGINEERING, INC.] RESPONSE DOCUMENT REPORT undefined - Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Page 2 [HIGHSPANS ENGINEERING, INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects 5. Collier County Required Forms PROPOSAL SUBMITTAL* Please submit a proposal per Evaluation Criteria outlined in Solicitation. HighSpans_LOR_RPS_25-8342.pdf VENDOR CHECK LIST* 5.2_Vendor_Checklist_Complete.pdf VENDOR DECLARATION STATEMENT (FORM 1)* 5.3_Form_1= _Vendor_Declaration_Statement.pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* 5.4_Form_2_signed_notarized.pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* 5.5_Form_3_Immigration_Affidavit_signed_notarized.pdf LOCAL VENDOR PREFERENCE CERTIFICATION (FORM 4) If Applicable 5.6_Form_4=_Local_Vendor_&_Tax_Receipts.pdf REFERENCE QUESTIONNAIRE (FORM 5)* The County requests that the vendor submits no fewer than three (3) and no more than ten (10) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the Proposer that best represent projects of similar size, scope and complexity of this project using form provided in Form 5. Proposer may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the PSC information to assess the experience of the Proposer on relevant project work. 5.7_Form_5= _Reference_Questionnaires= _All.pdf GRANT PROVISIONS AND ASSURANCES PACKAGE (FORM 6) [HIGHSPANS ENGINEERING, INC.] RESPONSE DOCUMENT REPORT undefined - Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Page 3 [HIGHSPANS ENGINEERING, INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects If Applicable No response submitted E-VERIFY - MEMORANDUM OF UNDERSTANDING* 5.9_E_ve rify_p rofi I e_H E I .pdf W-9 FORM* 5.10_W-9_HighSpans_Engineering-Signed_2025.pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. 5.11_Sunbiz_Corporate_Certification_HEI_2025.pdf SIGNED ADDENDUMS (IF APPLICABLE) 5.12_Addendum_#1_25-8342_Signed.pdf Addend um_#2_25-8342_Signed.pdf MISCELLANEOUS DOCUMENTS 5.13_Miscellaneous_Documents_-_Resumes_and_Certs.pdf [HIGHSPANS ENGINEERING, INC.] RESPONSE DOCUMENT REPORT undefined - Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Page 4 ;Hli, a n s ENGINEERING, INC. Collier County Request for Professional Services (RPS) Number: #25-8342 Project Title: Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects RPS Opening Day/Date/Time: March 10, 2025 at 3:00 P.M. EST Submitted to/Place of RPS Opening: Procurement Services Division Attn: Matthew Webster, Procurement Strategist 3295 Tamiami Trail East, Building C — 2 Naples, FL 34112 Submitted by Vince Zaliauskas, PE, 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 Hi hS ans ENGINEERING, INC. 2121 MCGREGOR BLVD. - SUITE 200 FT. MYERS, FL 33901 OFFICE: 239.433.3000 March 10, 2025 Collier County Board of County Commissioners c/o Procurement Services Division 3295 Tamiami Trail East — Bldg. C-2 Naples, FL 34112 Attn: Matthew Webster, Procurement Strategist RE: RPS No.: 25-8342 — Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Dear Mr. Webster: HighSpans Engineering, Inc. (HEI), a local 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 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects 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 our area that may be focused on winning market share and meeting corporate goals, HighSpans is focused entirely on providing Collier County with a successful project outcome. 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've assembled a concise, cohesive, and experienced team to perform Independent Peer Review, Plans Review, Constructability, Biddability, and Miscellaneous Quality Assurance for Collier County Transportation Design Projects. Our team covers all aspects of Peer/Plans/Constructability Reviews including structures, roadway, pedestrian/bike facilities, signalization and pavement markings, utilities, MOT, environmental permitting and compliance, Grant Funding compliance, ITS facilities, lighting, survey and mapping, and geotechnical. Our team is also highly proficient in review and preparation of pay items and unit prices, quantities, cost estimates technical/special/modified special provisions, and contract biddability. 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 by 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, Vince . Zaliauskas, PE, SE 239-43 000 VinceZ@HighSpans.com Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects EVALUATION CRITERIA NO. 1: ABILITY OF PROFESSIONAL PERSONNEL 3 1 P a g e Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects 1.0 ABILITY OF PROFESSIONAL PERSONNEL We have assembled a qualified and unified TEAM with shared project experience to address specific requirements of this Contract. The main characteristics of this project include: • Multiple concurrent contracts and projects • Bridge design and construction • Roadway and pedestrian/bike facilities • Community awareness • Acting in Collier County's best interest The Independent Peer Review Team must be experienced in designing and constructing highways, bridges, and other FDOT Facilities and CEI to address the 11 projects throughout Collier County that are included in the contract solicitation. Staff Qualifications — Peer Review: We have read the project scope in detail and understand how to execute the independent peer review (IPR) at each submittal phase in a way that brings significant value to the project and a smooth trouble -free construction. Our highly experienced team has a strategic plan to deliver thorough and comprehensive reviews at each phase (30, 60, 90, and 100) and accomplish this well within the 25-day turnaround time noted in the scope. An Organizational Chart has been provided at the end of this section. Also, a table summarizing our staffs experience with the scope items has been included as well. Vince Zaliauskas, PE, SE, FBPE Structural 2 Qualification: Vince will serve as Project Director and will administer the contract and ensure that all aspects of the deliverables are timely and to the satisfaction of Collier County. He will ensure that submittals are in accordance with AASHTO, FDOT, and Collier County design and construction requirements. Vince will also ensure that all fiscal aspects of the project are dutifully managed. Vince has over 30 years of structures design, CEI and peer review experience in a broad variety of transportation projects, much of which has been throughout Southwest Florida and the surrounding area. He is the co-founder of HighSpans and has served as Principal Engineer for the company since its founding in 2007. He has served in this capacity on a number of recent projects of similar size and scope such as Collier County 11 Bridges, Chokoloskee Bridge Project (Collier County), Hancock Bridge Parkway Bridge Replacement, Corkscrew Road Wildlife Crossing Bridge and Little Pine Island Pass Bridge Repairs. Vince also serves in a peer review capacity on several Design -Build projects, such as the I-75 Bridge at US 301 Interchange, and Sanibel Causeway. Emergency Bridge Repairs, both for FDOT. Vince has also performed a number of Independent Peer Reviews throughout the years. Most recently, Vince performed a review for FDOT for the SR 557 Bridge Project which included a peer review of the deflection analysis for the bridge. Vince also performed a peer review for the superstructure of the Esterley Tibbets Highway Realignment Underpass located at Camana Bay in Grand Cayman. The underpass consisted of 40-pairs of precast -prestressed Florida 48U-Beams, made integral with CIP pier walls by use of CIP diaphragms. The review consisted of design calculations to ensure strict compliance with project drawings and specifications and to ensure sufficient drawing detail to provide to an FDOT approved precast yard for shop drawing fabrication and beam production. The IPR Team Leader will be Tom Waits, PE who has over 25 years of experience in the design, review, management, and inspection of numerous simple and complex bridge projects. This experience includes a 7-year period working in the Structures Design Office at FDOT (Plans Review Group) as Area Structures Engineer in Districts 4 and 7 where he performed detailed engineering reviews of many notable Category I and II bridge projects throughout the State and in 2015 received the "Bridge Engineering Award honoring Bill Dean" for this work. Tom will manage a team of engineers, each focusing on a separate discipline to provide comprehensive, timely, and detailed reviews of all aspects of the project at each submittal phase. Tom will utilize his experience as a lead engineer and design manager on numerous complex structures projects to lead this IPR and oversee all technical aspects of the design and plans to ensure that final deliverables are fully compliant with all local Collier County, FDOT, and Green Book criteria. He will also review or identify the need for technical specifications. He will utilize his past experience in leading and managing highly technical staff to ensure that the plans are reviewed in a timely manner and to the highest standards with regard to constructability, public safety and biddability thus ensuring a successful bid process, award, and ultimately, construction of the project. Tom has experience utilizing the FDOT Electronic Review Comment system. Collier County will not use this, but Tom will ensure all comments are tracked and addressed to ensure nothing is missed and all comment responses are appropriate and address the issue at -hand. Recent projects where he performed a similar role include Orange River Bridge Repairs, Little Pine 4 1 P a g e Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Island Bridge Repairs, Alico Connector Bridge project, Corkscrew Road Wildlife Crossing Bridge, Estero Parkway Bridge over I-75 Bridge Repairs, Fort Myers Country Club Bridge Replacements, and the US-1 Bridge over New River Canal for FDOT District 4. Structural IPR analysis and review would be led by Jason A. Hock, PE, SE, MSCE, who has served for 5 years as lead structural designer at HEI. Jason will be responsible for executing the structural analysis to support the bridge design and any proposed retaining wall structures and has experience with complex structural finite element modelling of steel, reinforced concrete, and prestressed concrete bridges, culverts and structures. He has successfully performed this role on numerous projects for HighSpans, most recently on the Corkscrew Wildlife Bridge Alico Connector Bridge, Estero Parkway Bridge over I-75 Bridge Repairs, Little Pine Island Pass Bridge Repairs and the US-1 Bridge over New River Canal for FDOT District 4. Eli Enders, PE, PTOE, will be responsible for reviewing the roadway, traffic control plans (TCP), signalization, and signing and pavement marking. There will be impact to existing traffic and Eli has experience working within the local roads and arterials of Collier County. He has years of experience and intimate knowledge of the FDOT standards for MOT/TCP and how to implement these standards correctly on a project such that the safety of the public during construction is assured. He recently performed this role on the Alico Connector Bridge, Estero Parkway Bridge over I-75 Bridge Repairs, Little Pine Island Pass Bridge Repairs, and Orange River Bridge Repairs where he was able to significantly reduce traffic impacts by phasing the repairs, lane shifting, detouring, and staying within the lane closure. Eli has also served as FOR for Signalization for the Lehigh Intersections Improvements and Buckingham Signalization Replacement Projects. Eli understands the local agency requirements of Collier County and is ready to utilize this knowledge for the Contract. Eli also understands the Community Aspect of this project and will strive to ensure the design satisfies the community and has Collier County's best interests in mind. HighSpans has teamed with AIM Engineering and Surveying, Inc. to provide Survey and Mapping per the scope requirements. Bob Potter, PSM, will lead the surveying and mapping team. Bob has 42 years of experience and currently serves as Senior Project Manager for AIM. Mr. Potter brings many supervisory years of experience in all surveying, mapping, and SUE operations to this contract. He is proficient in project management, Global Positioning Systems (GPS), Subsurface Utility Engineering (SUE), hydrographic surveys, geodetic control surveys, pre -construction and post -construction surveys, design surveys, Right -of -Way (R/W) surveys, control maps, R/W maps, boundary surveys, R/W monumentation, and other types of survey work. Darren Townsend, PSM, will support the surveying and mapping team with over 25 years of experience in the field. Mr. Townsend has experience in boundary surveys, legal descriptions, topographic maps, plat review, specific purpose surveys, right-of-way/control surveys and hydrographic surveys as well as construction surveys. Mr. Townsend is also proficient in the science of Subsurface Utility Engineering (SUE), including designating and locating underground utilities using approved methods such as ground -penetrating radar (GPR), electromagnetic locating devices, and vacuum excavation equipment, project management, geodetic control surveys and fieldwork on numerous roadway design and Right -of - Way (R/W) control survey projects, including re- establishment of historical alignments, 2D & 3D topography surveys, cross sections, roadway cross slope sections, subdivision block ties, government section ties, and all supporting calculations and documentation. This team will support HEI's IPR team to ensure surveys and ROW's are accurate and thorough and easements are established to aid in avoidance of legal disputes during construction. AIM will also be providing review of the ITS and Lighting per the scope requirements. The team consists of Scott Bickar, PE, Sean Gibbins, PE, and Brian Alley, PE, who bring a total of over 50 years of experience to the contract. Mr. Bickar has been providing decades of engineering technical support to FDOT, state and regional expressway authorities, numerous counties and planning organizations. Mr. Gibbens has been working with Scott and Central Florida Expressway Authority as a General Engineering Consultant reviewer for consultant roundabout designs and has served as Project Manager for many FDOT and County projects. Mr. Alley has provided lighting design and support services for municipal government clients and FDOT districts throughout Florida. His lighting design responsibilities include layout and illumination design using AGI Lighting software, wire sizing calculations, load center determination, lighting plan development, maintaining agency coordination, technical specification development, and lighting constructability reviews. AIM's team will support HighSpans and the County by ensuring ITS and lighting facilities are designed to the current and 5 1 P a g e Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects applicable standards as well and adhering to any commitments with stakeholders. Drainage and Hydraulics will be led by Mica Jackson, PE, who brings 20 years of design and review experience specializing in drainage layout, hydraulics, stormwater routing modeling design, and constructability review. Mica will perform independent calculations verifying all aspects of the design utilizing the key project design documents including the FDOT Design Manual (FDM), the FDOT Drainage Manuals, the Manual of Uniform Minimum Standards for Design, Construction and Maintenance (Florida Greenbook), Florida Department of Transportation Standard Plans for Road Construction, the Florida Department of Transportation Standard Specifications for Road and Bridge Construction, and FHWA's HEC 18, 20, and 23 Design Guides. Mica will also be leading the Utility Coordination efforts. Conflicts and adjustments not properly addressed during the design phase can pose large monetary and schedule risks for contractors. HighSpans will deploy lessons learned from past and present CEI projects regarding utility coordination, conflict resolution, phasing complications, and timing of utility adjustments to assist with smooth delivery of utility adjustments and avoidance of Notice of Intents to Claims. Mica is currently working on the Big Carlos Pass Bridge Replacement project as Utility Coordinator, which has proven to be a critical factor in maintaining the Project Schedule. Mica will thoroughly review utility conflicts during each phased submittal along with correspondence with utility companies, obtained Red Brown Green (RBGs) Markups provided by Utility Companies, and the design consultants utility conflict matrix, to ensure conflicts are being progressively resolved during the design phase. A lesson learned from previous projects is, as peer review, we need to push the design consultant and utility companies to have utility work schedules that show as much of the relocation work as possible started and/or done as pre -construction activities. HighSpans will carefully review utility work schedule durations and predecessors to ensure there are no conflicts that prohibit the utility provider from performing their work based on certain construction elements such as muck removal which has come up on previous projects. Raif Prevatt, EI, MSCE: As a graduate of the FGCU Engineering program, Raif went on to obtain his Masters Degree from UCF. Raif has worked on a multitude of roadway, bridge, and drainage projects under Eli, Mica, and Tom. Raif has performed field inspections of existing transportation facilities, including part-time assignments on Collier 11 when needed. He has also performed roadway and structural calculations for drilled shafts and spread footers, analyzed existing utilities for conflicts, Temporary Traffic Control analysis by performing traffic analysis, and lane closure analysis to ensure TTC plan compliance. HighSpans will be performing the geotechnical services for this project in-house. Our team has, all combined, decades of experience in geotechnical engineering. Christopher Gallagher, PE, is our geotechnical discipline leader with over 10 years of experience and has served as a Geotechnical Engineer on Collier County, Lee County and FDOT projects. He is experienced in all stages of investigation and design including developing the soil survey program, performing the borings, testing of the samples in the lab, analyzing the results, and designing the foundation or pavement. He has worked on projects involving shallow and deep foundations, bridges, mast arms, culverts with wingwalls, water control structures, pavements, MSE walls, and various other structures. His analyses have included bearing capacity, driven pile bearing capacity, settlement, pavement design, slope stability, among many others. Recently he performed the pavement evaluation and repair design for various sections along Burnt Store Road in Lee County. Christopher has served as the Geotechnical Engineer of Record on various projects. Our team is experienced and ready for any soil conditions at the site; we expect there to be a possibility of muck requiring removal as well as possible shallow caprock requiring special construction considerations. Our geotechnical team has previous experience with design and construction of MSE walls and roadways built over unsuitable soils. Christopher also has experience designing soil surveys with various alternatives in mind for roadway typical sections and structural foundations. Chris has performed foundation analysis on existing structures such as the Del Prado Mast Arm Analysis project. Chris has also performed analysis of driven piles, SPT bores, slope stability analyses, and pavement analysis. Christopher also utilizes a Ground Penetrating Radar (GPR) to perform non- invasive geotechnical investigations such as identifying depressions, sinkholes, voids, and utilities below the surface. Most recently, Chris has worked locally on the Estero Pedestrian Bridge project and was lead Geotechnical Engineer on the Spencer's Bridge Project in Key West. Environmental Coordination and Compliance — Pennoni: HighSpans has teamed with Pennoni Associates to ensure the Environmental Permitting is appropriately addressed. Our team recognizes that Environmental 6 1 P a g e Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Permitting can often be the longest lead time scope item, and a critical -path schedule constraint. Betsie Hiatt and Justin Hojnacki with Pennoni and Associates are our key team members to ensure that all required Federal, State, and Local permits are identified at the first submittal stage. In addition to the phased submittal reviews for environmental compliance, HighSpans also recommends that Pennoni perform QA/QC reviews of all permit submittals and RAI response letters and supporting documentation. The key to expeditious permitting is to ensure that complete submittals are being made to reviewing agencies and that all required information is being included with the first submittals. This will ensure that unnecessary requests for additional information do not occur during permitting. Justin has the added benefit of having worked at the SFWMD for many years as an environmental reviewer and is fully aware of both the state and federal permitting procedures and requirements. Both Justin and Betsy have key relationships with our local reviewing agencies. Staff Oualifications — CEI Constructability Review: HighSpans maintains a fully qualified CEI team ready to provide professional reviews/services. Our key personnel are, and have been, working together as a TEAM and in the specialty areas for years. HEI has been growing talent from within since its founding, training inspectors from the ground up. From Inspector Aide, to Inspector, Sr. Inspector to PA, we train both formally and internally, mentoring and cross -training to provide the highest quality, versatile inspectors with the widest range of experience and skill sets possible. Because of this strategy, our CEI team is cohesive, supportive, and unparalleled. The project scope requires the IPR team to be experienced in CEI. To satisfy this requirement, we are proposing the CEI team as discussed below to supplement our IPR team and provide reviews in their respective areas of expertise to ensure constructability and sound design. The Organizational Chart at the end of this section includes the CEI as well. Dustin Spears, PE, CEI Senior Project Engineer: Dustin Spears, PE is available to assist as Senior Project Engineer. Dustin has over 11 years of experience in CEI and materials testing throughout Florida, is currently the SPE for the Countyline Road over Peace River Bridge Replacement [FPID 439441], Hollandtown Road Bridge Replacement [FPID 452792], and SR60 (Courtney Campbell) Pedestrian Bridge [FPID 437498]. Dustin recently closed out the Collier 11 Bridges project as well as the Design -Build US 301 Concrete Pavement Intersection Improvements project for FDOT D7. Other relevant previous CEI projects include Skyway Bridge Repairs, Alico Road Widening, and Telegraph Creek Bridge Replacement. Dustin also maintains a certification in Dynamic Testing of driven piles (PDA) and is part of HEI's geotechnical team. His experience with driven pile foundations and design -build contracts is invaluable to this contract. We anticipate driven pile foundations similar to the 81}i Street Bridge Project, which acted as the template project for the remaining Golden Gate Estate Bridge Replacement Projects. As Sr. Project Engineer, Dusty implemented the PDA program per FDOT specifications on the Collier County 11 Bridges CEI project with great success. HEI's Geotech team is currently testing piles on the Big Carlos Bridge Replacement Project for Lee County. Michael O'Shea, PE, Project Engineer/Project Administrator (PA): Mike is currently serving as PA on Sanibel Causeway Emergency Repairs [FPID 451936, 2024 ASCE Project of the Year Award] as well as Hollandtown Road Bridge Replacement [FPID 452792], and has over 8 years of CEI experience. His relevant previous project experience includes CEI PA on Collier 11 Bridges and Hancock Bridge Widening, Associate PA on Burnt Store Road Widening South Segment, CEI Sr. Inspector on I-75 at SR70 Interchange Reconstruction, and CEI Inspector on I-75 from S of N Jones Loop to N of US 17 [FPID 4130421. His emergency design -build experience is invaluable for this contract. Dustin and Mike O'Shea, our Construction Engineering leads for this project, have both served on various projects together, such as Collier 11 Bridges project and, currently, the Hollandtown Road Bridge Replacement project. Jon Hammett, Bridge PA: Jon has over 32 years of CEI experience as a Bridge Inspector, Sr. Bridge Inspector and Bridge PA, primarily in Collier and Lee Counties. He maintains over 18 CEI Certifications, mostly specializing in Bridge Inspection. He maintains the Concrete Level II required for bridge projects; he also maintains the Post - Tensioning Institute grouted and flexible filler certifications that cover prestressed concrete. His notable bridge experience includes Collier 11 Bridges, Chokoloskee Bridge, Judge SS Jolley Bridge over Intercoastal to Marco Island, FDOT-D1 "iROX" Contract (24 bridges and other structures along 30 miles of I-75), and Emergency repairs to I-75 Bridge over Daniels Parkway (FDOT-DI). As demonstrated on the Chokoloskee Bridge replacement project, Jon excels at communication with local agencies and utilities to avoid issues and work proactively. Jon is 7 1 P a g e Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects currently serving as Bridge PA on the Countyline Road over Peace River Bridge Replacement [FPID 439441] project for FDOT. Carlton Norton, Senior Roadway Inspector: As a Senior Inspector for roadway and Bridge Projects, Carlton has over 17 years of experience. Mr. Norton has served as Bridge Inspector for the Burnt Store Road Project in Lee County and Senior Roadway Inspector for the Alico Road Widening Project. Carlton is currently serving as Senior Roadway Inspector on US 41 Resurfacing in Venice [FPID 4415501 for FDOT. Carlton is an expert in drainage and roadway constructability, widening, and reconstruction projects. Carlton has performed VT Testing for Collier County in the past for the Golden Gate Phase 1 project when our primary inspector for this project was absent. Carlton has also performed QC testing on CR-951 from Golden Gate Blvd to Green Blvd. Carlton understands the Collier County Specs and has worked alongside Collier County Inspectors in the past. Additionally, Carlton worked on the 8'I' Street / Golden Gate Canal Project for FDOT in Collier County [FPID 4318951. Lisa Brierley, Senior Utility and IMSA Inspector, has over 16 years of CEI experience. She has a significant background not only in roadway and drainage items, but also has specialized experience in utilities, signalization, lighting, and drilled shaft inspection. She recently served on a Lee County project performing inspection and testing for the roadway and structures and previously served on Collier 11 Bridge and US 41 from Davis to Courthouse Shadows [FPID 4380591 for FDOT, where she covered the installation of 12 drilled shafts and worked alongside Bob (below) and Carlton. She previously worked on I75 at SR29, responsible for installation of light pole precast bases, light pole with luminaires, fuse and wiring to the luminaire, bridge underdeck lighting, power distribution center, conduit, and pull boxes [FPID 4352651. Other experience includes SR 45 from Alico Road to Daniels Parkway, milling and resurfacing 4.2 miles of roadway with lighting, sidewalk adjustments and lane width adjustments to allow for a 7' buffered bike lane [FPID 4349391, Terminal Access Road and Skyplex Blvd. for Lee County Port Authority, widening from 4-lanes to 6-lanes; SR 25 at Bronson Road, milling and resurfacing, widening, base work, shoulder treatment, drainage, sidewalks, and pavement markings [FPID 435769]; and SR 25 at SR 29, lighting, signs, and signalization install and repair [FPID 435820]. Lisa has had the Advanced TTC certification for over 10 years, and extensive MOT experience on FDOT projects (interstate). Robert "Bob" White, EI, Senior Precast/Prestressed (Plant) Inspector: Mr. White has a Bachelor of Science in Civil Engineering, and over 9 years of CEI experience in Roadway and Concrete Plant Inspection. In the field, Mr. White performs inspection and verification testing for asphalt paving, earthwork, and concrete construction for FDOT and Collier County Projects. Bob's bulk of CEI experience lies within Collier County, where he also resides. Some of Bob's recent Collier County projects include: • Collier 11 Bridges CEI, Collier County • Golden Gate VT, Collier County • Whippoorwill VT, Collier County • Collier Blvd QC, Collier County • US 41, Davis to Courthouse Shadows CEI, FDOT • US 41, Vanderbilt Beach to Pine Ridge CEI, FDOT • Mooring Line Sidewalk Replacement CEI, FDOT Mr. White is proficient in local specs and standards, both FDOT and Collier County. Bob is responsible for providing daily communications, coordination, and documentation of each task for the client. Bob's Concrete Plant testing experience includes verification concrete tests, precast concrete inspection, and processes and procedures inspection. Bob also served on Collier 11 as the Precast/Prestressed Concrete Inspector. Bob inspected all precast products utilized for the project such as bridge piles, Florida Slab Beams, and sheet piles for retaining walls. Bob also has design experience in roadway, structures, bridges, retaining walls, and dredging. Bob has performed design analysis for roadway, drainage and structures for the Vanderbilt Dredging project for Collier County. Bob is currently a Sr. Inspector on the Big Carlos Pass Bridge Replacement project where he is continually inspecting all precast piles and beams. Adrian Lewis, Senior Pile Driving Inspector: Adrian is currently performing pile driving inspections for the Big Carlos Pass Bridge Replacement Project. This project contains over 300 driven concrete piles and a temporary trestle supported on driven steel pipe piles. Recently Adrian also served on the I75 over CR951 [FPID 425843] project that includes new bridges on driven concrete pile foundations. Adrian is responsible for documenting and inspecting all aspects of pile driving including preforming, splicing, and dynamic testing. Adrian coordinates with FDOT to finalize and complete pile driving logs. 8 1 P a g e Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Christopher Gallagher, PE, is HEI's Lab Manager and Geotechnical Engineer. He performs all roadway materials testing such as: • Standard and Modified Proctors • LBR • Gradation • Soil Classification • Liquid Limit/Plastic Limit • Particle Size Analysis • Concrete Compressive Strength Our lab is also certified to perform testing for other, less common procedures that may be valuable to the success of the project: • Shell Content and Carbonates — useful for analysis of FDOT Optional Base Group Shell Rock • LA Abrasion — can be performed on large aggregates such as riprap for loss analysis. As a value-added concept to the IPR contract, during the construction phase of the projects, our lab could serve as the Independent Verification facility in case of material disputes or non -comparing samples. As Geotechnical Engineer, Christopher also works with Dustin Spears, PE, as part of our PDA team by performing the field inspections and data analysis. As part of the IPR Contract and another value-added feature, Chris and Dustin can assist the County during construction phase pile driving operations and review PDA logs, pile driving logs, or provide other technical assistance that could improve data collection. Chris and Dustin are currently working together in this capacity on the Big Carlos Bridge Replacement Project, Countyline Peace River for FDOT D 1 and Pedestrian Bridge for FDOT D7. HighSpans maintains a full-time asphalt plant inspection staff led by Gary Welker, Lead Asphalt (Plant) Inspector. The plant inspection staff travel from Hillsborough County to Alligator Alley, and as east as Miami during project paving operations to perform verification sampling and testing of asphalt. The plant inspection staff is familiar with different types of Superpave and Marshall mixes, whichever is used on the project, and the requirements of both distinct types of asphalt. FDOT requires all significant asphalt plant production runs to have an Asphalt Plant Inspector (API) present. API's must maintain CTQP qualifications in asphalt plant inspection Levels I and II. These exams ensure the inspectors are trained and qualified to oversee asphalt production and shipping as well as perform verification testing of asphalt samples. APIs are used to ensure that only asphalt mixes meeting FDOT and project specifications are shipped to the project in an acceptable manner. HighSpans team of APIs are all well experienced, having a combined total of over 80 years of experience. HEI's APIs are highly qualified in covering all aspects of production and shipping from ensuring that the plants produce the material in accordance with FDOT specifications, to monitoring QC testing and performing VT tests, and ensuring that transportation of the material meets FDOT specifications. Our APIs are skilled in effective communication with FDOT, CEI personnel, and contractor and producer personnel. As another value-added feature, HighSpans is able to perform concrete plant inspection services if required for this contract. Per FDOT requirements, a precast plant verification technician is required to maintain a PCI level I and II certification and pass the written FDOT specification section 450 exam. Vince Zaliauskas, our Principal Engineer, holds the PCI Level 3 to ensure all PCI Inspectors are providing services to the highest level. The responsibilities of the VT inspector involve material sampling and verification, pre -pour inspection, concrete pour inspection, and post -pour inspection. Material sampling and verification includes obtaining samples of mild reinforcing steel, prestressing strands (steel or CFRP), and concrete strength cylinders. Other materials such as form release oil and repair products must be verified to be on FDOT's approved product list (APL). Pre -pour inspection services include verifying form cleanliness, correct form dimensions, bar and strand spacing, proper blocking and pickup placement, and strand jacking operations are all within acceptable tolerances. Post -pour inspection services include finished product dimension verification, proper dunnage used for yard storage verification, ensuring product sweep and camber tolerances are met, that proper loading methods are being used for shipment, and if required, that proper repair procedures are being followed. Our Company Qualifications: HighSpans is a Ft. Myers based multi -disciplined engineering firm holding 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 State Registry #27559. The firm has maintained these qualifications since our founding in 2007 (18 years). 