Loading...
Agenda 01/28/2020 Item #16A 4 (Short-list of Professional Engineering Consultants - Bridge Replacements of SR 29)01/28/2020 EXECUTIVE SUMMARY Recommendation to approve the short-list of professional engineering consultants and to enter into negotiations with HighSpans Engineering, Inc., pursuant to Request for Professional Services (“RPS”), “CCNA Solicitation 19-7632 CEI & Related Services Eleven Bridge Replacements East of SR 29" (Project 66066). OBJECTIVE: To obtain professional construction, inspection and engineering services for the replacement of eleven bridges east of Immokalee/State Road 29, Bridge numbers: 030136, 030137, 030138, 030139, 030140 and 030141 [CR-846/Immokalee Road]; 030158 [CR-858/County Line Road]; 030153, 030154, 030155, and 030156 [CR-858/Oil Well Road] (hereafter, the “Project”). CONSIDERATIONS: On August 6, 2019, the Collier County Growth Management Department, through its Transportation Engineering Division, issued RPS number 19-7632 requesting proposals from professional engineering firms pre-qualified by the Florida Department of Transportation (“FDOT”) to provide construction, inspection, and engineering services for the Project. The County sent out seven thousand four hundred and eleven (7,411) notices of the RPS and interested firms downloaded eighty- seven (87) RPS solicitation packages. The County received seven (7) proposals by the September 13, 2019 deadline. The County found six of the seven firms submitting proposals as responsive and responsible. The County concluded AE Engineering, Inc., non-responsive and not responsible for submitting as a primary as well as a subconsultant for another firm that submitted a proposal on this project. A selection committee met on October 31, 2019 and, as described in Step 1 of the solicitation documents, scored each of the proposals and shortlisted the following top four firms to move on to Step 2, oral presentations: AECOM Technical Services, Inc., Hardesty & Hanover Construction Services, LLC., HighSpans Engineering, Inc., and Johnson Engineering, Inc. Subsequently, Johnson Engineering withdrew prior to Step 2. On November 12, 2019, the selection committee reconvened for the Step 2 oral presentations, following which the committee ranked the remaining firms as follows: Respondents: Company Name City County State Final Ranking Responsive/Responsible HighSpans Engineering, Inc. Ft. Myers Lee FL 1 Yes/Yes Hardesty & Hanover Construction Services, LLC. Port Charlotte Charlotte FL 2 Yes/Yes AECOM Technical Services, Inc. Ft. Myers Lee FL 3 Yes/Yes Staff requests that the Board approve the above-short list of professional firms in ranked order. Further, staff recommends that the Board direct staff to begin negotiations with the top ranked firm, HighSpans Engineering, Inc., and that should staff be unable to reach a proposed agreement with HighSpans that it continue negotiating with the remaining ranked firms until it reaches an agreement that it can bring back for the Board’s consideration at a future meeting. FISCAL IMPACT: The source of funding for the future contract (subject to board approval at a subsequent meeting) will be Gas Taxes. 16.A.4 Packet Pg. 1212 01/28/2020 On October 1, 2019, the Florida Department of Transportation (FDOT) notified staff that Bridge #030138 on Immokalee Road is to receive Federal Grant Funding administered through a Local Area Project (LAP) Agreement (FM #444185-1-52/62-01). Bridge #030138 will not be included in the CEI package negotiated for contract 19-7632. The LAP Agreement will be presented to the Board under a separate item. The funds are allocated as follows: Activity Fiscal Year Estimated Amount ($) Construction 2022 1,788,433 CEI 2022 360,000 Approval of this item will not have an impact on operational and maintenance costs; however, the completed project can be expected to have the following operational and maintenance impacts: minimal to no maintenance costs are expected to be incurred within the first 5 to 7 years of service for the new bridge and roadway features, and will be absorbed into the regular maintenance schedule thereafter; and the new stormwater features will require minimal maintenance that will be absorbed into the regular maintenance schedule resulting in minimal cost impact. GROWTH MANAGEMENT IMPACT: The project is in conformance with the goals and objectives of the Transportation Element of the Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT RECOMMENDATION: To approve the short-list of ranked professional engineering consulting firms for RPS number 19-7632 and direct staff to begin negotiating an agreement with the top -ranked firm, HighSpans Engineering, Inc., as provided above so that staff can bring a proposed agreement back to the Board for its consideration at a future meeting. Prepared by: Marlene Messam, P.E., Principal Project Manager, Transportation Engineering Division , Growth Management Department. ATTACHMENT(S) 1. 19-7632 Solicitation (PDF) 2. HighSpans Proposal (PDF) 3. Final Ranking (PDF) 4. 19-7632 NORA (PDF) 16.A.4 Packet Pg. 1213 01/28/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.4 Doc ID: 11144 Item Summary: Recommendation to approve the short-list of professional engineering consultants and to enter into negotiations with HighSpans Engineering, Inc., pursuant to Request for Professional Services (“RPS”), “CCNA Solicitation 19-7632 CEI & Related Services Eleven Bridge Replacements East of SR 29" (Project 66066). Meeting Date: 01/28/2020 Prepared by: Title: Project Manager, Principal – Transportation Engineering Name: Marlene Messam 12/18/2019 9:34 AM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 12/18/2019 9:34 AM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 12/18/2019 10:32 AM Growth Management Department Christine Arnold Level 1 Reviewer Completed 12/18/2019 11:13 AM Transportation Engineering Steve Ritter Additional Reviewer Completed 12/18/2019 3:30 PM Transportation Engineering Jay Ahmad Additional Reviewer Completed 12/19/2019 9:35 AM Procurement Services Evelyn Colon Additional Reviewer Completed 12/19/2019 11:01 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 12/19/2019 11:05 AM Procurement Services Sandra Herrera Additional Reviewer Completed 12/19/2019 1:11 PM Procurement Services Geoff Thomas Additional Reviewer Completed 12/20/2019 2:19 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 12/27/2019 4:16 PM Growth Management Department Gene Shue Additional Reviewer Completed 12/30/2019 12:06 PM Growth Management Department Christine Arnold Deputy Department Head Review Skipped 12/18/2019 11:14 AM Growth Management Department Thaddeus Cohen Department Head Review Completed 12/30/2019 2:27 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 12/30/2019 4:15 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 12/31/2019 8:23 AM Grants Debra Windsor Level 3 OMB Gatekeeper Review Completed 01/02/2020 4:36 PM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 01/06/2020 8:18 AM 16.A.4 Packet Pg. 1214 01/28/2020 Office of Management and Budget Susan Usher Additional Reviewer Completed 01/06/2020 9:45 AM County Manager's Office Geoffrey Willig Level 4 County Manager Review Completed 01/21/2020 1:23 PM Board of County Commissioners MaryJo Brock Meeting Pending 01/28/2020 9:00 AM 16.A.4 Packet Pg. 1215 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR CEI & RELATED SERVICES 11 BRIDGE REPLACEMENTS EAST OF SR 29 RPS NO.: 19-7632 Geoff Thomas, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-6098 Geoff.Thomas@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. 16.A.4.a Packet Pg. 1216 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSINAL SERVICES (RPS) NUMBER: 19-7632 PROJECT TITLE: CEI & RELATED SERVICES 11 BRIDGE REPLACEMENTS EAST OF SR 29 LOCATION: Procurement Services Division, Conference Room A, 3295 Tamiami Trail East, Bldg. C-2, Naples, FL 34112 RPS OPENING DAY/DATE/TIME: September 6, 2019 at 3:00 PM 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://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Transportation Engineering Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Professional Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. Construction Engineering and Inspection (CEI) services have historically been added to the construction phase of transportation projects. The County typically performs CEI services with either in-house forces or by outsourcing. CEI work involves providing oversight for the County, ensuring that the contractor builds the project in reasonable conformity with the plans, specifications, and special provisions for the Construction Contract. The CEI firm is the liaison between the County and the Contractor to observe the Contractor's work to determine the progress and quality of the work. The CEI Consultant identifies discrepancies, reports significant discrepancies to the County, and directs the Contractor to correct such observed discrepancies. Historically, County departments have spent approximately 10% to 12% of the total construction contract for CEI services; however, this may not be indicative of future buying patterns. BACKGROUND CEI services are required for the replacements of 11 existing timber pile Bridges east of State Route 29 that are functionally obsolete. All the bridges are over drainage canals, and some have a permanent pool year round. There are six (6) bridges on Immokalee Road (CR 846), four (4) on Oil Well Road (CR 858), and one (1) on Countyline Road (CR 858). Please see the attached location map. The project will be let in three (3) separate bid packages, and the construction of each package will run concurrently. The services include, but are not limited to administering the construction contract(s), providing inspections, monitoring, and material sampling and testing. In addition, the services shall include monitoring off-site activities and fabricaton of structural elements, and performing underwater inspections for active bridge construction projects. Monitoring and inspecting the Contractor's Work Zone Traffic Control Plan and reviewing modifications to the Work Zone Traffic Control Plan, in accordance with the Florida Department of Transportation (FDOT) procedures. Determining the acceptability of all materials and completed work items on the basis of either test results or by verification of a certifiction. TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award is made is intended to be for 972 days. The contract term, will commence one month before the Contractors Contract Notice to Proceed is issued and end one month after the Contractor's Contract is terminated. 16.A.4.a Packet Pg. 1217 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) Prices shall remain firm for the initial 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 1.0 PURPOSE: This scope of services describes and defines the Construction Engineering and Inspection (CEI) services which are required for contract administration, inspection, and materials sampling and testing for the construction projects listed below. 2.0 SCOPE: Provide services as defined in this Scope of Services, and the referenced Florida Department of Transportation (FDOT) manuals, and procedures. The projects for which the services are required are: County Project IDs: 66066.12 Descriptions: Eleven Bridge Replacements 1. Package A - Immokalee Road CR 846 include Bridges – #034831, #034832, and #034833 2. Package B - Immokalee Road CR 846 include Bridges - #034834, #034835,#034836, and #034841 (Countyline Road, CR 858) 3. Package C - Oilwell Road CR 858 include Bridges – #034837, #034838, #034839, and #034840 County: Collier Exercise independent professional judgment in performing obligations and responsibilities under this Agreement. Pursuant to Section 4.1.4 of the Construction Project Administration Manual (CPAM), the authority of the Consultant’s lead person, such as the Senior Project Engineer, and the Consultant’s Project Administrator shall be identical to the Division’s Project Manager and Construction Manager respectively and shall be interpreted as such. Services provided by the Consultant shall comply with FDOT’s manuals, procedures, and memorandums. Such FDOT manuals, procedures, and memorandums are found at the State Construction Office’s website. On a single Construction Contract, it is a conflict of interest for a professional firm to receive compensation from both the COUNTY and the Contractor either directly or indirectly. Other projects developing within the geographical area of Collier County may be added at the Division’s discretion. The Consultant must perform to the satisfaction of the Division’s representatives for consideration of additional CEI services. 3.0 LENGTH OF SERVICE: The services for each Construction Contract shall begin upon written notification to proceed by the Division. Track the execution of the Construction Contract such that the Consultant is given timely authorization to begin work. While no personnel shall be assigned until written notification by the Division has been issued, the Consultant shall be ready to assign personnel within two weeks of notification. For the duration of the project, coordinate closely with the Division and Contractor to minimize rescheduling of Consultant activities due to construction delays or changes in scheduling of Contractor activities. For estimating purposes, the Consultant will be allowed an accumulation of thirty (30) calendar days to perform preliminary administrative services prior to the issuance of the Contractor's notice to proceed on the first project and thirty (30) calendar days to demobilize after final acceptance of the last Construction Contract. 16.A.4.a Packet Pg. 1218 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) The anticipated letting schedules and construction times for the projects are tabulated below: Construction Contract Estimate Financial Project ID Letting Date (Mo/Day/Yr) Start Date (Mo/Day/Yr) Duration (Days) 66066.12A 66066.12B 66066.12C TBD TBD TBD TBD TBD TBD 912 912 912 4.0 DEFINITIONS: A. Agreement: The Professional Services Agreement between the COUNTY and the Consultant setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of services, and the basis of payment. B. Contractor: The individual, firm, or company contracting with the COUNTY for performance of work or furnishing of materials. C. Construction Contract: The written agreement between the COUNTY and the Contractor setting forth the obligations of the parties thereto, including but not limited to the performance of the work, furnishing of labor and materials, and the basis of payment. D. Construction Project Manager: The Division employee assigned to manage the Construction Engineering and Inspection Contract and represent the Division during the performance of the services covered under this Agreement. E. Construction Training/Qualification Program (CTQP): The FDOT program for training and qualifying technicians in Aggregates, Asphalt, Concrete, Earthwork, and Final Estimates Administration. Program information is available at CTQP website. F. Consultant: The Consulting firm under contract to the COUNTY for administration of Construction Engineering and Inspection services. G. CEI Project Administrator/Project Engineer: The employee assigned by the Consultant to be in charge of providing Construction Contract administration services for one or more Construction Projects. H. CEI Senior Project Engineer: The Engineer assigned by the Consultant to be in charge of providing Construction Contract administration for one or more Construction Projects. This person may supervise other Consultant employees and act as the lead Engineer for the Consultant. I. Procurement Contract Manager: The administrative Contract manager at the County’s Procurement Office. J. Division’s Construction Manager: The Division employee assigned to administer the Construction, and the Consultant Construction Engineering and Inspection (CCEI) Contracts in the Transportation Engineering Division. K. County’s Director of Transportation Engineering: The Director of Construction, Engineering, and Traffic Operations. L. County’s Procurement Director: The Director of the Procurement Services Division. M. County Manager: The Chief Executive Officer appointed by the Board of County Commissioners. N. Engineer of Record: The Engineer noted on the Construction plans as the responsible person for the design and preparation of the plans. O. Community Liaison Officer: The Growth Management Department’s employee assigned to manage the Public Information Issues. P. Project Manager: The Engineer or employee assigned by the County to administer Construction Contracts for the Division. 5.0 ITEMS TO BE FURNISHED BY THE DIVISION TO THE CONSULTANT: A. The Division, on an as needed basis, will furnish the following Construction Contract documents for each project. These documents may be provided in electronic format only. 1. Construction Plans, in Adobe PDF and reproducible in size 11” X 17” prints. 2. CADD Files will be provided upon request in Microstation format. 3. Specification Package, in Adobe PDF and reproducible in size 8.5” X 11” prints. The native file in Microsoft Word if requested. 4. Copy of the Executed Construction Contract, in Adobe PDF and reproducible in size 8.5” X 11” prints. 5. Utility Agency’s Agreements and Work schedules (if applicable). 6. Environmental Permits, in Adobe PDF. 16.A.4.a Packet Pg. 1219 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) 6.0 ITEMS FURNISHED BY THE CONSULTANT: 6.1 FDOT Documents: All applicable FDOT documents referenced herein shall be a condition of this Agreement. All FDOT documents, directives, procedures, and standard forms are available through the FDOT’s Internet website. Most items can be purchased through the following address. All others can be acquired through the District Office or on-line at the FDOT’s website. Florida Division of Transportation Maps and Publication Sales 605 Suwannee Street, MS 12 Tallahassee, Florida 32399-0450 Telephone No. (850) 414-4050 http://www.fdot.gov/construction/ 6.2 Office Automation: Provide all software and hardware necessary to efficiently and effectively carry out the responsibilities under this Agreement. Provide each inspection staff with a laptop computer (or tablet) running software needed for project scheduling, documentation and control (such as, SiteManager application through Citrix, Primavera/Sidetrack, Claim Digger, etc.) connection using a mobile broadband connection at the jobsite. All computer coding shall be input by Consultant personnel using equipment furnished by them. (a) Communication Technology: All informational, contractual and other business required for this project will be tailored to the needs of the project and to facilitate communication. At times a paperless electronic system may be necessary such as emails, portals or web site, and at other times hard copies will be expected and accepted. Ownership and possession of computer equipment and related software, which is provided by the Consultant, shall always remain with the Consultant. The Consultant shall retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment should always be maintained and operational. Current technical specifications for office automation can be viewed at: http://www.fdot.gov/Construction/DesignBuild/ConsultantCEI/OfficeAutomation.shtm 6.3 Field Office: The County will require a satellite office for this project. The Consultant shall be reimbursed for allowed expenses associated with this satellite office. The office must have at a minimum the following items to support the project: • Office space within a desired radius to the project for the duration of the project. • Office telephone • Copier rental/lease • Broadband internet access Consultant shall list this fixed monthly cost as a line item of the cost proposal titled “Field Office expenses,” and shall also be listed as such on invoices submitted to the County for payment. Field office expenses shall be in accordance with Exhibit B, Method of Compensation. 6.4 Vehicles: Vehicles will be equipped with appropriate safety equipment and must be able to effectively carry out requirements of this Agreement. Vehicles shall have the name and phone number of the consulting firm visibly displayed on both sides of the vehicle. 16.A.4.a Packet Pg. 1220 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) 6.5 Field Equipment: Supply survey, inspection, and testing equipment essential to perform services under this Agreement; such equipment includes non-consumable and non-expendable items. Hard hats shall have the name of the consulting firm visibly displayed. Equipment described herein and expendable materials under this Agreement will remain the property of the Consultant and shall be removed at completion of the work. Handling of nuclear density gauges shall be in compliance with their license. Retain responsibility for risk of loss or damage to said equipment during performance of this Agreement. Field office equipment shall always be maintained and in operational condition. 6.6 Licensing for Equipment Operations: Obtain proper licenses for equipment and personnel operating equipment when licenses are required. The license and supporting documents shall be available for verification by the Division, upon request. Radioactive Materials License for use of Surface Moisture Density Gauges shall be obtained through the State of Florida Department of Health. 7.0 LIAISON RESPONSIBILITY OF THE CONSULTANT: For the duration of the Agreement, keep the Division’s Construction Project Manager in Responsible Charge informed of all significant activities, decisions, correspondence, reports, and other communications related to its responsibilities under this Agreement. Facilitate communications between all parties (i.e. architectural, mechanical, materials, landscaping, local agencies, etc.) ensuring responses and resolutions are provided in a timely manner. Maintain accurate records to document the communication process. Inform the designated Division project personnel of any design defects, reported by the contractor or observed by the consultant. Submit all administrative items relating to Invoice Approval, Personnel Approval, User IDs, Time Extensions, and Supplemental Amendments to the Construction Project Manager for review and approval. 