Loading...
Agenda 07/14/2020 Item #11C (Award Agreement #19-7632 to HighSpans Engineering, Inc.)07/14/2020 EXECUTIVE SUMMARY Recommendation to award Agreement No. 19-7632 for Construction Engineering and Inspection (“CEI”) and Related Services for "Eleven Bridge Replacements East of SR 29" to HighSpans Engineering, Inc., in a not to exceed amount of $3,184,809.50. OBJECTIVE: To obtain professional construction, inspection, and engineering services for the replacement of ten bridges east of Immokalee/State Road 29, Bridge numbers: 030136, 030137, 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 January 28, 2020, under agenda item 16A4, the Board approved the selection committee ranking for Request for Professional Services (“RPS”) No. 19-7632 and authorized staff to negotiate a contract with the top-ranked firm, HighSpans Engineering, Inc. The services for this proposed agreement include providing CEI services for the replacement of ten (10) existing bridges east of SR 29 . Of the eleven bridges targeted for replacement, Bridge 030138 on Immokalee Road, received a Federal Grant and was excluded from the negotiations. Bridge 030138 will become a Local Area Program project and presented to the Board later as a separate agenda item. Staff met with HighSpans Engineering Inc., and negotiated the fees for the attached proposed Agreement, which provides for per staff-hour and reimbursable costs, in a total amount not to exceed $3,184,809.50 subject to the Board's approval. The probable construction costs are anticipated at $32M, and the construction of the project is expected to commence early spring of 2021. The Infrastructure Sales Surtax was approved by the voters in 2018. Exhibit A in Ordinance 2018-21 lists all the applicable projects that can be funded from the sales tax. The bridge replacement(s) (11) in eastern Collier county is specifically included in Exhibit A under the Transportation Projects category. On April 3, 2019 (agenda item 8A1), the Infrastructure Surtax Citizen Oversight Committee validated this project in the amount of $7 million. FISCAL IMPACT: Funds in the amount of $3,184,809.50 are available in Gas Tax Fund (313), Project 66066. 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 bridges and roadway features and will be absorbed into the regular maintenance schedule thereafter. 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 a majority vote for Board approval.-SRT RECOMMENDATION: To approve Agreement No. 19-7632, "Construction Engineering and Inspections (CEI) and Related Services for “Eleven Bridge Replacements East of SR 29” with HighSpans Engineering, Inc., and authorize the Chairman to sign the attached agreement. Prepared by: Marlene Messam, P.E., Principal Project Manager, Transportation Engineering Division 11.C Packet Pg. 324 07/14/2020 ATTACHMENT(S) 1. 19-7632 HighSpans Engineering_Contract_VendorSigned (PDF) 2. 19-7632 HighSpans Eng_Insurance_3-25-20 (PDF) 3. HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (PDF) 4. 19-7632 HighSpans Eng_Insurance_6-25-20 (1) (PDF) 5. 19-7632 HighSpans Eng_Insurance_6-25-20 (2) (PDF) 11.C Packet Pg. 325 07/14/2020 COLLIER COUNTY Board of County Commissioners Item Number: 11.C Doc ID: 11969 Item Summary: Recommendation to award Agreement No. 19-7632 for Construction Engineering and Inspection (“CEI”) and Related Services for "Eleven Bridge Replacements East of SR 29" to HighSpans Engineering, Inc., in a not to exceed amount of $3,184,809.50. (Marlene Messam, Principal Project Manager, Transportation Engineering Division) Meeting Date: 07/14/2020 Prepared by: Title: Project Manager, Principal – Transportation Engineering Name: Marlene Messam 03/08/2020 3:03 PM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 03/08/2020 3:03 PM Approved By: Review: Growth Management Department Jeanne Marcella Deputy Department Head Review Skipped 05/08/2020 8:55 AM Transportation Engineering Steve Ritter Additional Reviewer Completed 03/09/2020 7:29 AM Growth Management Department Lisa Taylor Additional Reviewer Completed 03/26/2020 9:09 AM Growth Management Department Jeanne Marcella Level 1 Reviewer Completed 03/26/2020 12:58 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 03/30/2020 4:46 PM Transportation Engineering Jay Ahmad Additional Reviewer Completed 04/01/2020 1:36 PM Procurement Services Evelyn Colon Additional Reviewer Completed 04/06/2020 4:59 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 04/08/2020 11:50 AM Growth Management Department Gene Shue Additional Reviewer Completed 04/09/2020 9:27 AM Procurement Services Geoff Thomas Additional Reviewer Completed 04/15/2020 3:48 PM Procurement Services Sandra Herrera Additional Reviewer