9 1 P a g e Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Number of Years: Our senior staff 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 offices, in Cape Coral and Ft. Myers, are responsible for 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: HEI's abilities are strongest in infrastructure projects. Our FDOT Prequalifications that most apply to this solicitation include: Group 3 Highway 3.1 & 3.2 Design Group 4 Structures and 4.1.1, 4.1.2, Bridge Design 4.2.1 & 4.2.3 Group 5 Bridge5.4 Inspection Traffic Group 6 Engineering 6.2 and Operations Studies Group 7 Traffic 7.1 & 7.3 Operations Group 9 Materials 9.1, 9.2, 9.3 & Testing 9.4.1 Construction 10 10.1, 10 . 3, 10.4 Group 10 Engineering & 10. Inspection 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: • 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 • 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 technical design and construction experience of our staff and our commitment to quality. This experience is used to ensure 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 5 Bridge Inspection: HighSpans performs load ratings on existing bridges for repairs as well as all new bridges in accordance with the Bridge Load Rating Manual. Notable and recent projects include: • Orange River Blvd Bridge Repairs • Corkscrew Widening • Telegraph Creek Bridge Repairs • Alico Connector Bridge • Hancock Bridge Widening • US 1 North Relief Canal D4 [FPID 431724] Group 6 and 7 Traffic Engineering and 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: Punta Rassa Road Intersection Signalization Replacement Buckingham Road Intersection Improvements 101Page Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects • 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, 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 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/ Collier County CEI projects include: • Immokalee Road (CR846E) Paved Shoulders, Collier County, SCOP • 111'I' Bike Lanes, Collier County, LAP • 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 • 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 • 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 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 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 pre and post construction, such as final base rock elevation, back of curb, 111Page Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects sidewalk, top of drilled shaft, and top of bridge deck. This can also be done to calculate quantities for pay items and track subsoil excavation or regular excavation. We have teamed with AIM, an FDOT Prequalified Surveyor, who can perform final as -built survey and certification. By utilizing our Trimble system in-house before final as -built, this reduces the opportunity for contractor rework, additional costs and time, and keeps overall project costs down. HighSpans Engineering, Inc. is committed to providing highly skilled CEI staff maintaining multiple certifications and qualifications and years of experience in their specialty field. As per the scope and previous project experience with Collier County, HighSpans will utilize the experienced team as part of constructability reviews throughout the IPR process. Utilizing their expert field experience and having worked on Collier County Construction Projects in the past, the CEI team being part of the IPR team allows us to identify critical construction issues early to allow the FOR a chance to redesign or plan accordingly. The Scope of this RPS are all tasks that the HighSpans Team has performed on previous projects. The IPR and CEI teams 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 proposing a full -service qualified team of engineers, designers, and CEI, to ensure the best possible product is being delivered. See below Org Chart. 121Page Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects C01• Request for Professional Services # 258342 Hj hS anS v C;Oullty Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects ENGINEERING, INC. HighSpans Team I Staff Organization Chart Sub -Consultants AIM LL Jason Hock, PE, SE, MSCE* Rail Prevatt, El, MSCE Thomas M. Waits, PE* Mica Jackson, PE* Robert White, El Thomas Salyer, El Mica Jackson, PE* Betsie Hiatt - Pennoni Eli Enders, PE, PTOE* Justin Hojnacki - Pennoni Anthony Castellone, PE, PTOE — Pennoni Schelle Buchholz, SVP/CFO Lindsay Eaton, Contract Support Gindrutis Zaliauskas, Invoicing Specialist Andrea Myers, Administrative Assistant Vince Zaliauskas, PE, SE* Principal Engineer Dustin Spears, PE* - Senior Project Engineer Mike O'Shea, PE — Project Engineer * Jon Hammett — Senior Bridge Inspector Scott Bicker, PE —AIM Carlton Norton — Senior Roadway Inspector Chris Gallagher, PE* Sean —AIM Lisa Brierley —Senior Utility/ IMSA Inspector Gloria White n Alley,ns, E Brian Alley, PE —AIM Gary Welker — Senior Asphalt (Plant) Inspector Robert White, El — Senior Precast/Prestressed (Plant) Inspector Adrian Lewis — Senior Pile Driving Inspector Sabrina Smith7Darre!nTownsend, Potter, P7PSM Chrissy Carrillo, El NOTE Resume included for those personnel with an asterisk iri The Table on the following page shows our Team's Experience with the Independent Peer Review Items within this scope of this contract. 131Page Prepared for Collier County C Major Bridge Minor Bridge Water Control Structures and Weirs Miscellaneous Structures Bridge Load Rating Pedestrian/ADA MSE Walls Pedestrian Bridges 0 Structural Analysis Evaluation and Reports Minor Highway Design Drainage and Hyrdraulic Analysis X Utilities Design, Coordination, Relocation v mSignalization Analysis and Design m Temporary Traffic Control Signaing and Pavement Markings Foundation Studies and Pile Driving Geotechnical Reports Laboratory Testing Construction Engineering and Observation Design Recommendations Construction Drawings Construction Specifications Permitting Bidding and Negotiation Services a, As -built Drawings Warranty Inspections Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects EVALUATION CRITERIA NO.2: CERTIFIED MINORITY BUSINESS ENTERPRISE 151Page Prepared for Collier County Hi hS ans RPS No. 25-8342 E N G IN E E R I N G, IN c. Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects 2.0 CERTIFIED MINORITY BUSINESS ENTERPRISE HighSpans is a Fort Myers based Corporation certified as both a Small Business Enterprise (SBE) and a Disadvantaged Business Enterprise (DBE). As a small, local DBE, HighSpans offers the benefit of corporate flexibility, and local knowledge of the environment and social conditions in which we live and work. HighSpans partners with its clients to make sure they receive the responsiveness and custom solutions they require for successful project completion. Being a smaller company gives us the advantages of agility, faster turn -around time, and providing innovative strategies to meet the needs of our clients. We are a diverse business, rooted in SWFL, with strong ties to the community and its economic success. 161Page Prepared for Collier County Florida Unified Certification Program CERTIFIED Disadvantaged Business Enterprise This certificate acknowledges that the above named firm is approved by the Florida Unified Certification Program (FUCP) as a Disadvantaged Business Enterprise (DBE), under rules promulgated by the U.S. Department of Transportation (DOT) in Title 49, Part 26 of the US Code of Federal Regulations. This certification entitles the above named firm to provide product(s) and/or service(s) under the following category(s) only: Engineering Services, Drafting Services NAICS Code(s): 541330, 541340 ANNIVERSARY DATE: Annually August 24tn. CERTIFICATION REVIEW DATE: August 24, 2028 Benjamin R. Siegel, CPA, C.M. LEE COUNTY PORT AUTHORITY Executive Director FUCP CERTIFYING AGENCY �------ ----- J'Wlio A. RoA'9 bez DBE Manager Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects EVALUATION CRITERIA NO.3: PAST PERFORMANCE 181Page Prepared for Collier County Hi hS ans ENGINEERING, INC. 3.0 PAST PERFORMANCE RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects HighSpans has an exceptional history working with Collier County. Some of our past projects include Golden Gate Boulevard Phase I Verification Testing Services, Chokoloskee Bridge Replacement CEI, White Boulevard MOT, CR-951 Widening from Golden Gate to Green QC, Collier 11 Bridges, Whippoorwill Extension VT, Vanderbilt Drive Canal Maintenance Dredging, FDOT project for Vanderbilt Drive Bridge over Cocohatchee River Replacement and FDOT project for US 41 from Davis to Courthouse Shadows. A summary of our PAST PROJECT EXPERIENCE with these SCOPE ITEMS can be found in a table at the end of this tab. Our IPR Team Leader, Tom Waits, has over 25 years of design and IPR experience. Some of his project experience includes: I-595 Corridor Improvements District 4 (2014) - The I- 595 Corridor Roadway Improvements project in Broward County, Florida reconstructed and improved a 10.5-mile segment of the I-595 corridor between the I-75/Sawgrass Expressway interchange and the I-95 interchange to increase capacity from 180k to 300k vehicles per day. This reconstruction included improvements to nine interchanges with 60 new and widened bridges and had a total project cost of $1.8 Billion. Tom served on this project throughout the life of the contract as Lead Peer Reviewer for the bridge structures. I-4 Selmon Expressway Connector, District 7 (2014) An expressway -to -expressway connector between I-4 and the Selmon Expressway to eliminate heavy truck traffic on local roads. This project involved the design of an elevated 16- lane alignment featuring a multi -level directional interchange at each end linking the Crosstown Connector with the Selmon Expressway and included 32 major and minor ramp/connector bridges and widening/replacement of several mainline bridge structures with a total project cost of $443 million. Tom also served on this project as Lead Peer Reviewer for the bridges. Vince has performed many peer review projects over the years. Most recently, Vince performed IPR services for the SR 557 Bridge over I-4 Interchange project. This project included the removal of the old two-lane bridge over I-4 and replacement with a new four -lane bridge. Other improvements included a new wildlife crossing under the interstate and median improvements to accommodate future express lanes and high-speed rail corridor as part of the I-4 Ultimate Master Plan and Realignment. Vince performed a review of the differential deflection between the interior and exterior beams to assure appropriate deck thickness. Vince's review led to a design flaw that was corrected and deck thicknesses were all verified. Esterley Tibbets Highway Realignment Underpass (2016) This project was located at Camana Bay in Grand Cayman and included an underpass that consisted of 40- pairs of precast -prestressed Florida 48U-Beams, made integral with CIP pier walls by use of CIP diaphragms. HighSpans performed a peer review of the superstructure that consisted of design calculations to ensure strict compliance with project drawings and specifications and to ensure sufficient drawing detail to provide to an FDOT approved precast yard for shop drawing fabrication and beam production. Vince was the Lead Peer Reviewer on this project. The HighSpans IPR team has years of experience working together on projects of similar size and complexity. This includes the following: Corkscrew Road Wildlife Crossing Bridge, LC DOT (2023) The 4.4 mile widening of Corkscrew Road from Ben Hill Griffin Pkwy to Alico Rd including the design of anew 4-lane single span CIP concrete bridge, concrete box culverts and associated walls to maintain north/south access for wildlife across the corridor with a total project cost of $52 million. Alico Road Connector Bridge, LC DOT (2024) This Lee County project connects Green Meadow Road and SR82 with a new 3-mile 4-lane roadway alignment that includes a 6-lane 2-span CIP concrete wildlife crossing bridge and several large box culverts and other associated drainage structures and walls. Total project cost $100 million. US1 over New River Canal FDOT D4, (2024) This FDOT project includes the replacement of an existing concrete beam bridge of 3 spans at 40 ft with a concrete FIB bridge with a single span of 130 ft carrying six lanes of US I traffic over the New River Canal in Indian River County FL. Complex phasing issues were addressed to maintain required traffic movements throughout construction. Total project cost $65 million. Lehigh Acres Intersection Improvements Project (2024) This project includes the roadway and pedestrian improvements of 3 intersections within Lehigh Acres. This includes the replacement of foundations and mast arm assemblies for signalization structures within a tight ROW 191Page Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects corridor, regrading and reprofiling of the roadway to correct severe drainage issues, correcting crosswalk deficiencies at each intersection, and milling/resurfacing. HighSpans served as FOR for the roadway, structures, signalization and signing and pavement markings. HighSpans gained valuable experience working within an area with narrow ROW and many driveways to develop an effective design solution. HEI's proposed team has worked together on several Collier County projects in the past as well as FDOT projects within Collier County. Some of these projects are smaller in scope for HighSpans, such as The Golden Gate Phase I VT Services and Whippoorwill VT. No matter the size and scope of the project, we treat them all the same and nothing gets put on the back burner. We are looking forward to continuing our relationship with Collier County, providing Independent Peer and Constructability Reviews for these Design projects. We pride ourselves in working where we live and treat the project and public with utmost respect. Our team understands the particular temporary traffic control and community issues that can arise during construction projects. For example, during the 8th St NE bridge project, school bus stops became an issue and the TTC plan was modified so construction could work around the school bus pickup and drop-off times within the community. Bringing this experience into these new roadway and bridge projects will contributed to their success. Understanding the local community and serving Collier County are top priorities for this project. Collier 11 Bridges Replacement (2024) This project consisted of 10 Concrete Florida Slab Beam Bridges and roadway on Immokalee Rd., County Line Rd., and Oil Well Rd. The new bridges are wider and elevated. The Florida Slab Beam Developmental Standard was utilized for enhanced construction schedule and quality purposes. The bridges were to be completed in multiple phases with temporary signalization. The grade changes required temporary retaining wall systems and careful coordination for safety and maintenance of traffic. The existing structures were dynamically monitored for settlement and vibration through all phases of construction. This job included pile driving, bridge construction, earthwork, drainage, demolition of existing structures, concrete substructure, concrete superstructure, temporary signalization, asphalt paving, concrete sheet pile wall installation, and striping. Innovative aspects: FSBs, and the inspectors utilized the SmartPile Inspector device and app to complete pile logs. Pile Driving Analysis for this project was performed in-house. Burnt Store Road 3-Segment Widening (2024) — this multisegmented project included the widening of Burnt Store Road from SW Pine Island Road to Van Buren Parkway in northwestern Lee County. The project was broken into 3 segments: North, Middle, and South. Overall, the project involved 5 new bridges, new roadway construction, milling and resurfacing, full -depth roadway reclamation (FDR), roadway reconstruction, new drainage structures and utilities, new modified median left turn/U-turns (RCUTs), signalization, lighting, and landscaping. This project spanned almost 10 years and HighSpans performed CEI and Peer Review on each segment before plans were put out to bid. Reviews consisted of bridge plans reviews, structural analysis, and roadway review to ensure complete and acceptable design. Although the FOR changed throughout the segment, HighSpans as CEI and reviewers did not. The final segment was completed in April of 2024. 81h Street NE Bridge from Golden Gate Blvd Construction and Roadway Improvements (2019) This project consisted of adding a new bridge to connect the two segments of 8' Street NE over Cypress Canal. This FDOT D/B project also consisted of lane width widening for 11-ft lanes, new paved shoulder, new sidewalk, driveway improvements, milling and resurfacing, and intersection improvements. This project served as the typical section for the remainder of the planned Golden Gate Estates Bridges. with a new wider structure. traffic, utility relocation, Chokoloskee Bridge Replacement (2018) This project was an $8 million, two-year project that mainly consisted of the replacement of the Chokoloskee Bridge It also included maintenance of erosion control, earth work, 201Page Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects asphalt, signing and pavement marking, storm drainage, pile driving, bridge substructure, bridge superstructure, seawall construction, slope protection, and sheet pile wall with anchors. During construction of the bridge, Hurricane Irma struck, and the bridge withstood the impact, but the approaches did not. This required shutting down the bridge and mobilizing concrete and fill material to restore access. HighSpans led this effort and access was restored. HighSpans provided CEI services for the duration of the project. This included (but not limited to) weekly project meetings, tracking quantities, daily pictures and reports of contractor operations, and Hurricane Irma emergency response. Vanderbilt Drive Canals Maintenance Dredging (2020) This project included the mechanical dredging of sediment built up due to Hurricane Irma in four canals located along Vanderbilt Drive in Naples. HighSpans completed the design of Plans, Specifications, Estimates, and secured all necessary dredging permits for Collier County. HighSpans assisted the County during the bidding process in selecting a contractor. HighSpans also provided assistance during Construction which included the review of monthly pay estimates, review of RFI's and submittals, review of Pre - and Post- construction surveys, and Daily Inspection of Contractor's Operations. Bonita Springs Downtown Redevelopment (2018) This Project consisted of reconstruction of Old 41 through the City of Bonita Springs from Terry Street to Bonita Beach Road. This was a complete streets concept project that included construction of two roundabouts, wide sidewalks, on -street pervious parking stalls, new drainage, bridge reconstruction, box culvert modifications, and "sharrows" all with a heavy focus on community and safety. HighSpans completed the bridge design and performed CEI inspection throughout the life of the project to ensure the project was constructed to the local governing standards. Alico Road Widening (2021) This project consisted of two- to four -lane widening along Alico Road from Ben Hill Griffin to Airport Haul Road. This project also included new signalization, lighting, landscaping, drainage, permitted control structures and outfalls, ITS conduit, realignment of Airport Haul Road, new 36" DIP watermain, and FM adjustments. The HighSpans team provided full CEI throughout the project lifecycle, which included multiple MOT phases of construction to allow for safe and efficient flow of traffic through the corridor. Hancock Bridge Parkway Bridge and Sidewalk Reconstruction (2022) This ® project consisted of widening the existing Bridge along Hancock Bridge parkway to allow for a new sidewalk as well as well new sidewalk leading up the bridge approaches. This project also included new drainage, gravity walls, signage, and utility force main adjustments. HighSpans designed the bridge improvements and provided full CEI that included bridge inspection, drainage inspection, gravity wall testing and inspection. Harbor Walk Phase 1B (2019) This project consisted of the construction of a new boardwalk along Charlotte Harbor in Port Charlotte. The new boardwalk consists of PermaTrak treads supported by concrete piles. This boardwalk also has sections that are located directly underneath NB and SB US 41 bridges in Charlotte Harbor. This scope consisted of concrete sampling and testing, pile driving, monitoring of dewatering practices, and monitoring of turbidity. HighSpans was the Quality Control firm that assisted the Contractor in these areas as well as tracked items on the FDOT MAC system. Currently, we do not perform QC work for the Contractor and do not plan to do any further QC work. Overall, our core IPR/design team members and CEI team have worked on a multitude of projects in the past and continue to work with one another today. Currently, Tom, Eli, Mica, and Jason are completing the Alico Connector Bridge and Estero Parkway Repairs Project. Dustin, Jon, and Adam have finalized the Collier 11 Bridges Project. Not only does HighSpans work well within the company, but also with Collier County. Our inspectors maintain professional relationships with Collier County Senior Field Inspectors, and Design Project Managers, and we understand what the County expects from us. We look forward to continuing our working relationship with Collier County on this important contract! 211Page Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Below is the aforementioned summary of relevant project experience. 221Page Prepared for Collier County 3. Past Performance - c i m a) to Relevant Project Experience ( C C U by Scope Item _0 U .7 m (9 c m of CL >' -0 U) a m m a) z � a 6 > m m U o m c L 3 m rn a a U IUi a� m W Y U 0 (D n SCOPE ITEMS E Bridge Design Water Control Structures and Weirs Miscellaneous Structures Bridge Load Rating Pedestrian/ADA M M M O M MSE Walls Pedestrian Bridges Structural Analysis Evaluation and Reports Minor HighwayDesign 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 LaboratoryTesting Construction Engineering and Observation RoadwayCEI Bridge CEI Design Recommendations Construction Drawings Construction Specifications Permitting Bidding and Negotiation Services As -built Drawings Warranty Inspections Y a) 0 a c m a) -a m` cc Y m o_ a) a coo Y 0 U C m 2 � � c c o aD N N U > >, o x CL w FD U U y a O c 2 E m CO a) � -o o � m c m o > c m v ao m Y O O U V O 2 LL Q z 00000 ■Dose 14 C 1= f '06 i C o (0Q 2 a 0� a E 0 CO E m > -o m m m rn a o c m o m m m :3 U N O I(i N a m 3 c a)-05, > rO m a) C >O L 6 j a) o >' v m U rn of c 3 a v m Co 0 Co L o m a� L Q .0 N j L J W 0 fn In cA In aD Ex erience Pq MMI MM■N■■NN 3. Past Performance - Relevant Project Experience by Scope Item SCOPE ITEMS Bridge Design Water Control Structures and Weirs Miscellaneous Structures Bridge Load Rating Pedestrian Bridges Structural Analysis Evaluation and Reports Minor Highway Design Drainage and Hyrdraulic Analysis Utilities Design, Coordination, Relocation Signalization Analysis and Design TemporaryTraffic 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 O E N N Q o Q U (6 E o N E m N o � j rn O oN U N U 0 LLl 0 = D a O 0 of .= O fn Q g m M U N J M fn M�� a� N C C � N C W N y t x m �° v i a E M O c m o U E o N O ui Q O Q N C c — 3 m c m co 6 > N > N U N LL > U) N N O m N N C M O C m O-0o `m 00 0 m o oL. o 0 a� o o a U in U o m Q w m U . 0 U-, cn Q Z � Q D w Experience NMI i000000000000� NERNM■NNOMM■N N CL E Q 7 N Q (4 m _J U CL N W C c LLI m U -O 9 2 N > 00 U ❑ io U 0 p v rn m m m Q (9 fn vvv Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects EVALUATION CRITERIA NO. 4: PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS 251Page Prepared for Collier County Hi hS ans RPS No. 25-8342 E N G IN E E R I N G, IN c. Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects 4.0 PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS Independent Peer Review: The HighSpans approach will ensure that our IPR is: On Schedule — Immediately upon receipt of the plans and associated documents (specifications, reports, etc.) we will conduct an IPR team meeting to review the submittal page by page to ensure that it satisfies the phase completeness requirements dictated in FDOT Design Manual Table 121.14.1. This table describes specific plan sheets required at each phase (30, 60, etc.) along with the percent complete (preliminary, substantially complete, final, etc.) and is a powerful way to ensure that the design proceeds in an orderly manner and with sufficient detail at each phase. Any discrepancies in the completeness of the submittal would then be immediately communicated to the designer ahead of the completion of the phased review to ensure an IPR with no schedule impacts. Comprehensive - Our multi -disciplinary team is structured to comprehensively cover all disciplines (structures, drainage, roadway, geotechnical, etc.) and ensure that all aspects of the design are checked for compliance with applicable design codes (AASHTO LRFD, FDOT Structures Design Manual, Florida Design Manual, Soils and Foundations Handbook, etc.). All review comments from each discipline will be transmitted to the IPR Team Leader for final editing prior to submitting to the County and Designer. The IPR Team Leader will then review/revise the comments to ensure the comment and resolution are concise, objective, coordinated between disciplines, and in accordance with the contract. This approach ensures that review comments are effective in resolving design issues and keeps the project moving by avoiding problematic disagreements between reviewer and designer. The final deliverable of the IPR will be a letter, signed and sealed by the IPR Team Leader, that follows requirements in FDOT FDM Section 121.12 detailing IPR requirements with a statement as shown below: HighSpans Engineering, Inc. hereby certifies that an Independent Peer Review of the project plans and associated documents has been conducted in accordance with the contract documents and FDM 121 and all other governing regulations. I certify that the component plans listed in this letter have been verified by independent review and are in compliance with all requirements presented in the Contract Documents. The following describes our approach to the review of each of the critical aspects of the design. Bridge and Structure Reviews will confirm that the design of all bridge foundations, substructure, superstructure and supporting walls and slopes are 100% in accordance with AASHTO LRFD Bridge Design Code, FDOT Structures Design Guidelines, FDOT Standard Specifications for Road and Bridge Construction and other applicable codes. The IPR would be in accordance with FDOT FDM Section 121 and conducted with fully independent structural calculations using computer applications and software that differs from that used by the designer. Some of the critical items the IPR team would evaluate and verify in reviewing the structural design of bridges and walls includes: • Concrete Elements are consistent with slightly / moderately / extremely aggressive environmental classification per SDG 1.3 & 1.4. • Bridge Stability for 500-year flood and design meets FDOT SDG 2.12 & 3.3. • Factored Design Loads/minimum Pile Tip elevations in accordance with SDG 3.5. • Wall Designs including strength, local/global stability, and compaction criteria for wall foundations related to settlement in accordance with SDG 3.12 & 3.13. • Prestressed Beam Units based on FDOT design stress limits for bending, shear, stability during construction, and beam camber/build-up in accordance with SDG 4.3. • Load Rating of superstructure following the requirements of the AASHTO Manual for Bridge Evaluation and the FDOT Bridge Load Rating Manual. • Deck Drainage is properly conveyed from the bridge to appropriate locations in accordance with SDG 6.6. • Loads and Limit States including dead load, live load + impact, wind load, live load distribution factors, and construction loads are in accordance with SDG 2.1. • Temperature Movements calculations for expansion joints, bearings per SDG 6.1. • Construction Phasing, biddability of plans, temporary wall, drainage during construction and traffic control as required. SDM 9.1. Hydraulics and Drainage Reviews will verify the correctness of bridge hydraulic openings (vertical and horizontal clearances over the Canal), scour analysis, spread calculations, swales and other stormwater retention systems, drainage structures, scour countermeasures, hydraulic integration of roadway and bridge sections, the evaluation of upstream and downstream hydraulic contraction effects related to bridge structures, scrutiny of 261Page Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects scour and stream stability design, and analysis of project drainage constructability, evaluation of construction phasing and temporary drainage. Foundations and Geotech Reviews will confirm all aspects of the bridge foundations, walls and slopes anticipating the likely use of driven piles for bridge foundations. Our experience with projects similar to these indicates pile drivability has historically not been adequately accounted for when estimating pile lengths which has led to problems during construction and specifically the presence of splices, which can significantly impact pile drivability. Our independent calculations performed as part of the IPR will be based on the soil borings and evaluate the correctness of the design regarding pile lengths, block failure of piles, downdrag, MSE wall settlement, slope stability, and limits of muck removal. Some critical geotechnical items that our team would focus on include: • Test Pile Lengths based on FB-Deep data are correct and that downdrag, friction, and uplift have been appropriately accounted for. • Potential Pile Drivability issues have been addressed adequately with regard to splices, preforming and cap rock. • Correctness of all design Soil Values (friction angle, shear strength, etc.) based on subsurface investigations. • Proper Settlement Analysis (short and long term) for the selected wall system has been performed and appropriate slope stability analysis has been performed. • Muck/Subsoil Delineation (if present) is thorough and comprehensive. • Geotechnical Engineering Report and Soil Boring sheets follow the requirements in FHWA ED-88-053 "Checklist and Guidelines for Review of Geotechnical Reports and Preliminary Plans and Specifications" as well as FDOT Soils and Foundations Handbook. Roadway, Traffic Control Plans, Signing and Pavement Marking, ITS, and Lighting Reviews The roadway design elements and issues vary from project to project. Analysis of roundabout geometric elements, such approach angles and curves, are required to be compliant with FDM 213 and NCHRP Report 672. The Four -Points Roundabout Project should, ultimately, be compliant with FDM 213.2.1 stating if traffic operational analysis indicates a multilane lane roundabout would be required in 20 years, but a single lane roundabout is acceptable for 10 to 15 years, then having more lanes than warranted in the early years would have a negative impact on safety and performance. For a safety improvements project, this criterion is a necessity. Overhead electric, including high voltage lines and underground utilities are within the project limits and will most likely need to be relocated. Mica Jackson will thoroughly review utility conflicts during each phased submittal along with correspondence with utility companies, obtained Red Brown Green (RBGs) Markups provided by Utility Companies, and the design consultants utility conflict matrix, to ensure conflicts are being progressively resolved during the design phase. HighSpans will utilize lessons learned from previous construction projects during their peer review, one of which, as previously discussed, is to push the design consultant and utility companies to establish utility work schedules prior to start of construction. To facilitate this, we will generate our own Utility Conflict Matrices to review against the design plans. HighSpans will also carefully review utility work schedule durations and predecessors to ensure there are no conflicts that prohibit the utility provider from performing their work based on certain construction elements such as muck removal, which has come up on previous projects. The Everglades Boulevard Widening project includes widening the existing road from 2 to 4 lanes with a divided median. Critical design elements include a new pedestrian sidewalk corridor and bicycle facilities that will be reviewed in accordance with FDM 222 and 223 for Pedestrian and Bicycle Facilities, respectively, to the fullest extent possible, and Florida Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (commonly known as the Florida Greenbook) Chapters 8 and 9 as a minimum criteria. Also, the design should be consistent with the Collier County Bike and Pedestrian Master Plan. Oil Well Road Widening includes the 3.5 miles of existing two-lane road widened to four with an ultimate plan of six. Having previously designed plans as part of this project from 2007, a review of past County Commitments as well as establishing new ones could play a large part in the design of this project. Critical elements of this design also include access management and coordination with future commercial and residential construction along the corridor. Veterans Memorial Boulevard Phase II includes the construction of new roadway from Aubrey Rogers High School to US 41. This project includes a proposed noise wall along the south for the Landmark Naples community. Railroad grade crossings are also likely and should be reviewed to be in accordance with FDM 220 and MUTCD Part 8. RDE (Railroad Dynamic Envelope) pavement 271Page Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects markings should be considered and designed/reviewed in accordance with FDM 220.2.1.1. This urban corridor also includes a 10-ft wide concrete sidewalk on one side of the road and 6-ft on the other as well as bike lanes along the shoulder. Traffic signal improvements will be required to comply with Collier County Traffic Signal Specifications for the Old 41 intersection and FDOT TEM (Traffic Engineering Manual) and FDM 232 for the intersection at US 41. Both intersections fall within the Mast Arm Boundary Policy (FDM 232.8.1) requiring mast arm signal support structures. FDM 261.1 outlines painted finish and coating requirements as well. The Livingston Road and Livingston Road Overpass will require numerous signalization and roadway widening improvements to accommodate the new overpass. Roadway and landscaping improvements will extend in each direction. Coordination with Pam Lulich of Collier County for landscaping requirements and design will be imperative. FDOT Grant compliance will be reviewed at each phase submittal to ensure all grant criteria and requirements are being adhered to by the design firm. Lighting would be anticipated along the new bridge and will be reviewed per FDM 231 and in accordance with Collier County Lighting Specifications. Existing corridor lighting will likely be modified within the project limits and intersection lighting will need to be improved as well. The roadways within Golden Gate Estates (47" Ave NE, Wilson Blvd S, 131" St NW, 62" d Ave NE, and 101h Ave SE) are all called to be widened. Currently, these roads lack sufficient lane width per Table 3-20 of the Greenbook and must be widened to function as intended. Also, these roads lack a paved shoulder to provide safe refuge for vehicles to pull over in -case of Emergency Services vehicles through this roadway. We will review the plans and design documents to ensure roadway criteria are updated and logged appropriately, such as potential design exceptions and justification. Widening of the roadway and shoulders will impact existing residential driveways and mailboxes. We will review the plans to ensure all proposed concrete driveways are designed similar to FDOT Index 522-003, with appropriate grades, slopes and widths to connect with the adjacent roadway and proposed 6-ft wide concrete (6" thick) sidewalk. We will also coordinate with the FOR and Collier County to ensure all Notice of Impact letters are sent (following 60% plans review) to notify any affected property of roadway, driveway, mailbox and access impacts. Some of the existing mailboxes are not crashworthy and will need to be replaced. We will ensure the plans identify and quantify the mailboxes that are to be replaced. FDOT Specifications call for the Contractor to coordinate with the Local Postmaster during construction. We recommend beginning this coordination during the design phase and notes are included in the plans so Contractors can accurately bid these projects and are aware of these project -specific details. Widening of the roadway and shoulders will also affect the swales and ponds adjacent to the road. In addition to the drainage review, we will review all proposed grades and slopes adjacent to the roadway (typically 1 V AH max unless protected) for roadside safety criteria per the Florida Greenbook. With additional paved area, we anticipate permitting efforts required by the FOR to ensure compliance with wildlife, SFWMD, FDEP, ACOE, and Collier County building permits. We've teamed with Pennoni to ensure all environmental permitting and compliance is addressed during the design phase and there will be no impacts to the schedule during construction. We will review the plans to ensure the Temporary Traffic Control Plan is designed in accordance with FDOT Standards and Collier County Traffic standards, adhering to any lane closure restrictions. We recommend coordination with Local Schools during the design phase to identify any potential school bus pickup and drop off locations. Plan notes for the Contractor to continue this coordination during construction should be included as well. Currently, these streets exist as dead-end roads and we expect that garbage collectors and other large trucks may use the end of the street as a turnaround area. It is anticipated that the Contractor will utilize the end of some of the roads as storage areas/yards to construct the new bridges. Coordination with garbage collection should begin during the design and plan notes should be included for the Contractor to address this issue, for example, by constructing a hammerhead turnaround within the ROW. If the project scope dictates, we will review all ITS and Signalization analyses and submittals for completeness and in accordance with Collier County Traffic Operations. Utilities and Utility Work Schedules will be planned for accordingly to avoid conflicts with the proposed bridge structures and roadway improvements. Signing and Pavement markings submittals will be reviewed against the latest FDOT standards. 