8.0 PERFORMANCE OF THE CONSULTANT: During the term of this Agreement and all Supplemental Amendments thereof, the Division will review various phases of Consultant operations, such as construction inspection, materials sampling and testing, and administrative activities, to determine compliance with this Agreement. Cooperate and assist Division representatives in conducting the reviews. If deficiencies are indicated, remedial action shall be implemented immediately. Division recommendations and Consultant responses/actions are to be properly documented by the Consultant. No additional compensation shall be allowed for remedial action taken by the Consultant to correct deficiencies. Remedial actions and required response times may include but are not necessarily limited to the following: A. Further subdivide assigned inspection responsibilities, reassign inspection personnel, or assign additional inspection personnel, within one week of notification. B. Immediately replace personnel whose performance has been determined by the Consultant and/or the Division to be inadequate. C. Immediately increase the frequency of monitoring and inspection activities in phases of work that are the Consultant's responsibility. D. Increase the scope and frequency of training of the Consultant personnel. 9.0 REQUIREMENTS OF THE CONSULTANT: 9.1 General: It shall be the responsibility of the Consultant to administer, monitor, and inspect the Construction Contract such that the project is constructed in reasonable conformity with the plans, specifications, and special provisions for the Construction Contract. 16.A.4.a Packet Pg. 1221 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) Observe the Contractor’s work to determine the progress and quality of work. Identify discrepancies, report significant discrepancies to the Division, and direct the Contractor to correct such observed discrepancies. Consult with the Construction Project Manager as necessary and direct all issues, which exceed delegated authority to the Construction Project Manager for Division action or direction. Inform the designated Division project personnel of any significant omissions, substitutions, defects, and deficiencies noted in the work of the Contractor and the corrective action that has been directed to be performed by the Contractor. 9.2 Survey Control: Check or establish the survey control baseline(s) along with sufficient baseline control points and bench marks at appropriate intervals along the project in order to: (1) make and record measurements necessary to calculate and document quantities for pay items, (2) make and record pre-construction and final cross section surveys of the project site in those areas where earthwork (i.e., embankment, excavation, subsoil excavation, etc.) is part of the construction project, and (3) perform incidental engineering surveys. Inspectors are to be equipped with the tools such as (laser level, tape measure, slope level and any other tools) necessary for performing incidental engineering surveys on the project. Provide survey data in LandXML format. 9.3 On-site Inspection: Monitor the Contractor's on-site construction activities and inspect materials entering into the work in accordance with the plans, specifications, and special provisions for the Construction Contract to determine that the projects are constructed in reasonable conformity with such documents. Maintain detailed accurate records of the Contractor's daily operations and of significant events that affect the work. The Consultant shall have personnel qualified by the FDOT who can monitor off-site activities and fabrication unless otherwise stipulated by this Agreement. Perform underwater bridge construction inspections of bridges with permanently submerged structural members in compliance with CPAM Section 10.6, Underwater Bridge Construction Inspection. Monitor and inspect Contractor’s Work Zone Traffic Control Plan and review modifications to the Work Zone Traffic Control Plan, including Alternate Work Zone Traffic Control Plan, in accordance with the FDOT’s procedures. Consultant employees performing such services shall be qualified in accordance with the FDOT’s procedures. 9.4 Sampling and Testing: Perform sampling and testing of component materials and completed work in accordance with the Construction Contract documents. The minimum sampling frequencies set out in the FDOT's Materials Sampling, Testing and Reporting Guide shall be met. In complying with the aforementioned guide, provide daily surveillance of the Contractor's Quality Control activities and perform the sampling and testing of materials and completed work items for verification and acceptance. The Consultant shall also perform inspection and sampling of materials and components at locations remote from the project site and testing of materials normally done in a laboratory remote from the project site. Determine the acceptability of all materials and completed work items based on either test results or verification of a certification, certified mill analysis, DOT label, DOT stamp, etc. The Division will monitor the effectiveness of the Consultant's testing procedures through observation and independent assurance testing. Sampling, testing and laboratory methods shall be as required by the FDOT's Standard Specifications, Supplemental Specifications or as modified by the Supplemental Terms and Conditions (Exhibit I) of the Construction Contract. Documentation reports on sampling and testing performed by the Consultant shall be submitted in a reasonable timeframe that the construction work is done. Transport samples to be tested to the appropriate laboratory that meets the FDOT standards. Input verification testing information and data into the Division’s database using written instructions provided by the Division. 16.A.4.a Packet Pg. 1222 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) 9.5 Engineering Services: Coordinate the Construction Contract administration activities of all parties other than the Contractor involved in completing the construction project. Notwithstanding the above, the Consultant is not liable to the Division for failure of such parties to follow written direction issued by the Consultant. Services shall include maintaining the required level of surveillance of Contractor activities, interpreting plans, specifications, and special provisions for the Construction Contract. Maintain complete, accurate records of all activities and events relating to the project and properly document all project changes. The following services shall be performed: (1) Attend a pre-service meeting for the Agreement within ten (10) business days after the notice-to-proceed. Provide appropriate staff to attend and participate in the pre-service meeting. At the time of this meeting the Consultant shall submit “Action Request” packages for Personnel Approval for immediate staff needs and a copy/computer file of the final negotiated staffing. The CONSULTANT shall record a complete and concise record of the proceedings of the meeting and distribute copies of these minutes to the participants and other interested parties within seven (7) days of the meeting date. (2) Prepare and submit to the Construction Project Manager for approval, within thirty (30) days after the pre- service meeting, a copy of the project specific Consultant Contract administration documents listed below (Adobe PDF file format is acceptable). In addition, the Consultant Contract administration documents, which shall be routinely used by the Consultant throughout the project, shall be in the format and content approved by the Construction Management Office. a) Action Request Form b) Contract Status Report, or other approved fund tracking report c) CEI Consultant Firm estimated staffing (completed in accordance with the original Consultant Contract Agreement) d) CEI Consultant Fee Proposal e) CEI Consultant Data (3) Schedule, attend and conduct a Pre-construction Conference in accordance with Article 8-3.5 of the FDOT Standard Specification for Road and Bridge Construction. The purpose of this meeting is to discuss the required documentation, including as-builts, necessary for permit(s) compliance. Record significant information revealed and decisions made at this conference and distribute copies of the minutes to the appropriate parties. The meeting shall also be electronically recorded, and the Consultant shall maintain all tapes of the meeting for the duration of the contract. (4) Verify that the Contractor is conducting inspections, preparing reports and monitoring all storm water pollution prevention measures associated with the project. For each project that requires the use of the NPDES General Permit, provide at least one inspector who has successfully completed the "Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors”. The Consultant’s inspector will be familiar with the requirements set forth in the FEDERAL REGISTER, Vol. 57, No. 187, Friday, September 5, 1992, pages 4412 to 4435 "Final NPDES General Permits for Storm Water Discharges from Construction Sites" and the Division’s guidelines. (5) Analyze the Contractor’s schedule(s) (i.e. baseline(s), revised baseline(s), updates, as-built, etc.) for compliance with the contract documents. Elements including, but not limited to, completeness, logic, durations, activity, flow, milestone dates, concurrency, resource allotment, and delays will be reviewed. Verify the schedule conforms with the construction phasing and MOT sequences, including all contract modifications. Provide a written review of the schedule identifying significant omissions, improbable or unreasonable activity durations, errors in logic, and any other concerns as detailed in CPAM. (6) Analyze problems that arise on a project and proposals submitted by the Contractor; work to resolve such issues and process the necessary paperwork. (7) Monitor inspect and document utility relocation self-performed by the contractor for conformance with Utility Agency’s Standards and the Utility Agency’s Approved Materials List. Document utility construction progress to be performed by Utility Agencies. Facilitate coordination and communication between Utility Agency’s representatives, Division’s staff and Contractors executing the work. Identify potential utility conflicts and assist in the resolution of utility issues including County and Privately-owned facilities. 16.A.4.a Packet Pg. 1223 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) 1. Identify, review, and track progress of Joint Project Agreements, and/or other Division and utility agreements. Address work progress, track reimbursement activities, and address betterment and salvage determination. Prepare all necessary documentation to support reimbursement activities and betterment and salvage determination. (8) Produce reports, verify quantity calculations and field measure for payment purposes as needed to prevent delays in Contractor operations and to facilitate prompt processing of such information for the County to make timely payment to the Contractor. (9) Prepare and make presentations for meetings and hearings before the Board of County Commissioners, Dispute Review Boards, or any other necessary Stakeholder meetings in connection with the project covered by this Agreement. (10) Provide Community Outreach Services and be proactive in keeping the community aware of the status and traffic impacts of the referenced project. With approval from the Division’s designee, prepare and disseminate information to the public, elected officials and the media of any upcoming events, which will affect traffic flow. Produce and distribute all publications (letters, flyers, brochures and news releases) necessary for this contract. Prior to release, the Division’s designee will approve all responses, letters, news releases and the like. Provide timely, professional responses to project inquiries including emails, telephone calls, etc. Coordinate general public information meetings, open houses, community meetings as directed by the Division’s representatives. (11) Prepare and submit to the Construction Project Manager monthly, a Construction Status Report, in a format to be approved by the Division. (12) Video tape the pre-construction conditions throughout the project limits. Provide a digital photo log or video of project activities, with heavy emphasis on potential claim items/issues and on areas of real/potential public controversy. (13) Provide a digital camera for photographic documentation of pre-construction state and of noteworthy incidents or events during construction. These photographs will be filed and maintained on the Consultant’s computer using a digital photo management system. Photographs shall be taken the day prior to the start of construction and continue as needed throughout the project. Photographs shall be taken the days of Substantial, Partial and Final Acceptance. Provide visual documentation of the Project through the periodic collection of a set of panoramic digital photographs at predetermined stations throughout the project. Photographic locations should be located at intervals such that the digital photographs collectively portray most of the visible surfaces on the Project. The digital photographs should be taken with a frequency designed to reveal changes in the progress of the Project, which can be compared to other project data including daily reports of construction and scheduling updates. Photographic data files comprising each digital photograph are to be supplied together with an HTML (web page) based access and display system for viewing the photographs. Original photographic data files are to be supplied for archival purposes and comprise photographic data identical in form and content to that produced by the digital camera used to capture the image. Working photographic data files are to be supplied for everyday reference purposes and comprise copies of each original photographic data file, which have been processed to a reduced pixel and color resolution (size and clarity) for distribution via CD ROM and the Internet. The access and display system should be comprised of a series of HTML files (web pages) which allow a user to view each photographic data file at random, and in a sequence which simulates the visual experience of a viewer moving through the actual Project from one photographic station to the next. The original photographic data files, working photographic data files and access and display system are to be distributed on CD ROM and portable hard disk media. The working photographic data files and the access and display system should also be maintained on a server accessible via the Internet. 16.A.4.a Packet Pg. 1224 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) 10.0 PERSONNEL: 10.1 General Requirements: Provide prequalified/competent personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. Method of compensation for personnel assigned to this project is outlined in Exhibit “B.” Unless otherwise agreed to by the Division, the Division will not compensate straight overtime or premium overtime for the positions of Senior Project Engineer, Project Administrator/Project Engineer, Contract Support Specialist and Assistant or Associate to any of these positions. 10.2 Personnel Qualifications: Provide competent personnel qualified by experience and education. Submit to the Construction Project Manager the names of personnel proposed for assignment to the project, including a detailed resume for each containing at a minimum: salary, education, and experience. The Consultant Action Request form for personnel approval shall be submitted to the Construction Project Manager at least two weeks prior to the date an individual is to report to work. Personnel identified in the Consultant technical proposal are to be assigned as proposed and are committed to performing services under this Agreement. Personnel changes will require written approval from the Division. Staff that has been removed shall be replaced by the Consultant within one week of Division notification. Before the project begins, all project staff shall have a working knowledge of the current CPAM and must possess all the necessary qualifications/certifications for fulfilling the duties of the position they hold. Cross training of the Consultant’s project staff is highly recommended to achieve a knowledgeable and versatile project inspection team but shall not be at any additional cost to the Division and should occur as workload permits. Visit the training page on the FDOT Construction Office website for training dates. Minimum qualifications for the Consultant personnel are set forth as follows. Exceptions to these minimum qualifications will be considered on an individual basis. However, a Project Administrator working under the supervision and direction of a Senior Project Engineer or an Inspector working under the supervision and direction of a Senior Inspector shall have six months from the date of hire to obtain the necessary qualifications/certifications provided all other requirements for such positions are met and the Consultant submits a training plan detailing when such qualifications/certifications and other training relative to the Division’s procedures, Specifications and Standard Plans will be obtained. The Division Construction Engineer or designee will have the final approval authority on such exceptions. CEI SENIOR PROJECT ENGINEER - A Civil Engineering degree and registered in the State of Florida as a Professional Engineer (or if registered in another state, the ability to obtain registration in the State of Florida within six months) and six (6) years of engineering experience [(two (2) years of which are in major road or bridge construction)] or [(five (5) of which are in major bridge construction) - for Complex Bridge Projects with the exception of PTS projects which require two (2) years of major bridge construction], or for non-degreed personnel the aforementioned registration and ten (10) years of engineering experience (two (2) years of which are in major road or bridge construction). Qualifications include the ability to communicate effectively in English (verbally and in writing); direct highly complex and specialized construction engineering administration and inspection program; plans and organizes the work of subordinate and staff members; develops and/or reviews policies, methods, practices, and procedures; and reviews programs for conformance with FDOT standards. Also, must have the following: QUALIFICATIONS: Attend the CTQP Quality Control Manager course and pass the examination. CERTIFICATIONS: FDOT Advanced MOT OTHER: Complete the Critical Structures Construction Issues, Self-Study Course, and submit the mandatory Certification of Course Completion form (for structures projects) A Master's Degree in Engineering may be substituted for one (1) year engineering experience. 16.A.4.a Packet Pg. 1225 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) CEI PROJECT ADMINISTRATOR/PROJECT ENGINEER - A Civil Engineering degree plus two (2) years of engineering experience in construction of major road or bridge structures, or for non-degreed personnel eight (8) years of responsible and related engineering experience, two (2) years of which involved construction of major road or bridge structures with the exception of Complex Category 2 (CC2) bridge structures. As an exception, only one (1) year of PTS bridge experience will be required for registered project administrators and two (2) years of PTS bridge experience for non-registered project administrators. Post-tensioning experience is not required for precast prestressed concrete flat slab superstructures but successful completion of an FDOT accredited grouting and post-tensioning course is required. To be in primary control, a Project Administrator must have supervised two or more inspectors as well as two or more support staff (Office Manager, Resident Compliance Specialist, and Secretary) and must have been directly responsible for all CEI services assigned. CPTS years of experience must have included a minimum of twelve (12) months experience in each of the following areas: (1) casting yard operations and related surveying; (2) segment erection and related surveying, post-tensioning (PT) of tendons and grouting of prestressing steel. CPTCB years of experience must include monitoring of the following: girder erection, safe use of girder erection cranes, stabilization of girders after erection, false work for temporary girder support, and PT and grouting operations. PTS years of experience must include monitoring of the following: installation of PT ducts and related hardware and post-tensioning and grouting of strands or be the level of experience that meets the criteria for CPTS or CPTCB bridges. MB years of experience must have been in MB mechanical and/or electrical construction. Receives general instructions regarding assignments and is expected to exercise initiative and independent judgment in the solution of work problems. Directs and assigns specific tasks to inspectors and assists in all phases of the construction project. Will be responsible for the progress and final estimates throughout the construction project duration. Must have the following: QUALIFICATIONS: CTQP Final Estimates Level II CERTIFICATIONS: FDOT Advanced MOT OTHER: Attend CTQP Quality Control Manager Course and pass the examination. Complete the Critical Structures Construction Issues, Self-Study Course, and submit the mandatory Certification of Course Completion form (for structures projects) A Master's Degree in Engineering may be substituted for one (1) year of engineering experience CEI ASSISTANT PROJECT ADMINISTRATOR/PROJECT ENGINEER – A Civil Engineering degree plus one (1) year of engineering experience in construction of major road or bridge structures, or for non-degreed personnel six (6) years of responsible and related engineering experience, two (2) years of which involved construction of major road or bridge structures with the exception of Complex Category 2 (CC2) bridge structures. QUALIFICATIONS: CTQP Final Estimates Level II CERTIFICATIONS: FDOT Intermediate MOT CEI CONTRACT SUPPORT SPECIALIST - A High School diploma or equivalent and four (4) years of road & bridge construction engineering inspection (CEI) experience having performed/assisted in project related duties (i.e., Materials Acceptance and Certification (MAC) System, progress and final estimates, EEO compliance, processing Construction Contract changes, etc.) or a Civil Engineering Degree. Should exercise independent judgment in planning work details and making technical decisions related to the office aspects of the project. Should be familiar 16.A.4.a Packet Pg. 1226 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) with the FDOT’s Procedures covering the project related duties as stated above and be proficient in the computer programs necessary to perform these duties. Shall become proficient in Trimble Business Center - Heavy Construction Edition (HCE) or approved surface to surface