Completed 04/16/2020 4:52 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 04/20/2020 4:59 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 04/21/2020 10:10 AM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 04/21/2020 10:21 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 04/21/2020 10:35 AM Office of Management and Budget Susan Usher Additional Reviewer Completed 04/21/2020 1:23 PM 11.C Packet Pg. 326 07/14/2020 Office of Management and Budget Laura Zautcke Additional Reviewer Completed 04/21/2020 4:39 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 07/05/2020 7:06 PM Board of County Commissioners MaryJo Brock Meeting Pending 07/14/2020 9:00 AM 11.C Packet Pg. 327 11.C.a Packet Pg. 328 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 329 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 330 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 331 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 332 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 333 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 334 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 335 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 336 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 337 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 338 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 339 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 340 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 341 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 342 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 343 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 344 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 345 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 346 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 347 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 348 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 349 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 350 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 351 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 352 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 353 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 354 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 355 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 356 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 357 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 358 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 359 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 360 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 361 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 362 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 363 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 364 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 365 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 366 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 367 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 368 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 369 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 370 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 371 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 372 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 373 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 374 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) 11.C.a Packet Pg. 375 Attachment: 19-7632 HighSpans Engineering_Contract_VendorSigned (11969 : CEI - Eleven Bridge Replacements) INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Continental Casualty Company Southern Owners Insurance Company Zenith Insurance Company Atlantic Specialty Insurance Company Auto Owners Insurance Lloyds 3/25/2020 McGriff Insurance Services 13515 Bell Tower Drive Fort Myers, FL 33907 239 433-4535 Pam Gillmore 239 433-7169 866 802-8680 pgillmore@mcgriffinsurance.com HighSpans Engineering, Inc. 2121 McGregor Blvd., Suite 200 Fort Myers, FL 33901 20443 10190 13269 27154 18988 A X X X X B4031183735 11/14/2019 11/14/2020 2,000,000 300,000 10,000 2,000,000 4,000,000 4,000,000 E X X X 5135582101 07/31/2019 07/31/2020 1,000,000 B X X X 10,000 5135582102 03/11/2020 11/14/2020 5,000,000 5,000,000 C Y Z126856506 11/14/2019 11/14/2020 X 1,000,000 1,000,000 1,000,000 D F Marine Empl. Liab Professional Liability B5JH28008 10143L180662 03/24/2020 08/15/2019 03/24/2021 08/15/2020 $1,000,000* See description ** Workers Comp Information ** Other States Coverage Proprietors/Partners/Executive Officers/Members Excluded: Vincent Zaliauskas, President Michelle Buchholz, SVP (See Attached Descriptions) Board of Collier County Commissioners