281Page Prepared for Collier County Hi hS ans ENGINEERING, INC. Willingness To Meet Time And Budget: RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects This Contract will have 11 project packages, shown below in the map provided in the RPS. We will strictly adhere to IPR review schedules. This approach will allow us to effectively address all the scope items and maintain an appropriate level of coverage over all activities. Our concise and closeknit team allows for an efficient flow of information and comments across each discipline and throughout each component set of plans. HighSpans maintains the key elements, in-house, for the IPR of these projects: roadway, structures, drainage/hydraulics, signalization, signing and pavement markings, geotechnical, and CEI, making us the best fit for this contract. And we are maintaining a large margin of availability for this contract to be at the ready to address anything that comes up. This is important if design of all projects were to happen all at once. Our IPR team is prepared to deliver a successful project to Collier County! In order to meet schedule and budget, understanding project issues before the project starts, is important. Below is a brief, preliminary list of issues for each project. We've also visited the projects sites and have noted some existing conditions that would be critical to understand during the review. A picture of one such issue is above. Being proficient in all aspects of this project allows us to provide excellent constructability reviews. Having direct project experience with the 81}i Street bridge as part of the inspection team and having previous Collier County project experience (most recently Collier 11, Whippoorwill Extension, and I I I ' Bike Lanes) paired with our Design team and IPR knowledge allows us to cover every aspect of the project. We will utilize this experience and knowledge to ensure nothing slips through the cracks. Our Project Director (Vince Zaliauskas, PE, SE) will oversee the contract, and ensure it is carried out to Collier County's expectations. This approach will ensure uniformity and continuity throughout the IPR Process as well as give the Collier County PM's one key point of contact to quickly communicate project issues. 291Page Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Project Location Anticipated Bridge/Structures/ Geotech Critical Design Issues Four -Point Roundabout Unsuitable soils/muck and potential for shallow caprock Existing ROW to accommodate initial and future roundabout lanes Everglades Boulevard Widening Drilled Shaft Foundation for Steel Span Wire Assembly Existing OE Electric Coordination and new signalization at Signal Structures intersections Oil Well Road Widening 120 ft long mufti -span precast or CIP concrete bridge Review County commitments from previous design and coordinate with new commercial/residential construction Veterans Memorial Boulevard Phase II Noise wall foundations such as auger cast piles or alternate Railroad Coordination and noise wall and skewed intersections at US 41 (FDOT Coordination) and Old 41 Immokalee Road and Livingston Road Overpass 700-ft multi -span prestressed concrete girder FDOT JPA Funding, Coorindation with utilites and new bridge, widening of existing bridge over Cocohatchee Canal 47th Ave NE Bridge 120 ft long mufti -span precast or CIP concrete bridge Dense residential area requires reconstruction of driveways and turnouts, new bridge with OE on both sides of roadway Wilson Blvd. S over Golden Gate Main Canal 130 ft long mufti -span precast or CIP concrete bridge Existing OE lines at proposed bridge crossing may impact constructability `h 13 Street NW over Cypress Canal 60 ft long sin a/multi span recast or CIP concrete bride g P P g Removal of existing culvert needs to be phased with the bridge construction 62"a Ave. NE over Faka Union Canal 70 ft long multi -span precast or CIP concrete bridge Proposed roadway profile needs to accommodate existing drainage swales and nearby driveways `h 10 Avenue SE over Faka Union Canal 120 ft long multi -span recast or CIP concrete bride g p p g City of Naples well pumping station on 1 Oth Ave may conflict with the design Goodlette Frank Road Widening Widen existing 2-span intergral bridge or construct new 2- Existing bridge type and TTCP through project limits requiring span bridge phased construction The resources available for this project are listed in Tab No. 6: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM. Personnel will be increased or decreased based on the FOR schedules during the design phases. We will adhere to the designated review period timeframe and ensure comments are addressed in a timely manner. We've developed a flow chart (below) to highlight our understanding of, and show how we will progress through, each design review phase to meet the schedule. This will manage the overall project budget and prevent the possibility of Change Orders. We did this successfully on the Collier 11 Bridges Project, Whippoorwill VT Project, and Chokoloskee Bridge Project. 301Page Prepared for Collier County Hi hS ans ENGINEERING, INC. Project Schedule -I, N— _. 1 Indepentlent Peer Review Services (25-834£) Darahon 941 days IStart Mon 3/241£5 IF,nish Mon 10f30/26 2 NTP 1 day Mon 3/24/25 Mon 3124/25 3 3389D - Four -Point Roundabout Design Phase 347 days Tue 3/25125 Wed 7/22/26 4 30%Design and Traffic Analysis Submittal 90 days Tue 3/25/25 'Mon 7128/25 5 30% Engineering Phase Review andCoordination 15 days Tue 7/29J25 Men 8118/25 6 Receive Phased Submittal Iday Tue 7/29/25 Tue 7/29/25 7 Perform Completeness Review 1 day Tue 7129/z5 Tue 7125125 e Distribute Compenent Sets to Appropriate Discipline Iday Wed 7/30/25 Wed 7/30125 9 Perform Independent Peer Reviews to days Thu 7/31/25 Wed 9113/25 10 Internal and Subconsultants Comments and Markups Due Iday Thu 8114/25 Thu 8114/25 1t aA/aC and Assembly of Comments for Distribution 2days Thu 8/14/25 Frig/15/25 12 Meeting with Collier County to Discuss Comments 1 day Fri 8/15125 Fri 8/15/25 13 Submit Comments and Phase Review Letter 1 day Mon 8/18/25 Mon 8/18125 14 Environmental permitting 2301 Tue 7/29/25 Mon 6/15/25 T5 Environmental Compliance Review 236 days Tue 7129/25 Mon 6/15/26 16 50% Design Submittal 90 days Tue 8/19/25 Mon 12/22/25 17 60% Engineering Phase RevlewandCoordination 15days Tue 12/23/25 Mon 1/12126 18 90% Design Submittal 90days Tue 12/23/25 Mon 4/27125 19 901/bConstructabillty Phase Review and Coordination 21 days Tue 4/29/25 Tue 5126/25 20 200% besigo Submittal 40 days Tue 4128/26 -Mon 6/22126 21 100%Biddabillty Phase Review 15 days Tue 6/23/26 Mon 7/13/26 22 Construction Time Estimate Preparation 7days Tue 7/14/26 Wed 7/22/26 23 Coo --ion Contract Award 60 days Thu 7/23/26 Wed IDJ14/26 24 3389D-Four-Paint Roundabout Conit. Phase 533 days Thu 10115/26 .Man 10/30/28 zs Pre -Con I day Thu 10/15/26 Thu 10/15/26 26 Submittals& Production Lead Tlrne 60 days Fri 10/1612G Thu 117127 27 Mohllization 5day, Fri 2J19J27 Thu 2125127 2R Setup MOT 2days Fri 2/26/27 Mon 3/1127 29 Construction and Punch List 39G days Tue 3/2/27 Mon 8/28/28 3R Final Acceptance and Demobilisation 45 days Tue 8/29/23 Man 10/30/28 31 50263-Everglades Boulevard Widening Design Phase 575 days Tue 4/1/25 Mon 6/14/27 32 60144. Oil Well Road Widening Design Phase 526 days Mon 5/5/25 Fri 4/30/27 33 6019G -Veterans Memorial Boulevard Phase II Design Phase 520 days Mon 7/7125 Fri 7/2/27 34 60268-Immokalee Road and Livingston Road Overpass Design Phase 520 days Mon 7/7125 Fri 7/2127 35 60212.2. 47th Ave NE Bridge Design Phase 526 days Mon 7/7125 Fri 7/2/27 36 60212.3 - Wilson Boulevard S. Bridge Design Phase 520 days Mon 7/7125 Fri 7/2/27 37 60212.4. 13th Street NW Bridge Design Phase 520dar s Mon 7/7/25 Fri 7/2/27 RR 60212.5-62nd Avenue NE Bridge Design Phase 52o days Mon 7/7/25 Fri 7/2/27 39 60212.6- loth Avenue SE Bridge Design Phase 520 days Mon 7/7125 Fri 7/2127 40 Goodlette-Frank Road Widening from Vanderbilt Beach Road to lmmokalee 52G days Tue 3125/25 :Mon 3/22/27 Road Design Phase Items 31 through 40 are minimized to consolidate the schedule to 1 page, but are similar in scope to the first design schedule and may vary due to structural complexity - RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Conceptual Level Schedule for the Collier County Peer Review Services Contract - Shown (left) are tasks for the first project design and construction phases. Schedule is based on Section It/ 'Background" from the RPS. If design for all projects were to occur concurrently, tasks would be similar but start dates and finish dates would differ The remaining design projects are included at the bottom of the schedule, but have been minimized to maintain 1 page limit. The remaining projects have similar tasks and follow similar logic. - Peer Review Task Items includes 15-day initial review comments and reply per Solicitation- - Length of Roadway and Complexity of Structures (or other design elements) may affect schedule and durations. - Roadway Lighting, signalization, and ITS and construction tasks are not included as part of this schedule due to page and task limitations. If 311Page Prepared for Collier County 1011WROMMV39M Hi hS ans ENGINEERING. INC. Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects EVALUATION CRITERIA NO. 5: LOCATION 321Page Prepared for Collier County Hi hS ans ENGINEERING, INC. 5.0 LOCATION RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Our main office located in Fort Myers will handle all design and IPR related operations. Similar to our other past Collier County projects, this project will have one primary contact that is reachable at all hours of the day, regardless of the primary contact's physical location. Vince Zaliauskas will fill this position and be 2121 McGregor Blvd. Ft Myers the steady point of contact throughout the life of the contract. Vince will be available 24/7 and you can count on him to be a constant, reliable point of contact. Vince will ensure the project is staffed and managed appropriately. Vince has decades of experience managing and coordinating both design engineers and inspectors on projects, such as the Sanibel Causeway Hurricane Ian Repairs, City of Fort Myers Wastewater Interconnect Projects, Burnt Store Road Widening project in Lee County, and Collier 11 Bridges project for Collier County. 13850 Treeline Avenue #11, Ft. Myers, FL — HEI LAB Our Materials Testing Lab is located in South Fort Myers just off Treeline Road, allowing for quick and easy access off of I-75. Approach to Management: Communication with the Client: Project staff are in constant communication with each other through assigned resources such as Microsoft Teams, cell phones, email, and are always provided the most current data, with up-to-date access to plans and documentation through our project SharePoint and ShareFile sites. The SharePoint/ShareFile site access is given to project personnel, team members, and County staff, and can be updated by anyone given permission on the site. SharePoint/ShareFile is maintained by Contract Support Staff, Vince, and Tom. Through the use of these sites, field personnel and office staff can share the most up-to-date documents such as plans revisions, logbook revisions, daily work reports, pictures, and shop drawings. Since Plans Reviews is an integral part of this project, a form will be developed by HighSpans to track all comments with access given to key staff from all required entities. Once comments are finalized and addressed, this form can be printed to pdf, certified, and stored in the project file. Communication is key for the success of these types of projects. Communication with Collier County staff will be initiated regularly by HighSpans to discuss project schedules, any potential issues or substantial changes, and upcoming activities. HighSpans remains committed to Collier County and looks forward to a successful project. 331Page Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects EVALUATION CRITERIA NO.6: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM 341Page Prepared for Collier County Hi hS ans RPS No. 25-8342 E N G IN E E R I N G, IN c. Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects 6.0 RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM As previously discussed, Vince will lead and coordinate the team to ensure IPR and CEI staff are available to provide necessary services. 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 will have a team ready for immediate action. With the IPR team's current workload, Tom and his team will be available as early as March 2024 and they are eagerly awaiting their next assignment. The CEI team is always ready to provide constructability reviews. 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 inspection team. Also, this project will ensure that our talented staff is working in an area we know and respect. Our recently completed projects include: • Collier 11 Bridges Replacement • Corkscrew Wildlife Crossing • Burnt Store Road Final Segment • Estero Parkway Bridge Repairs • Orange River Bridge Repairs Current and Projected Workload include: Alico Connector Bridges — Design nearly complete. US 1 Bridge Replacement — Design pending funding. Big Carlos Bridge Replacement CEI — ongoing, separate team proposed. Given our recently completed and projected workload, our design/IPR team is ready for immediate TWO assignment and our CEI Expert Constructability Reviewers will be available ASAP. Our teams are available as early as March 2025. 351Page Prepared for Collier County Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Key Personnel Resumes & Required Forms and Certifications (Submitted Separately on OpenGov.com) 361Page Prepared for Collier County It-.1- Collier County Vendor Check List IMPORTANT: Please review carefully and submit with your Proposal/Bid. All applicable documents shall be submitted electronically through BidSync. Vendor should checkoff each of the following items. Failure to provide the applicable documents may deem you non-responsive/non-responsible. General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. [� Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. [[� Vendor MUST be enrolled in the E-Verify- https://www.e-verify.,!zov/ at the time of submission of the proposal/bid Form 3: Immigration Affidavit Certification MUST be sip-ned and attached with your submittal. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Form 4• Certification for Claiming Status as a Local Business if applicable, has been executed and returned. Collier or Lee County Business Tax Receipt should be attached with your submittal to be considered. Form 5: Reference Questionnaire form must be utilized for each requested reference and included with your submittal, if applicable to the solicitation. Form 6: Grant Provisions and Assurances package in its entirety, if applicable are executed and should be included with your submittal. Vendor W-9 Form. Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County's issuance of a Notice of Recommend Award. [`]The Bid Schedule has been completed and attached with your submittal, applicable to bids. [� Copies of all requested licenses and/or certifications to complete the requirements of the project. All addenda have been signed and attached. [ County's IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. ,e) Collier County Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor's bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub -vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this 10 day of March , 2025 in the County of Lee , in the State of _Florida Firm's Legal Name: Address: City, State, Zip Code Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded Telephone: Email: Signature by: (Typed and written) Title: HighSpans Engineering, Inc. 2121 McGregor Boulevard, Suite 200 Fort Myers, FL 33901 27559 FA8Q5 239-433-3000 Michelle L. Buchho SVP & CFP .com Additional Contact Information Send payments to: (required if different from Company name used as payee above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Collier County Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that, to the best of its knowledge and belief, the past and current work on any Collier County project affiliated with this solicitation does not pose an organizational conflict as described by one of the three categories below: Biased ground rules —The firm has not set the "ground rules" for affiliated past or current Collier County project identified above (e.g., writing a procurement's statement of work, specifications, or performing systems engineering and technical direction for the procurement) which appears to skew the competition in favor of my firm. Impaired objectivity —The frm has not. performed work on an affiliated past or current Collier County projecYidentified above to evaluate proposals / past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access. to information —The frm has not had access to nonpublic information as part of its performance of a Collier County project identified above which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor /vendor must provide the following: 1. All documents produced as a result of the work completed in the past or currently being worked on for the above -mentioned project, and, 2. Indicate if the information produced was obtained as a matter of public record (in the "sunshine") or through non-public (not in the "sunshine") conversation (s), meeting(s), document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified, may result in the disqualification for future solicitations affiliated with the above referenced project(s). By the signature below, the fum (employees, officers and/or agents) certifies, and hereby discloses, that, to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the project identified above has been fully disclosed and does not pose an organizational conflict. Michelle L. Buchholz. SVP &CFO Print Name and Title State of Florida County of The foregoing instmment was acknowledged before me by means of dhysical presence or ❑online notarization, this 10 day of March (month), 2025 (year), by Michelle L. Buchholz (name of person acknowledging). N0Y^P,ZfF Melanie M Gurgel %_°'• %00 Comm.: HH 600162 �i, �:Po Expires: Oct. 23, 2028 (Signature of otary Public) `••:For Pao,,: Notary Public -State of Florida low (Print, Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification Personally Known Type of Identification Produced �e Collier County Form 3: Immigration Affidavit Certification This Affidavit is required and should be signed, by an author zed principal of the frm and submitted with formal solicitation submittals. Further, Vendors are required to be enrolled in the E-Verify program (h_pd s://www.e-verify.gov/), at the time of the submission of the Vendor's proposal/bid. Acceptable evidence of your enrollment consists of a copy of the properly completed E- Verify Company Profile page or a copy of the fully executed E-Verify Memorandum of Understanding for the company which will be produced at the time of the submission of the Vendor's proposal/bid or within five (5) day of the County's Notice of Recommend Award. FAILURE TO EXECUTE THIS AFFIDAVIT CERTIFICATION AND SUBMIT WITH VENDOR'S PROPOSAL/BID MAY DEEM THE VENDOR'S AS NON -RESPONSIVE. Collier County will not intentionally award County contracts to any Vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"), Collier County may consider the employment by any Vendor of unauthorized aliens a violation of Section274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s), that it is aware of and in compliance with the requirements set forth in Florida Statutes §448.095, and agrees to comply with the provisions of the Memorandum of Understanding with E-Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E-Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's proposal/bid, Michelle L Buchholz, SVP &CFO Print Name and Title State of Florida County of Lee The foregoing instrument was acknowledged before me by means of E�physical presence or � online notazization, this 10 day of March (month), 2025 (year), by Michelle L. Buchholz (name of person acknowledging). ; ti�Pv.p�.;o Melanie M Gur0el l 1,�� t� L/_ _ _, r 5:° ` ��= Comm.: HH 600162 l I '6'ty `ij �( 'o`c Expires: Oct. 23, 2028 (Signature f Notary Public) ••:floc 0�11 4•, Notary Public -State of flodda Type, or Stamp Commissioned Name of Notary Public) Personally Known OR Produced Identification Personally Known Type of Identification Produced Collier County Form 4: Vendor Submittal— Local Vendor Preference Certification (Check Appropriate Boxes Below) State of Florida (Select County if Vendor is described as a Local Business) ❑ Collier County ® Lee County Vendor affirms that it is a local business as defined by the Procurement Ordinance of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section Fifteen of the Collier County Procurement Ordinance: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ® Lee County: 2007 Number of Employees (Including Owner(s) or Corporate Officers): 50 Number of Employees Living in ® Collier County or ® Lee (Including Owner(s) or Corporate Officers): 2 / 26 If requested by the County, Vendor will be required to provide documentation substantiating the information given in this certification. Failure to do so will result in vendor's submission being deemed not applicable. Sien and Date Certification: Under penalties of periury I certify that the information shown on this form is correct to my knowledge. Company Name: _HighSpans Engineering, Inc. Date: 3/10/2025 Address in Signature: Local Business Tax Receipt Tax Ca11ect-De Nowt@ twaorung HIGHSPANS ENGINEERING INC HIGHSPANS ENGINEERING INC 2121 MCGREGOR BLVD STE 201 FT MYERS, FL 33901 Dear Business Owner: Your 2024 - 2025 Lee County Local Business Tax Receipt is attached below for account number / receipt: number: 1057270 / 1901554 If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely, 1L.L, Lee County Tax Collector 2024-2025 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 1057270 Receipt Number: 1901554 State License Number: 27559 Location: 13850 TREELINE AVE S STE 11 FT MYERS, FL 33913 HIGHSPANS ENGINEERING INC HIGHSPANS ENGINEERING INC 13850 TREELINE AVE S STE 11 FT MYERS, FL 33913 Account Expires: September 30, 2025 May engage in the business of: ENGINEERING FIRM (101-0090) THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Payment Information: PAID INT-00-02505818 08/02/2024 $ 50.00 Local Business Tax Receipt Tax Collect -De Nowt@ twaorung HIGHSPANS ENGINEERING INC HIGHSPANS ENGINEERING INC 2121 MCGREGOR BLVD SUITE 200 FT MYERS, FL 33901 Dear Business Owner: Your 2024 - 2025 Lee County Local Business Tax Receipt is attached below for account number / receipt: number: 1053490 / 1803328 If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely, 1L.L, Lee County Tax Collector 2024-2025 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 1053490 Receipt Number: 1803328 State License Number: 60524 Location: 2121 MCGREGOR BLVD SUITE 200 FT MYERS, FL 33901 HIGHSPANS ENGINEERING INC HIGHSPANS ENGINEERING INC 2121 MCGREGOR BLVD SUITE 200 FT MYERS, FL 33901 Account Expires: September 30, 2025 May engage in the business of: ENGINEERING FIRM (101-0090) THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Payment Information: PAID INT-00-02505871 08/02/2024 $ 50.00 Local Business Tax Receipt Tax Collect -De Nowt@ twaorung HIGHSPANS ENGINEERING INC HIGHSPANS ENGINEERING INC 2121 MCGREGOR BLVD SUITE 200 FT MYERS, FL 33901 Dear Business Owner: Your 2024 - 2025 Lee County Local Business Tax Receipt is attached below for account number / receipt: number: 1013750 / 0803627 If there is a change in one of the following, refer to the instructions on the back of this receipt. • Business name • Ownership • Physical location • Business closed This is not a bill. Detach the bottom portion and display in a public location. I hope you have a successful year. Sincerely, 1L.L, Lee County Tax Collector 2024-2025 LEE COUNTY LOCAL BUSINESS TAX RECEIPT Account Number: 1013750 Receipt Number: 0803627 State License Number: PE60524 Location: 2121 MCGREGOR BLVD SUITE 200 FT MYERS, FL 33901 HIGHSPANS ENGINEERING INC ZALIAUSKAS VINCENT A 2121 MCGREGOR BLVD SUITE 200 FT MYERS, FL 33901 Account Expires: September 30, 2025 May engage in the business of: PROFESSIONAL ENGINEER THIS LOCAL BUSINESS TAX RECEIPT IS NON REGULATORY Payment Information: PAID INT-00-02505871 08/02/2024 $ 30.00 ci I10)' llFt ul-!