comparison software and Engineering Menu. QUALIFICATIONS: CTQP Final Estimates Level II CEI ASSOCIATE CONTRACT SUPPORT SPECIALIST - High school graduate or equivalent plus three (3) years of secretarial and/or clerical experience including two (2) years’ experience in construction office management having performed project related duties (i.e., Materials Acceptance and Certification (MAC) System, progress and final estimates, EEO compliance, processing Construction Contract changes, etc.). Experienced in the use of standard word processing software. Should exercise independent initiative to help relieve the supervisor of clerical detail. Assists the Project Administrator in office related duties (i.e., CQR, progress, and final estimates, EEO compliance, Processing Construction Contract changes, etc.). Project specific work under the general supervision of the Senior Project Engineer and staff. QUALIFICATIONS: CTQP Final Estimates Level I CEI SENIOR INSPECTOR/SENIOR ENGINEER INTERN – High school graduate or equivalent plus four (4) years of experience in construction inspection, two (2) years of which shall have been in bridge and/or roadway construction inspection with the exception of Complex Category 2 (CC2) bridge structures or a Civil Engineering degree and one (1) year of road & bridge CEI experience with the ability to earn additional required qualifications within one year. (Note: Senior Engineer Intern classification requires one (1) year experience as an Engineer Intern.) To be in primary control, a Senior Inspector must have supervised two or more inspectors and must have been directly responsible for all inspection requirements related to the construction operations assigned. CPTS years of experience must have included a minimum of twelve (12) months of inspection experience in one or both of the following depending on which area the inspector is being approved for: (1) casting yard inspection; (2) erection inspection. In addition, two (2) years of geometry-control surveying experience is required for inspectors that perform or monitor geometry control surveying in a casting yard. CPTCB years of experience must include monitoring and inspection of the following: girder erection, safe use of girder erection cranes, girder stabilization after erection, false work for temporary girder support, and PT and grouting operations. PTS years of experience must include monitoring of the following: installation of PT ducts and related hardware and post-tensioning and grouting of strands or be the level of experience that meets the criteria for CPTS or CPTCB bridges. MB years of experience must have included the inspection of MB mechanical components for machinery inspectors and MB electrical components/systems for electrical inspectors. Must have the following as required by the scope of work for the project: QUALIFICATIONS: CTQP Concrete Field Technician Level I CTQP Concrete Field Inspector Level II (Bridges) CTQP Asphalt Roadway Level I CTQP Asphalt Roadway Level II CTQP Earthwork Construction Inspection Level I CTQP Earthwork Construction Inspection Level II CTQP Pile Driving Inspection CTQP Drilled Shaft Inspection (required for inspection of all drilled shafts including miscellaneous structures such as sign structures, lighting structures, and traffic signal structures) CTQP Grouting Technician Level I CTQP Post-Tensioning Technician Level I IMSA Traffic Signal Inspector Level I CTQP Final Estimates Level I 16.A.4.a Packet Pg. 1227 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) CERTIFICATIONS: FDOT Intermediate MOT Nuclear Radiation Safety IMSA Traffic Signal Inspector Level I OTHER: Complete the Critical Structures Construction Issues, Self-Study Course, and submit the mandatory Certification of Course Completion form (for structures projects) Responsible for performing highly complex technical assignments in field surveying and construction layout, making, and checking engineering computations, inspecting construction work, and conducting field tests and is responsible for coordinating and managing the lower level inspectors. Work is performed under the general supervision of the Project Administrator. CEI INSPECTOR/ENGINEER INTERN - High school graduate or equivalent plus two (2) years’ experience in construction inspection, one (1) year of which shall have been in bridge and/or roadway construction inspection, or an Engineer Intern with a Civil Engineering degree (requires certificate) having the ability to earn the required qualifications and certifications within one year, plus demonstrated knowledge in the following: Must have the following as required by the scope of work of the project: QUALIFICATIONS: CTQP Concrete Field Inspector Level I CTQP Asphalt Roadway Level I CTQP Earthwork Construction Inspection Level I CTQP Pile Driving Inspection CTQP Drilled Shaft Inspection (required for inspection of all drilled shafts including miscellaneous structures such as sign structures, lighting structures, and traffic signal structures) IMSA Traffic Signal Inspector Level I CTQP Final Estimates Level I CERTIFICATIONS: FDOT Intermediate MOT Nuclear Radiation Safety IMSA Traffic Signal Inspector Level I Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors OTHER: Complete the Critical Structures Construction Issues, Self-Study Course, and submit the mandatory Certification of Course Completion form (for structures projects) Responsible for performing assignments in assisting Senior Inspector in the performance of their duties. Receive general supervision from the Senior Inspector who reviews work while in progress. CEI ASPHALT PLANT INSPECTOR- High School Graduate or equivalent plus one (1) years’ experience in the surveillance and inspection of hot mix asphalt plant operations or 80 hours working under an approved and qualified asphalt plant inspector at the asphalt plant and have the following: QUALIFICATIONS: CTQP Asphalt Plant Level I CTQP Asphalt Plant Level II CEI INSPECTORS AIDE - High School graduate or equivalent and able to perform basic mathematical calculation and follow simple technical instructions. Duties are to assist higher-level inspectors. Must obtain FDOT Intermediate MOT within the first six months of the assignment. 16.A.4.a Packet Pg. 1228 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) CEI SURVEY PARTY CHIEF - High School graduate plus four years of experience in construction surveying (including two (2) years as Party Chief). Experienced in field engineering and construction layout, making and checking survey computations and supervising a survey party. Work is performed under general supervision of Project Administrator. CEI INSTRUMENT PERSON - High school graduate plus three (3) years of experience in construction surveying one (1) year of which shall have been as instrument-man. Responsible for performing assignments in assisting Party Chief in the performance of their duties. Receives general supervision from Party Chief who reviews work while in progress. CEI ROD-PERSON/CHAIN PERSON - High school graduate with some survey experience or training preferred. Receives supervision from and assists Party Chief who reviews work while in progress. CEI SECRETARY/CLERK TYPIST- High school graduate or equivalent plus two (2) years of secretarial and/or clerical experience. Ability to type at a rate of 35 correct words per minute. Experienced in the use of standard word processing software. Should exercise independent initiative to help relieve the supervisor of clerical detail. Work under general supervision of the Senior Project Engineer and staff. 16.A.4.a Packet Pg. 1229 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) 10.3 Staffing: Once authorized, the Consultant shall establish and maintain appropriate staffing throughout the duration of construction and completion of the final estimate. Responsible personnel, thoroughly familiar with all aspects of construction and final measurements of the various pay items, shall be available to resolve disputed final pay quantities until the Division has received a regular acceptance letter. Construction engineering and inspection forces will be required of the Consultant while the Contractor is working. If Contractor operations are substantially reduced or suspended, the Consultant will reduce its staff appropriately. If the suspension of Contractor operations requires the removal of Consultant forces from the project, the Consultant will be allowed ten (10) days maximum to demobilize, relocate, or terminate such forces. 11.0 QUALITY ASSURANCE (QA) PROGRAM: 11.1 Quality Assurance Plan: Within thirty (30) days after receiving award of an Agreement, furnish a QA Plan to the Construction Project Manager. The QA Plan shall detail the procedures, evaluation criteria, and instructions of the Consultant’s organization for providing services pursuant to this Agreement. Unless specifically waived, no payment shall be made until the Division approves the Consultant QA Plan. Significant changes to the work requirements may require the Consultant to revise the QA Plan. It shall be the responsibility of the Consultant to keep the plan current with the work requirements. The Plan shall include, but not be limited to, the following areas: A. Organization: A description is required of the Consultant QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. The authority, responsibilities and autonomy of the QA organization shall be detailed as well as the names and qualifications of personnel in the quality control organization. B. Quality Assurance Reviews: Detail the methods used to monitor and achieve organization compliance with Agreement requirements for services and products. C. Quality Assurance Records: Outline the types of records which will be generated and maintained during the execution of the QA program. D. Control of Subconsultants and Vendors: Detail the methods used to control subconsultant and vendor quality. E. Quality Assurance Certification: An officer of the Consultant firm shall certify that the inspection and documentation was done in accordance with FDOT specifications, plans, standard indexes, and FDOT procedures. 11.2 Quality Assurance Reviews: Conduct semi-annual Quality Assurance Reviews to ensure compliance with the requirements of the Agreement. Quality Assurance Reviews shall be conducted to evaluate the adequacy of materials, processes, documentation, procedures, training, guidance, and staffing included in the execution of this Agreement. Quality Assurance Reviews shall also be developed and performed to achieve compliance with specific QA provisions contained in this Agreement. The semi-annual reviews shall be submitted to the Construction Project Manager in written form no later than one (1) month after the review. For this project, the CCEI shall perform an initial QA review within the first two (2) months of the start of construction. 16.A.4.a Packet Pg. 1230 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) The CCEI shall perform an initial QA review on its asphalt inspection staff after the Contractor has completed ten (10) full work days of mainline asphalt paving operations, or 25% of the asphalt pay item amount (whichever is less) to validate that all sampling, testing, inspection, and documentation are occurring as required of the CCEI staff. 11.3 Quality Records: Maintain adequate records of the quality assurance actions performed by the organization (including subcontractors and vendors) in providing services and products under this Agreement. All records shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective actions taken. All records shall be available to the Division, upon request, during the Agreement term. All records shall be kept at the primary job site and shall be subject to audit review. 12.0 CERTIFICATION OF FINAL ESTIMATES: 12.1 Final Estimate and As-Built Plans Submittal: Prepare documentation and records in compliance with the Agreement, Statewide Quality Control (QC) Plan, or Consultant’s approved QC Plan and the FDOT’s Procedures as required by CPAM. Submit the Final Estimate(s) and one (1) set of final “as-built plans” documenting the Contractor’s work in accordance with CPAM. Revisions to the Certified Final Estimate will be made at no additional cost to the County. 12.2 Certification: Consultant personnel preparing the Certified Final Estimate Package shall be CTQP Final Estimates Level II. Duly authorized representative of the Consultant firm will provide a notarized certification on a form pursuant to FDOT’s procedures. 12.3 Offer of Final Payment: Prepare the Offer of Final Payment package as outlined in CPAM. The package shall accompany the Certified Final Estimates Package submitted to the Construction Project Manager for review. The Consultant shall be responsible for forwarding the Offer of Final Payment Package to the Contractor. 13.0 AGREEMENT MANAGEMENT: 13.1 General: (1) With each monthly invoice submittal, the Consultant will provide a Status Report for the Agreement. This report will provide an accounting of the additional Agreement calendar days allowed to date, an estimate of the additional calendar days anticipated to be added to the original schedule time, an estimate of the Agreement completion date, and an estimate of the Consultant funds expiration date per the Agreement schedule for the prime Consultant and for each subconsultant. The Consultant will provide a printout from the Equal Opportunity Reporting System showing the previous month’s payments made to subconsultants. Invoices not including this required information may be rejected. (2) When the Consultant identifies a condition that will require an amendment to the Agreement, the Consultant will communicate this need to the Construction Project Manager for acceptance. Upon acceptance, prepare and submit an Amendment Request (AR), and all accompanying documentation to the Construction Project Manager for approval and further processing. The AR is to be submitted at such time to allow the Division 12 weeks to process, approve, and execute the AR. The content and format of the AR and accompanying documentation shall be in accordance with the instructions and format to be provided by the Division. (3) The Consultant is responsible for performing follow-up activities to determine the status of each Amendment Request submitted to the Division. 14.0 OTHER SERVICES: Upon written authorization by the Construction Project Manager or designee, the Consultant will perform additional services in connection with the project not otherwise identified in this Agreement. The following items are not included as part of this Agreement but may be required by the Division to supplement the Consultant services under this Agreement. 16.A.4.a Packet Pg. 1231 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) A. Assist in preparing for arbitration hearings or litigation that occurs during the Agreement time in connection with the construction project covered by this Agreement. B. Provide qualified engineering witnesses and exhibits for arbitration hearings or litigation in connection with the Agreement. C. Provide inspection services in addition to those provided for in this Agreement. D. Provide services determined necessary for the successful completion and closure of the Construction Contract. 15.0 POST CONSTRUCTION CLAIMS REVIEW: In the event the Contractor submits a claim for additional compensation and/or time after the Consultant has completed this Agreement, analyze the claim, engage in negotiations leading to settlement of the claim, and prepare and process the required documentation to close out the claim. Compensation for such services will be negotiated and effected through a Supplemental Amendment to this Agreement. 16.0 CONTRADICTIONS: In the event of a contradiction between the provisions of this Scope of Services and the Consultant’s proposal as made a part of their Agreement, the provisions of the Scope of Services shall apply. 17.0 THIRD PARTY BENEFICIARY It is specifically agreed between the parties executing this Agreement that it is not intended by any of the provisions of any part of the Agreement to create in the public or any member thereof, a third party beneficiary hereunder, or to authorize anyone not a party to this Agreement to maintain a claim, cause of action, lien or any other damages or any relief of any kind pursuant to the terms or provisions of this Agreement. 18.0 DIVISION AUTHORITY The Division shall be the final authority in considering modifications to the Construction Contract for time, money or any other consideration except matters agreed to by the Contractor through contract changes negotiated by the Consultant, as authorized in Section 9.1 herein. 16.A.4.a Packet Pg. 1232 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non- responsive Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 20 Points 2. Certified Minority Business Enterprise 5 Points 3. Past Performance 25 Points 4. Project Approach, Willingness to Meet Time and Budget Requirements 20 Points 5. Location 10 Points 6. Recent, Current, and Projected Workloads of the Firm 20 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this advertisement. VENDOR CHECKLIST Vendor should check off each of the following items as the necessary action is completed (please see, Form 2: Vendor Check List): The Solicitation Submittal has been signed. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Required Reference Questionnaires have been completed for previous projects and included with the proposal. Any addenda have been signed and included. All grant requirements have been reviewed and forms completed (if applicable). Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.A.4.a Packet Pg. 1233 Attachment: 19-7632 Solicitation (11144 : CEI- 11 Bridge Replacements) www.HighS pans.com September 13, 201 9 2121 M C G REGOR B LVD . – S UITE 200 F T . M YERS , FL 33901 O FFICE : 239.433.3000 F AX: 888.449.2462 Collier County Board of County Commissioners P rocurement S erv ices Division, Conference Roo m A 3 295 Tamiami Trail East Building C -2 Naples, FL 34112 Attn: Geoff Thomas, Procurement Strategist RE: RSP NO. 19-7632 CEI & RELATED SERVICES 11 BRIDGE REPLACEMENTS EAST OF SR 29 Dear M r. Geoff Thomas : HighSpans Engineering, Inc. (HEI ), a local DBE, has provided CEI and Structural Engineering Services under various contracts on numerous projects in Collier County and throughout Southwest Florida since our incorporation in 2007. We are pleased to respond to the above - reference d Request for Proposal to provide CEI Services 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 Southwest Florida that is 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 with local residents who live, work and contribute directly to our Community . Our Edge : A Specialized CE&I and Structural Engineering Firm : HighSpans maintains state - wide pre -qualification in workgroups 10.4 CEI for Bridges and Miscellaneous Structures , 4.1.1 - Miscellaneous Structures and 4.1.2 - Minor Bridge Design. Our approach to all CEI projects is to ensure we look after Collier County's best interest, provide 24/7 timely response to all request s , ensure the Contractor adheres to the Contract requi rements , and offer proactive solutions to all issues . All inspections are performed in accordance with the latest specifications , using s tate -of-the -art methods. Whether it is the Florida Building Code , the FDOT CPAM, the AASHTO Specifications or Collier County Procedures , our staff has the experience and knowhow to apply the code correctly. We have thorough and diverse experience with the type o f bridges being constructed on this project. Our Philosophy : Our goal is to assure the most economical, long lasting and structurally sound bridges . At completion, structures should be “maintenance free.” Good construction engineering and inspection to ensure adherence to standards and specifications during con struction plays a huge role in whether future inspections discover problems with a structure. HighSpans is qualified and experienced in both design and construction engineering for a wide variety of structure types. Our personnel use the most up -to-date technology to meet project demands with fiscal prudence while delivering the highest quality product. 