Purchasing Dept. 3327 Tamiami Trail East Naples, FL 34112-4901 1 of 2 #S25432126/M25431131 132HIGHSENGClient#: 1457596 PAGI 1 of 2 #S25432126/M25431131 11.C.b Packet Pg. 376 Attachment: 19-7632 HighSpans Eng_Insurance_3-25-20 (11969 : CEI - Eleven Bridge Replacements) SAGITTA 25.3 (2016/03) DESCRIPTIONS (Continued from Page 1) *Miscellaneous Coverages* Insurer (D) Policy #B5JH28008 Maritime-Employers Liability Coverage limit $1,000,000 any person/any one accident because of bodily injury by accident Deductible $5,000 Insurer (F) Policy #10143L180662/Claims made Retroactive date: 08/15/2007 Professional Liability: Limit #1: $1,000,000 Each Claim, Deductible #1: $15,000.00 Per Claim Limit #2: $1,000,000 Aggregate, Deductible #2: $45,000.00 Aggregate Limit 1 Description Code: Per Loss; Limit 2 Description Code: Aggregate Additional Insured status is provided to the Board of Collier County Commissioners per the attached endorsement. Project: 19-7632 "CEI Services Eleven Bridge Replacement East of SR 29" 2 of 2 #S25432126/M25431131 11.C.b Packet Pg. 377 Attachment: 19-7632 HighSpans Eng_Insurance_3-25-20 (11969 : CEI - Eleven Bridge Replacements) SB146968B (Ed.6-16) IMPORTANT:THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE,OFFENSE,CLAIM OR SUIT.SEE PARAGRAPH C.,OF THIS ENDORSEMENT FOR THESE DUTIES. BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE & BLANKET WAIVER OF SUBROGATION Architects,Engineers and Surveyors This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM BUSINESSOWNERS COMMON POLICY CONDITIONS A.Who Is An Insured is amended to include as an insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement;but the written contract or written agreement must be: 1.Currently in effect or becoming effective during the term of this policy;and 2.Executed prior to the: a."Bodily injury"or "property damage";or b.Offense that caused the "personal and advertising injury"; for which the additional insured seeks coverage B.The insurance provided to the additional insured is limited as follows: 1.The person or organization is an additional insured only with respect to liability for "bodily injury","property damage"or "personal and advertising injury"caused in whole or in part by: a.Your acts or omissions;or b.The acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the written contract or written agreement;or c."Your work"that is specified in the written contract or written agreement,but only for "bodily injury"or "property damage"included in the "products-completed operations hazard",and only if: (1)The written contract or written agreement requires you to provide the additional insured such coverage; and (2)This Coverage Part provides such coverage. 2.The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations of this policy,whichever is less.These Limits of Insurance are inclusive of,and not in addition to,the Limits of Insurance shown in the Declarations. 3.The insurance provided to the additional insured does not apply to "bodily injury","property damage"or "personal and advertising injury"arising out of an architect's,engineer's,or surveyor's rendering of or failure to render any professional services including: a.The preparing,approving,or failing to prepare or approve maps,shop drawings,opinions,reports,surveys, field orders,change orders or drawings and specifications by any architect,engineer or surveyor performing services on a project of which you serve as construction manager;or b.Inspection,supervision,quality control,engineering or architectural services done by you on a project of which you serve as construction manager. SB146968B (6-16) Page 1of2 Copyright,CNA All Rights Reserved.00020003540311837353544HighSpans Engineering, Inc. B4031183735 11.C.b Packet Pg. 378 Attachment: 19-7632 HighSpans Eng_Insurance_3-25-20 (11969 : CEI - Eleven Bridge Replacements) SB146968B (Ed.6-16) 4.The insurance provided to the additional insured does not apply to "bodily injury","property damage"or "personal and advertising injury"arising out of construction or demolition work while you are acting as a construction or demolition contractor. C.Under Businessowners Liability Conditions,the condition entitled Duties In The Event of Occurrence,Offense, Claim or Suit is amended to add the following: An additional insured under this endorsement will as soon as practicable: 1.Give written notice of an occurrence or an offense to us which may result in a claim or "suit"under this insurance; 2.Tender the defense and indemnity of any claim or "suit"to us for a loss we cover under this Coverage Part; 3.Except as provided for in paragraph D.2.below: a.Tender the defense and indemnity of any claim or "suit"to any other insurer which also has insurance for a loss we cover under this Coverage Part;and b.Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit"from the additional insured. D.With respect only to the insurance provided by this endorsement,the condition entitled Other Insurance of the BUSINESSOWNERS COMMON POLICY CONDITIONS is amended to delete paragraphs 2.and 3.and replace them with the following: 2.This insurance is excess over any other insurance available to the additional insured, whether primary,excess, contingent or on any other basis,But if required by the written contract or written agreement,this insurance will be primary and noncontributory relative to insurance on which the additional insured is a Named Insured. 3.When this insurance is excess,we will have no duty under Business Liability insurance to defend the additional insured against any "suit" if any other insurer has a duty to defend the additional insured against that "suit" If no other insurer defends,we will undertake to do so,but we will be entitled to the additional insured's rights against all those other insurers. When this insurance is excess over other insurance,we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (a)The total amount that all such other insurance would pay for the loss in the absence of this insurance;and (b)The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any,with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. E.The condition entitled Transfer of Rights of Recovery Against Others to Us of the BUSINESSOWNERS COMMON POLICY CONDITIONS is amended to deleted paragraph 2.and replace it with the following: 2.We waive any right of recovery we may have against any person or organization with whom you have agreed to waive such right of recovery in a written contract or agreement because of payments we make for injury or damage arising out of your ongoing operations or "your work"done under a contract with that person or organization and included within the "products-completed operations hazard." All other terms and conditions of the Policy remain unchanged. SB146968B (6-16) Page 2of2 Copyright,CNA All Rights Reserved. 11.C.b Packet Pg. 379 Attachment: 19-7632 HighSpans Eng_Insurance_3-25-20 (11969 : CEI - Eleven Bridge Replacements) 03/13/2020 Scott McEwanGulf Coast Underwriters 11073 Countryway Blvd Tampa, FL 33626 813-864-4GCU 813-864-4429 American Alternative Insurance 19720 Bolt Underwater Services, Inc. 7930 62nd Street North Pinellas Park, FL 33781 Travelers Indemnity Company 25682 American Interstate Ins Co 31895 Kinsale Insurance Company 38920 A Y Y Contractual Hull-Prot & Indemnity 1,000,000P & I B Y Y PIP 10,000 UM 1,000,000 C Y Professional LiabilityD 09/25/2019 09/25/2020 1,000,0000100056546-1 Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government OR, Collier County included as additional insured under the captioned Commercial General Liability and Automobile Liability policies captioned above on a primary & non-contibutory basis if and to the extent required by written contract. Re: Project: 19-7632 "CEI Services Eleven Bridge Replacement East of SR 29". Watercraft coverage falls under the Hull-Prot & Indemnity cited above under commercial general liability. Collier County Board Of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 1VA2OM1000061-02 09/25/2019 09/25/2020 1,000,000 50,000 10,000 1,000,000 2,000,000 1,000,000 BAP-002PA412835 10/30/2019 10/30/2020 1,000,000 AVWCFL2733292018 Includes MEL (Jones Act) and USL&H Coverage 09/25/2019 09/25/2020 1,000,000 1,000,000 1,000,000 1,000,000 Each Occurrence Aggregate ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $ $ PER OTH-STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE 11.C.b Packet Pg. 380 Attachment: 19-7632 HighSpans Eng_Insurance_3-25-20 (11969 : CEI - Eleven 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 11.C.c Packet Pg. 381 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 382 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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. 11.C.c Packet Pg. 383 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 384 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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. 11.C.c Packet Pg. 385 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 386 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge 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.” 11.C.c Packet Pg. 387 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge Replacements) )ORULGD8&3'%('LUHFWRU\ 9HQGRU3URILOH $V2I 9HQGRU1DPH+,*+63$16(1*,1((5,1*,1& &HUWLILFDWLRQ'%(0%( )RUPHU1DPH %XVLQHVV'HVFULSWLRQ&,9,/$1'6758&785$/(1*,1((5,1*$1'&216758&7,21(1*,1((5,1*,163(&7,21 0DLOLQJ$GGUHVV3K\VLFDO$GGUHVV -$&.62167180-$&.62167180 )2570<(56)/)2570<(56)/ 'LVWULFW&RXQW\/(( :HEVLWH &RQWDFW1DPH9,1&(17=$/,$86.