� flfSN/!)p The City of Fort Myers, Florida Community Development Department 1825 Hendry Street, #101 Fort Myers, Florida 33901 Email: businesstax@cityftmyers.com SERVICES EFFECTIVE 1010212024 - EXPIRING 0913012025 HIGHSPANS ENGINEERING INC. 2121 MCGREGOR BLVD 200 FORT MYERS, FL 33901 Business Tax #: BU52018-00309 The City of Fort Myers wishes you success with your business. The Business Tax Receipt below is valid from 10/02/2024 until 09/30/2025.. If you need to change the business name, mailing address, contact data, location and/or closing the business, please contact our office: Description: professional services- Civil Engineering CITY OF FORT MYERS FLORIDA Business Tax Receipt 2121 MCGREGOR BLVD SUITE 200 HIGHSPANS ENGINEERING INC. Business Tax#: BUS2018-00309 (397) b. Service Establishments: General ALCOHOL SALES PERMITTED: No HOMEBASED: No Owner: HIGHSPANS ENGINEERING INC., 2121 MCGREGOR BLVD 200 FORT MYERS, FL, 33901 POST THIS RECEIPT IN A CONSPICUOUS PLACE AT YOUR BUSINESS LOCATION "Any violation of applicable chapter of the City Code of Ordinances may cancel this receipt �Inar "�F2 v,1k RS n()R�liIL The City of Fort Myers, Florida Community Development Department 1825 Hendry Street, #101 Fort Myers, Florida 33901 Email: businesstax@cityftmyers.com ENGINEERING & ARCHITECTURE EFFECTIVE 1010212024 - EXPIRING 09/30/2025 HIGHSPANS ENGINEERING INC. 2121 MCGREGOR BLVD 200 FORT MYERS, FL 33901 Business Tax #: BUS2018-00310 The City of Fort Myers wishes you success with your business. The Business Tax Receipt below is valid from 10/02/2024 until 09/30/2025.. If you need to change the business name, mailing address, contact data, location and/or closing the business, please contact our office: Description: Professional Engineer CITY OF FORT MVERS FLORIDA Business Tax Receipt oI 2121 MCGREGOR BLVD SUITE 200 VINCENT ZALIAUSKAS Business Tax#: BUS2018-00310 (160) Engineer ALCOHOL SALES PERMITTED: No HOMEBASED: No Owner: HIGHSPANS ENGINEERING INC., 2121 MCGREGOR BLVD 200 FORT MYERS, FL, 33901 POST THIS RECEIPT IN A CONSPICUOUS PLACE AT YOUR BUSINESS LOCATION *Any violation of applicable chapter of the City Code of Ordinances may cancel this receipt -4) Collier County Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8342 — Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Reference Questionnaire for: Hi hS ans Engineering, Inc. (Name of Company Requesting Reference Information) Michelle L. Buchholz. SVP & CFO (Name of Individuals Requesting Reference Information) Mark Digitally signed by Mark DeLorenzo Name: Mark DeLorenzo DeLorenzo Date:2025.03.0923:31:31 Company: Transystems Date: (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: mdelorenzo@transystems.com FAX: Telephone:386-589-9817 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/indivdival again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored "0." Project Description: SR 557 over I-4 Peer Review of Bridges Completion Date: Early 2024 Project Budget: Total Construction Budget: $70,000,000 Project Number of Days: 1200 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 SR 557 over 1-4 Peer Review of Bridges PROJECT OWNER'S INFORMATION GUNS 1 NUG I IUN (It appllcab/e) 2024 PROJECT OWNER POINT OF CONTACT NAME POINT OF CONTACT TELEPHONE NUMBER Florida Department of Transportation Mark DeLorenzo 386-589-9817 Protect Description This Design -Build project replaced the existing partial cloverleaf interchange with a new diamond configuration with dual teardrop shaped roundabouts at the entrance and exit ramps of the interchange. These changes are designed to improve traffic circulation and enhance safety, emergency access, and truck access in Polk County, Florida. The project is located at Exit 48 along the 1-4 corridor. Traffic started using the new bridges on January 13, 2023. The new bridges and road are higher and wider to accommodate the future 1-4 Master Plan (Ultimate) improvements with provisions for special purpose (express) lanes and a high-speed rail (HSR) corridor. Existing eastbound and westbound general -use travel lanes were moved to the outside to coincide with the 1-4 Ultimate alignment. CR 557 was widened to four travel lanes, two in each direction within the limits of the state's right-of-way. Other improvements include emergency stopping locations on both the 1-4 off -ramps to CR 557, and new conventional lighting along 1-4 and CR 557. Additionally, a new wildlife crossing under the interstate just east of the interchange was constructed allowing wildlife to safely cross between the north and south sides of 1-4. For 50 years animals on either side of 1-4 have been separated. The addition of the wildlife crossing is significant in providing safe passage for animals to access protected lands on both sides of the intestate, while also protecting drivers from crashes that may otherwise occur when animals attempt to cross the roadway. Independent Peer Review Aspects HighSpans performed Complex Bridge Peer Review for the concrete deck pours to evaluate deck thickness, cover, and differential deflection between the interior and exterior beams. Dry Run analysis and incremental loading were also checked. HighSpans also provided recommendations to the FOR/FDOT to effectively address bridge deck pour issues in order to obtain correct deck thicknesses and rebar covers. Total Construction Cost — $72.5 Million - � t- Collier County Form 5 Reference Questionnaire f USE ONE FORM FOR EACH REO UIRED REFERENCE) Solicitation: 25-8342 - Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Reference Questionnaire for: Hi hS ans En ineerin , Inc. (Name of Company Requesting Reference Information) Michelle L. Buchholz, SVP & CFO (Name of Individuals Requesting Reference Information) Name:Vince Miller, P.E. (Evaluator completing reference questionnaire) Email: VMiller@leegov.com rl Company: Lee County Department of Transportation (Evaluator's Company completing reference) FAX: 239-485-8520 Telephone: 239-533-8577 (0) 239-823-5576(C) 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 I to 10, with 10 representing that you were very satisifed (and would hire the firmlindividual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdival 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: Burnt Store Road Widening Multi -Segment, Multi -Phase Project Budget: Total Construction Budget for All Segments: $41,000,000 Completion Date: North Segment: April 2018 Middle Segment: April 2020 South Segment: April 2024 Project Number of Days: Total Contract Length: 3100 dos 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, palicies, procedures, rules, regulations, eta 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Burnt Store Road Widening, Cape Coral Florida PROJECT OWNER'S INFORMATION GUNS 1 NUG I IUN (It appllcab/e) April 2024 PROJECT OWNER POINT OF CONTACT NAME POINT OF CONTACT TELEPHONE NUMBER Lee County I Vince Miller, PE 1 239-533-8577 This project consists of the widening of Burnt Store Road to four lanes (ultimately the future design is for six lanes with a two- lane frontage road). The right-of-way along Burnt Store Road was 200 feet. Lee County acquired an additional 155 feet along the east side of existing Burnt Store Road to accommodate the four -lane section and the six -lane ultimate concept. The project involves widening Burnt Store Road from Pine Island Road (SR78) to Van Buren Parkway to a 4-lane divided roadway. The storm water management facilities and new bridge construction were constructed to accommodate the future expansion. The project was constructed in three segments; the South Segment from SR78 to Tropicana Blvd., the Middle Segment from Tropicana Blvd. to Diplomat Pkwy., and the North Segment from Diplomat Pkwy to Van Buren Pkwy. All segments were funded as part of the Lee County Capital Improvement Plan. The first segment constructed was the North Segment, funded in fiscal year 14/15, followed by the Middle and South Segments every other year through fiscal year 18/19. The South Segment was completed in April of 2024. Independent Peer Review Aspects -• HighSpans was part of the Burnt Store Road Widening since the first segment was constructed (North Segment). Since this first piece, we have provided plans reviews and peer review of structural elements to ensure continuity and correct design so each phase progressed naturally from segment to segment. For example, we provided overall roadway plans review and bridge structure review for correctness and conformance with Contract Documents and Design Criteria. Bridges were Florida I -Beam bridges and AASHTO I-beam bridges. Clay material was encountered and driving conditions were affected. This led to full PDA due to stresses in piles from rebounding. The clay was shown on the borings but not to the level that it was encountered. The plans for the other phases were adjusted to make contractors aware of these conditions for bidding. Additional coring for roadway was performed due to material encountered. This was done to determine milling and resurfacing limits or full reconstruction, since milling and resurfacing would not fully correct the issue since clay was encountered. By utilizing our experience, we were able to correct the plans and ensure a bulletproof design. Construction Engineering and Inspection HighSpans provided CEI services for this project for Lee County. Overall, this project encompassed 5 bridges, drainage reconstruction, roadway reconstruction, new roadway construction, full -depth reclamation (FDR), milling and resurfacing, median and turn lane improvements (RCUT), utility adjustments, landscaping, signalization, highway lighting, emergency response and repair (Hurricane Irma and Ian), retaining walls, ADA compliance, seawall construction, environmental permitting such as SFWMD and ACOE, wildlife surveys for gopher tortoises and burrowing owls, public involvement and information, and driveways and trench drains. Total Construction Cost - $41 Million Collier County Form 5 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: 25-8342- Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Reference Questionnaire for: HiahSnans Engineering, Inc. (Name of Company Requesting Reference Information) Michelle L. Buchholz, SVP & CFO (Name of Individuals Requesting Reference Information) Name: David Murphy Company:Lee County Department of Transportation (Evaluator completing reference questionnaire) (Evaluator's Company completing reference) Email: DMurphy@leegov.com FAX: Telephone:239-533-8578 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/indivdival 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: Corkscrew Road Widening Phase 1 Completion Date: June 2024 Project Budget: Construction Total - $23,000,000 Project Number of Days: 1100 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 Digitally signed by David M. Murphy DN: C=US, E=dmurphy@leegov rn, O=Lee David M. Murphy Murphy OU=DOT Engineering, CN=David M. David M. Murphy, PE Date TITLE AND LOCATION (City and State) YEAR COMPLETED Corkscrew Road Wildlife Crossing Bridge and Box Culvert —Estero, PROFESSIONAL SERVICES CONSTRUCTION (Ifapplicab/e)2019 - 2021 2024 Florida PROJECT OWNER'S INFORMATION PROJECT OWNER POINT OF CONTACT NAME POINT OF CONTACT TELEPHONE NUMBER Lee County Dave Murphy, PE 239-533-8578 Project Description HighSpans served as Engineer of Record performing structural design services for a short span concrete bridge, retaining walls, and miscellaneous structures for the widening of Corkscrew Road from Ben Hill Griffin Pkwy to Alico Rd. The project included 30-foot, single -span, 4-lane twin concrete bridges to facilitate wildlife crossings along the Corkscrew Road corridor, as well as two 12-foot concrete box culverts, 11 mast arm signal structures, and various lighting foundations. Due to right-of-way limitations, phased construction is required. Total Construction Cost — $23 Million E-Verify Employment Eligibility Verification Click any A for help Home Company Information My Cases New Case View Cases Company Name: Search Cases Company ID Number: My Profile Doing Business As (DBA) Edit Profile Name: DUNS Number: Change Password Change Security Questions Physical Location: My Company Address 1: Edit Company Profile Address 2: Add New User City: View Existing Users State: Zip Code: Close Company Account County: My Reports �yf Illlllit kp S 'V�5 T13ti Welcome User to Last Login Buchholz Michelle BMIC9332 04:04 PM - 04/17/2012 Log Out llllllllllllllllllll[ HighSpans Engineering, Inc. 217164 1500 Jackson Street Suite 201 Fort Myers FL 33901 LEE View Reports Additional Information: My Resources Employer Identification Number:770681624 View Essential Resources Total Number of Employees: 10 to 19 Take Tutorial Parent Organization: View User Manual Administrator: Organization Designation: Contact Us Employer Category: None of these categories apply View / Edit Mailing Address: Address 1:1500 Jackson Street Address 2: Suite 201 City: Fort Myers State: FL Zip Code: 33901 NAICS Code: 541 - PROFESSIONAL, SCIENTIFIC, AND TECHNICAL View / Edi SERVICES Total Hiring Sites: 1 View / Edit Total Points of Contact: 3 View / Edit U.S. Department of Homeland Security - www.dhs.gov U.S. Citizenship and Immigration Services - www.uscis.gov Accessibility Download Viewers Form w=9 (Rev. March 2024) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Go to www.irs.gov/FormW9 for instructions and the latest information. Before you begin. For guidance related to the purpose of Form W-9, see Purpose of Form, below. Give form to the requester. Do not send to the IRS. 1 Name of entity/individual. An entry is required. (For a sole proprietor or disregarded entity, enter the owner's name on line 1, and enter the business/disregarded entity's name on line 2.) HighSpans Engineering, Inc. 2 Business name/disregarded entity name, if different from above. cli 3a Check the appropriate box for federal tax classification of the entity/individual whose name is entered on line 1. Check 4 Exemptions (codes apply only to 0 only one of the following seven boxes. certain entities, not individuals; 0. c ❑ Individual/sole proprietor ❑ C corporation 0 S corporation ❑ Partnership ❑ Trust/estate see instructions on page 3): 0 = ❑ LLC. Enter the tax classification (C = C corporation, S = S corporation, P = Partnership) Exempt payee code (if any) ai Q o Note: Check the "LLC" box above and, in the entry space, enter the appropriate code (C, S, or P) for the tax Exemption from Foreign Account Tax classification of the LLC, unless it is a disregarded entity. A disregarded entity should instead check the appropriate o box for the tax classification of its owner. Compliance Act (FATCA) reporting S❑ Other (see instructions) code (if any) ao 3b If on line 3a you checked "Partnership" or "Trust/estate," or checked "LLC" and entered "P" as its tax classification, (Applies to accounts maintained y and you are providing this form to a partnership, trust, or estate in which you have an ownership interest, check this box if have foreign beneficiaries. See instructions ❑ outside the United States.) you any partners, owners, or . . . . . . . . . 5 Address (number, street, and apt. or suite no.). See instructions. Requester's name and address (optional) cn 2121 McGregor Blvd. Suite 200 6 City, state, and ZIP code Fort Myers, FL 33901 7 List account number(s) here (optional) Offibil Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number backup withholding. For individuals, this is generally your social security number (SSN). However, for a - M - resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a or TIN, later. Employer identification number Note: If the account is in more than one name, see the instructions for line 1. See also What Name and Number To Give the Requester for guidelines on whose number to enter. 7 7 - 0 1 6 1 8 1 1 1 6 1 2 1 4 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me); and 2. 1 am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding; and 3. 1 am a U.S. citizen or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) indicating that I am exempt from FATCA reporting is correct. Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and, generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. SignMichelleLBuchholz i g Signature of I am approving this document Here U.S. person Date vm5 m in t i ���-no_nona General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. What's New Line 3a has been modified to clarify how a disregarded entity completes this line. An LLC that is a disregarded entity should check the appropriate box for the tax classification of its owner. Otherwise, it should check the "LLC" box and enter its appropriate tax classification. New line 3b has been added to this form. A flow -through entity is required to complete this line to indicate that it has direct or indirect foreign partners, owners, or beneficiaries when it provides the Form W-9 to another flow -through entity in which it has an ownership interest. This change is intended to provide a flow -through entity with information regarding the status of its indirect foreign partners, owners, or beneficiaries, so that it can satisfy any applicable reporting requirements. For example, a partnership that has any indirect foreign partners may be required to complete Schedules K-2 and K-3. See the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). Purpose of Form An individual or entity (Form W-9 requester) who is required to file an information return with the IRS is giving you this form because they Cat. No. 10231X Form W-9 (Rev. 3-2024) Form W-9 (Rev. 3-2024) Page 2 must obtain your correct taxpayer identification number (TIN), which may be your social security number (SSN), individual taxpayer identification number (ITIN), adoption taxpayer identification number (ATIN), or employer identification number (EIN), to report on an information return the amount paid to you, or other amount reportable on an information return. Examples of information returns include, but are not limited to, the following. • Form 1099-INT (interest earned or paid). • Form 1099-DIV (dividends, including those from stocks or mutual funds). • Form 1099-MISC (various types of income, prizes, awards, or gross proceeds). • Form 1099-NEC (nonemployee compensation). • Form 1099-B (stock or mutual fund sales and certain other transactions by brokers). • Form 1099-S (proceeds from real estate transactions). • Form 1099-K (merchant card and third -party network transactions). • Form 1098 (home mortgage interest), 1098-E (student loan interest), and 1098-T (tuition). • Form 1099-C (canceled debt). • Form 1099-A (acquisition or abandonment of secured property). Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN. Caution: If you don't return Form W-9 to the requester with a TIN, you might be subject to backup withholding. See What is backup withholding, later. By signing the filled -out form, you: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued); 2. Certify that you are not subject to backup withholding; or 3. Claim exemption from backup withholding if you are a U.S. exempt payee; and 4. Certify to your non -foreign status for purposes of withholding under chapter 3 or 4 of the Code (if applicable); and 5. Certify that FATCA code(s) entered on this form (if any) indicating that you are exempt from the FATCA reporting is correct. See What Is FATCA Reporting, later, for further information. Note: If you are a U.S. person and a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien; • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States; • An estate (other than a foreign estate); or • A domestic trust (as defined in Regulations section 301.7701-7). Establishing U.S. status for purposes of chapter 3 and chapter 4 withholding. Payments made to foreign persons, including certain distributions, allocations of income, or transfers of sales proceeds, may be subject to withholding under chapter 3 or chapter 4 of the Code (sections 1441-1474). Under those rules, if a Form W-9 or other certification of non -foreign status has not been received, a withholding agent, transferee, or partnership (payor) generally applies presumption rules that may require the payor to withhold applicable tax from the recipient, owner, transferor, or partner (payee). See Pub. 515, Withholding of Tax on Nonresident Aliens and Foreign Entities. The following persons must provide Form W-9 to the payor for purposes of establishing its non -foreign status. • In the case of a disregarded entity with a U.S. owner, the U.S. owner of the disregarded entity and not the disregarded entity. • In the case of a grantor trust with a U.S. grantor or other U.S. owner, generally, the U.S. grantor or other U.S. owner of the grantor trust and not the grantor trust. • In the case of a U.S. trust (other than a grantor trust), the U.S. trust and not the beneficiaries of the trust. See Pub. 515 for more information on providing a Form W-9 or a certification of non -foreign status to avoid withholding. Foreign person. If you are a foreign person or the U.S. branch of a foreign bank that has elected to be treated as a U.S. person (under Regulations section 1.1441 -1 (b)(2)(iv) or other applicable section for chapter 3 or 4 purposes), do not use Form W-9. Instead, use the appropriate Form W-8 or Form 8233 (see Pub. 515). If you are a qualified foreign pension fund under Regulations section 1.897(I)-1(d), or a partnership that is wholly owned by qualified foreign pension funds, that is treated as a non -foreign person for purposes of section 1445 withholding, do not use Form W-9. Instead, use Form W-8EXP (or other certification of non -foreign status). Nonresident alien who becomes a resident alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a saving clause. Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the payee has otherwise become a U.S. resident alien for tax purposes. If you are a U.S. resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement to Form W-9 that specifies the following five items. 1. The treaty country. Generally, this must be the same treaty under which you claimed exemption from tax as a nonresident alien. 2. The treaty article addressing the income. 3. The article number (or location) in the tax treaty that contains the saving clause and its exceptions. 4. The type and amount of income that qualifies for the exemption from tax. 5. Sufficient facts to justify the exemption from tax under the terms of the treaty article. Example. Article 20 of the U.S.-China income tax treaty allows an exemption from tax for scholarship income received by a Chinese student temporarily present in the United States. Under U.S. law, this student will become a resident alien for tax purposes if their stay in the United States exceeds 5 calendar years. However, paragraph 2 of the first Protocol to the U.S.-China treaty (dated April 30, 1984) allows the provisions of Article 20 to continue to apply even after the Chinese student becomes a resident alien of the United States. A Chinese student who qualifies for this exception (under paragraph 2 of the first Protocol) and is relying on this exception to claim an exemption from tax on their scholarship or fellowship income would attach to Form W-9 a statement that includes the information described above to support that exemption. If you are a nonresident alien or a foreign entity, give the requester the appropriate completed Form W-8 or Form 8233. Backup Withholding What is backup withholding? Persons making certain payments to you must under certain conditions withhold and pay to the IRS 24% of such payments. This is called "backup withholding." Payments that may be subject to backup withholding include, but are not limited to, interest, tax-exempt interest, dividends, broker and barter exchange transactions, rents, royalties, nonemployee pay, payments made in settlement of payment card and third -party network transactions, and certain payments from fishing boat operators. Real estate transactions are not subject to backup withholding. You will not be subject to backup withholding on payments you receive if you give the requester your correct TIN, make the proper certifications, and report all your taxable interest and dividends on your tax return. Payments you receive will be subject to backup withholding if: 1. You do not furnish your TIN to the requester; 2. You do not certify your TIN when required (see the instructions for Part II for details); 3. The IRS tells the requester that you furnished an incorrect TIN; 4. The IRS tells you that you are subject to backup withholding because you did not report all your interest and dividends on your tax return (for reportable interest and dividends only); or 5. You do not certify to the requester that you are not subject to backup withholding, as described in item 4 under "By signing the filled - out form" above (for reportable interest and dividend accounts opened after 1983 only). Form W-9 (Rev. 3-2024) Page 3 Certain payees and payments are exempt from backup withholding. See Exempt payee code, later, and the separate Instructions for the Requester of Form W-9 for more information. See also Establishing U.S. status for purposes of chapter 3 and chapter 4 withholding, earlier. What Is FATCA Reporting? The Foreign Account Tax Compliance Act (FATCA) requires a participating foreign financial institution to report all U.S. account holders that are specified U.S. persons. Certain payees are exempt from FATCA reporting. See Exemption from FATCA reporting code, later, and the Instructions for the Requester of Form W-9 for more information. Updating Your Information You must provide updated information to any person to whom you claimed to be an exempt payee if you are no longer an exempt payee and anticipate receiving reportable payments in the future from this person. For example, you may need to provide updated information if you are a C corporation that elects to be an S corporation, or if you are no longer tax exempt. In addition, you must furnish a new Form W-9 if the name or TIN changes for the account, for example, if the grantor of a grantor trust dies. Penalties Failure to furnish TIN. If you fail to furnish your correct TIN to a requester, you are subject to a penalty of $50 for each such failure unless your failure is due to reasonable cause and not to willful neglect. Civil penalty for false information with respect to withholding. If you make a false statement with no reasonable basis that results in no backup withholding, you are subject to a $500 penalty. Criminal penalty for falsifying information. Willfully falsifying certifications or affirmations may subject you to criminal penalties including fines and/or imprisonment. Misuse of TINs. If the requester discloses or uses TINs in violation of federal law, the requester may be subject to civil and criminal penalties. Specific Instructions Line 1 You must enter one of the following on this line; do not leave this line blank. The name should match the name on your tax return. If this Form W-9 is for a joint account (other than an account maintained by a foreign financial institution (FFI)), list first, and then circle, the name of the person or entity whose number you entered in Part I of Form W-9. If you are providing Form W-9 to an FFI to document a joint account, each holder of the account that is a U.S. person must provide a Form W-9. • Individual. Generally, enter the name shown on your tax return. If you have changed your last name without informing the Social Security Administration (SSA) of the name change, enter your first name, the last name as shown on your social security card, and your new last name. Note for ITIN applicant: Enter your individual name as it was entered on your Form W-7 application, line 1 a. This should also be the same as the name you entered on the Form 1040 you filed with your application. • Sole proprietor. Enter your individual name as shown on your Form 1040 on line 1. Enter your business, trade, or "doing business as" (DBA) name on line 2. • Partnership, C corporation, S corporation, or LLC, other than a disregarded entity. Enter the entity's name as shown on the entity's tax return on line 1 and any business, trade, or DBA name on line 2. • Other entities. Enter your name as shown on required U.S. federal tax documents on line 1. This name should match the name shown on the charter or other legal document creating the entity. Enter any business, trade, or DBA name on line 2. • Disregarded entity. In general, a business entity that has a single owner, including an LLC, and is not a corporation, is disregarded as an entity separate from its owner (a disregarded entity). See Regulations section 301.7701-2(c)(2). A disregarded entity should check the appropriate box for the tax classification of its owner. Enter the owner's name on line 1. The name of the owner entered on line 1 should never be a disregarded entity. The name on line 1 should be the name shown on the income tax return on which the income should be reported. For example, if a foreign LLC that is treated as a disregarded entity for U.S. federal tax purposes has a single owner that is a U.S. person, the U.S. owner's name is required to be provided on line 1. If the direct owner of the entity is also a disregarded entity, enter the first owner that is not disregarded for federal tax purposes. Enter the disregarded entity's name on line 2. If the owner of the disregarded entity is a foreign person, the owner must complete an appropriate Form W-8 instead of a Form W-9. This is the case even if the foreign person has a U.S. TIN. Line 2 If you have a business name, trade name, DBA name, or disregarded entity name, enter it on line 2. Line 3a Check the appropriate box on line 3a for the U.S. federal tax classification of the person whose name is entered on line 1. Check only one box on line 3a. IF the entity/individual on line 1 THEN check the box for ... is a(n) ... • Corporation Corporation. • Individual or Individual/sole proprietor. • Sole proprietorship • LLC classified as a partnership Limited liability company and for U.S. federal tax purposes or enter the appropriate tax • LLC that has filed Form 8832 or classification: 2553 electing to be taxed as a P = Partnership, corporation C = C corporation, or S = S corporation. • Partnership Partnership. • Trust/estate Trust/estate. Line 3b Check this box if you are a partnership (including an LLC classified as a partnership for U.S. federal tax purposes), trust, or estate that has any foreign partners, owners, or beneficiaries, and you are providing this form to a partnership, trust, or estate, in which you have an ownership interest. You must check the box on line 3b if you receive a Form W-8 (or documentary evidence) from any partner, owner, or beneficiary establishing foreign status or if you receive a Form W-9 from any partner, owner, or beneficiary that has checked the box on line 3b. Note: A partnership that provides a Form W-9 and checks box 3b may be required to complete Schedules K-2 and K-3 (Form 1065). For more information, see the Partnership Instructions for Schedules K-2 and K-3 (Form 1065). If you are required to complete line 3b but fail to do so, you may not receive the information necessary to file a correct information return with the IRS or furnish a correct payee statement to your partners or beneficiaries. See, for example, sections 6698, 6722, and 6724 for penalties that may apply. Line 4 Exemptions If you are exempt from backup withholding and/or FATCA reporting, enter in the appropriate space on line 4 any code(s) that may apply to you. Exempt payee code. • Generally, individuals (including sole proprietors) are not exempt from backup withholding. • Except as provided below, corporations are exempt from backup withholding for certain payments, including interest and dividends. • Corporations are not exempt from backup withholding for payments made in settlement of payment card or third -party network transactions. • Corporations are not exempt from backup withholding with respect to attorneys' fees or gross proceeds paid to attorneys, and corporations that provide medical or health care services are not exempt with respect to payments reportable on Form 1099-MISC. The following codes identify payees that are exempt from backup withholding. Enter the appropriate code in the space on line 4. 1—An organization exempt from tax under section 501(a), any IRA, or a custodial account under section 403(b)(7) if the account satisfies the requirements of section 401(f)(2). Form W-9 (Rev. 3-2024) Page 4 2—The United States or any of its agencies or instrumentalities. 3—A state, the District of Columbia, a U.S. commonwealth or territory, or any of their political subdivisions or instrumentalities. 4—A foreign government or any of its political subdivisions, agencies, or instrumentalities. 5—A corporation. 6—A dealer in securities or commodities required to register in the United States, the District of Columbia, or a U.S. commonwealth or territory. 7—A futures commission merchant registered with the Commodity Futures Trading Commission. 8—A real estate investment trust. 9—An entity registered at all times during the tax year under the Investment Company Act of 1940. 10—A common trust fund operated by a bank under section 584(a). 11—A financial institution as defined under section 581. 12—A middleman known in the investment community as a nominee or custodian. 13—A trust exempt from tax under section 664 or described in section 4947. The following chart shows types of payments that may be exempt from backup withholding. The chart applies to the exempt payees listed above, 1 through 13. IF the payment is for ... THEN the payment is exempt for... • Interest and dividend payments All exempt payees except for 7. • Broker transactions Exempt payees 1 through 4 and 6 through 11 and all C corporations. S corporations must not enter an exempt payee code because they are exempt only for sales of noncovered securities acquired prior to 2012. • Barter exchange transactions Exempt payees 1 through 4. and patronage dividends • Payments over $600 required to Generally, exempt payees be reported and direct sales over 1 through 5.2 $5,0001 • Payments made in settlement of Exempt payees 1 through 4. payment card or third -party network transactions 1 See Form 1099-MISC, Miscellaneous Information, and its instructions. 2 However, the following payments made to a corporation and reportable on Form 1099-MISC are not exempt from backup withholding: medical and health care payments, attorneys' fees, gross proceeds paid to an attorney reportable under section 6045(f), and payments for services paid by a federal executive agency. Exemption from FATCA reporting code. The following codes identify payees that are exempt from reporting under FATCA. These codes apply to persons submitting this form for accounts maintained outside of the United States by certain foreign financial institutions. Therefore, if you are only submitting this form for an account you hold in the United States, you may leave this field blank. Consult with the person requesting this form if you are uncertain if the financial institution is subject to these requirements. A requester may indicate that a code is not required by providing you with a Form W-9 with "Not Applicable" (or any similar indication) entered on the line for a FATCA exemption code. A —An organization exempt from tax under section 501(a) or any individual retirement plan as defined in section 7701(a)(37). B—The United States or any of its agencies or instrumentalities. C—A state, the District of Columbia, a U.S. commonwealth or territory, or any of their political subdivisions or instrumentalities. D—A corporation the stock of which is regularly traded on one or more established securities markets, as described in Regulations section 1.1472-1(c)(1)(i). E—A corporation that is a member of the same expanded affiliated group as a corporation described in Regulations section 1.1472-1(c)(1)(i). F—A dealer in securities, commodities, or derivative financial instruments (including notional principal contracts, futures, forwards, and options) that is registered as such under the laws of the United States or any state. G—A real estate investment trust. H—A regulated investment company as defined in section 851 or an entity registered at all times during the tax year under the Investment Company Act of 1940. 1—A common trust fund as defined in section 584(a). J—A bank as defined in section 581. K—A broker. L—A trust exempt from tax under section 664 or described in section 4947(a)(1). M—A tax-exempt trust under a section 403(b) plan or section 457(g) plan. Note: You may wish to consult with the financial institution requesting this form to determine whether the FATCA code and/or exempt payee code should be completed. Line 5 Enter your address (number, street, and apartment or suite number). This is where the requester of this Form W-9 will mail your information returns. If this address differs from the one the requester already has on file, enter "NEW" at the top. If a new address is provided, there is still a chance the old address will be used until the payor changes your address in their records. Line 6 Enter your city, state, and ZIP code. Part I. Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. If you are a resident alien and you do not have, and are not eligible to get, an SSN, your TIN is your IRS ITIN. Enter it in the entry space for the Social security number. If you do not have an ITIN, see How to get a TIN below. If you are a sole proprietor and you have an EIN, you may enter either your SSN or EIN. If you are a single -member LLC that is disregarded as an entity separate from its owner, enter the owner's SSN (or EIN, if the owner has one). If the LLC is classified as a corporation or partnership, enter the entity's EIN. Note: See What Name and Number To Give the Requester, later, for further clarification of name and TIN combinations. How to get a TIN. If you do not have a TIN, apply for one immediately. To apply for an SSN, get Form SS-5, Application for a Social Security Card, from your local SSA office or get this form online at www.SSA.gov. You may also get this form by calling 800-772-1213. Use Form W-7, Application for IRS Individual Taxpayer Identification Number, to apply for an ITIN, or Form SS-4, Application for Employer Identification Number, to apply for an EIN. You can apply for an EIN online by accessing the IRS website at www.irs.gov/EIN. Go to www.irs.gov/Forms to view, download, or print Form W-7 and/or Form SS-4. Or, you can go to www.irs.gov/OrderForms to place an order and have Form W-7 and/or Form SS-4 mailed to you within 15 business days. If you are asked to complete Form W-9 but do not have a TIN, apply for a TIN and enter "Applied For" in the space for the TIN, sign and date the form, and give it to the requester. For interest and dividend payments, and certain payments made with respect to readily tradable instruments, you will generally have 60 days to get a TIN and give it to the requester before you are subject to backup withholding on payments. The 60-day rule does not apply to other types of payments. You will be subject to backup withholding on all such payments until you provide your TIN to the requester. Note: Entering "Applied For" means that you have already applied for a TIN or that you intend to apply for one soon. See also Establishing U.S. status for purposes of chapter 3 and chapter 4 withholding, earlier, for when you may instead be subject to withholding under chapter 3 or 4 of the Code. Caution: A disregarded U.S. entity that has a foreign owner must use the appropriate Form W-8. Form W-9 (Rev. 3-2024) Page rJ Part II. Certification To establish to the withholding agent that you are a U.S. person, or resident alien, sign Form W-9. You may be requested to sign by the withholding agent even if item 1, 4, or 5 below indicates otherwise. For a joint account, only the person whose TIN is shown in Part I should sign (when required). In the case of a disregarded entity, the person identified on line 1 must sign. Exempt payees, see Exempt payee code, earlier. Signature requirements. Complete the certification as indicated in items 1 through 5 below. 