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, an d to deliver what we promise. Thank you for your consideration. Sincerely, Vincent A. Zaliauskas, PE, SECB 239-443 -7010 VinceZ@HighSpans.com 16.A.4.b Packet Pg. 1234 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) HEI Response to RPS NO.: 19-7632 CEI & Related Services 11 Bridge Replacements East of SR 29 EVALUATION CRITERIA NO. 1: ABILITY OF PROFESSIONAL PERSONNEL (20 Total Points Available) We have assembled a TEAM to specifically address this CEI Contract’s main characteristics which include: 1. Multiple projects running concurrently; 2. Bridge replacements; 3. Maintenance of Traffic; 4. Looking out for Collier County’s best interest. CEI services will be required for the replacements of 11 existing timber pile bridges east of State Road 29 that have been found to be functionally obsolete. All the bridges are over drainage canals and they are located as follows: six (6) bridges on County Road 846, four (4) on Oil Well Road (CR 858), and one (1) on Countyline Road (CR 858). Our Staff Qualifications: We propose staff with experience and qualifications specifically suited for this project and its challenges. Our key personnel all are working together as a TEAM on current and past projects and have been for years. Sr. Project Engineer – Vince Zaliauskas, P.E.: Vince has over 25 years of CEI and design experience (16 in Collier County) and will be the responsible manager in charge of the project. Vince is a Structural Engineer who maintains the Structural 2 Special Qualification by the Florida Board of P.E. and he maintains 18 FDOT certifications. Vince’s Relevant Project Experience as Sr. PE includes Chokoloskee Bridge Replacement, I- 75 Widening “iROX”, I-75 at Alico Interchange, and SR29 Wildlife Crossings among other projects. Vince prides himself on performing his duties in a manner in line with Collier County’s principles, mission, and goals. Vince is available 24 hours / 7 days a week; he lives in Lee County, and is available for this project. Project Administrator: Dave Bryant (HEI): David Bryant, PE (HEI), has 6 years of ever- increasing CEI experience, and prior to that served 8 years in the US Coast Guard. Dave maintains over 13 Certifications. Dave will be responsible for managing the day-to-day activities. His past roles have included Inspector, Senior Inspector, Contract Support Specialist and Project Administrator on various projects. As Project Administrtor, he recently closed out [FPID 429814], the $15.3M North Segment of Burnt Store Road project [3 bridges, 2-lanes to 4-lanes, with provisions for future ultimate 6-lanes] in Lee County and is currently assisting Vince with closing out the Middle Segment (1 bridge), which is substantially complete. Dave is now awaiting his next assignment. Other bridge experience includes Sr. Inspector/Associate CSS on [FPID 427325] SR 570 FL Turnpike Polk Parkway Bridge Painting project, and CSS on the Bonita Beach Road Widening project in Lee County, where he executed the successful completion and close-out of that 2-year, $4.2M project. His experience in Field Inspection and Contract Administration has resulted in a well-rounded skill set as a Project Administrator and serves him well in managing his staff. Prior to CEI, Dave served our Country here and overseas where he played a vital role in the maintenance and repair of the Coast Guard C-130 Logistical/Search and Rescue aircraft. Dave’s experience and even keeled approach was required in determining whether to take a mission capable C-130 “out of service” or to repair an aircraft system and make the aircraft even more mission ready. This level 16.A.4.b Packet Pg. 1235 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) HEI Response to RPS NO.: 19-7632 CEI & Related Services 11 Bridge Replacements East of SR 29 of decision making was usually left up to personnel several paygrades above his. He has a great attitude supervising administration and inspection staff and he is focused on meeting and exceeding Performance Measures for the County. Contract Support Specialist – Melanie Gurgel: Ms. Gurgel has over four years of CEI experience. Her Relevant Project Experience includes Chokoloskee Bridge Replacement (CR 29), Burnt Store Widening (4 bridges), Corbett Road reconstruction, and Hurricane Irma Emergency repairs in Chokoloskee. Melanie maintains the certifications required for a CSS and she is experienced in Progress Estimates, Change Orders, Scheduling, Document Control, and specifically and importantly the specific manner in which Collier County Fiscal prefers the Contract paperwork administered. Her knowledge of local Collier County procedures helps us keep a project running smoothly. Sr. Bridge Inspector - Jon Hammett - Jon has over 25 years of CEI experience as an Inspector, Sr. Inspector and PA, primarily in Collier and Lee Counties. He maintains over 18 Certifications, mostly specializing in Bridge Certs. 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 bridges include: Chokoloskee Bridge Replacement; 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-D1). As shown on the Chokoloskee Bridge replacement project, Jon excels at communication with local agencies and utilities to avoid issues and work proactively. A staff qualifications chart is included at the end of this section to show other supporting personnel and their extensive qualifications. Our Company Qualifications: HighSpans Engineering, Inc. maintains FDOT UNLIMITED pre-qualification in the required disciplines for this Contract, meaning we are qualified for a large volume of work, and multiple contracts. In addition to others, we maintain these applicable qualifications: Group 10 - Construction Engineering Inspection: ▪ 10.1 - Roadway Construction Engineering Inspection ▪ 10.3 - Construction Materials Inspection ▪ 10.4 - Minor Bridge & Miscellaneous Structures CEI Group 9 - Soil Exploration, Material Testing and Foundations ▪ 9.3 - Highway Materials Testing Group 4 - Highway Design - Bridges ▪ 4.1.1 - Miscellaneous Structures ▪ 4.1.2 - Minor Bridge Design Group 5 - Bridge Inspection ▪ 5.4 - Bridge Load Rating Next, we’d like to describe why the HighSpans Team is the best for this project , specifically addressing the four main characteristics of this Contract. 16.A.4.b Packet Pg. 1236 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) HEI Response to RPS NO.: 19-7632 CEI & Related Services 11 Bridge Replacements East of SR 29 1. MULTIPLE PROJECTS: Our TEAM is qualified to manage multiple projects at once. This project will be let in three (3) separate bid packages, and the construction of each package will run concurrently. This means we will be dealing with up to three (3) different Contractors. The 3 packages will include: A. Package A - CR 846 EAST Bridges – #034831, #034832, and #034833 B. Package B - CR 846 EAST & CL Rd. Bridges - #034834, #034835, #034836, and #034841 C. Package C - Oilwell Road CR 858 Bridges – #034837, #034838, #034839, and #034840 2. EXPERIENCE ON SIMILAR PROJECTS: HighSpans and staff have managed contracts with multiple projects, including: • FDOT I-75 Widening Collier and Lee Counties (iROX), for which we were CEI responsible for 24 bridges and three contract numbers. • FDOT I-75 Widening Charlotte and Sarasota Counties, for which we were CEI responsible for eight (8) bridges and three contract numbers. • Burnt Store Road widening, Lee County, for which we were/are CEI responsible for five (5) bridges and three contract numbers. The team members we propose worked on these projects and proved their ability to successfully complete a CEI Contract with multiple projects and with multiple bridges. 3. BRIDGE REPLACEMENTS: Our TEAM is uniquely qualified and able to perform CEI for bridge replacement projects. HighSpans was founded in Southwest Florida to perform Bridge Engineering; our company qualifications show that. Our Mission is: Enhancing Safety Enhancing Safety Our Firm specializes in CEI for Bridge Replacements and Bridge Design, and our staff is cross-trained in both fields to ensure that bridges and roadways are constructed to be long-lasting, maintenance-free and properly built. We are a dedicated, qualified and experienced engineering firm that uses technology to meet project demands and requirements while maintaining long- standing values of quality, management, partnership & commitment. The bridge type proposed for all 11 bridges is the new Florida Slab Bridge (FSB). This is a developmental standard by FDOT meant to speed construction and to fill a need for a bridge type that can efficiently fill the gap in span lengths larger than cast-in-place slabs can, but shorter than Florida-I Beams. This innovative solution is a modification to previous developmental standards that used prestressed slabs with a fiber reinforced overlay. The new FSBs utilize shrinkage compensating concrete overlay in lieu of the fiber reinforcement. Our TEAM has the ability to successfully execute this newer design standard because we have the technical knowhow and experience with similar projects. We performed CEI services for the bridge replacement at 8th St. in Golden Gate Estates, which is very similar structural system to this project. We also designed a system like this for the bridge replacement of 117th St. in Marathon. To Better the Lives of Those Around Us by Improving Mobility Beautifying Surroundings Enhancing Safety and Supporting the Environment 16.A.4.b Packet Pg. 1237 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) HEI Response to RPS NO.: 19-7632 CEI & Related Services 11 Bridge Replacements East of SR 29 4. MAINTENANCE OF TRAFFIC: Our TEAM’s ability to handle Maintenance of Traffic is unmatched. Our approach to MOT is to be clear with the Contractor that the purpose of the Traffic Control Plan (TCP) and its proper execution is to MAINTAIN traffic thru the work zone, while protecting the work crews and allowing us safe access to the work. HighSpans is FDOT qualified to design Traffic Control Plans, and all our key personnel on this project have the Advanced Maintenance of Traffic Certification. We proved our ability to constantly maintain the TCP while serving Collier County as CEI for the Chokoloskee Bridge Replacement on CR29. That project utilized a MOT scheme very similar to the one proposed for the eleven bridges; we used a temporary signal to take traffic down to one lane – 2 way, while we built half of the new bridge. Later switched traffic and continued with the signal to complete the project. The locals and tourists alike found the temporary signal easy to use, visibility was maintained, and a backup power and signal was on-the-ready. COLLIER COUNTY’S BEST INTEREST: This team, specifically, has recent and required experience working directly with Collier County. Most recently, we completed the Chokoloskee Bridge Replacement project successfully, including the emergency repairs for damage caused by Hurricane Irma. We documented the work in accordance with FEMA requirements to maximize the extent to which the County could request funds from the Federal Government. We negotiated, and processed for approval by the Board of County Commissioners a Cost Savings Initiative that saved over $1 Million dollars on this important bridge project. During design revisions, we insisted that only changes that would improve the service life of the bridge and minimize maintenance costs should be approved and incorporated. As your Consultant, our overall approach to the project was to protect Collier County’s best interest. Following is a chart that details the extent of our teams’ qualifications and certifications. Proposed personnel resumes are also attached after Evaluation Criteria #06. 16.A.4.b Packet Pg. 1238 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Asphalt Paving L1Asphalt Paving L2Asphalt Plant L1Asphalt Plant L2Concrete Field Tech L1Concrete Field Tech L2Earthwork L1Earthwork L2Drilled Shaft InspectionGrouting Tech Level L1Grouting Tech Level L2Post-Tensioning Tech Post-Tensioing Tech L2PCI - Certified-Level 1PCI - Certified-Level 2PCI - Certified-Level 3Pile Driving InspectionFinal Estimates L1Final Estimates L2QC ManagerConcrete Lab Technician (ACI LBR CertificationAggregate Base Qualified Sampler Bridge Coatings 1Bridge Coatings 2MOT IntermediateMOT AdvancedSpecification 450 ACI Field Tech L1ACI Field Tech L2ACI Concrete StrengthACI CTCIIMSA Traffic Signal ITS / IMSA Signal Insp MSE WallFDOT Crit. Struct. Self-NPDES Stormwater Nuclear Safety SSPC C-3 Lead Paint Auger Cast Pile WideningResurfacingSignalizationLightingDrainageSidewalk/TrailBridgeBox CulvertLandscapeATMS-Arterial Traffic Design-BuildPush ButtonRailroadZaliauskas, Vince, PE Z42286169 27 ●●●●●●●●●●●●●●●●●●●●●●●●●●●●●●● Bryant, David PE B65317076 8 ●●●●●●●●●●●●●●●●●●●●●●●●●●● Gurgel, Melanie G62455378 3.5 ●●●●` Hammett, Jon H53042567 27 ●●●●●●●●●●●●●R ●●●●R ●●●●●●●●●●●●● Riberdy, Nathan R16362187 11 ●●●●●●●●●●●●●●●●●●●●●●●●●● O'Shea, Mike, EI O20055083 2.5 ●●●●●●●●●●●●●●●●●●●●● Brierley, Lisa B66453376 12 ●●●●●●●●●●●●●●●●●●●●●●●●●● White, Robert, EI W30077382 4 ●●●●●●●●●●●●●●●●●●●●●●●●●● Gallagher, Christopher, EI G42611693 5 ●●●●●●●●●●●●●●●●●●●●●●●●● Gwynn, William "Hutch"G50093362 4 ●●●●●●●●●●●●●●●●● Bemis, Charlie B52014281 15 ●●●●●●●●●●●●●● Total 119 9 9 3 4 9 3 8 8 5 2 1 3 1 2 2 1 5 11 4 6 1 1 1 1 3 1 3 6 2 8 3 1 3 5 1 1 8 11 11 0 9 8 4 6 9 9 7 7 6 3 7 2 3 EXPERIENCEOTHER CERTIFICATIONS NAME TIN #YEARS OF EXPERIENCECTQP QUALIFICATIONS 16.A.4.b Packet Pg. 1239 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) HEI Response to RPS NO.: 19-7632 CEI & Related Services 11 Bridge Replacements East of SR 29 EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available) HighSpans Engineering is a certified Small Business Enterprise “SBE” and Minority Business Enterprise “MBE.” 16.A.4.b Packet Pg. 1240 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements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b Packet Pg. 1241 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) HEI Response to RPS NO.: 19-7632 CEI & Related Services 11 Bridge Replacements East of SR 29 EVALUATION CRITERIA NO. 3: PAST PERFORMANCE (25 Total Points Available) Our Experience: HighSpans has an excellent work history with Collier County. Some of our successful projects with the County include Verification Testing for Golden Gate Boulevard, Chokoloskee Bridge Replacement, 8th St. Bridge in Golden Gate Estates, Hacienda Lakes Phase II, White Boulevard MOT, and the Vanderbilt Drive Bridge over Cocohatchee River Replacement (FDOT). The proposed inspection staff for this project has worked on several Collier County projects in the past. Recently, HighSpans has worked for you on the Verification Testing for Golden Gate Boulevard Design Build project, which required ZERO CEI change orders. As noted, we recently completed the CEI for the Chokoloskee Bridge Replacement project. HighSpans has worked and is continuing to work smoothly with Collier County on projects to ensure a quality product is constructed. Our team has many years of experience successfully working together to complete projects on time and within budget. Other Similar Project Experience includes the following: CEI for Judge SS Jolley Bridge, FDOT, $25M, Construction of the new parallel bridge span over inter-coastal waterway to Marco Island. HEI provided three senior bridge inspectors in charge of all bridge construction. Completed 2012. Construction inspection for SR739 over Seminole Gulf Rail Road, FDOT, $22M, HEI provided CEI Sr. Bridge inspector for the bridge over Seminole Gulf RR in Lee County. This was one of the first bridges to utilize the new Florida-I Beam prestressed beams. CEI for iROX I-75 Widening Lee/Collier; FDOT, $400M. HEI provided CEI services for all 24 bridges and asphalt plant VT as well as FHWA coordination for this 30-mile-long interstate widening. CEI SR 45 (US 41) from Alico Road to Daniels Pkwy - The US 41 project provided for milling and resurfacing of 4.2 miles of roadway from Alico Road to Daniels Parkway, upgraded signals at seven intersections, added pedestrian lighting, added bus pads, adjusted sidewalks, added pedestrian railing where necessary, expanded islands for pedestrian crossings, added ADA compliant detectable warnings for pedestrian crossings, provided bulb-out adjustment to eliminate continuous right turn lanes and acceleration lanes, added some new destination signing, with special emphasis on crosswalks, minor shoulder widening, and lane width adjustments to provide for a 7’ buffered bike lane. Polk Parkway Bridges over Airport Road and Clark Road CEI for Paint Bridges on Polk Pkwy FPID # 42732516201 - Bridge Coatings Inspection (CEI) and lighting installations on this streamlined lump sum project which included cleaning and painting of existing bridge, containment system review and inspection, and construction administration for Polk Parkway Bridges over Airport Road and Clark Road. Dave Bryant, proposed as PA on this project, provided submittal reviews, developed Pre-Construction, pre- activity, and weekly agendas, ran meetings, prepared meeting minutes and project status forms, and correspondence with local agencies and the contractor to keep up to date status of the project. 16.A.4.b Packet Pg. 1242 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) HEI Response to RPS NO.: 19-7632 CEI & Related Services 11 Bridge Replacements East of SR 29 I75 Caloosahatchee River Bridge - CEI inspection for this $8 million, 2-year project consisted of the replacement of the Chokoloskee Bridge with a new wider structure. Golden Gate Estates, 8th Street Bridge Canal Crossing - This project was in support of the FDOT CEI Services for Fort Myers Operations Center Contract, Golden Gate Bridge Canal Crossing at 8th Street NE from Golden Gate Blvd. to Randall Blvd. bridge and paving project. Tasks included bridge inspection, roadway and RCP drainage inspection and density testing, also logbook review, earthworks materials testing and recording, and bridge concrete inspection and testing. This project’s size and characteristics are very similar to the 11 Bridge replacements. Collier County staff visited the project to gain perspective applicable to the 11 Bridges project. Florida Slab Beam Bridges: Our TEAM is experienced with the technical aspects of the new Florida Slab Beam Bridges. The 8th St. bridge is very similar, and so is the superstructure we designed for the 117th St. bridge replacement for the City of Marathon. The Developmental Standard carries the concept further to achieve longer span lengths. A key aspect of the new standard is the utilization of Shrinkage Compensating Concrete. This type of concrete prevents cracking of the deck, which was a problem in the past. We overcame that obstacle on our past projects by using fiber reinforced concrete. The new standard is easier to construct, especially in remote areas like the ones for the 11 bridges. We used shrinkage compensating concrete in the concrete filled FRP Arch Bridge on the newly completed Skyplex Blvd for Lee County Port Authority. Also, in preparation for this proposal we visited a Florida Slab Beam bridge currently under construction in Tallahassee, the Weems Road Extension Project, where we met with FDOT Central Office personnel charged with developing this new standard. Pictures below: 16.A.4.b Packet Pg. 1243 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Florida Slab Beam Bridge - Weems Rd Extention – City of Tallahassee 16.A.4.b Packet Pg. 1244 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Reference Questionnaire Solicitation: RSP 19-7632 CEI & Related Services 11 Bridge Replacement East of SR 29 Reference Questionnaire for: HighSpans Engineering, Inc. (Name of Company Requesting Reference Information) Vince Zaliauskas, PE (Name of Individuals Requesting Reference Information) Name:Jovan Zepcecski (Evaluator completing reference questionnaire) Company:Zep Construction, Inc. (Evaluator’s Company completing reference) Email: zepcon@aol.com FAX: Telephone: 239-267-8778 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 Compa ny 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 sat isifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:SR739 Bridge over Alico & Seminole Railroad Completion Date: 10/01/2012 Project Budget: $26,000,000.00 Project Number of Days: 900 (2.5 years) Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 9 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 9 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 98 16.A.4.b Packet Pg. 1245 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Reference Questionnaire Solicitation: RPS 19-7632 CEI & Related Services 11 Bridge Replacement East of SR 29 Reference Questionnaire for: HighSpans Engineering, Inc. (Name of Company Requesting Reference Information) Vince Zaliauskas, PE (Name of Individuals Requesting Reference Information) Name: Ann Marie Aeschliman (Evaluator completing reference questionnaire) Company: Kelly Brother’s Inc. (Evaluator’s Company completing reference) Email: AnnMarieA@kellyBros.net FAX: Telephone: 239-482-7300 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 unsa tisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the it em or form will be scored “0.” Project Description: Chokoloskee Bridge Replacement Completion Date: 10/2018 Project Budget: $8,050,911.82 Project Number of Days: 826 days Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 8 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 9 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 9 8 Abiltity to manage risks and unexpected project circumstances. 8 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 9 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 93 16.A.4.b Packet Pg. 1246 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Reference Questionnaire Solicitation: RPS 19-7632 CEI & Related Services 11 Bridge Replacement East of SR 29 Reference Questionnaire for: HighSpans Engineering, Inc. (Name of Company Requesting Reference Information) Vince Zaliauskas, PE (Name of Individuals Requesting Reference Information) Name: Steve Ritter (Evaluator completing reference questionnaire) Company:Collier County Transportation Engineering (Evaluator’s Company completing reference) Email: Steve.Ritter@colliercountyfl.gov FAX: Telephone: 239-348-1328 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 unsa tisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the it em or form will be scored “0.” Project Description: Chokoloskee Bridge Replacement Completion Date: 10/22/2018 Project Budget: $8,052,911.82 Project Number of Days: 2.5 years Item Citeria Score 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 9 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 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 99 16.A.4.b Packet Pg. 1247 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) HEI Response to RPS NO.: 19-7632 CEI & Related Services 11 Bridge Replacements East of SR 29 EVALUATION CRITERIA NO. 4: PROJECT APPROACH, WILLINGNESS TO MEET TIME AND BUDGET REQUIREMENTS (20 Total Points Available) Limited to 7 pages total. This Contract will have three simultaneous project packages, shown below in the map provided in the RPS. Our approach will be to assign our management staff (Sr. PE, PA, CSS, Lead Sr. Inspector) oversee all three, and we’ll provide specific inspectors to each package. This approach will ensure uniformity of Contract Administration over all three packages and will give the Collier County PM one key point of contact to quickly communicate project issues. The resources available for this project are listed in the location tab. Personnel will be increased or decreased based on the Contractor(s) schedules. This will manage the CEI budget and prevent us from requesting Change Orders. We did this successfully on the Chokoloskee Bridge Project. A Conceptual Schedule for the project follows on the next page. Material sampling and testing will be by our own in-house laboratory, which is FDOT prequalified for roadway and bridge construction materials. In addition, the services shall include monitoring off-site activities and fabrication of structural elements, our staff is qualified for precast prestressed yard inspection. Underwater inspections for active bridge construction projects will be performed by a subconsultant approved by the County. Monitoring and inspecting the Contractor's Work Zone Traffic Control Plan and reviewing modifications to the Work Zone Traffic Control Plan, in accordance with the Florida Department of Transportation (FDOT) procedures will be of primary importance. 