$6 3KRQH  )D[   &RQWDFW(PDLO6%8&++2/=#+,*+63$16&20 &XUUHQW'%(&HUWLILFDWLRQ&HUWLILHG &HUWLI\LQJ0HPEHU/HH&RXQW\3RUW$XWKRULW\ $&'%(6WDWXV1 6WDWHZLGH$YDLODELOLW\< &HUWLILHG1$,&6 (QJLQHHULQJ6HUYLFHV 'UDIWLQJ6HUYLFHV 11.C.c Packet Pg. 388 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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. 11.C.c Packet Pg. 389 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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: 11.C.c Packet Pg. 390 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge Replacements) Florida Slab Beam Bridge - Weems Rd Extention – City of Tallahassee 11.C.c Packet Pg. 391 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 392 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 393 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 394 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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. 11.C.c Packet Pg. 395 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 396 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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: 11.C.c Packet Pg. 397 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 398 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 399 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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. 11.C.c Packet Pg. 400 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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) 11.C.c Packet Pg. 401 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 402 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 403 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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. 11.C.c Packet Pg. 404 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 405 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 406 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 407 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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. 11.C.c Packet Pg. 408 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 409 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 410 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 411 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 412 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 413 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 414 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 415 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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) 11.C.c Packet Pg. 416 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 417 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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) 11.C.c Packet Pg. 418 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 419 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 420 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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) 11.C.c Packet Pg. 421 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge Replacements) 11.C.cPacket Pg. 422Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge Replacements) 11.C.cPacket Pg. 423Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge Replacements) 11.C.c Packet Pg. 424 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge Replacements) 11.C.c Packet Pg. 425 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge Replacements) 11.C.cPacket Pg. 426Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge Replacements) 11.C.cPacket Pg. 427Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge Replacements) 11.C.cPacket Pg. 428Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge Replacements) 11.C.cPacket Pg. 429Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge Replacements) 11.C.cPacket Pg. 430Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge Replacements) 11.C.cPacket Pg. 431Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven 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 11.C.c Packet Pg. 432 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge Replacements) 11.C.c Packet Pg. 433 Attachment: HEI_Response_to_RSP19-7632_Collier_11_Bridges_CEI (11969 : CEI - Eleven Bridge Replacements) 03/13/2020 Scott McEwanGulf Coast Underwriters 11073 Countryway Blvd Tampa, FL 33626 813-864-4GCU 813-864-4429 American Alternative Insurance 19720 Bolt Underwater Services, Inc. 7930 62nd Street North Pinellas Park, FL 33781 Travelers Indemnity Company 25682 American Interstate Ins Co 31895 