1. Interest, dividend, and barter exchange accounts opened before 1984 and broker accounts considered active during 1983. You must give your correct TIN, but you do not have to sign the certification. 2. Interest, dividend, broker, and barter exchange accounts opened after 1983 and broker accounts considered inactive during 1983. You must sign the certification or backup withholding will apply. If you are subject to backup withholding and you are merely providing your correct TIN to the requester, you must cross out item 2 in the certification before signing the form. 3. Real estate transactions. You must sign the certification. You may cross out item 2 of the certification. 4. Other payments. You must give your correct TIN, but you do not have to sign the certification unless you have been notified that you have previously given an incorrect TIN. "Other payments" include payments made in the course of the requester's trade or business for rents, royalties, goods (other than bills for merchandise), medical and health care services (including payments to corporations), payments to a nonemployee for services, payments made in settlement of payment card and third -party network transactions, payments to certain fishing boat crew members and fishermen, and gross proceeds paid to attorneys (including payments to corporations). 5. Mortgage interest paid by you, acquisition or abandonment of secured property, cancellation of debt, qualified tuition program payments (under section 529), ABLE accounts (under section 529A), IRA, Coverdell ESA, Archer MSA or HSA contributions or distributions, and pension distributions. You must give your correct TIN, but you do not have to sign the certification. What Name and Number To Give the Requester For this type of account: I Give name and SSN of: 1. Individual 2. Two or more individuals (joint account) other than an account maintained by an FFI 3. Two or more U.S. persons (joint account maintained by an FFI) 4. Custodial account of a minor (Uniform Gift to Minors Act) 5. a. The usual revocable savings trust (grantor is also trustee) b. So-called trust account that is not a legal or valid trust under state law 6. Sole proprietorship or disregarded entity owned by an individual 7. Grantor trust filing under Optional Filing Method 1 (see Regulations section 1.671-4(b)(2)(i)(A))' The individual The actual owner of the account or, if combined funds, the first individual on the account' Each holder of the account For this type of account: I Give name and EIN of: 8. Disregarded entity not owned by an The owner individual 9. A valid trust, estate, or pension trust Legal entity4 10. Corporation or LLC electing corporate The corporation status on Form 8832 or Form 2553 11. Association, club, religious, charitable, The organization educational, or other tax-exempt organization 12. Partnership or multi -member LLC The partnership 13. A broker or registered nominee The broker or nominee 14. Account with the Department of The public entity Agriculture in the name of a public entity (such as a state or local government, school district, or prison) that receives agricultural program payments 15. Grantor trust filing Form 1041 or The trust under the Optional Filing Method 2, requiring Form 1099 (see Regulations section 1.671-4(b)(2)(i)(13))* List first and circle the name of the person whose number you furnish. If only one person on a joint account has an SSN, that person's number must be furnished. 2 Circle the minor's name and furnish the minor's SSN. 3You must show your individual name on line 1, and enter your business or DBA name, if any, on line 2. You may use either your SSN or EIN (if you have one), but the IRS encourages you to use your SSN. 4 List first and circle the name of the trust, estate, or pension trust. (Do not furnish the TIN of the personal representative or trustee unless the legal entity itself is not designated in the account title.) *Note: The grantor must also provide a Form W-9 to the trustee of the trust. "` For more information on optional filing methods for grantor trusts, see the Instructions for Form 1041. Note: If no name is circled when more than one name is listed, the number will be considered to be that of the first name listed. Secure Your Tax Records From Identity Theft Identity theft occurs when someone uses your personal information, such as your name, SSN, or other identifying information, without your permission to commit fraud or other crimes. An identity thief may use your SSN to get a job or may file a tax return using your SSN to receive a refund. To reduce your risk: • Protect your SSN, The minor2 • Ensure your employer is protecting your SSN, and • Be careful when choosing a tax return preparer. The grantor -trustee If your tax records are affected by identity theft and you receive a The actual owner' notice from the IRS, respond right away to the name and phone number printed on the IRS notice or letter. The owner3 If your tax records are not currently affected by identity theft but you think you are at risk due to a lost or stolen purse or wallet, questionable credit card activity, or a questionable credit report, contact the IRS The grantor` Identity Theft Hotline at 800-908-4490 or submit Form 14039. For more information, see Pub. 5027, Identity Theft Information for Taxpayers. Form W-9 (Rev. 3-2024) Page 6 Victims of identity theft who are experiencing economic harm or a systemic problem, or are seeking help in resolving tax problems that have not been resolved through normal channels, may be eligible for Taxpayer Advocate Service (TAS) assistance. You can reach TAS by calling the TAS toll -free case intake line at 877-777-4778 or TTY/TDD 800-829-4059. Protect yourself from suspicious emails or phishing schemes. Phishing is the creation and use of email and websites designed to mimic legitimate business emails and websites. The most common act is sending an email to a user falsely claiming to be an established legitimate enterprise in an attempt to scam the user into surrendering private information that will be used for identity theft. The IRS does not initiate contacts with taxpayers via emails. Also, the IRS does not request personal detailed information through email or ask taxpayers for the PIN numbers, passwords, or similar secret access information for their credit card, bank, or other financial accounts. If you receive an unsolicited email claiming to be from the IRS, forward this message to phishing@irs.gov. You may also report misuse of the IRS name, logo, or other IRS property to the Treasury Inspector General for Tax Administration (TIGTA) at 800-366-4484. You can forward suspicious emails to the Federal Trade Commission at spam@uce.gov or report them at www.ftc.gov/complaint. You can contact the FTC at www.ftc.gov/idtheft or 877-IDTHEFT (877-438-4338). If you have been the victim of identity theft, see www.identityTheft.gov and Pub. 5027. Go to www.irs.govIldentityTheft to learn more about identity theft and how to reduce your risk. Privacy Act Notice Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons (including federal agencies) who are required to file information returns with the IRS to report interest, dividends, or certain other income paid to you; mortgage interest you paid; the acquisition or abandonment of secured property; the cancellation of debt; or contributions you made to an IRA, Archer MSA, or HSA. The person collecting this form uses the information on the form to file information returns with the IRS, reporting the above information. Routine uses of this information include giving it to the Department of Justice for civil and criminal litigation and to cities, states, the District of Columbia, and U.S. commonwealths and territories for use in administering their laws. The information may also be disclosed to other countries under a treaty, to federal and state agencies to enforce civil and criminal laws, or to federal law enforcement and intelligence agencies to combat terrorism. You must provide your TIN whether or not you are required to file a tax return. Under section 3406, payors must generally withhold a percentage of taxable interest, dividends, and certain other payments to a payee who does not give a TIN to the payor. Certain penalties may also apply for providing false or fraudulent information. State of Florida Department of State I certify from the records of this office that JARDY W, LLC is a limited liability company organized under the laws of the State of Florida, filed on January 8, 2016. The document number of this limited liability company is L 16000003 896. I further certify that said limited liability company has paid all fees due this office through December 31, 2025, that its most recent annual report was filed on January 13, 2025, and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Thirteenth day of January, 2025 Sew reptal y Itf S tate Tracking Number: 2196803064CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https:llservices.sunbiz.org/Filings/CertificateOfStatusICertificateAuthentication DIVISION OF CORPORATIONS g un offiriu! .irrrly of 1-70fi!!u w-ekilf, Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation HIGHSPANS ENGINEERING, INC. Filing Information Document Number P07000046907 FEI/EIN Number 77-0681624 Date Filed 04/17/2007 Effective Date 04/16/2007 State FL Status ACTIVE Principal Address 2121 McGregor Boulevard Suite 200 FT. MYERS, FL 33901 Changed: 03/11/2018 Mailing Address 2121 McGregor Suite 200 Fort Myers, FL 33901 Changed: 03/11/2018 Registered Agent Name & Address BUCHHOLZ, MICHELLE L 2121 McGregor Boulevard Suite 200 FT. MYERS, FL 33901 Name Changed: 03/11/2018 Address Changed: 03/11/2018 Officer/Director Detail Name & Address Title President ZALIAUSKAS, VINCENT APE 2121 McGregor Boulevard Suite 201 FT. MYERS, FL 33901 Title SVP, CFO BUCHHOLZ, MICHELLE L 2121 McGregor Boulevard Suite 200 FT. MYERS, FL 33901 Annual Reports Report Year Filed Date 2023 02/19/2023 2024 01 /04/2024 2025 01 /13/2025 Document Images 01/13/2025 --ANNUAL REPORT 01/04/2024 -- ANNUAL REPORT 02/19/2023 -- ANNUAL REPORT 02/03/2022 -- ANNUAL REPORT 01/17/2021 --ANNUAL REPORT 01/29/2020 -- ANNUAL REPORT 02/18/2019 - ANNUAL REPORT 03/11/2018 --ANNUAL REPORT 01/07/2017 -- ANNUAL REPORT 01/24/2016 -- ANNUAL REPORT 02/23/2015 -- ANNUAL REPORT 03/11/2014 --ANNUAL REPORT 08/25/2013 -- AMENDED ANNUAL REPORT 02/02/2013 - ANNUAL REPORT 01/21/2012 --ANNUAL REPORT 04/26/2011 --ANNUAL REPORT 01/09/2010 -- ANNUAL REPORT 01/22/2009 -- ANNUAL REPORT 06/13/2008 - ANNUAL REPORT 04/17/2007 -- Domestic Profit View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format Florida Department of State, Division of Corporations Email: Matthew.Webster@colliercountyfl.gov Telephone: (239) 252-8491 Collier County Addendum #1 Date: February 21, 2025 From: Matthew Webster, Procurement Strategist To: Interested Bidders Subject: Addendum #1 Solicitation # 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the original solicitation documents and bid schedule for the above referenced solicitation: CHANGES: is being replaced by 25-8342 - Exhibit A - Scope Rev. 1 Summary of changes: New Project being added 11. Goodlette-Frank Road Widening from Vanderbilt Beach Road to Immokalee Road: Estimated Design Schedule: March 2025 through March 2027) The project encompasses approximately a 1.6-mile section of Goodlette-Frank Road from the intersection with Vanderbilt Beach Road (VBR), extending north to the intersection of Immokalee Road. Goodlette-Frank Road bridges over a golf cart pathway and Pelican Marsh Boulevard at approximately 0.8 and 0.7 miles north of Vanderbilt Beach Road. The improvements proposed will provide roadway enhancements and improve safety along the corridor. The existing corridor is primarily a hybrid rural two to four -lane roadway. From Immokalee Road to Creekside Boulevard, the four -lane segment is urban, with street lighting and sidewalks on both sides of the roadway. From Creekside Boulevard to Vanderbilt Beach Road, the pavement transitions from a four/five-lane divided rural cross-section to a two-lane rural section. Within this segment, on the west side, there is only a 300 foot segment of sidewalk north of the intersection with VBR. The roadway has varying widths of paved shoulders within the cross- section. Street lighting exists on both sides but not beyond the existing bridges. The existing drainage consists of a closed drainage system north of Pelican Marsh Boulevard and roadside ditches on both sides of the roadway to the south. Approximately 30 years ago, Westinghouse Communities (WCI) developed the Pelican Marsh Community Development District (PMCDD) and built the two existing bridges carrying Goodlette-Frank Road. The PMCDD, through a quit claim deed, will transfer ownership of the bridges to the county. The PMCDD and the county entered into a Landscape Maintenance Agreement (LMA) with the public right-of-way along Pelican Marsh Boulevard. The proposed roadway improvements for this project consists of expanding the entire corridor to four travel lanes, replacing or expanding the existing two bridge structures, completing the closed drainage system and lighting, and providing on -street bicycle lanes, multi -use pathway and sidewalks. Particular attention should be paid to maintaining traffic along Goodlette Road and on Pelican Marsh Boulevard while the project is under construction. If you require additional information, please post a question on our OpenGov (https://procurement.openizov.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. 11 March 6, 2025 Date HighSpans Engineering, Inc. (Name of Firm) —_1 Collier County Date: March 10, 2025 Email: Barbara.Lance@colliercountyfl.gov Telephone: (239) 252-8998 Addendum #2 From: Barbara Lance, Procurement Strategist To: Interested Bidders Subject: Addendum #2 Solicitation # 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects This Addendum has been issued for the following items identifying clarifications, changes, deletions, and/or additions to the original solicitation documents and bid schedule for the above referenced solicitation: CHANGE: Proposal Submission Deadlines have been extended. The "Proposal Submission Deadline" has been changed from Mmeh 10, 2025 at 3:00 pm EST to March 17, 2025, at 3:00 pm EST. If you require additional information, please post a question on our OpenGov (hitps://procurement.gpen og v.com) bidding platform under the solicitation for this project. Please sign below and return a copy of this Addendum with your submittal for the above referenced solicitation. �1 03/10/2025 Date HighSpans Engineering, Inc. (Name of Firm) Hi hS ans ENGINEERING, INC. RPS No. 25-8342 Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Key Personnel Resumes & Required Forms and Certifications (Submitted Separately on OpenGov.com) 361Page Prepared for Collier County Licensee Name: Rank: Primary Status: Secondary Status: ZALIAUSKAS, VINCENT A. Professional Engineer Current Active Related License Information License Number: License Expiration Date Original License Date: License Relationship Relation Number Status Related Party Type Effective Date 27559 Current HIGHSPANS ENGINEERING, INC. Registry 60524 02/28/2025 09/24/2003 Rank Expiration Date Registry Vincent Zaliauskas, PE, SE Principal Engineer FL Lic. No. 60524 (2003) Structural 2(2004), CA Lic. No. 57045 (1997) B.S., Structural Engineering, U.C. San Diego (1992) NCEES Structural II, Florida Board Recognized Structural Engineer Summary: Mr. Zaliauskas has over 25 years of experience leading Design, Contract Administration, and Construction Engineering and Inspection (CEI) services and currently serves as Project Director for HighSpans Engineering on transportation, bridge, and facilities projects of varying complexity throughout the Southwest Florida region. Projects under his supervision and technical guidance include inspection, assessment and strengthening of existing structures using advanced materials to extend service life, as well as bridge widenings, replacement, and new design for major and minor transportation projects. Vince was recently recognized by the Florida Board of Professional Engineers as a Structural Engineer. Design Projects: Principal Engineer — January 2020 — April 2022 Corkscrew Road Widening Bridge, Box Culverts Critter Crossings Lee County Department of Transportation — FPID #20192030-000 / CN180576ANB This project consists of a CIP concrete bridge critter crossing, and two box culverts with retaining walls, part of the Corkscrew Road widening east of Ben Hill Griffin in Lee County. Vince's duties included concept development, managing the design team and quality assurance. Reference — Thomas Marquardt, PE, Project Manager, 239-533-8530 H4,YhSpans ENGINEERING, INC. Page 1 of 2 Principal Engineer — June 2022 — Present (ongoing) Alico Road Connector - Lee County DOT This Lee County project connects Green Meadow Road and SR82 with a new 3-mile 4 lane roadway alignment that includes 3 wildlife crossing bridges and 1 highway bridge. HighSpans is serving as Engineer of Record for bridges, retaining walls, and drainage structures. Reference — Thomas Marquardt, PE, Project Manager, 239-533-8530 Project Engineer — June 2022 — July 2022 Boy Scout Drive and Summerlin Road Strain Pole Repair Lee County DOT CN180028TJM — C8032 I PO22335239 HEI performed structural investigation, analysis, and design of repairs to an existing concrete strain pole at the intersection of Boy Scout Drive and Summerlin Road which was damaged by vehicle impact. Repairs included epoxy crack injection, externally bonded CFRP strengthening and minor spall repair to restore pole design capacity and wind load resistance. Reference — Michael Padgett, Lee County Traffic Operations Manager, 239- 533-9500 Principal Engineer — May 2022 — August 2022 City of Cape Coral Weir Retrofit City of Cape Coral HEI was tasked with inspecting and evaluating the existing weir structures in Horseshoe Canal and Hermosa Canal at Chiquita Blvd as well as designing structural improvements to accommodate raising the elevation of the concrete cap and new weir gates and walkways. A Pile Integrity Test (PIT) was conducted to verify the depth of the existing concrete cap and concrete sheet pile walls. Reference — Johnson Engineering Project Manager, Jordan Varble, PE, 239-461-2431 Design -Build Engineer of Record — November 2016 — June 2021 Hancock Bridge Parkway Bridge Sidewalk Addition, Lee County, FL Widening of Hancock Bridge Parkway over Moody Creek to provide a 6-ft sidewalk on the north side, with concrete traffic railing, scupper realignment, milling and resurfacing. Used lightweight concrete to ensure bridge loading rating. Reference — Lee County DOT Project Manager, Steve Fort Sr., 239-533-9445 Where Structural Design Meets Construction Engineering Vincent Zaliauskas, PE, SEH4,YhSpans Principal Engineer FL Lic. No. 60524 (2003) Structural 2(2004), CA Lic. No. 57045 (1997) /` 1 B.S., Structural Engineering, U.C. San Diego (1992) E N G 1 N E E x 1 N c, 1 N C. NCEES Structural II, Florida Board Recognized Structural Engineer Page 2 of 2 Principal Engineer — August 2020 — November 2024 North Collier Reclamation Water Treatment Plant Re -Roof Collier County — Growth Management Department C18-7432 ST Phase one of the project consisted of a detailed roof survey/inspection and analysis of the existing condition to determine the current state of the roofing system. Second phase of the project consisted of design calculations and drawing production utilizing three different roof systems allowing the scope of work to be competitively bid by Collier County. The design and engineering required a structural analysis of the roof and wall structures to determine the best means of installation and restoration. HighSpans prepared final signed and sealed plans, specifications, scope, along with a Bid tab sheet and estimate for bidding. This project also was met with additional challenges such as phasing of and value engineering due to funding shortages and contractor interest and pricing. Reference — Matthew Fortune, Project Manager, Collier County, Public Utilities Department, 239-252-5397 CEI Proiects: CEI Senior Project Engineer — January 2021— July 2023 Burnt Store Road Widening — South Segment CEI FPID # 440340-1 This project consists of widening Burnt Store Road South Segment from 2 lanes to 4 lanes from South of Pine Island Road along Veterans Parkway to North of NW 5t1i Terrace. Project includes roadway construction, drainage, structures (One bridge, seawalls, and walls), signing and pavement markings, and lighting. The project is funded by Lee County and FDOT. Reference — Vince Miller, PE Project Manager, 239-533-8577; FDOT Project Oversight — Josephine Mak, PE, 239- 985-7840 CEI Senior Project Engineer — April 2022 — Present Big Carlos Bridge Replacement CEI — CN210572BJB Lee County Department of Transportation This project consists of complete removal of an existing bascule bridge and replacement with a stationary high-level fixed concrete bridge along with roadway improvements at bridge approaches. The bridge has an overall length of 2,260 feet and a navigable channel vertical clearance of 60 feet. Project duties include assisting dry utility companies through the FDEP Sovereign Submerged Land Lease permit, joint dry utility directional drill coordination, joint municipal utility project agreement QPA) coordination, muck removal coordination around existing utilities, and utility work schedule management. Reference — David M. Murphy, PE, Project Manager, 239-533-8578 CEI Senior Project Engineer — January 2023 - Present Oversee Emergency/Permanent Roadway Repair — Sanibel Island Causeway Reconstruction — FDOT D1- Contract X0493 FPID 451936-2-62-90 Hurricane Ian Sanibel Island Access Project consisted of restoring serviceability to the three bridges (Span A, B, and C) that connect Sanibel Island to Florida mainland in Punta Rassa and restoring causeway islands connecting the bridges. Technical duties included inspection and documentation on emergency and permanent repair of bridges and roadway that included retaining wall and sea wall installation for bridges and causeway, riprap and armor stone placement, approach slab replacement, roadway reconstruction, facilities construction, demolition and debris removal, and utility relocation. Lee County, FHWA and FDOT Funding. Reference — AECOM, Crystal Gorman, CEI Senior Project Engineer, 239-250-6680 CEI Bridge Sr. Project Engineer — February 2022 — Present Design -Build - I-75 (SR 93) at SR 951 Interchange Improvements FDOT District 1— Contract CAH55 FPID 425843-2-62-01, Collier County, FL This Design -Build Interstate Interchange project consists of the reconstruction of the I-75 at SR 951 Interchange from the existing Diamond Interchange to a Partial Cloverleaf Interchange with two connection ramps over SR 84/Davis Boulevard, from and to CR 951 (Collier Boulevard), to provide for the "Ultimate Configuration". The existing I-75 bridges over SR 951 will be widened to accommodate ramp traffic from Collier Boulevard for direct interstate access. Reference: Marlena Gore, FDOT Construction Manager — Interstate Program, 863-272-5008 Where Structural Design Meets Construction Engineering 0E ❑� 0 Ron DeSantis, Governor Melanie S. Griffin, Secretary FBPE FLORIDA BOARD OF STATEOF FLORIDA PROFESSIp1VAL ENGINEERS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE Ll + r # 1 • #iqpw NO W G 001 Ll . •A L ! ! • + % ! WSO-k-L-i-M --ow, I ENSE NUMBER: 6- 24 EXPIRATION DATE: FEBRUARY 28, 2027 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Tom Waits, PE Hi hS ans Chief Engineer/Sr. Structural Engineer FL Lic. No. 55460 (2000) Structural, GA Lic. No. 043307 (2018) � =1 B.S., Civil Engineering, Florida State University E N G I N E E R I N G, I N C. Master of Science, Bridge Engineering, University of Surrey, United Kingdom, 2018 Pagel of 3 Summary: Tom Waits has worked for more than 25 years performing analysis, design, structural inspection, construction engineering, and project management for many large bridge and transportation projects. Early in his career he was responsible for developing plans and calculations for a wide variety of transportation and general civil projects until 2000 when he joined J. Muller International (JMI Engineers) where he was able to focus exclusively on complex bridge engineering projects. This period included many notable post -tensioned and prestressed concrete bridge projects. In 2004 Tom moved to the United Kingdom and continued to develop as an engineer and manager of complex structures projects working full time on highway and rail bridge projects in London and Europe while simultaneously acquiring a master's degree in Bridge Engineering at the University of Surrey. In 2007, Tom relocated back to the US and joined the FDOT Structures Design Office in the Plans Review Group performing detailed engineering reviews at all submittal phases of Category II (complex) bridge designs in Districts 4 and 7 which included concrete segmental, steel box girder, steel plate girder, spliced concrete girder, movable bridges, and composite materials (CFRP, GFRP) bridges. His role also required him to provide assistance to the Districts with all technical and contractual issues throughout procurement of large FDOT design build projects with annual values typically approaching $1Billion. In 2015 Tom left the Department to work for Parsons Transportation Group where he led several large design build project pursuits specializing in Alternative Technical Concept development as well as performing engineering reviews and calculation checks for complex bridge projects throughout North America. He joined HighSpans Engineering as Chief Engineer in 2019 and is currently functioning as Engineer of Record on the firm's bridge and structures projects. Project Experience Structures Engineer of Record — June 2021— Present Alico Road Connector Lee County DOT This Lee County project connects Green Meadow Road and SR82 with a new 3 mile 4 lane roadway alignment that includes 3 wildlife crossing bridges and 1 highway bridge. HighSpans is serving as Engineer of Record for bridges, retaining walls, and drainage structures. Reference — Thomas Marquardt, PE — Project Manager, 239-533-8530 Project Engineer of Record — April 2020 — July 2020 Pan American Blvd Bridge Condition Study Report City of North Port HighSpans performed a structural investigation and study of the existing Pan American Blvd. Bridge over Myakka Creek and provided a detailed report addressing the hydraulic and structural condition of the bridge with recommendations for repairs to extend service life and improve safety. Reference — Danny J. Quick — City Engineer, 941-240-8076 Structures Engineer of Record— September 2019 — September 2021 (ongoing) FDOT District 4 — US-1 (SR5) over N. Relief Canal Bridges This FDOT project includes the replacement of an existing concrete beam bridge of 3 spans at 40 ft with a concrete FIB bridge with a single span of 120 ft carrying six lanes of traffic in support of the widening and reconstruction of US-1 in Indian River County Fl. Complex phasing issues were addressed to maintain required traffic movements throughout construction. Tom is currently serving as Engineer of Record for the project. Contact: Ramon Otero, P.E. FDOT District 4 District Structures Engineer, 954-777-4162 Structures Engineer of Record — November 2020 — July 2021 Little Pine Island Bridge Repairs Lee County DOT This project covers repairs to Bridge 170111 which is an 8-span concrete structure carrying two lanes of traffic over Little Pine Island Pass with a precast slab structure supported by pile bents and precast concrete piles. The project Where Structural Design Meets Construction Engineering Tom Waits, PE Q i hS ans Chief Engineer/Sr. Structural Engineer FL Lic. No. 55460 (2000) Structural, GA Lic. No. 043307 (2018) -- B.S., Civil Engineering, Florida State University E N G I N E E R I N G, I N C. Master of Science, Bridge Engineering, University of Surrey, United Kingdom, 2018 Page 2 of 3 includes strengthening of existing spans with CFRP and supplemental reinforcement dowel bars. Reference — Avelino Cancel, PE — Project Manager, 239-707-6988 Project Engineer of Record — September 2019 — August 2021 Fenway Park South (Jet Blue) Stadium Repairs - CN180028TJM Misc. Structures STA-01 Lee County Parks and Recreation, Fort Myers, FL This project, with an estimated construction budget of $1M, covers a variety of structural repairs to the precast concrete and steel structural members for this existing 11,000 seat baseball stadium. The repairs include demolition and recasting of existing concrete elevated walls, slabs and walkways, along with strengthening of existing metal clad walls to improve wind load resistance, and redesign of existing steel bolted roof structure members. Reference — Elaine Capps, PE Lee County Project Manager, 239-533-8518 Project Engineer of Record — January 2022 — December 2023 North Port Blvd Bridge Repairs City of North Port HighSpans served as Engineer of Record for repairs to the North Port Blvd bridge over Cocoplum Waterway. Repairs to the existing 5-span, 2 lane precast prestressed concrete bridge include reconstruction of end bents to support new approach slabs, reconstruction of embankments to halt erosion and recasting of transverse post tension anchors with epoxy mortar to extend service life and improve live load distribution. Reference — Danny J. Quick — City Engineer, 941-240-8076 Project Engineer of Record — February 2021— September 2021 Fort Myers Country Club Pedestrian Bridges 3 and 8 Replacement City of Fort Myers HighSpans served as Engineer of Record providing plans, specifications, construction cost estimates and supporting calculations for the replacement of 2 - 75 ft single span pedestrian bridges (No. 3 and No. 8) and repairs to Bridge 6 crossing the Carrell Canal at the Fort Myers Country Club. Repairs to bridge 6 included strengthening of concrete beam webs with CFRP as well as crack injection to extend service life of the structure. Reference - Graciela Goicoechea, P.E. City Project Manager, 239-321-7455 Project Engineer of Record — February 2020 — July 2021 North Port Blvd Bridge Condition Study Report City of North Port HighSpans performed a structural investigation and study of the existing North Port Blvd Bridge over Cocoplum Waterway and provided a detailed report addressing the hydraulic and structural condition of the bridge with recommendations for repairs to extend service life and improve safety. Reference — Danny J. Quick — City Engineer, 941-240-8076 Structures Engineer of Record - — September 2019 — January 2021 Corkscrew Road Widening Lee County DOT — FPID #20192030-000 This project consists of the widening of Corkscrew Road from Ben Hill Griffin Pkwy to Alico Rd. with Tom performing as Structures Engineer or Record on the design of 2 single span 30 foot concrete wildlife access bridges and two concrete box culverts for water conveyance in Estero, FL. The project necessitated phased construction due to R/W limitations and also includes design of retaining walls and mast arms structures. Reference — Vince Miller, PE, Lee County DOT — Project Manager, 239-533-8577 VDOT Chesapeake Virginia I-64 High Rise Bridge over the Elizabeth River- 1.2-mile-long 37 span 4 lane high level fixed bridge. Performed independent engineering calculations of live loads, dead loads, and wind loads for substructure design of units 1,5,6, and 7 including HL-93 live loads distribution of multiple lanes and trucks from deck surface to bearings in conformance with VDOT and AASHTO LRFD Bridge Design Guide Specification. Where Structural Design Meets Construction Engineering Tom Waits, PE Q i hS ans Chief Engineer/Sr. Structural Engineer FL Lic. No. 55460 (2000) Structural, GA Lic. No. 043307 (2018) -- B.S., Civil Engineering, Florida State University E N G I N E E R I N G, I N C. Master of Science, Bridge Engineering, University of Surrey, United Kingdom, 2018 Page 3 of 3 California High Speed Train San Joaquin River Viaduct (Fresno, Calif) — Design review of CIP Conc. Single span 210 ft long tied arch bridge over the San Joaquin River and a 25 span 1,630 ft long conc. beam pergola bridge over the UPRR rail line. Performed independent review of the structural calculations to confirm compliance with all RFP design requirements including verification of dead, live, pushover, creep, shrinkage, wind, and settlement analyses performed in accordance with the California High Speed Train Design Criteria, AASHTO LRFD, AREMA, ACI, CBC 2010. FDOT District 7 - Halls River Bridge Replacement, Citrus County Fla: Responsible for engineering review of plans and calculations at all submittal stages for this fiberglass shell composite beam (Hillman Composite Beam) bridge replacement design bid build project. FDOT District 4 - Southern Blvd Bridge Replacement, Palm Beach Fla.: Responsible for engineering review of plans and calculations at all submittal stages for this bascule bridge replacement project. Design for approach spans (5 spans each) incorporated a complex, incrementally launched concrete slab section to achieve a fully post tensioned, continuous 5 span approach at each side of bascule span. FDOT District 2 - I-95 Interchange at SR202, Duval County Fla.: Engineering review of plans and calculations for this 7-span prestressed concrete curved U girder bridge. Provided detailed stress analysis for various stages of construction to evaluate viability of design. FDOT District 4 - Bascule Bridge Solid Deck Research Project: Project manager for this research project evaluating and developing an alternative deck system for bascule bridges to replace open steel grid deck systems for existing bascule bridges. Alternatives investigated included composite materials (FRP), aluminum panel, high performance concrete precast panels, and steel plate sandwich panel. Aluminum panel concept developed with industry (Alumabridge, LLC) to full panel testing level. FDOT District 4 - Flagler Memorial Bridge Replacement, West Palm Beach Fla: Responsible for engineering review of plans and calculations at various stages of design for this 0.66-mile-long bascule bridge replacement. Responsible for negotiating acceptance of proposed design modification (post award) of approach spans from post tensioned to precast prestressed concrete beams. Responsible for assisting in resolution of construction phase issues. FDOT District 4 - I-595 Corridor Improvements Project, Ft Lauderdale Fla.: Performed engineering review of plans and calculations at all submittal stages for this P3 Design Build Finance Operate Maintain project to reconstruct I-595 with added express lanes from the Sawgrass Expressway to the I-95 Interchange. Project included the replacement of 15 Category II bridges. FDOT District 7 - Crosstown Connector, Tampa Fla: Performed engineering review of plans and calculations at all submittal stages for this series of elevated structures to connect I-4 to the Selmon Connector. Precast concrete segmental, steel box girder and precast concrete bulb T alternates were each developed to final design for competitive bidding under this design bid build contract, FDOT Districts 4 and 7 - Design/Build Procurement Technical Advisor, Statewide: Evaluation of Technical Proposals for major design build structures (Category II) projects. Responsible for drafting of RFP Structures section for design build. projects with Category II structures. Provided technical review of Alternative Technical Concepts (ATCs) for major design build projects. Where Structural Design Meets Construction Engineering Bridge Engineering Award, Honoring Bill Dean TOM WAITS Nominated by: Thomas Andres Some people are motivated by money and fame; Tom Waits is motivated by meaning, creation, challenges, ownership, identity, pride, and making a difference in other people's lives. Of all of the people I have worked with over my almost- 30-year career, including both Department and non -Department Professionals; Tom most exemplifies what it means to be a public servant. He can get more meaningful work done in a given work day than ten lesser souls combined. He is a time management fanatic and he is known to by-pass unimportant and trivial issues in lightning -speed in order to get at the heart of a given technical challenge. His strong motivation does not waver even when no one is looking. Over his eight -year Department career as the Structures Area Engineer, he has been involved in many very technically challenging mega -projects where he played a key role in adding great value to the job. Contributions include providing input that: avoided structure failures, long-term fatigue issues, long term maintenance concerns, and costly procurement protests. In several instances, he has incorporated changes that have greatly simplified structural solutions, reduced costs and that have reduced Department risks. Notable projects which Tom has been instrumental on include but are not limited to the following: • 1-595 Corridor Expansion Project �r 9 Various I-75 Express Lane Projects • Various Projects that will make up the Gateway Project • Various Projects that will make up the Tampa Bay Express Lane Project 9 Ft Lauderdale Airport Expansion Project • Indian Street Bridge Project • Flagler Memorial Bascule Bridge Project Southern Boulevard Bascule Bridge Project » CR 811 Dixie Highway Bridges Project As they say, exceptional people like Tom Waits with passion is worth 40 peopler that are merely interested. � �7 0� ❑ 4� 0 Ron DeSantis, Governor Melanie S. Griffin, Secretary FBPE' FLORIDA BOARDOF STATEOF FLORIDA PROFESSIONAL ENGINEERS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES LICENSE NUMB: PE55460 EXPIRATION DATE: FEBRUARY 28, 2027 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. 