16.A.4.b Packet Pg. 1248 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) ID Task Name Duration Start Finish 1 11 Bridges Project 913 days Mon 1/6/20 Wed 7/6/22 2 NTP 1 day Mon 1/6/20 Mon 1/6/20 3 Pre-Con 1 day Tue 1/7/20 Tue 1/7/20 4 Submittals 21 days Wed 1/8/20 Tue 1/28/20 5 034831, 034832, 034833 273 days Wed 1/8/20 Tue 10/6/20 6 #034831 168 days Wed 1/8/20 Tue 6/23/20 7 Mobilization 2 days Wed 1/8/20 Thu 1/9/20 8 Setup MOT 1 day Wed 1/29/20 Wed 1/29/20 9 Substructure 21 days Thu 1/30/20 Wed 2/19/20 10 Set Slabs 14 days Thu 2/20/20 Wed 3/4/20 11 Pour Deck 21 days Thu 3/5/20 Wed 3/25/20 12 MOT Phase Shift 7 days Thu 3/26/20 Wed 4/1/20 13 Substructure 21 days Thu 4/2/20 Wed 4/22/20 14 Slabs 14 days Thu 4/23/20 Wed 5/6/20 15 Deck 21 days Thu 5/7/20 Wed 5/27/20 16 Barrier Walls 14 days Thu 5/28/20 Wed 6/10/20 17 MOT Phase Shift 4 days Thu 6/11/20 Sun 6/14/20 18 Punchlist 7 days Mon 6/15/20 Sun 6/21/20 19 Demobilization 2 days Mon 6/22/20 Tue 6/23/20 20 #034832 160 days Thu 2/6/20 Tue 7/14/20 21 Mobilization 2 days Thu 2/6/20 Fri 2/7/20 22 Setup MOT 1 day Sat 2/8/20 Sat 2/8/20 23 Substructure 21 days Thu 2/20/20 Wed 3/11/20 24 Set Slabs 14 days Thu 3/12/20 Wed 3/25/20 25 Pour Deck 21 days Thu 3/26/20 Wed 4/15/20 26 MOT Phase Shift 7 days Thu 4/16/20 Wed 4/22/20 27 Substructure 21 days Thu 4/23/20 Wed 5/13/20 28 Slabs 14 days Thu 5/14/20 Wed 5/27/20 29 Deck 21 days Thu 5/28/20 Wed 6/17/20 30 Barrier Walls 14 days Thu 6/18/20 Wed 7/1/20 31 MOT Phase Shift 4 days Thu 7/2/20 Sun 7/5/20 32 Punchlist 7 days Mon 7/6/20 Sun 7/12/20 33 Demobilization 2 days Mon 7/13/20 Tue 7/14/20 34 #034833 160 days Thu 4/30/20 Tue 10/6/20 35 Mobilization 2 days Thu 4/30/20 Fri 5/1/20 36 Setup MOT 1 day Sat 5/2/20 Sat 5/2/20 37 Substructure 21 days Thu 5/14/20 Wed 6/3/20 38 Set Slabs 14 days Thu 6/4/20 Wed 6/17/20 39 Pour Deck 21 days Thu 6/18/20 Wed 7/8/20 40 MOT Phase Shift 7 days Thu 7/9/20 Wed 7/15/20 41 Substructure 21 days Thu 7/16/20 Wed 8/5/20 42 Slabs 14 days Thu 8/6/20 Wed 8/19/20 43 Deck 21 days Thu 8/20/20 Wed 9/9/20 44 Barrier Walls 14 days Thu 9/10/20 Wed 9/23/20 45 MOT Phase Shift 4 days Thu 9/24/20 Sun 9/27/20 46 Punchlist 7 days Mon 9/28/20 Sun 10/4/20 47 Demobilization 2 days Mon 10/5/20 Tue 10/6/20 48 034834, 034835, 034836, 034841 338 days Wed 9/16/20 Thu 8/19/21 105 034837, 034838, 034839, 034840 338 days Fri 7/30/21 Sat 7/2/22 162 Final Acceptance 6 days Fri 7/1/22 Wed 7/6/22 D J F M A M J J A S O N D J F M A M J J A S O N D J F M A M J J A Half 1, 2020 Half 2, 2020 Half 1, 2021 Half 2, 2021 Half 1, 2022 Half 2, 2022 Page 1 16.A.4.b Packet Pg. 1249 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) HEI Response to RPS NO.: 19-7632 CEI & Related Services 11 Bridge Replacements East of SR 29 EVALUATION CRITERIA NO. 5: LOCATION (10 Total Points Available) HighSpans Engineering Inc. proposes all local staff for this project. Our Company’s, Engineers, Project Administrators and Inspectors care about this community. All proposed highly-qualified staff are local folks whose projects are completed or nearing completion, we are certainly available for this project. Our close proximity will help us address community issues and respond to any emergencies quickly. We pride ourselves on hiring local talent and recent grads from Florida Gulf Coast University. Since HighSpans was founded we have hired over ten (10) FGCU graduates/students and we hope to continue this in the future. With a growing university that has a School of Engineering right down the road, it only makes sense to support the local engineering talent. HighSpans has hired engineers from every graduating class from FGCU, including from the 2009 inaugural class. We have already interviewed a very good candidate from this year's class who we will hire for this Project. HighSpans Local Staff that we can pool from to staff this project includes the following: 16.A.4.b Packet Pg. 1250 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Employee City County Job Title PEs & EIs Zaliauskas, Vincent, PE Cape Coral Lee Principal Engineer Bryant, David J, PE Fort Myers Lee Project Engineer Enders, Eli S., PE Fort Myers Lee Project Engineer Spears, Dusty, PE Sebring Highlands Project Engineer Waits, Tom, PE Tallahasse Loen Chief Bridge Engineer O'Shea, Michael J., EI Fort Myers Lee Sr. Inspector White, Jr., Robert M, EI Naples Collier Sr. Inspector/Precast Plant Gallagher, Christopher, EI Naples Collier Plant Inspector/Lab Manager Carrillo, Christine, EI Fort Myers Lee Design PM Project Administrators Jackson, Jacoah F. Cape Coral Lee PA Kelly, Marcus R Palmetto Manatee PA CEI Inspectors Acevedo, Javier Cape Coral Lee Sr. Inspector Brierley, Lisa M Lehigh Acres Lee Sr. Inspector Hammett, Jon Lehigh Acres Lee Sr. Inspector O'Shea, Michael J. Fort Myers Lee Sr. Inspector Riberdy, Nathan A. Alva Lee Sr. Inspector Styner, Steven J Cape Coral Lee Sr. Inspector White, Jr., Robert M Naples Collier Sr. Inspector Gwynn, William M. St. James City Lee Inspector Hammett, Ben A. Lehigh Acres Lee Inspector Norton, Carlton E North Fort Myers Lee Inspector White, Steven D. Cape Coral Lee Inspector Aide Salyer, Thomas A. Cape Coral Lee Inspector Aide Plant Inspectors White, Jr., Robert M, EI Naples Collier Sr. Inspector/Precast Plant Bemis, Charles B. Punta Gorda Charlotte Plant Inspector Blevins, Michael G. North Fort Myers Lee Plant Inspector Gallagher, Christopher R. Naples Collier Plant Inspector Robin Gibson LaBelle Hendry Plant Inspector CSS Gurgel, Melanie M LaBelle Hendry CSS Design Smith, Sabrina D Cape Coral Lee Sr. CADD / Production Manager Carrillo, Christine, EI Fort Myers Lee Design PM/CSS 16.A.4.b Packet Pg. 1251 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) HEI Response to RPS NO.: 19-7632 CEI & Related Services 11 Bridge Replacements East of SR 29 EVALUATION CRITERIA NO. 6: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM (20 Total Points Available) HighSpans’ proposed resources for the contract include all of our local staff, which is available to complete all elements of this contract. Our current workload is such that our staff will be fully available by year’s end and our Project Managers will be available to the County at a moment’s notice. All proposed staff will be available at the time our NTP is issued. Our SPE, Vince Zaliauskas, is proposed at 20%, and he will be available 24-7 to address issues as needed. Our PA, David Bryant, will be 100% available for this project in January 2020. Our CSS, Melanie Gurgel, will be 50% available. Our Senior Inspectors current projects complete by the end of this year and they will be 100% available. HighSpans Engineering, Inc. will have one or two inspectors and Sr. Inspectors available as backs up for any unforeseen situations, thereby ensuring that no other projects will impact this one. Below is a chart reflecting our projected availability based on current projects, projected projects and workforce growth. This HighSpans team is comprised of some of the most experienced/qualified and upcoming/promising engineers, staff and inspectors in Southwest Florida, who have been working on County projects, as detailed in this letter, from 8 to 25 years. We source our talent locally, invest in our communities and have a practical day-to-day commitment to ensuring that our transportation projects are built on time and on budget, safely, with no surprises, without incident. We have met with Collier County personnel in the field and in the conference room many times over the years. We know what is expected from the County and we have delivered time and again. We are not going anywhere and are committed to the same mission as Collier County, as an extension of the County. 0 10 20 30 40 50 60 2019 2020 2021 2022 2023 HighSpans Engineering, Inc. Staff Availability for Collier County Staff Available 16.A.4.b Packet Pg. 1252 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) HEI Response to RPS NO.: 19-7632 CEI & Related Services 11 Bridge Replacements East of SR 29 In closing, we trust that we have outlined our awareness of and approach to the Project Issues, that we have demonstrated and described fully the exceptional suitability of the Staff we propose and that we have proven we have the extensive Relevant Project Experience on similar projects needed to successfully deliver this project to the County . We thank you for your careful consideration of our proposal and look forward to working with you. 16.A.4.b Packet Pg. 1253 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Vincent Zaliauskas, SPE, SECB 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, Structural Engineering Certification Board Certified Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Mr. Zaliauskas has over 26 years of experience leading the Contract Administration, Construction Engineering and Inspection, Materials Testing and Design of many transportation projects. His duties included all aspects of CEI including administration, progress and final payments, claim avoidance, issue resolution, managing field personnel, utility coordination, MOT plan design and adjustment for local conditions, all types of bridge and traffic structures, interstate and local road construction. Years in present position: 25 years in CEI, Materials Testing, and Design for Road and Bridge projects. Years employed by firm: 11 years CEI Projects: CEI Senior Project Engineer – September 2018 to Present (Ongoing) CEI Services for Alico Widening from Ben Hill Griffin Parkway to Airport Haul Road This project consists of 2 to 4-lane widening including roadway, water lines, sewer lines, drainage, and realignment of the canal. Inspection duties include verification testing and inspection of all earthwork related activities and materials (pipe backfill, embankment, subgrade, and base rock) and concrete for sidewalks and curb and gutters. Contact – Vince Miller, Project Manager, 239-533-8577 CEI Senior Project Engineer – February 2015 – Present (Intermittent) Burnt Store Road Widening – North / Central Segment, Cape Coral, FL Sr. PE for this ongoing widening of BSR from two to four lanes including roadway, bridge, water line casing and sewer line casing installation, retaining walls, MOT and public information. Contact: Lee County PM, Vince Miller 239-533-8577; Contact – FDOT Project Oversight, Dennis Day 239-896-8699 CEI Senior Project Engineer – October 2018 – April 2019 Lee County DOT CN160311 Corbett Rd. Improvements This project consists of reconstructing Corbett Rd. from Diplomat Parkway to Littleton Road. Project includes Full Depth Reclamation, milling and resurfacing, signing and pavement markings, and sodding. Contact – Lee County Project Manager – Vince Miller, 239-533-8577 CEI Senior Project Engineer – May 2016 to August 2018 Chokoloskee Bridge Replacement, Everglades City, Collier County, FL Collier County DOT Project Number 66066.9 / Contract #14-6296 Sr. PE for this $8 million, 2-year project consisting of the replacement of the Chokoloskee Bridge with a new wider structure. Contact – Steve Ritter, Collier County Growth Management, Road Construction, 239-253-1154 CEI Bridge Senior Project Engineer – June 2015 – October 2017 413044-1-52-01, I-75 Widening, Harborview to River Road, Charlotte and Sarasota Counties, FDOT District 1 Sr. Project Engineer for the widening of 7 bridges including SB/NB Raintree Rd, Yorkshire Rd., Newcastle Waterway and SB Toledo Blade Blvd. Vince was responsible for supervising CEI personnel for the bridge widenings comprised of precast piles, CIP bent caps and hammerhead bents, Florida-I beams, and CIP decks. Span ranged from 30 to 80-ft., with some continuous for live load. Coordination for all as-built load ratings with the District Bridge Maintenance Office. CEI Senior Project Engineer – July 2014 to July 2015 Hacienda Lakes Phase II, Rattlesnake Hammock Drive, Collier County SPE for roadway construction including embankment, stabilization, base, asphalt, utility coordination, lighting and general project administration. Contact – Jim Zuver, Collier County Transportation CEI Senior Project Engineer – April 2014 to April 2015 Qualifications / Certifications TIN: Z42286169 •Professional Engineer, Florida & California •PTI Post-Tensioning II •Grouting Inspector II •PCI Levels I/II/III •PT Flexible Filler Cert. •QC Manager •Advanced Temporary Traffic Control (MOT) •Final Estimates-Level 2 •FDOT Critical Structures Construction Issues (2018) 16.A.4.b Packet Pg. 1254 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Vincent Zaliauskas, SPE, SECB 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, Structural Engineering Certification Board Certified Page 2 of 2 Where Structural Design Meets Construction Engineering SR 884 Colonial Blvd at Six Mile Cypress Blvd, Lee County Vince served as Sr. PE for the dual right turn lanes at the SE corner of this intersection of Lee County and FDOT roads. Project included signalization, drilled shaft, paving, widening and bike/ped path improvements and City of Fort Myer lighting coordination. Contact – Lee County DOT Project Manager: Sarah Clarke (Retired) 239-533-8718 Project Engineer – November 2013 – March 2014 FDOT1 - Rock Ridge Road Bridge Replacement / 431429-1-52-01 The project consisted of replacing the Rock Ridge Road Bridge spanning a small creek located approximately 200 feet south of the intersection or Rock Ridge Road and Creekwood Run in Polk County, FL. The bridge was a single span bridge. The bridge abutments were constructed using a Geosynthetic Reinforced Soil Integrated Bridge System (GRS-IBS) wall system. Responsible for oversight of post-tensioned bar installation, stressing, grouting, and pour backs to provide the required levels of corrosion protection, and all phases of this this multi-phase project. Contact – FDOT1 Project Manager – Kirby Radford, 863-519-4107 CEI Senior Project Engineer – November 2012 – February 2013 I75 Daniels Emergency Repair - FDOT District 1 Vince served as CEI Sr. PE under the Maintenance Contractor ICA during the emergency repair of the I-75 Bridges over Daniels Road in Lee County. Emergency repair included partial span replacement in expedited time. Bridges were opened to traffic before the Thanksgiving Holiday. Contact – FDOT D1 Secretary: Billy Hattaway, P.E. 863-519-2201; Str. Maint: Jim Jacobsen. PE 813-612-3386 CEI Senior Project Engineer and CEI Project Administrator June 2011 to August 2013 Bonita Beach Road Phase II - Six Lane Widening from Business 41 To Lime Street, CN-10-15, Contract #5592 Vince’s duties as CEI Senior Project Engineer include coordinating activities of the Inspectors, responding to RFI, shop drawing coordination, utility coordination, claim avoidance, progress meetings, materials verification, reviewing and approving dailies, reviewing/approving and processing contractor payment requests and supplemental agreements and Final Estimate. Contact – Lee County DOT Project Manager: Sarah Clarke (Retired) 239-533-8718 Senior Project Engineer August 2007 to October 2010, I-75 Design Build Finance “iROX” FPID – 420655-1-52-01 CEI for all bridges and structures on this 35-mile long interstate widening project ($346 million). The structures include widening of 18 concrete slab or prestressed concrete girder bridges, replacement of two steel girder bridges, and replacement of 2 concrete slab bridges; descriptions below. His duties as CEI Senior Project Engineer include coordinating activities of the structures Project Administrator and Inspectors, responding to RFI, field inspection of pile driving, concrete placement, reinforcement placement verification, mass concrete plan implementation, girder erection, bridge deck pours, post-tensioned tendon grout repair, and barrier wall construction. His contract administration duties include design plans review and release for construction, shop drawing coordination, claim avoidance, progress meetings, pile driving plans review, mass concrete plan review, sound wall plan review, materials verification coordination in LIMS, reviewing and approving dailies in Site Manager, and reviewing contractor payment requests. Contact – then FDOT Construction PM: Nik Patel 941-465-0411 CEI Senior Project Engineer and CEI Project Administrator August 2005 to March 2008, Alico Road/I-75 Interchange, FDOT (Dist 1) – FPID: 200966-1-52-01 This $31 million reconstruction of the I-75 at Alico Road Interchange in Lee County. The structures for the project included bridge replacement (128’-138’ span AASHTO type VI girder, on driven pile foundation), mass concrete, permanent sheet pile wall and concrete fascia, precast box culverts, signal mast arm with drilled shaft foundations, high-mast lighting with drilled shaft foundations, cantilever sign structures (>40-ft) with drilled shaft foundation, and 50-ft lighting with precast foundations. His contract administration duties included EEO/OJT oversight, shop drawing coordination, claim avoidance, progress meetings, pile driving plans review, mass concrete plan review, sound wall plan review, materials verification coordination in LIMS, reviewing and approving dailies in Site Manager, reviewing/approving and processing contractor payment requests and supplemental agreements and Final Estimate. Contact – FDOT Construction PM: Jerry Byrne, PE FMOC 239-272-7633 16.A.4.b Packet Pg. 1255 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) David Bryant, PE Principal Engineer Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Mr. Bryant has dual Bachelor Degrees in Civil and Environmental Engineering, as well as over 7 years of CEI field and administration experience as a CSS and Sr. Inspector. Before his engineering degrees, Dave served 8 years in the U.S. Coast Guard. Dave’s project experience includes managing progress meetings, supplemental agreements, progress estimates, final estimates, project close out, project administration and inspection for interstate construction, emergency bridge replacement, bridge painting, signalization, lighting, roadway drainage & embankment, stabilized subgrade, base, major bridge construction, bridge decks, approach slabs, MSE wall, curb and gutter, box culverts, Temporary Traffic Control (MOT) and SWPPP inspections. CEI Project Experience Project Administrator – January 2016 – Present Burnt Store Road Widening CEI FPID # 429814-1 This project consists of the initial widening of the north segment of Burnt Store road to four lanes, which includes three bridges (Horseshoe Canal, Arroz Canal, and Gator Slough). Mr. Bryant’s responsibilities included review of progress and final estimates; preparation of pay applications; review and respond to Requests for Information, Shop Drawing Submittals, Material Submittals, and Plan Revisions; review of monthly quantities along with weekly status updates for weekly progress meeting agendas; preparation and coordination of pre-activity, field and weekly progress meetings; coordination with the Construction Project Manager and Project Engineer to organize Storm Water Pollution Prevention Plan Reports and Maintenance of Traffic weekly reports to keep the project in compliance with local and state provisions; and evaluating daily reports from the field inspectors for the Engineer’s Weekly Review. Lee County Project Manager – Vince Miller, PE 239-533-8577; FDOT Project Oversight - Dennis Day 239-896-8699 Sr. Inspector – August 2015 – January 2016 SR 93 (I-75) from North of Sumter Blvd. to North of River Road (CR 777), Sarasota County FPID 413044-4-62-01 Dave inspected C-I-P box culvert extension construction and multi-layer structural asphalt placement. Contact: FDOT I-75 Oversite Manager II Marlena Gore – 863-272-5008 Sr. Inspector – February 2015 – August 2015533 Cherry Estates Drive MSBU on Pine Island, Lee County Dave inspected seawall concrete caps and bridge culvert for this seawall and bridge culvert replacement project. Sr. Inspector –November 2014 – February 2015 Fort Myers Operations Center CEI Continuing Services Contract C9A69 FPID # 430894-1-62-01 & 430893-1-62-01 Dave was Sr. Inspector in charge of sidewalk construction inspection in LaBelle and Clewiston near two schools. Duties included SWPPP, MOT, and utility coordination. Dave was the sole inspector on the project, reporting directly to the PA. Contact: FDOT PA: Juan Carrillo, PE 941-708-4446 Sr. Inspector –May 2014 – November 2014 US41 Business from Littleton Road to US41 FPID # 421116-1-62-01 Dave is responsible for the inspection of roadway reconstruction of an urban section of Business-41 in North Fort Myers; paving, embankment, drainage, sidewalk, gravity wall. Contact: FDOT PM: Dennis Day, 239-896-8699 Sr. Inspector – February 2014 to March 2014 Qualifications / Certifications TIN #B65317076 •Professional Engineer, Lic. No. 86368 •BS Civil Engineering •BS Environmental Engineering •ACI Concrete Field Testing Technician Level 1 •CTQP Concrete Specifications •ACI Concrete Field Technician Level 2 (CTCI) •Asphalt Paving 1 •Asphalt Paving 2 •Final Estimates 1 •Final Estimates 2 •FDOT - Auger Cast Pile •FDOT - MSE Wall •Pile Driving Inspection •Critical Structures Construction Issues (CSCI) •APNGA Gauge Safety Certified •FDEP Certified Storm Water Management Inspector •Advanced Temporary Traffic Control (MOT) •QC Manager 16.A.4.b Packet Pg. 1256 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) David Bryant, PE Principal Engineer Page 2 of 2 Where Structural Design Meets Construction Engineering US41 from S. of US301 to S. of 23rd Street CEI Services for Resurface, Restore, and Rehabilitate of US41 FPID # 427363-1-52-01 Dave was responsible for the inspection of sidewalk construction, grading, and roadway signs, and construction of signalization installations at two intersections along this route. Contact: FDOT I-75 Oversite Manager II Marlena Gore – 863-272-5008 Sr. Inspector – March 2014 US41 at Cortez Avenue / CEI Services for Resurface, Restore, and Rehabilitate of US41 FPID # 429526-1-52-01 Dave was responsible for the inspection of paving operations and inspected construction of signalization mast arm installations. Contact: FDOT PM: Tony Chin, 239-332-4569 Sr. Inspector – July 2013 to January 2014 Polk Parkway Bridges over Airport Road and Clark Road CEI for Paint Bridges on Polk Pkwy FPID # 42732516201 Dave is responsible for Bridge Coatings Inspection (CEI) and lighting installations on this streamlined lump sum project which included cleaning and painting of existing bridge, containment system review and inspection, and construction administration for Polk Parkway Bridges over Airport Road and Clark Road. Dave also provided submittal reviews, developed Pre-Construction, pre-activity, and weekly agendas, ran meetings, prepared meeting minutes and project status forms, and correspondence with local agencies and the contractor to keep up to date status of the project. Contact: Florida's Turnpike Enterprise PM Joe Chinelly 407-466-8126 & Todd Kelly, PE 407-286-8520 Sr. Inspector – June 2013 to August 2013 SR 78/Pine Island Rd from W of Santa Barbara Blvd to W of Del Prado Boulevard FDIP: 425229-1-52-01 This lump sum federally funded project consisted of approximately 2.24 miles of four-lane divided roadway, milled and resurfaced, 4’ bike lane construction (at right turn lanes), and 4’ pavement widening and 5’ shoulder pavement. Dave’s responsibilities included; backscatter testing of asphalt, coring, cross slope measurement, straight-edge measurements, concrete testing. Contact: Michael Ryan, PE, Atkins PM, 239-334-7275 Contract Support Specialist – October 2012 to June 2013 Bonita Beach Road Phase II - Six Lane Widening From Old-41 to Lime St. Lee County DOT - CN-10-15, Contract #5592 Dave’s duties as CEI Sr. Inspector and CSS (“Office Engineer”) for this project include tracking progress quantities, reviewing and accepting progress payment estimates from the Contractor for approval to the Department, manage project SharePoint site, entries into Computation Books, Storm water inspection, MOT verification inspection, for roadway, box culvert and utility construction including embankment, stabilization, base rock, clearing and grubbing, concrete removal, signalization at two intersections and a mile of lighting installations. Contact: Lee County DOT PM: Sarah Clarke (Retired) Sr. Inspector – November 2012 to December 2012 I75 Daniels Emergency Repair - FDOT District 1 Dave performed inspection during this emergency bridge repair project which included two bridges with pre-stressed concrete beam and deck replacement (75-ft span). Pre-stressed beam repair was completed with fast setting high strength mortar and epoxy injection of cracks. Three beam replacements required 24/7 inspection for beam and deck demolition, replacement beam setting, SIP forms, deck reinforcing steel and bridge deck pour with high early strength concrete. Dave also inspected the lighting system repairs. Emergency also involved interstate and collector road MOT and coordination with adjacent project. The bridge repair was completed and opened to traffic within 12 days; in time for the Thanksgiving Holiday, necessary for this major route to SW Florida International Airport. Contact: Jim Jacobsen, PE, 813-612-3386 Other Experience: U.S. Coast Guard 1998-2006, Avionics Electrical Technician, 2nd Class Managed 10+ personnel in the electrical and avionics maintenance of Coast Guard C-130 cargo aircrafts. Trained junior enlisted on maintenance and navigational procedures and techniques on the C-130. Recipient of the U.S. Coast Guard Commandant’s Letter of Commendation Ribbon, the highest personal ribbon awarded in the U.S. Coast Guard. 