Kinsale Insurance Company 38920 A Y Y Contractual Hull-Prot & Indemnity 1,000,000P & I B Y Y PIP 10,000 UM 1,000,000 C Y Professional LiabilityD 09/25/2019 09/25/2020 1,000,0000100056546-1 Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government OR, Collier County included as additional insured under the captioned Commercial General Liability and Automobile Liability policies captioned above on a primary & non-contibutory basis if and to the extent required by written contract. Re: Project: 19-7632 "CEI Services Eleven Bridge Replacement East of SR 29". Watercraft coverage falls under the Hull-Prot & Indemnity cited above under commercial general liability. Collier County Board Of County Commissioners 3295 Tamiami Trail East Naples, FL 34112 1VA2OM1000061-02 09/25/2019 09/25/2020 1,000,000 50,000 10,000 1,000,000 2,000,000 1,000,000 BAP-002PA412835 10/30/2019 10/30/2020 1,000,000 AVWCFL2733292018 Includes MEL (Jones Act) and USL&H Coverage 09/25/2019 09/25/2020 1,000,000 1,000,000 1,000,000 1,000,000 Each Occurrence Aggregate ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $ $ PER OTH-STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE 11.C.d Packet Pg. 434 Attachment: 19-7632 HighSpans Eng_Insurance_6-25-20 (1) (11969 : CEI - Eleven Bridge Replacements) INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Continental Casualty Company Southern Owners Insurance Company Zenith Insurance Company Atlantic Specialty Insurance Company Auto Owners Insurance Lloyds 3/25/2020 McGriff Insurance Services 13515 Bell Tower Drive Fort Myers, FL 33907 239 433-4535 Pam Gillmore 239 433-7169 866 802-8680 pgillmore@mcgriffinsurance.com HighSpans Engineering, Inc. 2121 McGregor Blvd., Suite 200 Fort Myers, FL 33901 20443 10190 13269 27154 18988 A X X X X B4031183735 11/14/2019 11/14/2020 2,000,000 300,000 10,000 2,000,000 4,000,000 4,000,000 E X X X 5135582101 07/31/2019 07/31/2020 1,000,000 B X X X 10,000 5135582102 03/11/2020 11/14/2020 5,000,000 5,000,000 C Y Z126856506 11/14/2019 11/14/2020 X 1,000,000 1,000,000 1,000,000 D F Marine Empl. Liab Professional Liability B5JH28008 10143L180662 03/24/2020 08/15/2019 03/24/2021 08/15/2020 $1,000,000* See description ** Workers Comp Information ** Other States Coverage Proprietors/Partners/Executive Officers/Members Excluded: Vincent Zaliauskas, President Michelle Buchholz, SVP (See Attached Descriptions) Board of Collier County Commissioners Purchasing Dept. 3327 Tamiami Trail East Naples, FL 34112-4901 1 of 2 #S25432126/M25431131 132HIGHSENGClient#: 1457596 PAGI 1 of 2 #S25432126/M25431131 11.C.e Packet Pg. 435 Attachment: 19-7632 HighSpans Eng_Insurance_6-25-20 (2) (11969 : CEI - Eleven Bridge Replacements) SAGITTA 25.3 (2016/03) DESCRIPTIONS (Continued from Page 1) *Miscellaneous Coverages* Insurer (D) Policy #B5JH28008 Maritime-Employers Liability Coverage limit $1,000,000 any person/any one accident because of bodily injury by accident Deductible $5,000 Insurer (F) Policy #10143L180662/Claims made Retroactive date: 08/15/2007 Professional Liability: Limit #1: $1,000,000 Each Claim, Deductible #1: $15,000.00 Per Claim Limit #2: $1,000,000 Aggregate, Deductible #2: $45,000.00 Aggregate Limit 1 Description Code: Per Loss; Limit 2 Description Code: Aggregate Additional Insured status is provided to the Board of Collier County Commissioners per the attached endorsement. Project: 19-7632 "CEI Services Eleven Bridge Replacement East of SR 29" 2 of 2 #S25432126/M25431131 11.C.e Packet Pg. 436 Attachment: 19-7632 HighSpans Eng_Insurance_6-25-20 (2) (11969 : CEI - Eleven Bridge Replacements) SB146968B (Ed.6-16) IMPORTANT:THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE,OFFENSE,CLAIM OR SUIT.SEE PARAGRAPH C.,OF THIS ENDORSEMENT FOR THESE DUTIES. BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE & BLANKET WAIVER OF SUBROGATION Architects,Engineers and Surveyors This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM BUSINESSOWNERS COMMON POLICY CONDITIONS A.Who Is An Insured is amended to include as an insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement;but the written contract or written agreement must be: 1.Currently in effect or becoming effective during the term of this policy;and 2.Executed prior to the: a."Bodily injury"or "property damage";or b.Offense that caused the "personal and advertising injury"; for which the additional insured seeks coverage B.The insurance provided to the additional insured is limited as follows: 1.The person or organization is an additional insured only with respect to liability for "bodily injury","property damage"or "personal and advertising injury"caused in whole or in part by: a.Your acts or omissions;or b.The acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the written contract or written agreement;or c."Your work"that is specified in the written contract or written agreement,but only for "bodily injury"or "property damage"included in the "products-completed operations hazard",and only if: (1)The written contract or written agreement requires you to provide the additional insured such coverage; and (2)This Coverage Part provides such coverage. 