11 This is your license. It is unlawful for anyone other than the licensee to use this document. Dustin Spears, PE 1 h S p an s CEI Sr. Project Engineer j 1 FL License No. 87507 (2019)im B.S, Civil Engineering, Florida Gulf Coast University E N G I N E E R I N c, INC. Page 1 of 2 CEI Summary Mr. Spears has over 10 years of experience in the fields of Construction Engineering and Inspection, Materials Testing, and Geotechnical Engineering with increasing levels of responsibility in a variety of project types. As Sr. CEI Project Engineer, he has closed out and Final Accepted 5 projects, 4 of which included bridges. Dusty's projects include Interstate, Major Arterials, and local roads where he has managed all aspects of the project including roadway, bridges, misc. structures, drainage, geotechnical, utilities, permitting, and coordination with local agencies. CEI Protect Experience CEI Sr. Project Engineer — September 2024 — Present (25%) CEI of SR 60 (Courtney Campbell Causeway) Pedestrian Overpass FDOT District 7 — FPID# 437498-1-62-01 This Federally and Locally funded project consists of construction of a pedestrian/bicycle overpass that includes two bridges in Pinellas County. Coarse aggregate filled MSE walls support the three approaches to the overpass. Both bridge superstructures utilize a combination of Florida Slab Beams with CIP topping, CIP deck supported on FIB 54s, and CIP flat slab. Both bridges are supported by hammerhead piers atop CIP foundations on 18" square prestressed concrete piles. The existing nearby structures are dynamically monitored for settlement and vibration as well as groundwater monitoring during construction. Rubble riprap protects each pier. Utility Work by Highway Contractor includes relocation of 8" water main, 6" reclaimed water main, and 6" force main. This job includes steel truss architectural features, pile driving, bridge construction, shared use path, — milling and resurfacing, drainage, sidewalk, guardrail, signing and pavement marking, lighting. Reference — FDOT Pinellas Operations, Construction Senior Project Manager, Katharine Causey, 727-575-8328 CEI Sr. Project Engineer — July 2024 — Present (20%) CEI of CR 664 (Countyline Rd.) Over Peace River Bridge Replacement FDOT District 1— FPID# 439441-1-62-01 This project replaces the existing Countyline Rd. bridge over Peace River in Polk and Hardee Counties. The existing bridge is replaced with a new 312 ft long bridge with two 12-foot travel lanes and 8-foot shoulders for safety. The bridge approaches will be resurfaced or reconstructed as needed and guardrail added. The superstructure consists of a CIP deck supported by FIB 36s on rectangular bent caps which are supported by 24" square prestressed concrete piles. Rubble riprap with a wildlife shelf protects the end bents. Additionally, a maintenance connection road will be constructed on the North side of Countyline Rd. west of the bridge. The new structure will bring this facility up to current standards and significantly reduce maintenance. The existing nearby structures are dynamically monitored for settlement and vibration through all phases of pile driving. This job includes pile driving, bridge construction, FIBS, earthwork, drainage, demolition of existing structures, concrete substructure, concrete superstructure, gravity wall, asphalt paving, and striping. Reference — FDOT Bartow Operations, Construction Project Manager, Tracy Padula, 863-519-4110 CEI Sr. Project Engineer — May 2024 — Present (20%) CEI of Hollandtown Rd. Over Lake Dale Branch Bridge Replacement FDOT District 1— FPID# 452792-1-62-01 This FEMA funded Design -Build project replaces the Hollandtown Rd. Bridge "in kind" over Lake Dale Branch in and approach roadways in Hardee County that were critically damaged as a result of Hurricane Ian. The roadway will be reconstructed to facilitate the bridge replacement. Guardrail will be placed on each bridge approach and departure. The Where Structural Design Meets Construction Engineering Dustin Spears, PE 1 h S p an s CEI Sr. Project Engineer j 1 FL License No. 87507 (2019)im B.S, Civil Engineering, Florida Gulf Coast University ENGINEERING, INC. Page 2 of 2 bridge typical section consists of two 11-ft lanes and 3-ft paved shoulders with single slope bridge barriers on each side, 92- ft in total length. The superstructure is a flat slab deck, supported by rectangular concrete bent caps on 18-in prestressed concrete piles. Rubble riprap slope protection is provided on the sloped embankments. This job includes pile driving, bridge construction, earthwork, drainage, demolition of existing structures, concrete substructure, concrete superstructure, asphalt paving, and striping. Reference — FDOT Heartland Operations, Construction Project Manager, Stacy Hill, 863-471-4852 CEI Sr. Project Engineer — January 2023 — March 2024 CEI & Related Services 11 Bridge Replacements East of SR 29 Collier County Transportation Engineering Division / Contract 19-7632 This project consists of 10 Concrete Florida Slab Beam Bridges and roadway on Immokalee Rd., County Line Rd., and Oil Well Rd. The new bridges are wider and elevated. The Florida Slab Beam Developmental Standard is utilized for enhanced construction schedule and quality purposes. The bridges are to be completed in multiple phases with temporary signalization. The grade changes require temporary retaining wall systems and careful coordination for safety and maintenance of traffic. The existing structures are dynamically monitored for settlement and vibration through all phases of construction. This job includes pile driving, bridge construction, earthwork, drainage, demolition of existing structures, concrete substructure, concrete superstructure, temporary signalization, asphalt paving, concrete sheet pile wall installation, and striping. Innovative aspects: FSBs, and the inspectors utilize the SmartPile Inspector device and app to complete pile logs. Reference — Collier County Growth Management, Project Manager, Julio Castro, 239-380-3466 CEI Consultant Manager — July 2021— September 2023 CEI of US 301/SR43 from North of Lake St. Charles Blvd. to North of Progress Blvd FDOT District 7 - FPID# 441388-1-62-01 This Federally Funded, Design -Build project consisted of removing and replacing existing asphalt pavement with concrete pavement within the limits of the Bloomingdale Ave./Progress Blvd. and US 301 intersection. The intersection pavement replacement required multiple phases, detours, and closures. Also, an additional concrete pavement auxiliary lane was added to the I-75 NB on -ramp from NB US 301 as well as existing concrete pavement rehabilitation, edgedrain, milling and resurfacing, ADA upgrades to sidewalks, lighting improvements, drainage improvements, Arterial Dynamic Message Sign (ADMS), and overhead sign structures. As Consultant Manager, Dustin worked closely with the FDOT PM to provide plan review comments, schedule of values review, CPM schedule review, and ensured appropriate staff availability. Reference — FDOT District 7 Brooksville Ops. Construction Engineer, Alejandro Piiia, PE, 352-848-2643 CEI Sr. Project Engineer — July 2021— Ongoing (Intermittent) Buckingham Mast Arms Replacements — Post Design and Construction Administration Services Lee County Miscellaneous Structures, CN18028TJM — C8032 I STA-08 This project consists of the post design services, construction administration and materials sampling/testing for replacement mast arm signal foundations and assemblies. The existing assemblies and foundations were evaluated for structural integrity. Dustin performed inspection of the existing assemblies and foundations, preparation of a construction cost estimate and preparing plans and specifications for bidding and is in charge of post design services and Construction Administration. Reference — Ryan Kirsch, Lee County DOT - Traffic, 239- 533-9512 CEI Sr. Project Engineer — September 2022 - November 2022 CEI of Phase Two Traffic Signal Inspections — Disaster Monitoring Services Lee County DOT — CN200224JJB Contract 8884 HEI worked with Lee County Traffic Operations to conduct ground and aerial inspections of 68 signalized intersections, which included mast arms and span wires, within Lee County as part of Hurricane Ian Damage Assessment. The inspection included a visual assessment with photos of damaged items, quantity tracking of damages, investigation of flood damage, structural damage assessment of strain poles and mast arm structures, inspecting connections of traffic signal and pedestrian signal heads, luminaire inspections, and internal inspection of the signal cabinets. Inspection reports were compiled detailing the pre-existing conditions, storm related damages, pay items of required repairs, and engineer's estimate of damages. Reference — Rob Price, PE, Lee County DOT Traffic Section, 239-533-9532 Where Structural Design Meets Construction Engineering 0� 0 0 Ron DeSantis, Governor Melanie S. Griffin, Secretary FBPE' FLORIDA BOARDOF STATEOF FLORIDA PROFESSIONAL ENGINEERS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES 11 EXPIRATION DATE: FEBRUARY 28, 2027 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Jason Hock, PE, MSCE 0"hnSan s FL Professional Engineer, Lic. No. 100095 (12-2024) �Hg B.S., Civil Engineering, Florida Gulf Coast University, 2020 _ Master of Science, C.E., Structural and Geotechnical Engineering, University of Central FL, 2022 ENGINEERING, INC. Page 1 of 2 Jason Hock graduated in 2020 with a Bachelor of Science Degree in Civil Engineering from Florida Gulf Coast University and completed a Master of Science in Structural and Geotechnical Engineering from the University of Central Florida in 2022. He has worked for 5 years on numerous bridge and building projects for HighSpans Engineering performing complex structural analysis and design, including the preparation of construction plans for new bridge and building structures projects incorporating reinforced, prestressed, and post tensioned concrete members, steel and composite materials as well as strengthening and repairs for these structure types. In this capacity, he developed advanced finite element modelling and second order non -linear structural analysis. Design Project Experience Sr. Structural EI — January 2020 — January 2023 Corkscrew Road Wildlife Crossing Bridge and Box Culverts - Lee County DOT This project consists of the widening of Corkscrew Road from Ben Hill Griffin Pkwy to Alico Rd. with structural design tasks including bridge, culvert and miscellaneous structures. This included design of light pole spread footing foundations to resolve utility conflicts and design of hybrid gravity wall/dead man anchored pilasters to support FDOT Standard Index 17515 light fixtures. HEI was responsible for design of 2 concrete box culverts for drainage and 1 single span concrete bridge (precast Florida Slab Beam Standard) which will serve as a wildlife crossing. The project includes retaining walls and mast arms structure design. Reference — Dave Murphy, PE, Project Engineer, 239-533-8578 Sr. Structural EI — August 2024 — November 2024 Estero Pkwy over I-75 Bridge Emergency Bearing Repairs, Specialty Engineering - Lee County DOT HighSpans provided emergency structural engineering plans, technical specifications and design for synchronous hydraulic lifting of this bridge to repair end bent pedestals, replace existing neoprene bearing pads, and correct end bent pedestal slopes to halt excess bearing movement for this 2-span 600-foot-long curved steel box girder bridge crossing I-75 in Fort Myers Florida. The repairs included the recasting of existing bearing pedestals with specialized high strength grout and design of temporary steel lateral bracing system. The design required nonlinear 3D staged construction finite element analysis of the continuous curved, skewed steel box girder bridge to quantify bearing reactions, jacking loads, lateral forces and lateral movement during the jacking operation. HighSpans also provided on -site CEI services, technical oversight during nighttime j acking operation, and temporary traffic control for a full detour. The bridge was completed under budget and reopened to traffic two days ahead of schedule. Reference — Avelino Cancel, PE, Lee County Project Manager, 239-533-9416 Structural Design Engineer — November 2024 — Present (Ongoing) Orange River Bridge Repairs and Load Rating - Lee County DOT HighSpans is currently providing structural engineering plans and specifications for repairs and load rating assessment for the Orange River Blvd bridge, a 4 span 2 lane steel plate girder bridge crossing Orange River in Lee County Fl. In 2024 the bridge was damaged by an overload vehicle requiring repairs to address fracturing of the girder/deck connection and the loss of composite action and damage to existing diaphragms and bearings. A full-scale load vehicle test was utilized with instrumentation on the bridge and calibrated trucks to collect strain data, assess the bridge's load -carrying capacity and quantify loss of composite action between girders and deck. Reference — Avelino Cancel, PE, Lee County Project Manager, 239-533-9416 Sr. Structural EI — April 2024 — October 2024 Midpoint Bridge Repairs - Lee County Professional Services — CN200224JJB HighSpans is serving as Engineer of Record for plans, specifications, and construction cost estimate covering repairs to the Midpoint Bridge over the Caloosahatchee River; a 7172 ft long, 63 span prestressed and post tensioned concrete girder structure with MSE wall approaches. Repairs included bridge joint replacement, asphalt approach reprofiling, grout injection to fill soil voids, spall/crack repairs, and installation of riprap/scour protection at the walls to ensure 75-year service life. Reference — Avelino Cancel, PE, Lee County Project Manager, 239-533-9416 Where Structural Design Meets Construction Engineering Jason Hock, PE, MSCE 0"hnSan s FL Professional Engineer, Lic. No. 100095 (12-2024) �Hg B.S., Civil Engineering, Florida Gulf Coast University, 2020 _ Master of Science, C.E., Structural and Geotechnical Engineering, University of Central FL, 2022 ENGINEERING, INC. Page 2 of 2 Sr. Structural EI — September 2021— Present (ongoing) Alico Road Connector - Lee County DOT This Lee County project connects Green Meadow Road and SR82 with a new 3-mile 4 lane roadway alignment that includes 3 wildlife crossing bridges and 1 highway bridge. HighSpans is serving as Engineer of Record for bridges, retaining walls, and drainage structures. The highway bridge consists of a twin two -span continuous concrete flat -slab bridges on prestressed pile foundations, with two -stage MSE wall approaches. Reference — Thomas Marquardt, PE, 239-533-8530 Sr. Structural Design Engineer — March 2024 - Present Punta Rassa Strain Pole Repair Lee County Professional Services — CN200224JJB Project included the emergency assessment and repair of existing strain/signal pole located at the intersection of Punta Rasa Road and CR 867 (McGregor Blvd) after the structure was struck by an errant vehicle in June 2024. Project included the innovative cost saving use of strengthening of existing drilled shaft foundation with wingwalls to increase wind load resistance for torsion as well as emergency plans for installation of guy wires to stabilize the existing structure until permanent repairs could be implemented. Reference — Michael Padgett, Lee County Traffic Operations Manager, 239- 533-9500 Sr. Structural EI — February 2024 — Present (Ongoing) Lakes Park Boardwalks - Structural Inspection & Recommendation for Repair Lee County Professional Services — CN200224JJB HighSpans was engaged by Lee County Facilities to conduct comprehensive site investigations to support the repair and replacement of 25,500 sq. ft. of timber boardwalks throughout Lakes Park in Fort Myers, FL. The timber structures had extensive deterioration due to weathering and damage sustained during Hurricane Ian. The investigations included both overwater and land -based structural and geotechnical evaluations conducted by HighSpans, as well as underwater inspections and environmental evaluations conducted by others. HighSpans developed an inspection report detailing the findings of all investigations, which provided a comprehensive list of all deficiencies and recommendations to address each. Repair plans were developed to address localized damage, reinforce the boardwalks against lateral forces, and completely replace 4,800 sq. ft. of boardwalk, including new timber piles, stringers, decking, and railings. Reference - Joshua Hudson, PE, Project Manager, (239) 357-2956 Structural EI — February 2023 — Present (Ongoing) Spencer's Boat Yard Sea Wall Repairs City of Key West HighSpans was tasked with designing structural repairs to multiple structures at Spencer's Boatyard located in Key West, FL, including the concrete boat hoist support platforms, timber docks covering a 500 square foot area, and a 189 linear foot seawall. A comprehensive geotechnical investigation was conducted by HEI to evaluate the subsurface soil conditions and provide recommendations for the replacement of seawall and support platforms. In addition, our team facilitated requesting permit exemptions with FDEP and applying for the SPGP through the Army Corps of Engineers. The design of the seawall uses anchored seawalls utilizing concrete -filled vinyl sheet piles and driven steel pin piles into rock. Additionally, the concrete support platforms were designed to accommodate the owner -specified 25-ton capacity marine boat hoist, accounting for the aggressive coastal environment. Reference — City of Key West Engineering Department, Eric Angst, 305-809-3964 Youngquist Bridge Inspection Youngquist Brothers, LLC. HighSpans evaluated an existing 140-ft single -span steel truss conveyor bridge over Alico Rd. The project involved a comprehensive inspection to document as -built data and identify deficiencies, followed by a structural analysis and load rating using nonlinear finite -element modeling. HighSpans successfully delivered a comprehensive final evaluation report, including all findings, load ratings, and recommendations, within one week, meeting the project's accelerated timeline. Where Structural Design Meets Construction Engineering Ron DeSantis, Governor STATE OF FLORIDA Melanie S. Griffin, Secretary Ak FBPE FLORIDA BOARD OF PROFESSIONAL ENGINEERS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES Bt} i Q2; - JAS4 N AN D REW1 2741 1ST ST. LICENSE NUMBER: PE100095 EXPIRATION DATE: FEBRUARY 28, 2027 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. 7 This is your license. It is unlawful for anyone other than the licensee to use this document. Mica Jackson, PE Hwy pans Engineer 2 H FL Professional Engineer, Lie. No. 86615 (2019) B.S., Civil Engineering, FL Gulf Coast University ENGINEERING, INC. PageIof2 Summary: Mr. Jackson began his career as an AutoCAD Civil3D Engineering Designer in 2004 where he became proficient in AutoCAD Civil3D, construction plan production, earthwork volume analysis, and civil engineering design. As his career progressed and continued to focus more on project design and project management, Mr. Jackson pursued a degree in Civil Engineering. He achieved a Bachelor of Science in Civil Engineering from Florida Gulf Coast University's engineering program in 2014, and subsequently gained his PE in January of 2019. Mica has performed civil engineering design, land development permitting and project management on a variety of projects in Lee, Collier, Manatee, and Sarasota Counties. His unique experience and educational foundation stemming from his background as a CAD designer gives him an in-depth knowledge of plan production, thorough plan review, and an ability to think three -dimensionally to maximize the software's capabilities for any task. His project experience ranges from residential community design and permitting and municipal utility relocation projects, to large stormwater master planning for residential communities and municipal stormwater projects. His daily responsibilities involve project and staff management, sub -consultant management, client coordination, project schedule creation and management, agency permitting, extensive budget preparation, bid tab preparation, construction phase engineering services, stormwater and utility modeling and analysis and construction plans development. Proiect Experience: Senior Engineer — November 2022 — May 2023 Burnt Store Road Widening CEI South Segment — FPID # 440340-1 Lee County DOT This project consists of widening Burnt Store Road South Segment from 2 lanes to 4 lanes from South of Pine Island Road along Veterans Parkway to North of NW 5t' Terrace. Project includes roadway construction, drainage, structures (one bridge, seawalls, and retaining walls), signing and pavement markings, and lighting. The project is funded by Lee County and FDOT. Reference — Lee County Project Manager — Vince Miller, PE, 239-533-8577; FDOT Project Oversight — Josephine Mak, PE, 239-985-7840 Senior Engineer — June 2021— Present (ongoing) Alico Road Connector - Lee County DOT This project connects Green Meadow Road and SR82 with a new 3-mile long 4 lane roadway alignment that includes 3 wildlife crossing bridges and 1 highway bridge. HighSpans is serving as Engineer of Record for bridges, retaining walls, and drainage structures. Reference — Thomas Marquardt, PE, Project Manager, 239-533-8530 Senior Engineer — May 2024 — Present (Ongoing) Lakes Park Boardwalks - Structural Inspection & Recommendation for Repair Lee County Professional Services — CN200224JJB HighSpans was engaged by Lee County Facilities to conduct comprehensive site investigations to support the repair and replacement of 25,500 sq. ft. of timber boardwalks throughout Lakes Park in Fort Myers, FL. The timber structures had extensive deterioration due to weathering and damage sustained during Hurricane Ian. The investigations included both overwater and land -based structural and geotechnical evaluations conducted by HighSpans, as well as underwater inspections conducted by Volkert, and environmental evaluations conducted by Pennoni. HighSpans developed an inspection report detailing the findings of all investigations, which provided a comprehensive list of all deficiencies and recommendations to address each. Repair plans were developed to address localized damage, reinforce the boardwalks against lateral forces, and completely replace 4,800 sq. ft. of boardwalk, including new timber piles, stringers, decking, and railings. Reference - Joshua Hudson, PE, Project Manager, (239) 357-2956 Where Structural Design Meets Construction Engineering Mica Jackson, PE Hwy pans Engineer 2 H FL Professional Engineer, Lie. No. 86615 (2019) B.S., Civil Engineering, FL Gulf Coast University ENGINEERING, INC. Page2of2 Construction Utility Coordination Manager — August 2022 — Present (ongoing) Big Carlos Bridge Replacement CEI — CN210572BJB Lee County Department of Transportation This project consists of complete removal of an existing bascule bridge and replacement with a stationary high-level fixed concrete bridge along with roadway improvements at bridge approaches. The bridge has an overall length of 2,260 feet and a navigable channel vertical clearance of 60 feet. Project duties include assisting dry utility companies through the FDEP Sovereign Submerged Land Lease permit, joint dry utility directional drill coordination, joint municipal utility project agreement (JPA) coordination, muck removal coordination around existing utilities, and utility work schedule management. Reference — David M. Murphy, PE, Project Manager, 239-533-8578 Senior Engineer — February 2023 — July 2024 Spencer's Boat Yard Sea Wall Repairs City of Key West HighSpans was tasked with designing structural repairs to multiple structures at Spencer's Boatyard located in Key West, FL, including the concrete boat hoist support platforms, timber docks covering a 500 square foot area, and a 360 linear foot seawall. A comprehensive geotechnical investigation was conducted by HEI to evaluate the subsurface soil conditions and provide recommendations for the replacement of seawall and support platforms. In addition, our team facilitated requesting permit exemptions with FDEP and applying for the SPGP through the Army Corps of Engineers. The design of the seawall uses anchored seawalls utilizing concrete -filled vinyl sheet piles and driven steel pin piles into rock. Additionally, the concrete support platforms were designed to accommodate the owner -specified 25-ton capacity marine boat hoist, accounting for the aggressive coastal environment. Reference — City of Key West Engineering Department, Eric Angst, 305-809-3964 Senior Engineer — Roadway and Traffic Design — October 2023 — Present (ongoing) Lehigh Acres Mast Arm Replacements/Intersection Improvements, Lee County, FL Lee County Annual Structures Engineering Services C8032 1 CN180028TJM HighSpans was tasked with providing multiple upgrades to three intersections including signalization and signing and pavement markings. Each intersection was upgraded to allow for pedestrian crossings at each leg of the intersection. Signalization upgrades included new mast arms, flashing yellow arrow signal heads, accessible pedestrian signals and detectors, and new mast arm lighting. Eli's responsibilities included leading the design for all plan sets and serving as FOR for the signalization plan set. Reference — Ryan Kirsch, Lee County Project Manager, 239-896-8074 Senior Engineer — January 2023 — October 2023 Estero Pkwy over I-75 Bridge — MSE Wall Approach Settlement Lee County Professional Services — CN200224JJB HighSpans is serving as Engineer of Record for plans, specifications, and construction cost estimate covering repairs to the Estero Pkwy Bridge over 1-75; a 560 ft long, 2 span curved steel box girder structure with MSE wall approaches. Repairs included epoxy and grout injection to stabilize soils, bridge joint replacement, approach slab recasting, and MSE wall panel repairs to restore the 75-year service life. Reference — Avelino Cancel, PE, Lee County Project Manager, 239-533-9416 Senior Engineer — April 2022 — June 2024 Sanitation Road Culvert Replacements Collier County — Growth Management Department C18-7432 ST The primary objective of the project consists of survey and engineering design for removal and replacement of the existing four (4) forty-eight inch (48") corrugated on Sanitation Road in Collier County. The proposal is to include services including items such as project kickoff and coordination meetings, site assessment, project survey, SUE, geotechnical services, plan preparation, utility coordination, permitting (if any needed), final bid documents, opinion of probable cost, bid assistance, Engineer -of -Record services, and post construction services. Reference — Dayan Hernandez, Project Manager, Stormwater Management, 239-252-5736 Where Structural Design Meets Construction Engineering 0� N1 0 0 Ron DeSantis, Governor Melanie S. Griffin, Secretary FBPE' FLORIDA BOARDOF STATEOF FLORIDA PROFESSIONAL ENGINEERS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES 11 EXPIRATION DATE: FEBRUARY 28, 2027 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Christopher Gallagher, PE HI hS ans CEI Geotechnical Engineer H FL License No. 96198 (4/2023) B.S. Civil Engineering, Florida Gulf Coast University ENGINEE RING, INC. Page 1 of 2 Summary Mr. Gallagher is a Florida Professional Engineer (Geotechnical) and has over 10 years of geotechnical engineering and materials testing experience, 8 years of foundation studies experience, and was in responsible charge of geotechnical foundation construction engineering and dynamic testing work on 10 FDOT specifications bridges, including dynamic pile testing, signal matching analysis (CAPWAP), and wave equation analysis. Christopher produces geotechnical reports for soil exploration, geotechnical classifications, foundation studies, foundation testing, foundation type selection, providing foundation design for deep and shallow foundations, retaining walls, bulkheads, materials testing and pavement designs. Christopher is certified in geotechnical testing for dynamic measurement and analysis of driven piles and achieved Advanced Level on the PDA proficiency exam. He produces reports for the bearing capacity of piles and shallow foundations as well as predicted settlement and produces pile driving criteria letters and authorized pile lengths. He analyzes field data such as pile logs and drilled shaft logs to ensure their compliance with the Std. Specifications. He is responsible for foundations, materials, and geotechnical disciplines including sampling and testing asphalt, concrete, aggregate, rip rap and soils. As Lab Manager, Christopher oversees all lab technicians and ensures that material is tested properly per the applicable specifications. He prepares all material testing reports, gets them through the approval process, and submits them to clients. Mr. Gallagher has managed initial lab setup and keeps the lab approved and running in accordance with AASHTO, ASTM, CMEC and FDOT standards. CEI Geotechnical Engineer — Project Experience Geotechnical Engineer: 05/2023 — Present Big Carlos Pass Bridge Replacement (#124143) — CN210572BJB Lee County Department of Transportation This project consists of construction of a new multi -span bridge to replace the existing Big Carlos Pass bridge. Christopher managed the PDA services performed by a sub -consultant firm on this LAP project. Due to the complexity of the project including piles up to 175' with mechanical splices, and very early driving, high tensile stresses were a major concern. Christopher reviewed the contractors submitted PIP and all pile related activities and provided comments for a revised PIP. Christopher analyzed PDA data to develop a plan to move forward to monitor and limit the tensile stresses. Christopher also analyzed the initial design documents including borings and FB-Deep data when initial test piles were unable to reach NBR even with set checks to determine if the provided test pile lengths were appropriate in accordance with the FDOT SDG. Reference: David M. Murphy, PE, Project Manager, 239-533-8578 Geotechnical Engineer — September 2023 — March 2024 Village of Estero, FL — Estero on the River Pedestrian Bridge HEI was tasked with designing a single span bridge to cross the Estero River located in Fort Myers. The structure will span 100 feet using precast prestressed concrete beams or a prefabricated steel truss in accordance with AASHTO LRFD