16.A.4.b Packet Pg. 1257 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Melanie Gurgel Contract Support Specialist Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Ms. Gurgel has been a Contract Support Specialist with HighSpans for over 3 years. In her role as Contract Support Specialist, Ms. Gurgel’s responsibilities include tracking and entering quantities to prepare monthly estimates for pay items used in the construction of roadways and bridges. In addition, Melanie composes weekly and monthly project status reports for the Senior Project Engineer and Project Administrator for client submittal. She has also been responsible for assisting in the preparation and processing of supplemental agreements and task work orders, tracking time and contract changes, reviewing field books and site source records, and tracking asphalt and sample quantities and approving related invoicing. Other responsibilities have included processing, monitoring, and tracking shop drawings and submittals for client review and acceptance. In addition, Melanie’s field experience includes over 9 years of utility design and construction projects, including projects for various levels of government from local municipalities to state. Project Experience: Contract Support Specialist – September 2018 to Present CEI Services for Alico Widening from Ben Hill Griffin Parkway to Airport Haul Road This project consists of 2 to 4-lane widening including roadway, water lines, sewer lines, drainage, and realignment of the canal. Inspection duties include verification testing and inspection of all earthwork related activities and materials (pipe backfill, embankment, subgrade, and base rock) and concrete for sidewalks and curb and gutters. Mrs. Gurgel’s responsibilities included preparation of progress and final estimates, preparation of pay applications, processing construction contract changes. Other responsibilities include maintaining a complete Plan Set to include all Plan Revisions, coordination with the Construction Project Manager and Project Engineer to organize Stormwater Pollution Prevention Plan Reports, Maintenance of Traffic weekly reports, and quantity inputs. Melanie also tracks Requests for Information Letters, Shop Drawing Submittals, Material Submittals. Contact – Vince Miller, Project Manager, 239-533-8577 Contract Support Specialist – March 2016 to Present (Concurrent) Burnt Store Road CEI, Cape Coral, Lee County, FL This project consists of the initial widening of the north segment of Burnt Store road to four lanes. Mrs. Gurgel’s responsibilities included preparation of progress and final estimates, preparation of pay applications, processing construction contract changes. Other responsibilities include maintaining a complete Plan Set to include all Plan Revisions, coordination with the Construction Project Manager and Project Engineer to organize Stormwater Pollution Prevention Plan Reports, Maintenance of Traffic weekly reports, and quantity inputs. Melanie also tracks Requests for Information Letters, Shop Drawing Submittals, Material Submittals. Reference – Vince Miller, Lee County Project Manager, 239-533-8577 Contract Support Specialist – July 2016 to August 2018 Chokoloskee Bridge Replacement, Everglades City, Collier County, FL Collier County DOT Project Number 66066.9 / Contract #14-6296 This $8 Million, 2-year project consists of the replacement of the Chokoloskee Bridge with a new wider structure. Mrs. Gurgel’s essential responsibilities includes preparation of progress and final estimates, preparation of pay applications, processing construction contract changes, tracking monthly quantities and evaluating and inputting daily reports from field inspectors. Other responsibilities include coordination with the Construction Project Manager and Sr. Project Engineer to organize Stormwater Pollution Prevention Plan Reports, Maintenance of Traffic weekly reports, and quantity inputs. Melanie also tracks Requests for Information Letters, Shop Drawing Submittals, Material Submittals, and Plan Revisions. Qualifications / Certifications TIN #G62455378 • Final Estimates Level I • Final Estimates Level II • APNGA Gauge Safety Certified • DEP Storm Water Management Inspector • A.S. – Financial Accounting 16.A.4.b Packet Pg. 1258 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Melanie Gurgel Contract Support Specialist Page 2 of 2 Where Structural Design Meets Construction Engineering Reference – Steve Ritter, Collier County Growth Management, Road Construction, Collier County, 239-253-1154 CEI Field Administrator – March 2016 to Present (Concurrent) Melanie’s duties include tracking Material Submittals and Material Testing Results. Material include: embankment, subgrade, and baserock, as well as concrete used for drainage structures, CIP arch-span bridge culvert, and retaining walls. Other responsibilities include evaluation and input of daily work reports and hours, as well as submittal distribution in support of the Project Administrator and Sr. Project Engineer. Melanie performs these duties on the following projects: • Lee County DOT CN160311 Corbett Rd. Improvements • City of Fort Myers Wastewater Interconnect; Lee County, FL; • Collier Blvd Widening, #68056 CR 951, Collier County, FL - Complete; • Terminal Access Road Widening, Lee County Port Authority - Complete; • City of Bonita Springs Downtown Redevelopment Project along Old 41 Road and Felts Avenue, Collier County, FL - Complete; • Verification Testing for Golden Gate Boulevard – Contract 15-6372 / Collier County Growth Management Division, Collier County, FL - Complete. Other Experience: Project Manager / Infrastructure and Maintenance Analyst / Team Leader - June 1999 to May 2008 Organized and scheduled all departmental meetings and prepared all materials needed. Took Minutes and distributed them to the attendees. Kept and maintained schedules for Upper Management. Worked directly with outside contractors and vendors - invoices, billing and bids. Worked and met with Illinois Department of Transportation, Municipalities, Counties and States related to permits or design changes. Entered and approved contractor timesheets / payroll. Replacement of outside facilities if it was cost effective and met and internal rate of return. Designed and engineered replacement of those facilities that met the internal rate of return. Handled legal mandate issues related to facility replacement. Prepared financial presentations and provided them to upper management during biweekly conference call s and monthly meetings. Prepared and implemented Standard Operating Procedures (SOPs) used across the Midwest Region of AT&T. Worked with the other 23 states to implement the new SOPs. Education: Bachelor of Science in Financial Accounting (81 hours completed) University of Phoenix Online - Phoenix, AZ Associates in Applied Science in Financial Accounting Northwestern Business College - Bridgeview, IL Accounting Purdue Calumet University - Hammond, IN 16.A.4.b Packet Pg. 1259 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Jon Hammett Senior Inspector Page 1 of 2 Where Structural Design Meets Construction Engineering Mr. Hammett has over 26 years of experience in CEI, surveying and verification testing for all phases of FDOT bridge and roadway construction projects. His hands-on inspection experience includes bridge foundations, pile driving, superstructures, drilled shafts, retaining earth walls, drainage, earthwork, concrete sampling, lighting, utility adjustments, signalization, signing and pavement markings. Mr. Hammett is very knowledgeable of the current inspection acceptance and verification testing requirements as well as the use of MAC. Mr. Hammett fully understands the requirements established in the Standard Specification, Design Standards, and the Construction Project Administration Manual (CPAM). He has extensive CTQP qualifications, and materials testing experience, MOT, SWPPP and verification of final estimates tracking for materials and certifications. CEI Project Experience: CEI Bridge Project Administrator – May 2019 – Present I275 Sunshine Skyway Bridge Repair, St. Petersburg, FL This project will make routine repairs to the Sunshine Skyway Bridge. 4.1-mile bridge; Crack Injection & Sealing of Structural Concrete, Cleaning & Sealing of Concrete Surfaces, Installation of Carbon Fiber Reinforced Polymer on Type- IV girders, and Removal & Replacement of 288-Anodes to the existing dolphins. Reference – Michael Lenhart, PE, 727-575-8300 CEI Senior Inspector – November 2018 to June 2019 CEI Services for Alico Widening from Ben Hill Griffin Parkway to Airport Haul Road This project consists of 2 to 4-lane widening including roadway, water lines, sewer lines, drainage, and realignment of the canal. Inspection duties include verification testing and inspection of all earthwork related activities and materials (pipe backfill, embankment, subgrade, and base rock) and concrete for sidewalks and curb and gutters. Reference – Vince Miller, Project Manager, 239-533-8577 CEI Senior Inspector - November 2018 – January 2019 Vanderbilt Lagoon Stormwater Outfall Recovery, Collier County There are five locations along Vanderbilt Drive where the road and sidewalk have washed-out due to Hurricane Irma leaving stormwater infrastructure and other utilities exposed and damaged. Collier County’s stormwater outfall conveys runoff from the road and releases it to Vanderbilt Lagoon through the seawall via a pipe located in a 10-ft wide easement, where there is some degree of seawall failure at each location of the five locations. Repairs include seawall and seawall cap, ERCP and RCP, roadway, sidewalk, MES, and landscape restoration. HighSpans is tasked to provide an inspection and recommended remediation options to resolve these issues. Reference – Liz Gosselin, EI, Associate Project Manager, Collier County, 239-252-5867 CEI Senior Inspector – October 2018 – December 2018 Lee County DOT CN160311 Corbett Rd. Improvements This project consists of reconstructing Corbett Rd. from Diplomat Parkway to Littleton Road. Project includes Full Depth Reclamation, milling and resurfacing, signing and pavement markings, and sodding. Reference – Lee County Project Manager – Vince Miller, 239-533-8577 Qualifications / Certifications TIN H53042567 •Asphalt Paving I & II •Earthwork I & II •BCI Level 1 •BCI Level 2 – (Sched. 3/19) •PTI – Bonded Post-Tensioning •PTI – Unbonded PT – Field Installation – Level I •Grouting Inspector I •Flexible Filler Certification •Pile Driving Inspection •Drilled Shaft Inspection •ACI Concrete Field Testing Technician Grade 1 •FDOT Concrete Specifications •ACI Concrete Transportation Construction Inspector CTCI •Intermediate Temporary Traffic Control Training (MOT) •Critical Structures Construction Issues (CSCI) 2018 •QC Manager •IMSA Traffic Signal Inspector 1 (P) •FDOT - Auger Cast Pile •FDOT - MSE Wall •DEP Qualified Storm Water Management Inspector •Certified Gopher Tortoise Survey Agent •Final Estimates I •Work Zone Traffic Control Course •APNGA Gauge Safety Certified •OSHA Training •High School Graduate 05/1985 16.A.4.b Packet Pg. 1260 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Jon Hammett Senior Inspector Page 2 of 2 Where Structural Design Meets Construction Engineering CEI Senior Inspector – November 2018 to Present (Intermittent) Lee County Miscellaneous Structural Services CN150198, STA #03 – JetBlue Stadium Inspection This project consists of performing visual inspection of major structural support systems and the stadium light fixture structural supports to verify no noticeable structural damage occurred during Hurricane Irma. Jon is assisting in the structural inspection, preparation of a summary report of inspection results, and recommendations. Reference - Ayoub Al-Bahou, PE, Lee County Project Manager, 239-533-8303 CEI Senior Inspector – November 2018 – December 2018 FDOT District 1 - Contract C9M11 TWO 10 - 431895-1-62-01 | Golden Gate Bridge Canal Crossing This project is in support of the FDOT CEI Services for Fort Myers Operations Center Contract, Golden Gate Bridge Canal Crossing at 8th Street NE from Golden Gate Blvd to Randall Blvd bridge and paving project. Reference – Kevin Daugherty, P.E., FDOT Fort Myers Operations Center - (239) 940-9541 CEI Senior Inspector – May 2016 to August 2018 Chokoloskee Bridge Replacement, Everglades City, Collier County, FL Collier County DOT Project Number 66066.9 / Contract #14-6296 This $8 million, 2-year project consists of the replacement of the Chokoloskee Bridge with a new wider structure. Mr. Hammett’s duties include taking care of the maintenance of traffic, utility relocation, erosion control, earth work, asphalt, signing and pavement marking, storm drainage, pile driving, bridge substructure, bridge superstructure, seawall construction, slope protection, and sheet pile wall with anchors. Reference – Steve Ritter, Collier County Growth Management, Road Construction, 239-348-1328 CEI Sr. Inspector – November 2015- May 2016 US41 Port Manatee: 196114-2 / US41 I-275 to Hillsborough CL Jon was responsible for roadway and paving CEI for this project, which included 4 miles of PCC Concrete Pavement replacement of this section of roadway to handle Port Manatee Cargo traffic, 2 miles North bound, 2 miles South bound. Reference – FDOT PM: Ray Callahan, 941-708-4430 CEI Senior Inspector – August 2015 to November 2015 Burnt Store Road Widening CEI This project consists of the initial widening of the north segment of Burnt Store road to four lanes, which includes three bridges (Horseshoe Canal, Arroz Canal, and Gator Slough). Jon’s responsibilities included review of progress and final estimates; preparation of pay applications; review and respond to Requests for Information, Shop Drawing Submittals, Material Submittals, and Plan Revisions; review of monthly quantities along with weekly status updates for weekly progress meeting agendas; preparation and coordination of pre-activity, field and weekly progress meetings; coordination with the Construction Project Manager and Project Engineer to organize Storm Water Pollution Prevention Plan Reports and Maintenance of Traffic weekly reports to keep the project in compliance with local and state provisions; and evaluating daily reports from the field inspectors for the Engineer’s Weekly Review. Reference - Lee County Project Manager – Vince Miller, 239-533-8577 CEI Sr. Inspector – March 2014 – November 2015 US41 from SR951 to Greenway Rd. FPID # 415621-2-62-01 Jon is responsible for CEI Inspection on this project which consists of new bridge construction, pile driving, roadway widening, storm sewer pipe, paving, box culvert construction, sound wall, gravity wall, lighting, signing, MOT, and storm water inspection. Reference - Eliode Joseph, FDOT PM 239-985-7866 Sr. Bridge Inspector – November 2013 – March 2014 FDOT1 - Rock Ridge Road Bridge Replacement / 431429-1-52-01; The project consisted of replacing the Rock Ridge Road Bridge spanning a small creek located approximately 200 feet south of the intersection or Rock Ridge Road and Creekwood Run in Polk County, FL. The bridge was a single span bridge. 16.A.4.b Packet Pg. 1261 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Nathan Riberdy Senior Inspector Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Mr. Riberdy has 10 years experience in FDOT Highway and Bridge CEI Projects including major bridge, interstate, rural and urban highway/roadway construction, embankment, pipe, concrete and paving inspection. Nathan has worked on many FDOT projects with experience varying from major bridge, major widening and intersection improvements. Nathan exceeds the requirements of a CEI Senior Inspector for Roadway and Bridge projects, and he has shown a commitment to meeting the Department’s goals. Nathan also has experience as a structural CADD designer with MicroStation. CEI Project Experience Senior Bridge Inspector – January 2019 – Present I-75 AT SR 70 Interchange - Manatee Co. FDOT D1 FPID# 201032-2-62-01 | FHWA Funded Project No. D117115B This project consists of adding lanes, milling and resurfacing, widening, base work, interchange ramp modifications, drainage improvements, curb and gutter, guardrail, sidewalks, replacing bridge numbers 130154, 130155, 130065 and 130066, signing and pavement markings, signalization, intelligent transport system, lighting and Utility work by Highway Contractor. Reference – FDOT Project Manager – Marlena Gore, 863-272-5008 Senior Inspector – October 2018 – December 2018 Lee County DOT CN160311 Corbett Rd. Improvements This project consists of reconstructing Corbett Rd. from Diplomat Parkway to Littleton Road. Project includes Full Depth Reclamation, milling and resurfacing, signing and pavement markings, and sodding. Reference – Lee County Project Manager – Vince Miller, 239-533-8577 Senior Inspector – July 2017 – October 2018 I-75 at SR 64 FPID# 201032-6-62-01 Nathan is Senior Inspector and is responsible for CEI inspection of this project, which includes the reconstruction of all the entrance and exit ramps from I-75 to SR 64, including the new construction of entrance ramps constructed closer to the mainline. This project includes full reconstruction of SR 64 with alignment and grade changes near the I-75 bridges, roadway widening, overbuild asphalt at the outer limits, milling and resurfacing, concrete curb and gutter, 5’ sidewalks, concrete pier protection walls in the median, bike lanes, drainage improvements, signing and pavement markings, pedestrian signals and crossings, new mast arms and traffic signals and street lighting. Reference – FDOT Project Manager – Marlena Gore, 863-272-5008 Senior Inspector – July 2015 – October 2015, June 2017 Burnt Store Road Widening CEI Lee County DOT CN150085 / Contract 7131 Nathan’s responsibilities included Quality Control Plan review for concrete, asphalt and earthwork, shop drawing review for pre-cast, pre-stressed piling and concrete retaining walls, coordination of underwater bridge inspections, log book preparation, field inspection for MOT, SWPPP, structures and earthwork. Reference – Lee County Project Manager – Vince Miller, 239-533-8577 CEI Senior Inspector – May 2017 Chokoloskee Bridge Replacement, Everglades City, Collier County, FL Collier County DOT Project Number 66066.9 / Contract #14-6296 Mr. Riberdy was responsible for CEI inspection for this $8 million, 2-year project consists of the replacement of the Qualifications / Certifications TIN R16362187 ACI Grade II CTCI Concrete Field Technician 1 Concrete Field Technician Level 2 FDOT Concrete Specs Pile Driving Inspection Drilled Shaft Inspection IMSA Traffic Signal Inspector Bridge Coating Inspector 1 FDOT – Auger Cast Pile Critical Structures Construction Issues (CSCI)-2018 Earthwork Level I Earthwork Level 2 Asphalt Paving Level 1 Asphalt Paving Level 2 Final Estimates – Level I APNGA Gauge Safety Certified Advanced Temporary Traffic Control Training (MOT) NPDES /Storm water High School Graduate 16.A.4.b Packet Pg. 1262 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Nathan Riberdy Senior Inspector Page 2 of 2 Where Structural Design Meets Construction Engineering Chokoloskee Bridge with a new wider structure. Reference – Steve Ritter, Collier County Growth Management, Road Construction, 239-253-1154 Senior Inspector –October 2015 – April 2017 I-75 (SR93) at University Pkwy and I-75 (SR93) at University Exchange FDOT1 – 201277-2-62-01 / 201032-4-62-01 Nathan’s responsibilities included pile driving inspection, rebar and forms inspection, concrete pours and bridge CEI. Reference – Marlena Gore, FDOT Project Oversite II, 863-272-5008 Senior Inspector – July 2015 – August 2015 SR 776 (EL JOBEAN RD) - Willow Bed FPID# 431210-1-52-01 Nathan was responsible for CEI Inspection on this project which consisted of roadway milling and resurfacing, signing, MOT, and storm water. Reference – FDOT PA: Luella Pierce, PA, FMOC - 239-985-7840 Senior Inspector – July 2015 – August 2015 US41 (SR45) Lee CL FPID# 431615-1-52-01 Nathan was responsible for CEI Inspection on this project which consisted of roadway milling and resurfacing, signing, MOT. Reference – FDOT PA: Juan Carrillo – 941-708-4446 Lead Inspector – August 2013 – June 2015 I-75 from N. of SR80 to S of SR78 (Caloosahatchee River Bridge) FPID# 413066-1-52-01 Nathan was responsible for CEI Inspection on this major interstate bridge project which consisted of new major bridge construction, roadway