2.The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations of this policy,whichever is less.These Limits of Insurance are inclusive of,and not in addition to,the Limits of Insurance shown in the Declarations. 3.The insurance provided to the additional insured does not apply to "bodily injury","property damage"or "personal and advertising injury"arising out of an architect's,engineer's,or surveyor's rendering of or failure to render any professional services including: a.The preparing,approving,or failing to prepare or approve maps,shop drawings,opinions,reports,surveys, field orders,change orders or drawings and specifications by any architect,engineer or surveyor performing services on a project of which you serve as construction manager;or b.Inspection,supervision,quality control,engineering or architectural services done by you on a project of which you serve as construction manager. SB146968B (6-16) Page 1of2 Copyright,CNA All Rights Reserved.00020003540311837353544HighSpans Engineering, Inc. B4031183735 11.C.e Packet Pg. 437 Attachment: 19-7632 HighSpans Eng_Insurance_6-25-20 (2) (11969 : CEI - Eleven Bridge Replacements) SB146968B (Ed.6-16) 4.The insurance provided to the additional insured does not apply to "bodily injury","property damage"or "personal and advertising injury"arising out of construction or demolition work while you are acting as a construction or demolition contractor. C.Under Businessowners Liability Conditions,the condition entitled Duties In The Event of Occurrence,Offense, Claim or Suit is amended to add the following: An additional insured under this endorsement will as soon as practicable: 1.Give written notice of an occurrence or an offense to us which may result in a claim or "suit"under this insurance; 2.Tender the defense and indemnity of any claim or "suit"to us for a loss we cover under this Coverage Part; 3.Except as provided for in paragraph D.2.below: a.Tender the defense and indemnity of any claim or "suit"to any other insurer which also has insurance for a loss we cover under this Coverage Part;and b.Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit"from the additional insured. D.With respect only to the insurance provided by this endorsement,the condition entitled Other Insurance of the BUSINESSOWNERS COMMON POLICY CONDITIONS is amended to delete paragraphs 2.and 3.and replace them with the following: 2.This insurance is excess over any other insurance available to the additional insured, whether primary,excess, contingent or on any other basis,But if required by the written contract or written agreement,this insurance will be primary and noncontributory relative to insurance on which the additional insured is a Named Insured. 3.When this insurance is excess,we will have no duty under Business Liability insurance to defend the additional insured against any "suit" if any other insurer has a duty to defend the additional insured against that "suit" If no other insurer defends,we will undertake to do so,but we will be entitled to the additional insured's rights against all those other insurers. When this insurance is excess over other insurance,we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (a)The total amount that all such other insurance would pay for the loss in the absence of this insurance;and (b)The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any,with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. E.The condition entitled Transfer of Rights of Recovery Against Others to Us of the BUSINESSOWNERS COMMON POLICY CONDITIONS is amended to deleted paragraph 2.and replace it with the following: 2.We waive any right of recovery we may have against any person or organization with whom you have agreed to waive such right of recovery in a written contract or agreement because of payments we make for injury or damage arising out of your ongoing operations or "your work"done under a contract with that person or organization and included within the "products-completed operations hazard." All other terms and conditions of the Policy remain unchanged. SB146968B (6-16) Page 2of2 Copyright,CNA All Rights Reserved. 11.C.e Packet Pg. 438 Attachment: 19-7632 HighSpans Eng_Insurance_6-25-20 (2) (11969 : CEI - Eleven Bridge Replacements)