Design of Pedestrian Bridges. Given ideal subsurface conditions, the foundation will be C.I.P. bent caps on auger cast piles. Elevated boardwalk approaches with composite decking will be constructed to accommodate site specific conditions and provide an improved service life. Reference — Public Works Director, David Willems, PE, 239-221-5035 Where Structural Design Meets Construction Engineering Christopher Gallagher, PE HI hS ans CEI Geotechnical Engineer H FL License No. 96198 (4/2023) B.S. Civil Engineering, Florida Gulf Coast University ENGINEE RING, INC. Page 2 of 2 Geotechnical FOR — April 2023 — January 2024 Spencer's Boat Yard Sea Wall Repairs — City of Key West HighSpans was tasked with designing structural repairs to multiple structures at Spencer's Boatyard located in Key West, FL, including the concrete boat hoist support platforms, timber docks covering a 500 square foot area, and a 189 linear foot seawall. A comprehensive geotechnical investigation was conducted by HEI to evaluate the subsurface soil conditions and provide recommendations for the replacement of seawall and support platforms. In addition, our team facilitated requesting permit exemptions with FDEP and applying for the SPGP through the Army Corps of Engineers. The design of the seawall uses anchored seawalls utilizing concrete -filled vinyl sheet piles and driven steel pin piles into rock. Additionally, the concrete support platforms were designed to accommodate the owner -specified 25-ton capacity marine boat hoist, accounting for the aggressive coastal environment. Reference — City of Key West Engineering Department, Eric Angst, 305-809-3964 CEI Geotechnical Engineer— November 2022 — January 2023 (Concurrent/Intermittent) Hurricane Ian Storm Damage Assessment for Various Bridges in North Port - City of North Port — PO# 49572 HEI worked with the City of North Port to inspect and assess eight vehicular bridges and one pedestrian bridge for damages incurred by Hurricane Ian. Inspection of all structural elements on the bridges including arms -length examination of deck top surface, superstructure underside, substructure concrete surfaces, pile bent caps, deck features (railing, curbing, etc.), approach slabs, existing drainage at abutments, and sloped pavement areas adjacent to the abutments. The bridge stability, scour, and foundation damage were assessed through underwater probing of the channel bottom at each pile within each intermediate bent. A report was compiled that included our damage assessment and recommendations for counter measures or improvements as compared to the most recent FDOT inspection reports. Reference — City of North Port Dept. of Public Works City Engineer, Danny Quick, PE, 941-240-8076 CEI Geotechnical Engineer — May 2022 — September 2022 (Intermittent) City of Cape Coral Weir Retrofit - City of Cape Coral HEI was tasked with inspecting and evaluating the existing weir structures in Horseshoe Canal and Hermosa Canal at Chiquita Blvd as well as designing structural improvements to accommodate raising the elevation of the concrete cap and new weir gates and walkway. A Pile Integrity Test (PIT) was conducted to verify the depth of the existing concrete cap and concrete sheet pile walls. Reference — Johnson Engineering Project Manager, Jordan Varble, PE, 239-461-2431 CEI Geotechnical Engineer — June 2021— March 2023 CEI & Related Services 11 Bridge Replacements East of SR 29 Collier County Transportation Engineering Division/Contract 19-7632 This project consists of bridge and roadway reconstruction including 10 individual bridges utilizing Concrete Florida Slab Beams with 18" square prestressed concrete pile foundations along Immokalee Rd., County Line Rd., and Oil Well Rd. in Collier County, FL. Reference — Collier County Growth Management, Project Manager, Julio Castro, 239-380-3466 Where Structural Design Meets Construction Engineering ■❑ 2 Ron DeSantis, Governor Melanie S. Griffin, Secretary FBPE' FLORIDA BOARDOF STATEOF FLORIDA PROFESSIONAL ENGINEERS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE ••• • • • •• I � y • * 7 • • r #� yti • # • rrf f r r` H '� • • ■ Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Eli Enders, PE, PTOE — Engineer 1 Hi hS anS FL Professional Engineer, Lic. No. 86646 (01-2019) Professional Traffic Operations Engineer Lic. No. 4760 Page Iof2 ENGINEERING, INC. Summary: Mr. Enders, a graduate of Florida Gulf Coast University with a BS in Civil Engineering and a minor in Environmental Engineering, obtained his Florida PE License in January 2019. Since October 2013, Mr. Enders has served on multiple design and construction projects ranging from utilities projects to bridge and traffic engineering projects. Eli has performed structural inspections and evaluations of existing bridges, piers, and other complex structures. Eli has also worked on traffic engineering elements including vehicular and pedestrian signal timings, geometric design, interrupted flow design, TTC plans, vehicle detection analysis, SWPPP, and signage and pavement markings plans and analysis. Eli obtained the Professional Traffic Operations Engineer (P.T.O.E.) Certification in March 2020. Project Experience: Project Engineer — Temporary Traffic Control - September 2019 — July 2021 Corkscrew Road Wildlife Crossing Bridge and Box Culverts - Lee County DOT This project consists of the widening of Corkscrew Road from Ben Hill Griffin Pkwy to Alico Rd. HEI is responsible for design of 2 concrete box culverts for drainage and 1 single span concrete bridge (precast Florida Slab Beam Standard) which will serve as a wildlife crossing. The project also includes retaining walls and mast arms structure design. Eli was responsible for design and review the TTC scheme to ensure constructability. Reference — Thomas Marquardt, PE — Project Manager, 239-533-8530 Project Engineer — November 2024 — Present (Ongoing) Orange River Bridge Repairs and Load Rating - Lee County DOT HighSpans is currently providing structural engineering plans and specifications for repairs and load rating assessment for the Orange River Blvd bridge, a 4 span 2 lane steel plate girder bridge crossing Orange River in Lee County Fl. In 2024 the bridge was damaged by an overload vehicle requiring repairs to address fracturing of the girder/deck connection and the loss of composite action and damage to existing diaphragms and bearings. A full-scale load vehicle test was utilized with instrumentation on the bridge and calibrated trucks to collect strain data, assess the bridge's load -carrying capacity and quantify loss of composite action between girders and deck. Eli developed the temporary traffic control plan that included temporary closures of the bridge in accordance with Lee County Standards to ensure traffic delay and queueing was kept to a minimum. Reference — Avelino Cancel, PE, Lee County Project Manager, 239-533-9416 Project Engineer — February 2024 — Present (Ongoing) Lakes Park Boardwalks - Structural Inspection & Recommendation for Repair Lee County Professional Services — CN200224JJB HighSpans was engaged by Lee County Facilities to conduct comprehensive site investigations to support the repair and replacement of 25,500 sq. ft. of timber boardwalks throughout Lakes Park in Fort Myers, FL. The timber structures had extensive deterioration due to weathering and damage sustained during Hurricane Ian. The investigations included both overwater and land -based structural and geotechnical evaluations conducted by HighSpans, as well as underwater inspections and environmental evaluations conducted by others. HighSpans developed an inspection report detailing the findings of all investigations, which provided a comprehensive list of all deficiencies and recommendations to address each. Repair plans were developed to address localized damage, reinforce the boardwalks against lateral forces, and completely replace 4,800 sq. ft. of boardwalk, including new timber piles, stringers, decking, and railings. Reference - Joshua Hudson, PE, Project Manager, (239) 357-2956 Structures Engineer of Record — March 2024 - Present Punta Rassa Strain Pole Repair Lee County Professional Services — CN200224JJB Project included the emergency assessment and repair of existing strain/signal pole located at the intersection of Punta Rasa Road and CR 867 (McGregor Blvd) after the structure was struck by an errant vehicle in June 2024. Reference — Michael Padgett, Lee County Traffic Operations Manager, 239- 533-9500 Where Structural Design Meets Construction Engineering Eli Enders, PE, PTOE — Engineer 1 Hi hS anS FL Professional Engineer, Lic. No. 86646 (01-2019) Professional Traffic Operations Engineer Lic. No. 4760 Page2of2 ENGINEERING, INC. Project Engineer — Roadway and Traffic Design - March 2020 — June 2024 Lehigh Acres Mast Arm Replacements/Intersection Improvements, Lee County, FL Lee County Annual Structures Engineering Services C8032 1 CN180028TJM HighSpans was tasked with providing multiple upgrades to three intersections including signalization and signing and pavement markings. Each intersection was upgraded to allow for pedestrian crossings at each leg of the intersection. Signalization upgrades included new mast arms, flashing yellow arrow signal heads, accessible pedestrian signals and detectors, and new mast arm lighting. Eli's responsibilities included leading the design for all plan sets and serving as FOR for the signalization plan set. Reference — Ryan Kirsch, Lee County Project Manager, 239-896-8074 Engineer of Record Roadway — April 2024 — October 2024 Midpoint Bridge Repairs - Lee County Professional Services — CN200224JJB HighSpans is serving as Engineer of Record for plans, specifications, and construction cost estimate covering repairs to the Midpoint Bridge over the Caloosahatchee River; a 7172 ft long, 63 span prestressed and post tensioned concrete girder structure with MSE wall approaches. Repairs included bridge joint replacement, asphalt approach reprofiling, grout injection to fill soil voids, spall and crack repairs, and installation of riprap/scour protection at the walls to ensure 75-year service life. Eli developed the milling and resurfacing plan to restore the vertical curve and superelevation to current FDM and Greenbook standards and to interface with the proposed approach slab joint repairs for a consistent and smooth transition to the bridge deck. Eli also developed the Temporary Traffic Control Plan to adhere to FDOT and Lee County guidelines. Reference — Avelino Cancel, PE, Lee County Project Manager, 239-533-9416 Project Engineer — August 2024 — October 2024 Estero Pkwy over I-75 Bridge — Bearing Pad Replacement Lee County Professional Services — CN200224JJB HighSpans provided emergency structural engineering plans, technical specifications, specialty engineering and design for synchronous hydraulic lifting of this bridge to reconstruct bearing pedestals, replace existing neoprene bearing pads, and correct end bent pedestal slopes to halt bearing movement for this 2-span 600'-long curved steel box girder bridge crossing I-75 in Fort Myers Florida. The repairs included the recasting of existing bearing pedestals with specialized high strength grout and design of temporary steel lateral bracing system. The design required nonlinear 3D staged construction finite element analysis of the continuous curved, skewed steel box girder bridge to quantify bearing reactions, jacking loads, lateral forces and lateral movement during the jacking operation. HighSpans also provided on -site CEI services, technical oversight during nighttime jacking operation, and temporary traffic control for a full detour. The bridge was completed under budget and reopened to traffic two days ahead of schedule. Reference — Avelino Cancel, PE, Lee County Project Manager, 239-533-9416 Project Engineer — June 2023 — June 2024 Estero Pkwy over I-75 Bridge — MSE Wall Approach Settlement Lee County Professional Services — CN200224JJB HighSpans provided emergency structural engineering plans, technical specifications and design for synchronous hydraulic lifting of this bridge to repair end bent pedestals, replace existing neoprene bearing pads, and correct end bent pedestal slopes to halt excess bearing movement for this 2-span 600-foot-long curved steel box girder bridge crossing I-75 in Fort Myers Florida. The repairs included the recasting of existing bearing pedestals with specialized high strength grout and design of temporary steel lateral bracing system. The design required nonlinear 3D staged construction finite element analysis of the continuous curved, skewed steel box girder bridge to quantify bearing reactions, jacking loads, lateral forces and lateral movement during the jacking operation. HighSpans also provided on -site CEI services, technical oversight during nighttime j acking operation, and temporary traffic control for a full detour. The bridge was completed under budget and reopened to traffic two days ahead of schedule. Eli designed the MOT and Detour Plan for the project that included detouring the vehicular, pedestrian and cyclist traffic around the bridge during the duration of the jacking operation. Reference — Avelino Cancel, PE, Lee County Project Manager, 239-533-9416 Where Structural Design Meets Construction Engineering 0 0 0 Ron DeSantis, Governor Melanie S. Griffin, Secretary FBPE' FLORIDA BOARDOF STATEOF FLORIDA PROFESSIONAL ENGINEERS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES 11 EXPIRATION DATE: FEBRUARY 28, 2027 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Betsie N. Hiatt Environmental Manager/Office Director BA, Environmental Studies; Rollins College CERTIFICATIONS/TRAINING Authorized Gopher Tortoise Agent, FL Fish & Wildlife Conservation Commission (#GTA-09-00272G) Registered Agent Permit for Burrowing Owls, FL Fish & Wildlife Conservation Commission (#RAG-18-00019) Wetland Delineation, ACOE, (2001) Hydric Soil Training, FLDEP (2000) Endangered Species Act, US Fish & Wildlife Service (2010) PROFESSIONAL AFFILIATIONS Lee County Eagle Technical Advisory Committee Member, Vice Chair EXPERIENCE SUMMARY Ms. Hiatt serves as Environmental Manager / Office Director with 28 years of professional experience working with the sensitive environmental resources in South Florida. Prior to starting her Environmental Consulting business as Owner/Manager in 2015, Ms. Hiatt's past work experience included both private sector consulting work and nearly 15 years public sector work with Lee County Government. Ms. Hiatt was the Environmental Operations Manager for the Lee County Department of Public Works overseeing environmental management of infrastructure projects for various departments. Primary responsibilities included management of the County's internal Mitigation Program that developed and tracked wetlands and protected species mitigation credits used for impacts associated with County projects, and oversight of local, state, and federal environmental permitting and compliance. Ms. Hiatt has established an excellent 28-year working relationship with the local regulatory agencies and provides expertise in jurisdictional wetland determinations, protected species surveys, and Environmental Resource and Federal Dredge and Fill Permit applications. Additionally, Ms. Hiatt specializes in coordination and permitting with the Florida Fish and Wildlife Conservation Commission (FWC) and the U.S. Fish and Wildlife Service (FWS), wetlands and protected species mitigation analysis, as well as permit compliance, protected species relocations and environmental violation resolution. REPRESENTATIVE PROJECTS HighSpans Engineering — Big Carlos Pass, Fort Myers Beach, FL Environmental QA/QC Manager for environmental permit compliance for the Big Carlos Bridge replacement project including oversight of special permit conditions and monitoring requirements for the Corps, SFWMD, FDEP, NMFS, FWS and FWC. Avalon Engineering - Three Oaks Parkway North Re -Design and Daniels Parkway Widening— Lee County, FL Environmental Manager — Updated environmental site assessments and Environmental Resource and Federal Dredge and Fill permit modifications for the re -design of an approximately 125-acre, 4.5-mile new roadway corridor in Lee County and the proposed widening of Daniels Parkway at the northern terminus from three to six lanes. Ongoing services include updated jurisdictional wetlands and mitigation determinations, protected species surveys and agency consultations for the additional impacts associated with the re -design and widening projects. HighSpans Engineering — Burnt Store Road North, Middle and South Widening, Cape Coral, FL Environmental Manager — Environmental site assessments and permit applications for the SFWMD Environmental Resource and Corps Section 404 Dredge and Fill permitting, FWC Authorized Gopher Tortoise Agent and Registered Agent burrowing owl permitting, scoping, excavation, and construction compliance for approximately 8 gopher tortoise burrows and 18 burrowing owl burrows. HighSpans Engineering - Alico Road Widening, Fort Myers, FL Environmental Manager - environmental permit compliance site inspections during construction and post construction compliance reports to document that all wildlife -specific permit conditions were met for the Corps, FWS and the SFWMD for the widening of Alico Road in Fort Myers, FL. Compliance documentation included reports for the eastern indigo snake, Florida panther and bonneted bat. HighSpans Engineering — Fishing Pier Replacement @ Matlacha Community Park, Matlacha, FL Environmental Manager — Environmental site assessment and permit applications for the Corps and FDEP permits to replace an existing fishing pier within the Matlacha Pass Aquatic Preserve. Hiatt 11 of 2 Betsie N. Hiatt Environmental Manager/Office Director Wright Construction Group — Burnt Store Road, Phase II, Charlotte County, FL Environmental Manager — Authorized Agent for 100% coverage gopher tortoise surveys on approximately 164 acres and FWC Tortoise Conservation Permitting and oversight of approximately 90 burrow excavations and tortoise relocations prior to construction. AIM Engineering & Surveying — Littleton -Kismet Realignment, Lee County, FL Environmental Manager — SFWMD Environmental Resource and Corps Dredge and Fill permitting and FWC Authorized Gopher Tortoise Agent oversight of gopher tortoise surveys, FWC permitting, and burrow excavations and tortoise relocations. EnSite, Inc. - Village of Estero Trails, Village of Estero, FL Environmental QA/QC Manager — Quality Assurance / Quality Control for environmental assessments, FWS, U.S. Coast Guard, South Florida Water Management District (SFWMD) and U.S Army Corps of Engineers (Corps) permitting. Wright Construction Group —Joe Coviello Park, Cape Coral, FL (3/22 - 5/23) Environmental Manager for environmental permit compliance during construction. Assisted with pre -construction gopher tortoise surveys and Florida bonneted bat cavity tree and cavity inspections for Joe Coviello Park. Wright Construction Group - Venice Airport Extension, Venice, FL (1/22 — 2/22) Environmental Manager - Conducted gopher tortoise and burrowing owl surveys, technical assistance coordination with FWC, and managed the scoping and excavation of approximately 20 burrowing owl burrows within the project area. Lee County - Pine Islands Flatwoods Preserve Hydrological Restoration — Pine Island, FL Environmental Manager - Restoration concepts were designed to create existing abandoned shrimp ponds into a freshwater, brackish and saltwater marsh system within 10 acres of the preserve to improve wildlife habitat and provide for enhanced hydrologic connections to the adjacent tidally influenced mangrove fringe. Pennoni conducted environmental assessments including gopher tortoise surveys, cavity tree inspections and bald eagle nest monitoring. The project was designed to minimize potential impacts to protected species and permits were successfully obtained from the South Florida Water Management District and U.S. Army Corps of Engineers. Lee County— Imperial Marsh Preserve Enhancement, Ft. Myers, FL Environmental Manager— Restoration of 45 acre preserve. Design and permitting for a restoration project on a previously impacted parcel for Lee County's Conservation 20/20 program. Ultimate design will improve wildlife habitat for endangered wood storks, and Florida panther as well as increase hydroperiod on a parcel that was previously fallow agricultural land. Required permits included an Environmental Resource Permit from the South Florida Water Management District and Technical Assistance request with the U.S. Fish and Wildlife Service. New South Residential — Madison Square Multi -Family Apartments, Cape Coral, FL Environmental Manager - Florida Fish and Wildlife Conservation Commission Registered Agent burrowing owl permitting, scoping, excavation, and construction compliance for 4 burrows within the approximately 3-acre project area. Ensite Engineering—Chiquita 27/The Hadley Multi -Family Apartments, Cape Coral, FL Environmental Manager - Florida Fish and Wildlife Conservation Commission Registered Agent for burrowing owl surveys and Migratory Bird Nest Removal permitting for 10 burrows located within the approximately 27-acre project area. Lee County Department of Transportation Environmental Resource Permitting and Corridor Studies, Lee County, FL Environmental Project Manager - Responsible for overseeing all aspects of environmental studies, Environmental Resource Permit and Federal Dredge and Fill Permit applications, and environmental compliance for the Sanibel Causeway Replacement and Improvements, Corkscrew Road Widening and Curve Improvements, Three Oaks Parkway North, Widening and South segments, Imperial Street Extension, Estero Parkway Extension, Gladiolus Drive Widening, Harbor Drive Realignment, Matlacha Bridge Replacement, Plantation Road Extension and Roundabout, Six Mile Cypress Widening, Homestead Road Widening, Ortiz Avenue Widening, as well as numerous sidewalk / bike path and intersection improvement projects that included the Stringfellow Road Bike Path, A&W Bulb Road Safety Improvements, Captiva Drive Safety Improvements, and Six Mile Cypress Parkway Complete Streets Initiative. Environmental Studies and reports included the Alico Road Corridor Study, Luckett Road Extension Study, Colonial Boulevard Corridor Study, and 951 PD&E. Hiatt 12 of 2 Justin M. Hojnacki, M.S. Senior Environmental Scientist and Project Manager EDUCATION MS, Business Management & Leadership; The City University of New York (2015) BA, Environmental Studies, Florida Gulf Coast University (2008) CERTIFICATIONS/TRAININGS NPDES — Florida Stormwater Erosion and Sedimentation Control Inspector Certification (2021, no exp.) Hydric Soils, Specialized Training for Wetland Scientists, UFSWSD (2009, no exp.) Registered Agent Permit for Burrowing Owls, Florida Fish & Wildlife Conservation Commission (RAG # 21-00008, 2021, no exp.) Authorized Gopher Tortoise Agent, Florida Fish & Wildlife Conservation Commission, (GTA # 22-00048, 2022, no exp.) FEMA Citizen Preparedness, Incident Command System, Single Resources & Initial Action Incidents, National Incident Management System (2009, no exp.) EXPERIENCE SUMMARY Mr. Hojnacki serves as a Senior Environmental Scientist in our Environmental Group with over 15 years of professional experience in the environmental resources field in Southwest Florida. Prior to his career at Pennoni, Mr. Hojnacki worked as an environmental regulator for the South Florida Water Management District (SFWMD) for over 12 years. His regulatory experience includes review of Environmental Resource Permits, Water Use Permits, and Sovereignty Submerged Lands applications for large scale residential, commercial, agricultural, and roadway development projects to ensure compliance with State rules regarding flood prevention, water quality, and the protection of wetlands and other surface waters. He has developed strategies and detailed action plans for immediate and long-term improvement including problem identification and elimination, efficiency, and quality improvements within statutory deadlines. Since joining the Pennoni team, Mr. Hojnacki has become an adept project manager, specializing in local and state environmental permitting, federal dredge and fill permitting, pre, during, and post construction compliance, and the resolution of environmental violations. He provides expertise in performing formal and information wetland jurisdictional determinations, due diligence assessments, wetland functional assessments and associated mitigation plans, as well as protected species surveys, permitting, and compliance. Mr. Hojnacki has developed and maintained a strong working relationship with the regulatory agencies, including the State's Water Management Districts (WMDs), the Florida Department of Environmental Protection (FDEP), the Florida Fish and Wildlife Conservation Commission (FWC), the U.S. Army Corps of Engineers (USACE), the U.S. Fish and Wildlife Service (USFWS), and various local county and municipal governments. REPRESENTATIVE PROJECTS Avalon Engineering - Three Oaks Parkway North Extension, Daniels Parkway Widening, & Palomino Lane Extension, Fort Myers, FL (11/20 — Present) Senior Environmental Scientist - Environmental site assessment, wetland jurisdictional determination, wildlife surveys (including coordination with the USFWS and FWC), and permit applications for the SFWMD, FDEP and/or the USACE for the extension of Three Oak Parkway North, Daniels Parkway Widening, and Palomino Lane Extension. Florida Department of Transportation, District 1 - Pine Island Road, Cape Coral, Matlacha, and Pine Island, FL (2/21 - 5/21) Environmental Scientist - Environmental site assessment, wetland jurisdictional determination, and wildlife surveys for the shared use path feasibility study along Pine Island Road, connecting Pine Island to Burnt Store Road in Cape Coral, FL. HighSpans Engineering, Inc. - Alico Road Widening, Fort Myers, FL (11/20 — 12/20) Environmental Scientist - Post construction environmental site inspections and reports to document that all wildlife - specific permit conditions were met for the USACE, the USFWS, and the SFWMD for the widening of Alico Road in Fort Myers, FL. HighSpans Engineering, Inc. — Big Carlos Bridge Replacement Project, Fort Myers Beach, FL (12/21 —Present) Senior Environmental Scientist — Construction Engineering and Inspection (CEI) for a Lee County bridge replacement project. Includes pre, during, and post -construction inspection of environmental aspects of the project site such as wetland protection and protected species protection to ensure that the project abides by all local, state, and federal permit conditions. Hojnacki 11 of 2 Justin M. Hojnacki, M.S. Senior Environmental Scientist and Project Manager HighSpans Engineering, Inc. - Burnt Store Road Widening Central, Cape Coral, FL (12/20 - 5/21) Environmental Scientist - Environmental site assessment, wetland jurisdictional determination, wildlife surveys, and permit applications for the USACE to modify an existing outfall structure. HighSpans Engineering, Inc. — Lakes Park Boardwalk Repair and Replacement, Fort Myers, FL (12/23 - Present) Senior Environmental Scientist and Project Manager- Responsible for overseeing all environmental aspects of the project including an environmental site assessment, wetland jurisdictional determination, wildlife surveys (including coordination with the USFWS and FWC, and permit applications for the SFWMD and the USACE for the repair and replacement of an existing boardwalk within a Lee County Park. HighSpans Engineering, Inc. - Ponce de Leon Shared Use Path, North Port, FL (3/22) Environmental Scientist - Environmental site assessment, wetland jurisdictional determination, wildlife surveys, and permit applications for the SWFWMD for the construction of a shared use path along Ponce de Leon Boulevard. Norstar Companies — Eastwood Village, Fort Myers, FL (12/22- Present) Senior Environmental Scientist - Environmental site assessment, wetland jurisdictional determination, wildlife surveys, and permit application modification for the SFWMD for a proposed large-scale residential community. Environmental aspects of the project include off -site mitigation within a Lee County 20/20 preserve (Prairie Pines Preserve) and ensuring the project is within compliance with the existing permit requirements. Oremus Material, LLC — 4300 Canal Street, Fort Myers, FL (8/23 — Present) Senior Environmental Scientist and Project Manager- Responsible for overseeing all environmental aspects of the project including an environmental site assessment, wetland jurisdictional determination, wildlife surveys (including coordination with the USFWS and FWC, and permit applications for the SFWMD and the FDEP for a concrete batch plant. Additionally responsible for organizing the project's civil and structural engineering, site survey, traffic engineering, and air quality requirements. Wright Construction - Venice Municipal Airport Taxiway E, Extension, Venice, FL (2/22) Environmental Scientist - Assisted in the execution of a FWC permit to excavate more than a dozen burrowing owl nests. Projects Prior to Pennoni Regulation Division of the South Florida Water Management District, Lower West Coast Service Center, Fort Myers, FL Environmental Scientist — Ensured all projects met Florida environmental resource permitting rules including wetland delineation; reduction and elimination of wetland impacts; direct and secondary wetland impact evaluation; mitigation requirements to offset the functional loss of on -site and off -site wetland impacts; and the protection of wetland - dependent threatened and endangered wildlife species. Large-scale residential/commercial development projects in Florida by County include: Lee County - Centerplace, Hertz Corporate Headquarters, Hudson Creek, Magnolia Landing, The Place, Verdana Village, and Wildblue. In Collier County - Esplanade (formerly known as Mirasol), Isles of Collier Preserve, and in Charlotte County -the McNew Ranch. Transportation and governmental projects in Florida by County include: Lee County - Burnt Store Road Widening, Imperial Marsh West 567 Enhancements, and the Ortiz Avenue Roundabout. In Collier County - Comprehensive Watershed Improvement, Fakahatchee Strand Boardwalk and Parking, Fruit Farm Mangrove Restoration, Naples Airport, and State Road 951 Widening. Hojnacki 12 of 2 Scott Bickar, PE «, Peer Review EXPERIENCE • 23 Years EDUCATION • BS, Civil Engineering, Pennsylvania State University, PA, 2001 REGISTRATION • Professional Engineer, Florida #82643, 2017 EMPLOYEMENT HISTORY • June 2024 — Present: AIM Engineering & Surveying, Inc. • March 2017 — May 2024: Dewberry • February 2012 — February 2017: GAI • May 2001 — February 2012: Parsons Brinckerhoff PROFESSIONAL AFFILIATIONS • American Society of Highway Engineers PROFESSIONAL PROFILE Mr. Bickar has over decades of experience providing technical support in traffic engineering studies and traffic design for the Florida Department of Transportation (FDOT), state and regional expressway authorities, numerous counties and planning organizations, and other private sector clients. Mr. Bickar has served as the Engineer of Record (EOR) for multiple signal design projects. He also provided review for all signalization jobs for the Central Florida Expressway Authority (CFX) as General Engineering Consultant (GEC). PROJECT EXPERIENCE 1-75 (SR 93A) PD&E and Design from Golden Gate Parkway to Corkscrew Road in Collier and Lee Counties, Florida (FPIDs 452544-1-22-01, 452544-1- 32-01) — FDOT District One. Traffic Engineer and Signing & Pavement Marking Analysis. FDOT District One contracted AIM as the prime consultant to lead the PD&E study and Design of the widening of 18 miles of 1-75 from north of Golden Gate Parkway to Corkscrew Road in Collier and Lee Counties. This contract also includes converting the Immokalee Road interchange from a conventional diamond to a diverging diamond interchange. The PD&E study scope of services included a comprehensive public engagement program that included small and large group meetings for a diverse community with elderly, low-income, minority, and limited English proficiency groups. The study evaluated and documented the potential social, cultural, natural, and physical environmental effects of widening 1-75 inside and outside of the existing lanes. There are several cultural resources, protected species habitats, and noise -sensitive neighborhoods along the project corridor. TRAINING The scope of the Design phase work included evaluating current pavement • FDOT Advanced Maintenance of conditions and developing a new pavement design; obtaining topographic and Traffic, 2022 right-of-way survey, SUE and geotechnical field data; studying drainage patterns • Florida LTAP The Basics of Traffic and preparing a Pond Siting Report and Location Hydraulics Report; determining Signal Timing bridge and culvert conditions, candidates to be widened; preparing Roadway, • Florida LTAP Vehicular Timing Drainage, Signing and Pavement Marking, Lighting/ITS/Signalization, Structures, Considerations and Signal Phasing Temporary Traffic Control Plans and associated design documentation. The Project • Florida LTAP Phasing Sequences and Management aspects of this contract included leading a team of 15 subconsultants Signal Controllers to deliver this complex interstate project under an accelerated schedule. Marigold Avenue Safety Improvements, Osceola County, Florida — Osceola County. Mr. Bickar served as the Engineer of Record. He worked with Osceola County and FDOT to provide engineering and design services for safety improvements on Marigold Avenue. The project includes the design of single lane roundabouts on Marigold Avenue at the intersections of San Lorenzo Road, Laurel Avenue, and Peabody Road and the design of a single northbound left -turn lane at San Miguel Road. Professional services consist of survey, geotechnical analysis, natural resource evaluation, cultural resource analysis, design, identification of easements or right-of-way impacts, right-of-way mapping, coordination of utility relocations, permitting, public involvement, and plans production. Mr. Bickar was responsible for TTC Plans. Neovation Way Design Build, Osceola County, Florida — Osceola County. Mr. Bickar served as the Engineer of Record. He was the lead designer who completed the final design of Neovation Way and construct the proposed roadway and all Scott Bickar, PE Peer Review supporting infrastructure modifications. The team are constructing the proposed Tohopekaliga Water Authority (Toho) utilities and relocations, design and construct all associated signals, signing, pavement markings, and Intelligent Transportation Systems (ITS). His team provided as -built survey and prepare as -built drawings for the County. Mr. Bickar was responsible for SPM, TTC, and Signal Plans. Slavia Road Capacity Improvements, Seminole County, Florida — Seminole County. Mr. Bickar served as the Engineer of Record. This project provides additional capacity improvements on Slavia Road, with project limits extending from the intersection at Red Bug Lake Road to the intersection at SR 426, a distance of approximately 0.9 miles. The existing roadway consists of a two-lane typical section with one travel lane in each direction and roadside swales to convey stormwater runoff. Additional improvements include roadway safety, addressing any ongoing drainage issues, and providing sidewalk and other pedestrian/bicycle accommodations. He provided a PD&E study with final design, where we are evaluating three design alternatives with associated impacts to the adjacent properties. The alternatives include a three -lane section and two different four -lane divided roadways. Each alternative improves the existing condition, while adding additional capacity for the increasing traffic numbers, providing pedestrian I Scott Bickar 13 and safety improvement features along the roadway, and addressing turning movements and traffic congestion. To accommodate the widening, he was also part of the designing drainage ponds with a drainage system. Mr. Bickar was responsible for SPM, TTC, and Signal Plans. Big Bend Road at 1-75 Interchange Design Build, Gibsonton, Florida — Gibsonton. Mr. Bickar served as the Engineer of Record. He was teamed with Skanska on this $81 M design -build project, which involved the widening and reconstruction of Big Bend Road to a six -lane urban roadway from west of Covington Garden Drive to east of Simmons Loop, realignment and reconstruction of Old Big Bend Road to accommodate new interchange ramp connections with 1-75, and construction of a new roundabout at the realigned intersection of Old Big Bend Road and Bullfrog Creek Road. Improvements also included three new bridges, two bridge replacements, a pedestrian tunnel, retaining walls, Hillsborough County municipal utilities, stormwater management facilities, wetland mitigation, and floodplain compensation sites. Services included roadway, drainage, erosion control, structures, signing and pavement markings, signalization, lighting, ITS, utility design, utility coordination, geotechnical investigations, environmental and species survey, and permitting. Mr. Bickar was responsible for Signal Plans. 