widening, storm sewer pipe, paving, signing, MOT, and storm water inspection. His major role included substructure and bridge deck construction including pile driving. Nathan was an integral part of the project team and regularly performed Senior Inspector duties during this two-year project assignment. Reference – FDOT PM: Nik Patel, PE 941-465-0411 Senior Inspector – October 2012 – August 2013 SR80, CR 833 to Whidden Corner, Hendry County FPID #408286-2-52-01 Nathan was responsible for CEI Inspection on this project which consists of new bridge construction, roadway widening, storm sewer pipe, paving, signing, MOT, and storm water inspection. Nathan assisted with the pile driving inspection. Reference – Tim Hendrix, FDOT D3 Asst. DCE 850-330-1681 Inspector - May 2012 to September 2012 US 98 (Bartow Hwy) from Brooks St. to Edgewood Drive; FPID# 197562-2-62-01 - FDOT District 1 Nathan’s duties were to perform verification inspection, which included lighting, earthwork, concrete, and roadway construction. Reference – Phil Maggard, Metric PA - 863-581-9300 Inspector - December 2011 – March 2012 US27 from North of Blue Heron to North of Bates Rd. - FDOT District 1 FPID #409990-1-62-05; Task Fin. No.: 423276-1-52-01 Nathan’s duties were to perform verification inspection for this hybrid project which included conduits, concrete bases, lighting and roadway construction. Reference – Karl Veith, Metric Engineering Inspector - April 2010 – December 2011 Jolley Bridge, Marco Island, FL - FDOT District 1; New Bridge– FPID# 195410-1-52-01 Nathan’s duties included inspection and testing of concrete, drilled shafts, earthwork, asphalt paving, reinforcement and MSE wall construction. Reference – Tim Hendrix, FDOT D3 Asst. DCE 850-330-1681 Inspector - March 2012 to May 2012 US 27 (SR 25), W Berner Rd to Stitt Ranch - FDOT District 1 FDIP #425226-1-62-01 Nathan’s duties were to perform verification inspection for this hybrid project which included earthwork and roadway construction. Reference – Tim Hendrix, FDOT D3 Asst. DCE 850-330-1681 16.A.4.b Packet Pg. 1263 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Michael O’Shea, EI Senior Inspector Page 1 of 1 Where Structural Design Meets Construction Engineering Summary: Mr. O’Shea is an Engineering Intern and graduate of Florida Gulf Coast University with a degree in Civil Engineering. Michael’s project experience includes earthwork and concrete testing, quantity estimation for pay, surveying, inspection of pipes, drainage structures, MOT and erosion control devices. CEI Project Experience: Inspector – December 2018 – Present I-75 AT SR 70 Interchange - Manatee Co. FDOT D1 FPID# 201032-2-62-01 | FHWA Funded Project No. D117115B This project consists of adding lanes, milling and resurfacing, widening, base work, interchange ramp modifications, drainage improvements, curb and gutter, guardrail, sidewalks, replacing bridge numbers 130154, 130155, 130065 and 130066, signing and pavement markings, signalization, intelligent transport system, lighting and Utility work by Highway Contractor. Reference – FDOT Project Manager – Marlena Gore, 863-272-5008 Inspector – December 2017 – October 2018 I-75 from S of N Jones Loop to N of US 17, FPID 413042-4-62-01 This project includes the interstate widening of the last section of I-75 to be six-laned, bridge widening with steel and concrete girders, foundation construction with steel and concrete piles, interstate MOT, milling and resurfacing to correct cross-slopes, drainage, installation of ITS equipment, lighting, and of course, compliance with environmental requirements during construction. Michael’s duties include field observance of construction activities with daily reporting and documentation. Other duties include creating earthwork plot sheets for testing, earthwork and concrete testing, surveying, quantity estimates, pipe and drainage structure inspection and erosion control device inspection in conformance with Contract Plans, Local and FDOT Standards and Specifications. Reference – FDOT Project Manager, Marlena Gore, 239-272-5008 Inspector – November 2016 – December 2017 Burnt Store Road Widening CEI, Lee County DOT CN150085 / Contract 7131 This project consists of the widening of the North Segment of Burnt Store Road to four lanes, and three bridges. Michael’s duties include inspection of the construction of three bridges (Horseshoe Canal, Arroz Canal, and Gator Slough). The bridges consist of 24” precast pre-stressed concrete piles (average 120-ft long), with CIP concrete caps, and Type IV and Type V AASHTO Beams. Michael performed sidewalk and concrete inspection as well, including cross slope measurements, density verification, W/C ratio measurements, and concrete finish inspection for the sidewalk installed throughout the project. In addition, Michael’s responsibilities include field observance of construction activities with daily reporting and documentation. Other duties include creating earthwork plot sheets for testing, earthwork and concrete testing, surveying, quantity estimates, pipe and drainage structure inspection, and erosion control device inspection in conformance with contract plans, local and FDOT Standards and Specifications. Reference: Vince Miller, PE, Lee DOT, (239) 533-8577 Education: • Florida Gulf Coast University, Fort Myers, FL – B.S. in Civil Engineering - 5/2017 Qualifications / Certifications TIN #O20055083 •EI #1100020913 •B.S. Civil Engineering •Earthwork Inspection Level 1 •Earthwork Inspection Level 2 •Concrete Field Technician Level 1 •Asphalt Paving Level 1 •Asphalt Paving Level 2 •Final Estimates Level 1 •Final Estimates Level 2 •Pile Driving •Drilled Shaft Inspector •IMSA Traffic Signal Inspector •Advanced TTC (MOT) •APNGA Gauge Safety Certified •FDOT Critical Structures Construction Issues - 2018 16.A.4.b Packet Pg. 1264 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Lisa Brierley CEI Senior Inspector Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Lisa Brierley has over 12 years of CEI field and office experience. She has experience and training on road and bridge projects for the Department, mostly in Dist. 1 in the following areas: LIMS, Certified storm- water inspector, Earthwork Inspector, Paving Level I and II, IMSA Traffic Signals, Drilled Shafts, QC Manager and Nuclear gauge safety. She has advanced MOT certifications and extensive MOT experience on FDOT projects (interstate). She is experienced in database and document management and Site Manager, and her daily reports are thorough and comprehensive. Project Experience CEI Senior Inspector – April 2019 to Present I75 at SR29, FPID 435265-1-62-01, Collier County – Ochopee, FL The Improvements under this Contract consist of lighting installation at the State Road 93 (I-75) and State Road 29 Interchange – Installation of Light pole precast bases, light pole with luminaires, fuse and wiring to the luminaire, bridge underdeck lighting, power distribution center, conduit, pull boxes. Lisa is Responsible for supervision of all construction activities, review documents for contractual compliance, weekly report/review of MOT, observe/inspect ongoing construction work, inspect, sample, and/or test materials entering into the work site in accordance with the plans, specifications, special provisions, submittals, and design standards for construction activities to ensure that work is in compliance, supervise the day to day activities of the inspection staff, complete a daily work report, monthly estimate spreadsheet, and required inspection activities Contact – Josephine Mak, PA FDOT D1 239-985-7840 CEI Senior Inspector – December 2018 to March 2019 City of Fort Myers Wastewater Interconnect Phase 2 Part 2, City of Fort Myers, FL This project consisted of complete replacement of 42” sewer line, water main, and drainage systems extending from the Central Waste Water Treatment Facility in the City of Fort Myers. Also, this project consists of full depth roadway reconstruction, sidewalk replacement, and driveway reconstruction for affected properties. Vibration Monitoring was provided by HighSpans because of the minimal R/W available on the jobsite and close proximity to local properties. Lisa’s responsibilities included plans and submittal review, MOT review, analysis of lane closure MOT plan using existing traffic (daily traffic counts, D factor, peak season conversion factors, etc.) and signal (cycle timing/phasing) properties, management of inspection staff, generating infiltration and deflection testing forms for the sewer line, and vibration monitoring reporting. Contact – Nicole Monahan, PE City of Fort Myers / Public Works Engineering 239-910-2295 CEI Senior Inspector – February 2018 to March 2019 SR 45 (US 41) from Alico Road to Daniels Pkwy, FPID 434939-1-62-01 The US 41 project provides for milling and resurfacing of 4.2 miles of roadway from Alico Road to Daniels Parkway, upgrades signals at seven intersections, adds pedestrian lighting, adds bus pads, adjusts sidewalks, adds pedestrian railing where necessary, expands islands for pedestrian crossing, adds ADA compliant detectable warnings for pedestrian crossings, provides bulb-out adjustment to eliminate continuous right turn lanes and acceleration lanes, adds some new destination signing, special emphasis crosswalks, minor shoulder widening, and lane width adjustments to provide for a 7’ buffered bike lane. Lisa was assigned to the lighting and signalization crews. Her responsibilities also included performing field inspection of contractor's/subcontractor’s operations, density testing, materials sampling/tracking, paving, sidewalk and bus pad construction inspection, cross slope measurement, Drilled Shaft inspections, and monitoring/reporting on Contractor’s daily work activities. Qualifications / Certifications TIN # B66453376 Earthwork Construction Inspection Levels 1 & 2 Asphalt Paving Inspection Levels 1 & 2 “Scour at Highway Bridges: Concepts and Definitions” FHWA NHI 135087 Drilled Shaft Inspection QC Manager IMSA Traffic Signal Inspection IMSA Roadway Lighting Technician ACI Concrete Field Testing Tech 1 CTQP Concrete Specifications Final Estimates 1 FDOT Critical Structures Construction Issues Advanced Temporary Traffic Control Training (MOT) Road Worker Safety & HazMat NPDES Certified Stormwater Management Inspector - 2018 MSE Wall Inspector APNGA Gauge Safety Certified High School Diploma 16.A.4.b Packet Pg. 1265 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Lisa Brierley CEI Senior Inspector Page 2 of 2 Where Structural Design Meets Construction Engineering Contact: FDOT1, Leighton Elliott, PE, 239-985-7869 CEI Senior Inspector – August 2016 to February 2018 Wastewater Interconnect / PH1-PT3 South to Central AWWTP 10 Mile Canal 24” Force Main, City of Fort Myers Improvements under this contract consist of installation of New 24” PVC Force Main, 24” Plug Valves, 12” PVC Force Main, 12” Plug Valves, 24” x 2” saddle with Air Release Valves, Directional Boring of 30” HDPE Force Main, installations of Reducers, MJ Adapters, 24 x 30” reducers with connection to the new 24” PVC Force Main along 10 Mile Canal. Lisa’s Duties include inspection of pipe installation, backfill and compactive efforts, QC Management, reading/interpreting plans, Specifications- FDOT and City of Ft. Myers, standard indexes, and shop drawings. Contact: Wright Construction Reference: Jim Powell, Project Manager - 239-872-1868 CEI Senior Inspector – July 2016 to November 2016 Terminal Access Road & Skyplex Blvd. – Lee County Port Authority – Contract 15-34-00 This project consists of widening the existing Terminal Access Road from 4 lanes to 6 lanes. Work includes drainage installation, new curb and gutter with over 60 concrete flumes, utility adjustments, new guardrail installation, and almost 3 miles of new asphaltic concrete pavement. This project extends onto FDOT right-of-way, therefore, nightly lane closures is a requirement and strong adherence to appropriate MOT is crucial when working within this area. Lisa’s responsibilities include material sampling and testing, control of earthwork related materials, density testing, and maintaining the log books. Contact: Wright Construction Reference (CM) – Neil Monkman – 239-462-7371 Senior Inspector - August 2015 to November 2016 (Intermittent) Collier Blvd Widening, CR 951, Collier County, FL Widening CR 951 including, roadway, new water lines, new sewer lines, and a CIP box culvert. Lisa’s responsibilities included performing field inspection of contractor's/subcontractor’s operations, density testing, sampling, materials tracking, paving, cross slope measurement, Drilled Shaft and lighting inspections and, preparing daily reports. Contact: Matt Thomas, Collier County Transportation, 239-571-7077 Senior Inspector - August 2015 to November 2016 (Intermittent) CR 951 Widening from Green St. to Golden Gate Blvd, Naples, FL This project consists of widening the existing CR 951 from 4 to 6 lanes. Work also includes a new bridge, box culverts, drainage, water mains, lighting and signalization. Lisa’s responsibilities included performing field inspection of contractor's/subcontractor’s operations, density testing, sampling, materials tracking, paving, cross slope measurement, Drilled Shaft and lighting inspections and, preparing daily reports. Contact: Collier County, Matt Thomas – 239-571-7077 CEI Inspector - November 2015 to April 2016 SR 45/ US 41 - from I-275 to the Hillsborough County Line and SR 45 from Piney Point Road to Dock Street. FDOT1 - FDIP 196114-2-01 & 196114-3-52-01 The improvements under this contract consist of reconstruction of the roadway with concrete pavement, milling and resurfacing, base work, shoulder treatment, drainage improvements, box culvert replacements, guardrail, sidewalks, lighting, signing and pavement marking, signalization and landscaping on SR 45 (US 41). Lisa’s responsibilities included; reading/interpreting plans, specifications, standard indexes, performing field inspection of contractor's operations, density testing, sampling, materials tracking, Milled depth, cross slope on milled surface, paved cross slope measurement, Asphalt truck temp, preparing daily reports and EEO Interviews. Contact: FDOT PM: Ray Callahan 941-465-0813 CEI Senior Inspector – August 2015 to November 2015 SR 25 (US 27) at Bronson Road Contract C9970 / TWO56 / FDOT1 FPID #435769-1-62-01 The improvements under this contract consist of milling and resurfacing, widening, base work, shoulder treatment, drainage improvements, curb and gutters, sidewalks and signing and pavement marking on SR 25 (US 27). Lisa’s responsibilities included; performing field inspection of contractor's operations, density testing, sampling, materials tracking, LIMS entries, M.O.T verification inspection, cross slope measurement, daily reports. Contact: Susan Hindman, FDOT Project Oversight/PA 863-273-1656 16.A.4.b Packet Pg. 1266 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Robert White, EI CEI Senior Inspector / Senior Engineer Intern B.S., Civil Engineering Page 1of 2 Where Structural Design Meets Construction Engineering Summary: Mr. White is an Engineering Intern with a Bachelor of Science Degree in Civil Engineering and who has been working as a CEI inspector for 4 years. Robert has experience in inspection of bridges, pile driving, box culverts, paving, drainage & embankment, stabilized subgrade, and base materials working on various projects. Project Experience CEI Senior Inspector – January 2018 – August 2018 TWO 58 – 435040-1-52-01 US41 Pine Ridge, FDOT District 1 - Contract C9A69 Construction of new sidewalk and roadway lighting in high-profile urban area along US 41 in Naples. Also, new drainage and swale modifications, new pedestrian street crossings and poles, and coordination and relocation of multiple utilities. Robert’s responsibilities include inspection of precast drainage MES units, light pole bases, and drainage pipe. Inspection of installation of these structures and ensure per plan installation. Where utility conflicts arise, Robert inspected spread footer installation and ensured FDOT Specification compliance. Also, Robert reported on contractor’s daily activities and monitored MOT and erosion control methods. Reference – Kevin Daugherty, P.E., Fort Myers Operations Center - (239) 940-9541 CEI Senior Inspector – June 2017 – December 2017 TWO 61 - 433190-1-62-01 / Mooring Line | TWO 62 - 433181-1-62-01 / St. Ann’s School FDOT District 1 - Contract C9A69 Construction of sidewalks in high-profile urban area. Multiple driveway crossings, curb ramps, drainage adjustments. Reference – Kevin Daugherty, P.E., Fort Myers Operations Center - (239) 940-9541 Senior Inspector – January 2016 – June 2017 CEI Inspector for Golden Gate Boulevard – Contract 15-6372 Collier County Growth Management Division, Collier County, FL This project consists of widening and reconstructing the existing Golden Gate Boulevard from 2 lanes to 4 lanes. Work includes widening the existing bridge, extensive drainage reconstruction, utility adjustments, new lighting, and approximately 2 miles of new asphaltic concrete pavement. Robert is the lone verification inspector on this project, working independently to ensure the Contractor and QC firm are constructing the project per the plans and specifications. Additionally, Robert performs CEI inspections of the bridge materials and installation as well as material sampling, density testing, and maintaining the log books. Reference – Kevin Dugan, Project Manager – Retired Inspector– May 2015 – June 2017 Burnt Store Road Widening CEI This project consists of the initial widening of the north segment of Burnt Store road to four lanes. Robert’s responsibilities include pile driving inspector for the 24” precast prestressed piles for Gator Slough Bridge. The piles were 100% PDA tested due to difficult driving conditions through stiff clays, which caused high pile stresses. Const ant pile driving hammer energy monitoring and adjustments were needed to prevent exceeded allowable pile driving stresses. Reference – Vince Miller, Lee County DOT, 239-533-8577 Qualifications / Certifications TIN #W30077382 •BS Civil Engineering •EI #1100014768 •Concrete Field Technician Level 1 •Earthwork Inspection Level 1 •Earthwork Inspection Level 2 •Bridge Coatings Inspector Level 1 •PCI Levels I/II •Drilled Shaft Inspection •Pile Driving Inspection •Asphalt Paving Level 1 •Asphalt Paving Level 2 •ACI Concrete Field Technician 1 •IMSA Traffic Signal Inspection •Final Estimates I •Advanced Temporary Traffic Control (MOT) •APNGA Gauge Safety Certified •FDEP Certified Storm Water Management Inspector •FDOT Critical Structures Construction Issues (CSCI) 2018 16.A.4.b Packet Pg. 1267 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Robert White, EI CEI Senior Inspector / Senior Engineer Intern B.S., Civil Engineering Page 2of 2 Where Structural Design Meets Construction Engineering Inspector – October 2015 – June 2017 Old 41 Downtown Improvements Project Bonita Springs, FL This project utilizes innovative bridge widening, drainage designs and roundabouts to create a pedestrian friendly corridor in this historic part of Bonita Springs. CEI tasks include Old 41 at Imperial River Bridge widening, Oak Creek Box Culvert railing replacement, utility installations, drainage, roadway reconstruction (base and asphalt), roadway pavers and bridge. Robert’s responsibilities to date include pipe installation inspection, material sampling, densities, and maintaining the log books. Reference – Wright Construction (CM) – Joe Restino – Retired Inspector –July 2016 - July 2016 Terminal Access Road & Skyplex Boulevard – Lee County Port Authority – Contract 15-34-00 This project consists of widening the existing Terminal Access Road from 4 lanes to 6 lanes. Work includes drainage installation, new curb and gutter with over 60 concrete flumes, utility adjustments, new guardrail installation, and almost 3 miles of new asphaltic concrete pavement. This project extends onto FDOT right-of-way, therefore, nightly lane closures is a requirement and strong adherence to appropriate MOT is crucial when working within this area. Robert’s responsibilities include material sampling and testing, control of earthwork related materials, density testing, and maintaining the log books. Reference – Wright Construction (CM) – Neil Monkman – 239-462-7371 QC Inspector – October 2015 – August 2016 CR 951 Widening from Green St to Golden Gate Blvd, Naples, FL This project consists of widening the existing CR 951 from 4 to 6 lanes. Work also includes a new bridge, box culverts, drainage, water mains, lighting and signalization. Robert’s responsibilities include material sampling, densities, and maintaining the log books. Reference – Collier County – Matt Thomas, Collier County Transportation, 239-571-7077 Education: • Florida Gulf Coast University, Ft. Myers, FL 8/2007- 5/2010 • Bachelor of Science in Civil Engineering • Florida Board of Professional Engineers- Engineer Intern # 1100014768 16.A.4.b Packet Pg. 1268 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Christopher Gallagher, EI CEI Inspector / Asphalt Plant Inspector Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Mr. Gallagher is a CEI and Asphalt Plant Inspector with HighSpans Engineering, Inc. working in the SWFL Region of District One. He has over 4 years of experience running verification tests, assembling complete and thorough lot packages, running tests on asphalt cores, lot/sub-lot spread rate calculations, truck temps, truck bed inspection, TL-D Poly workbooks, built Master CPF workbooks, coordination with Field VT Staff, and verified Contractor compliance with FDOT Specifications requirements. CEI Asphalt Plant Inspector Experience: Materials & Testing CEI Support Consultant Contract September 2018 – Present FDOT Contact CA071/FPID 198391-1-62-17 FDOT1 PM: Troy Whitfield, District Bituminous Supervisor, D1& D7 Materials (863) 519-4249 • 434939-1-52-01 / US41 Alico to Daniels • 425841-1-52-01 / SR82 • 438007-1-52-01 / SR 876 W of I75 Rest Area • 425841-3-52-01 / SR82 Alabama to Homestead • 408286-6-52-01 / SR80 Dalton Lane to CR833 • 436585-1-52-01 / SR84 from SR90 to Naples Continuing Services Materials & Testing Support Consultant Contract – December 2015 to September 2018 FDOT Contract C9152 / FPID 198391-1-62-14 FDOT1 PM: Troy Whitfield, District Bituminous Supervisor, D1& D7 Materials (863) 519-4249 Effective December 2015, the responsibility for the Asphalt Plant (VT) Testing & Inspection Program was transferred from D1 Construction to D1 & D7 Materials. With this change, Construction (specifically the Resident Asphalt Coordinators [RAC’s]), was no longer responsible for staffing the Asphalt Plants with VT Technicians. District