1-4 at SR 557 Interchange Improvements, Polk County, Florida — FDOT District One. Mr. Bickar served as the Lead Traffic Engineer. Designing the reconstructing of the 1-4 and SR 557 interchange from a partial cloverleaf to a diamond configuration. The project also includes the replacement of the existing two-lane SR 557 bridge over 1-4 with a new fourlane bridge that will accommodate the ultimate 1-4 typical section, including three general -use lanes in each direction, with provisions for future special - use lanes and a high speed rail corridor in the median. Two modern roundabouts are proposed at the ramp junctions with SR 557. Mr. Bickar was responsible for SPM and TTC Plans. SR 472 Milling and Resurfacing, Volusia County, Florida — FDOT District Five. Mr. Bickar served as the Lead Traffic Engineer. The intent of the project is to mill and resurface the roadway, including necessary roadside improvements, in accordance with PPM Vol I Chapter 25. The project is located in Volusia County on SR 472 from MP 0.376 to 2.931. The limits of the project include the State Road 15 interchange ramps. Services included construction administration, drainage design, environmental/permitting, landscape architecture, MOT, project management, public involvement, right-of-way mapping, roadway design, signing and pavement markings, and survey/subsurface utility engineering (SUE). Mr. Bickar was responsible for signal, SPM, and TTC Plans. Graves Avenue Widening, Volusia County, Florida — Volusia County. Mr. Bickar served as the Engineer of Record. This LAP joint project between Volusia County and FDOT widened Graves Avenue from a two-lane undivided roadway to a three -lane undivided roadway, with a center two-way left turn lane and paved shoulders between Veterans Memorial Parkway and Kentucky Avenue, a distance of approximately 0.32 miles. He provided roadway design, drainage design, geotechnical design, environmental permitting, signing and pavement marking, signalization, survey, right-of-way mapping, utility coordination, and post -design phase services. Mr. Bickar was responsible for SPM, TTC, and Signal Plans. age 2 Sean Gibbins, PE «, Peer Review EXPERIENCE • 13 Years EDUCATION • BS, Civil Engineering, Florida State University, 2011 REGISTRATION • Professional Engineer, Florida #82262, 2017 EMPLOYMENT HISTORY • October 2024 — Present: AIM Engineering & Surveying, Inc. • January 2012 — October 2024: Dewberry Engineers, Inc. PROFESSIONAL PROFILE Mr. Gibbins has a wide variety of roadway engineering projects throughout the State of Florida. He is responsible for design and management of public and private projects with a background in roadway design. He is cross trained with design experience in maintenance of traffic, signing and pavement markings, signalization, and drainage. With this knowledge, he has worked with the Central Florida Expressway Authority as a GEC reviewer for consultant roundabout designs. He has been the Project Manager for many projects for several FDOT Districts and numerous Counties. PROJECT EXPERIENCE Continuing Services Contract, Volusia County, Florida — Volusia County. Mr. Gibbins served as the Contract Manager / Team Lead. His task work orders include intersection improvements, resurfacing, lighting, signalization, and all tasks associated with roadway design projects. The traffic design services include signing and pavement marking design, signal warrant analysis, signalization design, lighting justification, lighting design, and traffic studies. PROFESSIONAL AFFILIATIONS Graves Avenue Widening LAP Project, Volusia County, Florida — Volusia • American Society of Highway County. Mr. Gibbins served as the Project Manager / Engineer of Record. This LAP Engineers joint project between Volusia County and FDOT widened Graves Avenue from a two-lane undivided roadway to a three -lane undivided roadway, with a center two - TRAINING way left turn lane and paved shoulders between Veterans Memorial Parkway and • FDOT Advanced MOT-TTC Kentucky Avenue, a distance of approximately 0.32 miles. He provided roadway design, drainage design, geotechnical design, environmental permitting, signing and pavement marking, signalization, survey, ROW mapping, utility coordination, and post -design phase services. LPGA @ Clyde Morris Blvd Intersection Improvements, Volusia County, Florida — Volusia County. Mr. Gibbins served as the Project Manager / Engineer of Record. This project consisted of adding 550-footlong dual left turn lanes to eastbound LPGA Boulevard and northbound Clyde Morris Boulevard. The existing concrete box culvert under Clyde Morris Boulevard was extended. Mast arm traffic signals were replaced to increase the signal arm length and to accommodate the widening on the south approach to the intersection. The existing guardrail was eliminated or reduced to the minimum necessary. Pedestrian crossings were installed on the north and east approaches to the intersection. All pedestrian facilities adhere to current ADA standards. Orange Camp Road Widening Corridor Study, Volusia County, Florida — Volusia County. Mr. Gibbins served as the Project Manager / Engineer of Record. Volusia County requested a corridor study for Orange Camp Road from West of Woodland Blvd (US 17/92) to Victoria Hills Blvd. This study analyzed existing roadway characteristics, traffic studies, environmental impacts, drainage analysis, right-of-way, utilities, and public feedback to determine improvements along the corridor. Construction feasibility and costs were investigated to determine the typical sections and lane improvements that can be implemented. Marigold Avenue Safety Improvements, Osceola County, Florida — Osceola County. Mr. Gibbins served as the Project Manager / Lead Roadway Engineer. He worked with Osceola County and FDOT to provide engineering and design services Sean Gibbins, PE Peer Review for safety improvements on Marigold Avenue. The project includes the design of single lane roundabouts on Marigold Avenue at the intersections of San Lorenzo Road, Laurel Avenue, and Peabody Road and the design of a single northbound left -turn lane at San Miguel Road. Professional services consist of survey, geotechnical analysis, natural resource evaluation, cultural resource analysis, design, identification of easements or right-of-way impacts, right-of-way mapping, coordination of utility relocations, permitting, public involvement, and plans production. Boggy Creek Road Widening, Osceola County, Florida — Osceola County. Mr. Gibbins served as the Lead Roadway Engineer / MOT Design Engineer. This project is located in Osceola County along three miles of rural residential roadway and utility easements just east of Boggy Creek Road. Improvements included the addition of wastewater utility lines along the existing roadway. The project alignment called for directional drilling of the transmission main to reduce impacts to a connected water body of Lake Tohopekaliga. Roadway widening from two to four lanes over the entire corridor. CR 557 Widening, Polk County, Florida — Polk County. Mr. Gibbins served as the Roadway Engineer / Roundabout Design Engineer. Mr. Gibbins was responsible for the construction of CR 557 from W. Alfred Street to South of Interstate 4. The project includes roadway widening from two to four lanes over the entire corridor with three multi -lane roundabouts, drainage, signing and pavement markings, traffic control, geotechnical investigation, permitting, survey, and right-of-way mapping. Slavia Road Capacity Improvements, Seminole County, Florida — Seminole County. Mr. Gibbins served as the Deputy Project Manager / Engineer of Record. This project provides additional capacity improvements on Slavia Road, with project limits extending from the intersection at Red Bug Lake Road to the intersection at SR 426, a distance of approximately 0.9 miles. The existing roadway consists of a two-lane typical section with one travel lane in each direction and roadside swales to convey stormwater runoff. Additional improvements include roadway safety, addressing any ongoing drainage issues, and providing sidewalk and other pedestrian/bicycle accommodations. He provided a PD&E study with final design, where we are evaluating three design alternatives with associated impacts to the adjacent properties. The alternatives include a three -lane section and two different four -lane divided roadways. Each alternative improves the existing condition, while adding additional capacity for the increasing traffic numbers, providing pedestrian and safety improvement features along the roadway, and addressing turning movements and traffic congestion. To accommodate the widening, he is also designing drainage ponds with a drainage system. Median Improvement Project Design -Build Project Bundle (4), Polk County, Florida — FDOT District One. Mr. Gibbins served as the Project Manager / Engineer of Record / Lead Roadway Engineer. This design -build project involved the design and construction of safety related median improvements at four locations in Polk County; SR 544 (5th St NW to 1st St N), SR 555 (US 17) (at Crystal Beach Rd), SR 600 (US 17/92) (Hinson Ave to McKeown Ave) and SR 33 (N Iowa Ave to Parkview Place). Improvements included the addition of medians and median openings, milling and resurfacing of existing pavement, signing and pavement markings, pedestrian facilities, lighting and signalization. A detailed maintenance of traffic during construction plan was developed for each roadway. 1-4 at SR 557 Interchange Improvements, Polk County, Florida — FDOT District One. Mr. Gibbins served as the Roadway Engineer / Roundabout Design Engineer. Designing the reconstruction of the 1-4 and SR 557 interchange from a partial cloverleaf to a diamond configuration. The project also includes the replacement of the existing two-lane SR 557 bridge over 1-4 with a new four -lane bridge that will accommodate the ultimate 1-4 typical section, including three general -use lanes in each direction, with provisions for future special -use lanes and a high-speed rail corridor in the median. Two modern roundabouts are proposed at the ramp junctions with SR 557. Page 2 Brian Alley, PE nua Peer Review EXPERIENCE • 20 Years EDUCATION • BS, Civil Engineering, Embry -Riddle Aeronautical University, Florida, 2001 PROFESSIONAL PROFILE Mr. Alley has successfully provided design services including lighting design and support for municipal government clients and FDOT districts throughout Florida. His lighting design responsibilities include layout and illumination design using AGI Lighting software, wire sizing calculations, load center determination, lighting plan development, maintaining agency coordination, technical specification development, and lighting constructability reviews. REGISTRTION • Professional Engineer, Florida, PROJECT EXPERIENCE # 67413, 2008 SR 45 (US 41) Sidewalk, Lee County, Florida — FDOT District One. Mr. Alley EMPLOYMENT HISTORY served as Project Manager and Engineer of Record for the design and • July 2020 — Present: construction of 2.1-miles of 8-foot sidewalk from SR 78 (Pine Island Road) to AIM Engineering & Surveying, Inc. North Fork Drive in Lee County. Mr. Alley designed the pedestrian lighting • November 2004 — July 2020: improvements at two signalized intersections. Design efforts included Connelly & Wicker, Inc. maintaining agency (LCEC) coordination, utility avoidance including meeting • January 2002 — September 2004: OHSA requirements for existing overhead electric lines, foundation review and Great Lakes Dredge & Dock Co. analysis incorporating spread footers, wiring calculations, and identification of load centers at both intersections. Lighting design and layout met FDM 231.2 TRAINING criteria for both horizontal and vertical illumination levels • PowerGeopak • FDOT SS4 SR 78 (Pine Island Road) Keyholes, Lee County, Florida — FDOT District • FDOT TRANSPORT One. Mr. Alley served as Project Manager and Engineer of Record for the • FDOT LRE construction of eight bicycle keyhole lanes along SR 78 (Pine Island Road) • FDOT Specs on the Web between Chiquita Boulevard and Santa Barbara Boulevard in Lee County. Mr. • Ad-ICPR Alley developed a plan to replace the existing lighting "in -kind". This involved a • HEC-RAS detailed review of As -Built Plans, locating the existing circuit at each right turn • HY-8 lane, identifying existing conduit/wiring runs to tie-in to, utility avoidance, and coordination with maintaining agency (LCEC) • AGI Lighting • Autoturn SR 70 (151" Street East) at 9t" Avenue East Roundabout, Manatee County, • SignCAD Florida — FDOT District One. Mr. Alley served as Project Manager and • GuideSign Engineer of Record for the reconstruction of the SR 70 (15t" Street East) at 9tn • FDOT Advanced TTC Avenue East intersection into a modern roundabout in the City of Bradenton. Mr. • FDOT Design Conference Alley utilized AGI software to develop a lighting design and layout to meet the • Florida Local User's Group vertical and horizonal illumination levels outlined in FDM 231.2. Design efforts • Various CAD Training included service point coordination with the utility provider (FPL), maintaining PROFESSIONAL AFFILIATIONS agency (City of Bradenton) coordination, utility avoidance, wiring calculations, • Florida Engineering Society and consideration for businesses and residents near the roundabout. Mr. Alley • Florida Engineering Leadership Institute worked with FPL to place arms and luminaires on distribution poles to meet (Alumni, 2013) OHSA requirements and avoid additional utility impacts. • ACEC — Florida Transportation Pecan Park Road Reconstruction and I-951Pecan Park Road Interchange Committee Widening, Duval County — FDOT District Two. Project Manager and Engineer • ACEC — FL 3D Task Team Sub of Record responsible for the reconstruction of a two-lane rural roadway into a Committee four -lane urban roadway and the widening of entrance and exit ramps at the I- 95/Pecan Park Road Interchange. Mr. Alley led the unique lighting design efforts including layout, coordination, specification development, and quantity calculations. Lighting coordination efforts for this corridor were extensive given the proximity to both Jacksonville International Airport and 1-95. Mr. Alley worked with Jacksonville Electric Authority (JEA), Jacksonville Aviation Authority, Brian Alley, PE MKIM Peer Review Federal Aviation Administration, and FDOT District Two. The project included both conventional and high mast lighting with the conventional lighting falling under JEA's lighting standards and the high mast lighting under FDOT lighting standards. As part of the JEA coordination, Mr. Alley led the efforts to develop a lighting Technical Special Provision specific for JEA equipment which is utilized throughout the JEA coverage area on FDOT roadways. The high mast lighting effort at 1-95 involved the replacement of three high mast lights. As a condition of the design, the existing lights had to remain in service which required placement of temporary conduit and wiring within the interchange. Due to the proximity of Jacksonville International Airport, Mr. Alley sought and attained a NOTAM (Notice to Airmen) certification through the FAA for the high mast lighting which was within the airport's ILS approach. SR 15 (US 17) Milling & Resurfacing, Clay County — FDOT District Two. Project Manager and Engineer of Record responsible for roadway, drainage, and signing and pavement marking designs for the resurfacing of 4.3-miles of the urban arterial roadway in Clay County. Mr. Alley worked with the lighting design engineer and utility coordinator to develop a lighting layout at eight signalized intersections constructed through a RISA Agreement with the maintaining agency (Green Cove Electric). Coordination efforts involved cost estimating review, SUE coordination, and utility avoidance. SR A1A Milling & Resurfacing, Duval County — FDOT District Two. Project Manager and Engineer of Record for the milling and resurfacing of a 6-mile section of SR A1A through the cities of Neptune Beach and Jacksonville Beach, Florida. Mr. Alley sought and attained a Design Variation for median lighting, worked with the maintaining agency (Beaches Energy) for the placement of pull boxes and conduit for future lighting enhancements within the corridor. Bob Potter, PSM «, SUE Manager EXPERIENCE • 42 Years EDUCATION • General Studies, Edison State College, Fort Myers, 1993 • HS Diploma, Cape Coral High School, 1981 REGISTRATIONS Professional Surveyor & Mapper, Florida #5688, 1997 Professional Surveyor, Mississippi #3118, 2009 Captain's License, USA, #235428, 2014 EMPLOYMENT HISTORY • October 1999 — Present: AIM Engineering & Surveying, Inc. • August 1983 — October 1999: Deni Associates, Inc. TRAINING • Advanced GPS Planning & Computations • Electronic Field Book, CAiCE • Intermediate TTC • Mean High Water Line Surveys • Minimum Technical Standards • NAVD `88 • State Plane Coordinates • Survey Law PROFESSIONAL AFFILIATIONS • American Association of Geodetic Surveying • American Congress on Surveying & Mapping • Florida GPS Users Group • Florida Surveying & Mapping Society PROFESSIONAL PROFILE Mr. Potter's professional experience includes project management, Global Positioning System (GPS), Subsurface Utility Engineering (SUE), hydrographic surveys, geodetic control surveys, pre -construction and post -construction surveys, design surveys, Right -of -Way (R/W) surveys, control maps, RAN maps, boundary surveys, R/W monumentation, and other types of survey work. Mr. Potter has many years of experience serving AIM in the capacity of supervisor of all surveying, mapping, and SUE operations and currently serves AIM as a Senior Project Manager. PROJECT EXPERIENCE 15th Street from Tallevast Road to US 41, Manatee County, FL — FDOT District One. Senior Protect Surveyor for the reconstruction of an existing two-lane rural roadway to a three -lane curb and gutter section along five miles of Manatee County roadway. The design includes five roundabouts, four signalized intersections, one bridge culvert, lighting, ITS, adherence to the Airport Authority regulations for ponds and lighting, as well as extensive coordination with Manatee County. Immokalee to US 41, Collier County, FL — Collier County. As a subconsultant, AIM provided 70-square miles of topographic & digital elevation models at one foot contour intervals on this South Florida Water Management contract. The project team uniquely utilized LiDAR, ground control & traditional photogrammetric methods to provide accurate data sufficient to model, design, plan, & implement improvements to the SR 29 canal, adjacent drainage basins, sub -basins, & any Comprehensive Everglades Restoration Project (CERP) or Critical Restoration Project areas. Lee County Municipal Service Benefit Unit (MSBU) Projects Consulting Engineer — Lee County Utilities. Surveyor / Mapper on this contract, with tasks that include retrofitting older neighborhoods with new water and sewer systems, new roads and drainage facilities to mitigate flooding hazards, and preparation of parcel maps with legal descriptions and sketches for easements and ROW takes. iROX/1-75 Design/Build Widening Project from Golden Gate Parkway to Colonial Boulevard, Lee & Collier Counties, FL — FDOT District One. This project concluded eight months ahead of schedule and spanned approximately 30 miles of interstate expansion, seven interchanges and 31 ponds. This project required the supervision of over 10 survey/SUE crews working for over three years on assignments ranging from construction staking for bridge piles, sound walls, drainage structures, guardrail, pavement and all earthwork. Also required was a SUE investigation on many high profile utilities crossing the interstate at the several interchanges and was completed without any impact to existing utilities. AIM was solely responsible for all surveying services. AIM's staff staked over 30,000 points using various methodologies and played an integral role in the timely completion and success of this project. In addition, AIM was responsible for collecting all as -built data and was closely involved in the project's close-out process. The survey team for this project included three project managers, seven survey crews, one administrative assistant, and three Computer -Aided Drafting (CAD) technicians. Mr. Potter worked as Sr. Project Surveyor. Darren Townsend, PSM EXPERIENCE PROFESSIONAL PROFILE • 25 Years Mr. Townsend has experience in the preparation of boundary surveys, legal descriptions, topographic maps, plat review, specific purpose surveys, right -of - EDUCATION way/control surveys and hydrographic surveys for government and private clients. • BS, Surveying & Mapping, He also has experience performing construction survey for both commercial and University of Florida, FL, 1999 home site developments and is proficient in the science of Subsurface Utility • Business Administration, Engineering (SUE), including designating and locating underground utilities using Uni University of Florida, FL, 1994 approved methods such as ground -penetrating radar (GPR), electromagnetic locating devices, and vacuum excavation equipment. He is trained in Advanced REGISTRATION Utility Locating and SUE locating and marking. He has worked on hundreds of • Professional Surveyor &Mapper, transportation design, design/build (D/B), and construction projects within the Florida # 6476, 2004 boundaries of FDOT Districts One, Four, Five, and Seven and has also worked for hundreds of private industry clients. EMPLOYMENT HISTORY He has been responsible for project management, geodetic control surveys and • December 2014 — Present: fieldwork on numerous roadway design and Right -of -Way (R/W) control survey AIM Engineering & Surveying, Inc. projects, including re-establishment of historical alignments, 2D & 3D topography • February 2002 — December 2014: surveys, cross sections, roadway cross slope sections, subdivision block ties, Cooner & Associates, Inc. government section ties, and all supporting calculations and documentation. • August 1999 — February 2002: Additionally, he has performed FDOT Electronic Field Book (EFB) data collection, AIM Engineering & Surveying, Inc. as well as calculated and staked control for roadway projects. TRAINING PROJECT EXPERIENCE • FDOT Work Zone Traffic Control SR 29 from South of Agriculture Way to CR 846 East (CA418), Collier County, Approved Certification FL — FDOT District One. Survey Manager. This widening design presented many • Location Surveying & R/W Mapping challenges including minimization of R/W impacts, PIO, drainage and canal Seminar realignment, pedestrian bridge replacement, safety improvements, and corridor • Expert Witness Testimony coordination and consistency. Typical sections included widening existing two • OPUS Projects lanes to a four -lane 55 mph suburban facility from Agriculture Way to Seminole Crossing Trail. The horizontal geometry critical for the project was the realignment AFFILIATIONS of the SR 29 and CR 846 E intersection. The pavement design incorporated • American Congress of Surveying & overbuilding and utilizing 4,100' of existing northbound lanes. Housing along Farm Mapping Worker Way generates significant pedestrian and bicycle use. AIM applied a context -sensitive design to provide safe modes for all users. AIM's design includes intersection lighting to improve visibility of pedestrians and bicyclists, and a Level II TTCP, developed in three phases for the mainline and safe accommodations for pedestrians during construction. Miscellaneous Surveying & Mapping Services Contract— Lee County. Project Manager / Survey Field Crew Manager on multiple iterations of this contract since 2007. Some of the services encompassed in this contract include as -built surveys, boundary surveys, construction layout surveys, control surveys, hydrographic surveys, mean high water line surveys, quantity surveys, record surveys, specific or special purpose surveys, topographic surveys, wetland jurisdiction line surveys, legal descriptions and parcel sketches, R/W surveys, and map preparation. Lee County Subdivision Plat Review — Lee County. Served as Interim County Surveyor responsible for review of preliminary and final subdivision plats submitted to Lee County. Additional responsibilities included coordinating with Lee County Development Office staff and County Attorney's office as well as serving as surveyor of record on approved final plats. Darren Townsend, PSM Surveyor & Mapper Wastewater Basin 101 & 8th Street, Naples Park, FL — Collier County. Senior Project Surveyor & Project Manager. This project was to support the design of new sanitary sewer force mains, gravity mains, lift stations, as well as drainage improvements and potable water design in a very densely populated area of Naples Park. The scope was to perform two miles of topographic design survey along the project corridor, which required cross sections every 100' as well as collecting all above ground features, driveways, drainage structures, fences and overhead utilities. The scope also required AIM to define and depict the right-of-way, establish project control for the survey through construction as well as perform Level-B & Level -A SUE Services identifying the existing underground utilities throughout the project. General Engineer Consultant (GEC) Contract, Florida — FDOT District One. This contract provided the District with the opportunity to address minor survey projects efficiently. The task assignments conducted under this contract usually involved accelerated schedules and limited review. AIM's surveying and SUE crews completed 20 task work orders throughout District One under the current GEC contract. District -Wide CEI Survey Support Contract (CA091) — FDOT District One. Survey Manager responsible for assisting in the development of staff -hour estimates, project research, alignment calculations and field crew supervision of over 200 tasks. Tasks on this contract included pre- and post -construction cross section checks, and re-establishment of reliable benchmarks, alignment, and GPS control, and required knowledge of construction surveying, R/W surveying, utility identification, topographic surveying, and quantity calculations. The contract was maintained and managed without any contractor claims or disputes. There were numerous instances when the department's best interests were protected as post -construction survey identified deficiencies in the final pavement construction and cross slope, drainage outfall inverts, or earthwork. District -Wide Locate, Designate, & Coordination Contract (C9X79) — FDOT District One. Project Manager assisting AIM's contract manager with developing staff -hour estimates and fee proposals, negotiating staff -hours with district staff, and overseeing the scheduling, quality, and accuracy of the information being delivered to support both in-house and consultant design projects. The general purpose of the contract is for the collection and depiction of SUE (Level -A) locates and (Level-B) designates data under specific tasks assigned by District One. SR 45 (US 41) from South of Dunruss Creek to South of Gulf Park Drive (CA411), Collier County, FL — FDOT District One. Survey Manager. This project was for the design of RRR improvements to 4.7 miles of US 41 (Tamiami Trail) in North Naples to preserve and extend the service life of pavement and enhance safety for all users. AIM's design addresses milling and resurfacing, sidewalk and curb ramp construction, railing upgrades, driveway modifications, lighting, signal, guardrail, and transit stop upgrades, minor drainage improvements, and miscellaneous structures. There are nine existing signalized intersections within the project limits. Four of the nine locations will be reconstructed with new mast arms. AIM was able to deliver high -quality utility location and coordination with the use of in-house SUE and surveying services. General Engineer Consultant (GEC) Contract (C91_49) — FDOT District One. Survey Protect Manager. The purpose of this contract is to provide the District with the opportunity to address minor survey projects efficiently. The task assignments conducted under this contract usually involved accelerated schedules and limited review. AIM has completed 20 TWOs under this contract. SR 25 (US 27) from Highlands County Line to CR 630A (C9H76), Polk County, FL — FDOT District One. SUE Protect Manager. This project required 174 locates and 60 miles of designates to support roadway widening, light poles, drainage structures, signal foundations, and earthwork. This project served to widen over eight miles of existing four -lane rural roadway to six lanes and included the addition of sidewalk and upgrades two signalized intersections and two bridges. The drainage design included pond siting for onsite and offsite stormwater management facilities, cross drain video inspection and bridge hydraulics for widening of the Lake Streety Canal structure, utility coordination, including Florida Gas Transmission, and permitting through SWFWMD. age 2 Selection Committee Final Ranking Sheet Collier County RPS #: 25-8342 Title: Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and call out the final rank order. Name of Firm Robert White Bee Thao Tony Barone Anthony Stolts Michael Studney Total Selection Committee Final Rank HighSpans Engineering, Inc. 11 21 11 11 11 6 1 1.0000 Kapur & Associates, Inc. 21 11 21 21 21 9 1 2.0000 Procurement Professional Barbara Lance Date 1 6/19/2025 Page 1 of 1 Docusign Envelope ID: 5EEF2641 -DDBC-4063-8194-FOFB41 EAAA52 Collier County Notice of Recommended Award Solicitation: 25-8342 Title: Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects Due Date and Time: March 17, 2025, at 3:00 pm EST Respondents: Company Name City County State Final Ranking Responsive/Responsible HighSpans Engineering, Inc. Fort Myers Lee FL 1 Yes/Yes Kapur & Associates, Inc. North Port Sarasota FL 2 Yes/Yes Capital Consulting Solutions LLC. Naples Collier FL Not Ranked Yes/Yes Utilized Local Vendor Preference: Yes = No 0 Recommended Vendor For Award: On February 6, 2025, the Procurement Services Division released notices for Request for Professional Services (RPS) No. 25-8342, "Independent Peer Review, Constructability and Bid Support Services for Transportation Engineering Design Projects" to two thousand eight hundred and sixty-nine (2,869) vendors. Six hundred eighty- one (681) firms viewed the solicitation information, and three (3) proposals were received by the March 17, 2025, submission deadline. Staff reviewed the proposals received and found all three (3) firms to be responsive and responsible, with Kapur & Associates, Inc. having a minor irregularity. The solicitation was extended one (1) week, during which time staff conducted additional vendor outreach. The Selection Committee convened on May 8th, 2025, and as described in Step 1 of the solicitation documents, the committee scored each of the proposals and shortlisted the three (3) firms to move to Step 2 in the order listed below: HighSpans Engineering, Inc. Kapur & Associates, Inc. Capital Consulting Solutions, LLC After the Selection Committee Meeting, Capital Consulting Solutions LLC withdrew their proposal and elected not to proceed with Presentations. On June 19, 2025, the Selection Committee reconvened for Step 2 presentations, and ranked the firms as shown in the above table. Staff is recommending to begin negotiations with the top -ranked firm, HighSpans Engineering, Inc. Contract Driven = Purchase Order Driven 0 Signed by: Project Manager: Required Signatures Procurement Strategist: ( &tA.�un 0_(_a^tt, 7/1/2025 14490CM3D448F... Procurement Services Director: FDocuSigned by: te+. av K& a nffFg1 �r'Ii�24Fs... 7/1/2025 Date