Materials now coordinates and manages this task and uses their own Continuing Services Consultant Contract (C9152) to staff the asphalt plants. HighSpans Inspectors are part of the plant inspection team covering all D1 and D7 asphalt production. Project experience under this contract includes: • 193898-2-52-01 / SR 35 (US 17) / T1A07 • 196114-3-62-01 / SR45 Piney Point & Dock • 196904-1-52-01 / SR 70 (Ft. Pierce) • 198017-4-52-01 / US 41 Venice Bypass • 201032-4-62-01 / University Interchange • 406313-4-52-01 / T1595/SR93 (I-75) / Collier • 413044-2 / Charlotte CL to Tolido Blade • 413044-4-62-01 / I75 Sumter to River • 420633-3-52-01 / US 17 in Hardee Co • 422710-2-62-01 - US41 Enterprise • 425841-5-52-01 / SR 82 • 430119-1-52-01 / SR78 / US 41 to Brewer • 431212-1-52-01 (E1050) SR 43 (US 301) • 431294-1-52-01 / SR 60 East of CR 630 • 431306-1-52-01 / SR758 Siesta to Bond • 431311-1-52-01 / US 41 (SR 45) Browning • 431316-1-52-01 / SR 45 Cross to Cochran • 431461-1-52-01 / SR 70 / T1645 / • 431603-1-52-01 / CR 68 from 98 to US 441 • 433173-1-52-01 / SR 84 Davis Blvd • 434929-1-52-01 / I75 Moccasin Wallow • 434940-1-52-01 / SR 15 / Lynch Paving • 434960-1-52-01 / SR 80 from Grandmas • 434961-1-52-01 / SR 45 (US41) Palermo • 434962-1-52-01 / SR 15 /SR 700 (US 98 / 4 • 435393-1-52-01 / US 41 Pine Ridge Qualifications / Certifications TIN G42611693 •Limerock Bearing Ratio Technician •Aggregate Base Technician •Aggregate Testing Technician – Level •Asphalt Plant - Level 1 •Asphalt Plant – Level 2 •Asphalt Paving – Level 1 •Ashpalt Paving - Level 2 (R) •Final Estimates – Level 1 •Earthwork Construction Inspector – Level 1 •Earthwork Construction Inspector – Level 2 •ACI Concrete Field Testing Technician •ACI Concrete Strength Testing Technician •Concrete Laboratory Technician Specification •QC Manager •DEP Qualified Storm Water Management Inspector(R) •APNGA Gauge Safety Certified •FDOT Critical Structures Construction Issues - 2018 •OSHA (Construction) •High School Graduate (2011) 16.A.4.b Packet Pg. 1269 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Christopher Gallagher, EI CEI Inspector / Asphalt Plant Inspector Page 2 of 2 Where Structural Design Meets Construction Engineering • 436600-1-52-01 / SR15-SR66 | Lynch Asphalt • 436638-1-52-01 / SR 31 Caloosahatchee CEI Asphalt Plant Inspector – January 2015 to December 2015 Christopher’s duties included Asphalt Plant Verification and/or training under an approved Plant Inspector and overseeing Quality Control (QC) technicians performing tests, ensuring proper test procedures are followed, preparing lot packages and calculating CPFs, on the following projects. Chris’s references include the FDOT D1 IA and FMOC RAC listed below. CEI Inspection Services for Fort Myers Operations Center in support of FDOT District 1 FDOT1 Contract C9A69 / TWO31 / FPID 430355-1-62-01 – US 41 (SR45) Lee C/L to Morningside FDOT1 PM: Juan Carillo, (941)708-4446 CEI Inspection Services for Fort Myers Operations Center in support of FDOT District 1 FDOT1 Contract C9A69 / TWO21 / FPID 430355-1-62-01 – US 27 WIM (Weigh in Motion Scales) FDOT1 PM: Juan Carillo, (941)708-4446 Hacienda Lakes Phase II; Rattlesnake Hammock Contact: Chris Hagan, PE, Hagan Engineering, LLC (239) 228-7742 / (239) 851-8239 US41 Business from Littleton Road to US41 (January 2015 – March 2015) FPID # 421116-1-62-01 FDOT1 PM: FDOT PM: Dennis Day, (239) 896-8699 US 41 and SR 951 Intersection Widening (January 2015 –December 2015) FPID #428147-1-52-01 CEI PA: Mike Ryan, PE, PMP, Atkins Global – (239) 334-7275 / (239) 253-0982 US17 (SR35) from .4 Miles South of SW Collins Street to South of CR 760A (January 2015 –December 2015) FPID #417876-1-62-01 FDOT1 PM: Ray Callahan, (941) 465-0813 US41 from SR951 to Greenway Rd. (Collier County) (March 2015 –December 2015) FPID # 415621-2-62-01 FDOT1 PM: Eliode Joseph, (239) 985-7866 CEI Inspector Experience: CEI Inspector – March 2019 to Present CEI Services for Alico Widening from Ben Hill Griffin Parkway to Airport Haul Road This project consists of 2 to 4-lane widening including roadway, water lines, sewer lines, drainage, and realignment of the canal. Inspection duties include verification testing and inspection of all earthwork related activities and materials (pipe backfill, embankment, subgrade, and base rock) and concrete for sidewalks and curb and gutters Reference – Vince Miller, Project Manager, 239-533-8577 CEI Inspector – May 2016 to October 2017 City of Bonita Springs Downtown Redevelopment Project along Old 41 Road & Felts Avenue, Collier County, FL This project utilizes innovative drainage designs and roundabouts to create a pedestrian friendly corridor in this historic part of Bonita Springs. CEI tasks include utility installations, drainage, roadway reconstruction (base and asphalt), roadway pavers and bridge. Reference – Jim Powell, CPM, Wright Construction Group, Inc., (239) 481-5000 CEI Inspector – June 2016 to October 2017 Collier Blvd Widening, #68056 CR 951, Collier County, FL Widening CR 951 including, roadway, new water lines, new sewer lines, and a CIP box culvert. Inspection duties include quality control of all earthwork related activities and materials (pipe backfill, embankment, subgrade, and base rock) and concrete used for drainage modifications, CIP arch-span bridge culvert, and retaining walls. Reference – Matt Thomas, Collier County Transportation, (239) 571-7077 16.A.4.b Packet Pg. 1270 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) William “Hutch” Gwynn Inspector & Asphalt Plant Inspector Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Mr. Gwynn has over three years of CEI experience in both Roadway and Asphalt Plant Inspection. In the field, Mr. Gwynn performs verification testing and inspection for asphalt paving, earthwork, and concrete construction for FDOT and Municipality projects. In the plant, Mr. Gwynn performs verification testing and inspection for asphalt production on FDOT projects. Mr. Gwynn is responsible for providing daily communications, coordination, and documentation of each task for the client. Plant testing experience includes verification tests, completed lot packages, run tests on cores, truck temps and pay samples, completed TL-D Poly workbooks, built Master CPF workbooks, and verified Contractor compliance with Specification 331 requirements, including tonnage limits of initial lots, and lot/sub-lot spread rate calculation. Hutch has experience in Districts 1, 7, and 4. CEI Plant Inspection Experience: Materials & Testing CEI Support Consultant Contract September 2018 – Present FDOT Contact CA071/FPID 198391-1-62-17 FDOT1 PM: Joseph Lee - District Manager - Lab Qualifications / Contracts, D1 & D7 Materials (863) 519-4227  201032-6-52-01 / I75 at SR64  436586-1-52-01 / SR35 3rd Street to RV Park  425841-1-52-01 / SR82  201032-2-52-01 / I75 – SR70 Interchange  425841-1-52-01 / SR82 Ajax Plant #4  430886-1-52-01 / Six Mile & US41 Intersection  408286-6-52-01 / SR80 Dalton Lane to CR833  422710-5-52-01 / US41 Salford to Sumter  434939-1-52-01 / US41 Alico to Daniels CEI Asphalt Plant Inspector – June 2016 to Present (Concurrent) Mr. Gwynn provides asphalt VT testing and inspection for numerous FDOT D1 projects through the District Materials Testing Contract. Plant assignments are coordinated with District Staff. FDOT1 PM: Joseph Lee - District Manager - Lab Qualifications / Contracts, D1 & D7 Materials (863) 519-4227 CEI Inspection Experience CEI Inspector – March 2019 – Present Burnt Store Road Widening CEI Lee County DOT CN150085 / Contract 7131 This project consists of the initial widening of the north segment of Burnt Store road to four lanes, which includes three bridges (Horseshoe Canal, Arroz Canal, and Gator Slough.) CEI Inspector – December 2017 to March 2018 | July 2018 to Present Wastewater Interconnect / PH2-PT1 & PT2 Central AWWTP 42” Trunk Sanitary Sewer Replacement, City of Fort Myers, FL Improvements under this contract consist of installation of new 42” & 36” PVC sanitary sewer pipe, new manhole structures, 8” PVC sanitary sewer, and 12” gate valves, as well as new 36” PVC force main, 1” air release valves, 36” HDPE directional drill FM pipe, new 12” and 6” PVC water main pipe, new fire hydrants, completely new drainage system (RCP, swales, curb inlet/DBI/MES/junction box/headwall structures), sidewalk, driveways, curb and gutter, and full-depth roadway (subgrade, base, and asphalt) reconstruction along Raleigh Street, Indian Street, and Palm Avenue in the City of Fort Myers. Hutch’s responsibilities include density testing and recording of all new pipe and structures installed, reviewing and Qualifications / Certifications TIN G50093362 Asphalt Plant Level 1 Asphalt Plant Level 2 Asphalt Paving Level 1 Asphalt Paving Level 2 Earthwork Inspection Level 1 Earthwork Inspection Level 2 Final Estimates 1 NPDES Certified Stormwater Management Inspector APNGA Gauge Safety Certified Intermediate Temporary Traffic Control FDOT Critical Structures Construction Issues - 2018 High School Graduate (06/81) 16.A.4.b Packet Pg. 1271 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) William “Hutch” Gwynn Inspector & Asphalt Plant Inspector Page 2 of 2 Where Structural Design Meets Construction Engineering overseeing Contractor’s dewatering plans and methods, monitoring and inspecting asphalt paving - both temporary and permanent, review of mix design submittals, and also daily field inspection and reporting of all contractor and sub-contractor activities. Reference – Jim Powell, Project Manager, Wright Construction Group, Inc., 239-481-5000 CEI Inspector – March 2018 – July 2018 SR 35 from Bermont Road to Pinegrove Circle, FPID 436599-1-62-01 This project consists of milling and resurfacing, updating signing and pavement markings, and sidewalk and ramp improvements for this corridor along US 17. Hutch’s responsibilities include verification inspection of milling operation, daily inspection of contractor’s erosion control and MOT methods, sign replacement and sod installation oversight, paving for friction and structural courses with cross slope measurements and rolling straightedge analysis, and preparing daily reports. FDOT Reference – Leighton Elliott, PE, 239-985-7800 CEI Inspector – June 2016 – March 2018 Burnt Store Road Widening CEI Lee County DOT CN150085 / Contract #7131 This project consists of the widening of the North Segment of Burnt Store Road to four lanes, which includes three bridges (Horseshoe Canal, Arroz Canal, and Gator Slough Canal.) Hutch’s duties include field observance of construction activities, monitoring and inspecting asphalt paving, and daily reporting. Other duties include earthwork and concrete testing, survey, pipe and drainage structure inspection and erosion control device inspection (SWPPP). Hutch also manages earthwork log books and verifies subgrade and baserock depths in the field. Reference – Vince Zaliauskas, PE, SPE, 239-443-7010 CEI Inspector – May 2016 to October 2017 (Intermittent/Back-up Paving and Earthwork Inspector) City of Bonita Springs Downtown Redevelopment Project along Old 41 and Felts Avenue, Collier County, FL This project utilizes innovative drainage designs and roundabouts to create a pedestrian friendly corridor in this historic part of Bonita Springs. CEI tasks include utility installations, drainage, roadway reconstruction (base and asphalt), roadway pavers and bridge. Reference – Jim Powell, Project Manager, Wright Construction Group, Inc., 239-481-5000 CEI Inspector – June 2016 to June 2017 (Intermittent/Back-up Earthwork and Paving Inspector) Collier Blvd Widening, #68056 CR 951, Collier County, FL Widening CR 951 including, roadway, new water lines, new sewer lines, and a CIP box culvert. Inspection duties include quality control of all earthwork related activities and materials (pipe backfill, embankment, subgrade, and base rock) and concrete used for drainage modifications, CIP arch-span bridge culvert, and retaining walls. Reference – Matt Thomas, Collier County Transportation, 239-571-7077 CEI Inspector – June 2016 to April 2017 (Intermittent/Back-up Inspector) CR 951 Widening from Green St to Golden Gate Blvd, Naples, FL This project consists of widening the existing CR 951 from 4 to 6 lanes. Work also included a new bridge, box culverts, drainage, water mains, lighting and signalization. Hutch’s responsibilities included performing field inspection of contractor's/subcontractor’s operations, density testing, sampling, materials tracking, paving, cross slope measurement, Drilled Shaft inspections, and preparing daily reports. Reference – Collier County Reference – Matt Thomas 239-571-7077 Education:  University of Wyoming, Laramie, Wyoming Business Administration, Agriculture Management 16.A.4.b Packet Pg. 1272 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Charlie Bemis Asphalt Plant Inspector Page 1 of 2 Where Structural Design Meets Construction Engineering Summary: Mr. Bemis has over 14 years’ experience in all aspects of Construction Engineering and Inspection and FDOT procedures. His relevant project experience includes extensive Asphalt Plant Inspection, and proven Paving inspection, along with other roadway construction activities. Inspection responsibilities have included the survey layout and conformance with plans and specifications; verification sampling, testing and reporting on earthwork, asphalt, cross slope, and concrete; entering and monitoring VT data in LIMS; coordination with CQC personnel; management of lower level inspectors, coordination with businesses and property owners, tracking quantities from construction activities, completing Daily Work Reports in Site Manager, MOT inspection and erosion control inspection. Since December 2015, Charlie has been working exclusively in asphalt plant inspection. CEI Asphalt Plant Inspector Experience Charlie’s has run verification tests, completed lot packages, run tests on roadway GMB density cores, monitor truck temps, oversee randomly generated QC pay samples, and Process Control samples, complete Superpave and Marshall Ticket Book Covers, build Master CPF workbooks, oversee Quality Control (QC) technicians performing tests ensuring proper test procedures are followed, pull monthly plant Scale Checks, verify that all laboratory equipment used is being calibrated, verify Contractor compliance with Specifications 300-341 and 916 requirements, including tonnage limits of initial lots, ensure that all samples meet Master production range tolerances for tables 334-5 and 337-2, and that verification samples meet the Between-Laboratory Precision Values to Table 334- 6 for comparison. Materials & Testing CEI Support Consultant Contract - September 2018 – Present FDOT Contact CA071/FPID 198391-1-62-17 FDOT1 PM: Joseph Lee, District Manager – Lab Qualifications/Contracts, D1& D7 Materials (863) 519-4227 • 201032-6-52-01 / I75 at SR64 • 425841-1-52-01 / SR82 Lee Blvd to Shawnee • 425841-3-52-01 / SR82 Alabama to Homestead • 433552-1-52-01 / US41 Tuscola to Ortiz • 434839-1-52-01 / SR682 | 54th Ave S from 41 • 438007-1-52-01 / SR 876 W of I75 Rest Area • 201032-2-52-01 / I-75- SR 70 Interchange • 438008-1-52-01 / SR82 Rockfill to Ortiz • 425841-1-52-01 / SR82 • 428383-1-52-01 / US41 10th to 14th Sarasota • 436580-1-52-01 / SR 70 Pasco – Turner • 436585-1-52-01 / SR35 St to RV Park • 201032-2-52-01 / I75 - SR 70 Interchange • 425841-1-52-01 / SR82 Ajax Plant #4 • 430886-1-52-01 / Six Mile & US 41 Intersection • 431895-1-52-01/ 8th St. NE Bridge Golden Gate Blvd • 434939-1-52-01 / Helms Road Extension from SR29 • 408286-6-52-01 / SR80 Dalton Lane to CR833 • 413042-4-52-01 / SR93 (I75) S Jones Loop • 422710-5-52-01 / US41 Salford to Sumter • 434939-1-52-01 / US41 Alico to Daniels CEI Inspector – March 2019 to Present CEI Services for Alico Widening from Ben Hill Griffin Parkway to Airport Haul Road This project consists of 2 to 4-lane widening including roadway, water lines, sewer lines, drainage, and realignment of the canal. Inspection duties include verification testing and inspection of all earthwork related activities and materials (pipe backfill, embankment, subgrade, and base rock) and concrete for sidewalks and curb and gutters Reference – Vince Miller, Project Manager, 239-533-8577 Qualifications / Certifications TIN B52014281 •Asphalt Plant - Level 1 •Asphalt Plant - Level 2 •Asphalt Paving – Level 1 •Asphalt Paving – Level 2 •ACI Concrete Field Testing Technician Level 1 •CTQP Concrete Field Tech 1 •Earthwork – Level 1 •Earthwork – Level 2 •QC Manager •Final Estimates – Level 1 •APNGA Gauge Safety Certified •CPPR •Intermediate Temporary Traffic Control (MOT) •Critical Structures Construction Issues - 2018 •2017 Asphalt Conference - Asphalt Contractors Association of Florida •High School Diploma 16.A.4.b Packet Pg. 1273 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Charlie Bemis Asphalt Plant Inspector Page 2 of 2 Where Structural Design Meets Construction Engineering August 2018 – April 2019 Lee County DOT CN160311 Corbett Rd. Improvements This project consists of reconstructing Corbett Rd. from Diplomat Parkway to Littleton Road. Project includes Full Depth Reclamation, Asphalt Paving, Milling and Resurfacing, Signing and Pavement Markings, and Sodding. Project was Final Accepted in March-2019, $600,000 construction budget completed $80,000 under budget, ahead of schedule, and with a bonded 2-year warranty. Corbett Rd CEI included Asphalt Roadway and Plant testing for Full Depth Reclamation and Marshall mixes. Our inspectors ran normal AC content, Extraction and Gradation testing and Max Gravity test (GMM) on the mix with no cure time. The standard Density core testing was performed for the Asphalt Mat, when test strips were not implemented. Project used 2000 ton Lots with 500 ton sublots testing 1 random sample per sublot. Reference – Lee County Project Manager – Vince Miller, 239-533-8577 Continuing Services Materials & Testing Support Consultant Contract – December 2015 to September 2018 FDOT Contract C9152 / FPID 198391-1-62-14 FDOT1 PM: Joseph Lee - District Manager - Lab Qualifications / Contracts, D1 & D7 Materials (863) 519-4227 Effective December 2015, the responsibility for the Asphalt Plant (VT) Testing & Inspection Program was transferred from D1 Construction to D1 & D7 Materials. With this change, Construction (specifically the Resident Asphalt Coordinators [RAC’s]), was no longer responsible for staffing the Asphalt Plants with VT Technicians. District Materials now coordinates and manages this task and uses their own Continuing Services Consultant Contract (C9152) to staff the asphalt plants. HighSpans Inspectors are part of the plant inspection team covering all D1 and D7 asphalt production. Project experience under this contract includes: • 193898-2-52-01 / SR 35 (US 17) / T1A07 • 196114-3-62-01 / SR45 Piney Point & Dock • 196904-1-52-01 / SR 70 (Ft. Pierce) • 198017-4-52-01 / US 41 Venice Bypass • 201032-4-62-01 / University Interchange • 406313-4-52-01 / T1595/SR93 (I-75) / Collier • 413044-2 / Charlotte CL to Toledo Blade • 413044-4-62-01 / I75 Sumter to River • 420633-3-52-01 / US 17 in Hardee Co • 422710-2-62-01 - US41 Enterprise • 425841-5-52-01 / SR 82 • 430119-1-52-01 / SR78 / US 41 to Brewer • 431212-1-52-01 (E1050) SR 43 (US 301) • 431294-1-52-01 / SR 60 East of CR 630 • 431306-1-52-01 / SR758 Siesta to Bond • 431311-1-52-01 / US 41 (SR 45) Browning • 431316-1-52-01 / SR 45 Cross to Cochran • 431461-1-52-01 / SR 70 / T1645 / • 431603-1-52-01 / CR 68 from 98 to US 441 • 433173-1-52-01 / SR 84 Davis Blvd • 434929-1-52-01 / I75 Moccasin Wallow • 434940-1-52-01 / SR 15 / Lynch Paving • 434960-1-52-01 / SR 80 from Grandmas • 434961-1-52-01 / SR 45 (US41) Palermo • 434962-1-52-01 / SR 15 /SR 700 (US 98 / 4 • 435393-1-52-01 / US 41 Pine Ridge • 436600-1-52-01 / SR15-SR66 | Lynch Asphalt • 436638-1-52-01 / SR 31 Caloosahatchee • 436920-1-52-01 / US17 Livingston US41 from SR951 to Greenway Rd. (Collier County) – (February 2015 - December 2015) FPID # 415621-2-62-01 FDOT1 PM: Eliode Joseph, (239) 985-7866 SR33 from I-4 to Clearwater Avenue (March 2015 – May 2015) C9E98 – TWO 07 -/ FPID 429284-1-52-01 FDOT PM: Joseph Lee - District Manager - Lab Qualifications / Contracts, D1 & D7 Materials (863) 519-4227 SR739 Winkler Avenue to Hanson Street – (February 2015 – July 2015) FPID 195718-2-62-01 FDOT1 PM: Chris Mollitor, (239) 985-7883 February 2008 – December 2014 US17 (SR35) from .4 Miles S of SW Collins Street to S of CR 760A FDOT1 PM: Ray Callahan, (941) 708-4430 D1 CEI Services for SR 78 – #413695-1 (C9911) 16.A.4.b Packet Pg. 1274 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) 16.A.4.bPacket Pg. 1275Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) 16.A.4.bPacket Pg. 1276Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) 16.A.4.b Packet Pg. 1277 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) 16.A.4.b Packet Pg. 1278 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) 16.A.4.bPacket Pg. 1279Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) 16.A.4.bPacket Pg. 1280Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) 16.A.4.bPacket Pg. 1281Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) 16.A.4.bPacket Pg. 1282Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) 16.A.4.bPacket Pg. 1283Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) 16.A.4.bPacket Pg. 1284Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) Company Information Additional Information Organization Designation View / Edit View Original MOU Template View MOU Company Name HighSpans Engineering, Inc. Company ID Number 217164 Doing Business As (DBA) Name -- DUNS Number -- Physical Location Address 1 2121 McGregor Boulevard Address 2 Suite 200 City Fort Myers State FL Zip Code 33901 County LEE Mailing Address Address 1 2121 McGregor Boulevard Address 2 Suite 201 City Fort Myers State FL Zip Code 33901 Employer Identification Number 770681624 Total Number of Employees 20 to 99 Parent Organization -- Administrator -- Employer Category None of these categories apply NAICS Code 541 - PROFESSIONAL, SCIENTIFIC, AND TECHNICAL SERVICES View / Edit Total Hiring Sites 1 View / Edit Total Points of Contact 3 View / Edit Page 1 of 2E-Verify: Employer Wizard -Company Information 8/22/2018https://e-verify.uscis.gov/web/EmployerWizard.aspx 16.A.4.b Packet Pg. 1285 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) 16.A.4.b Packet Pg. 1286 Attachment: HighSpans Proposal (11144 : CEI- 11 Bridge Replacements) 16.A.4.c Packet Pg. 1287 Attachment: Final Ranking (11144 : CEI- 11 Bridge Replacements) 16.A.4.d Packet Pg. 1288 Attachment: 19-7632 NORA (11144 : CEI- 11 Bridge Replacements) 16.A.4.d Packet Pg. 1289 Attachment: 19-7632 NORA (11144 : CEI- 11 Bridge Replacements)