Loading...
Agenda 01/27/2026 Item #16F 1 (Contract negotiations with the top-ranked firm WSP USA Buildings, Inc.)1/27/2026 Item # 16.F.1 ID# 2025-5031 Executive Summary Recommendation to approve the selection committee's ranking and authorize staff to begin contract negotiations with the top-ranked firm WSP USA Buildings, Inc., concerning Request for Professional Services (“RPS”) No. 25-8370, “Design Services for Immokalee Improvement Projects” so that staff can bring a proposed agreement back for the Board's consideration at a future meeting (Project Nos 33813 and 33814). OBJECTIVE: Design Services for Immokalee Sports Complex and Immokalee Library. CONSIDERATIONS: This project involves a professional design engineering firm (“Consultant”) to develop technical plans and specifications for interior and exterior improvements at the Immokalee Sports Complex and Immokalee Library. These projects are funded by two federally supported grants through the State of Florida’s Community Development Block Mitigation Program (CDBG-MT), which aim to enhance facility resilience and upgrade structural conditions. The Consultant will review the grant-defined scope of work, provide the required engineering services, and deliver complete construction documents. The engineering services also include bidding assistance and construction administration throughout the duration of both projects. Upon the completion of the construction documents, the Consultant will participate in the procurement solicitation process to select the general contractor for the construction phase of the project. The construction phase of the project will include the selected contractor performing the required construction-related services to complete the detailed scope of work specified in the construction documents according to the terms and conditions of the grant. On July 30, 2025, the Procurement Services Division issued Construction Request for Professional Services No. 25- 8370, “Design Services for Immokalee Improvement Projects.” The County received four proposals by August 29, 2025, the submission deadline, as summarized below: Respondents: Company Name City County State Final Ranking Responsive/ Responsible WSP USA Buildings Inc New York New York NY 1 Yes/Yes CPH Consulting, LLC Stanford Seminole FL 2 Yes/Yes RG Architects, P.A. Fort Myers Lee FL 3 Yes/Yes Diversified Technology Consultants, Inc Sarasota Sarasota FL Not Ranked Yes/Yes On October 9, 2025, a Selection Committee convened to evaluate the submitted proposals, selecting the top three firms, WSP USA Buildings Inc., CPH Consulting, LLC, and RG Architects, P.A., to advance to Step 2, oral presentations. The Committee reconvened on October 30, 2025, to conduct the presentations and finalized the rankings as follows: WSP USA Buildings Inc. ranked first, CPH Consulting, LLC ranked second, and RG Architects, P.A. ranked third. Based on these results, the staff is recommending negotiations with the top-ranked firm, WSP USA Buildings Inc. This item is consistent with the Responsible Governance, Quality of Place, and Infrastructure and Asset Management strategic focus areas of the Collier County Strategic Plan. FISCAL IMPACT: Funding for the awarded contract is available in the Public Services Grant Fund (1839), Projects 33813 (Immokalee Library) and 33814 (Immokalee Sports Complex). GROWTH MANAGEMENT IMPACT: There is no Growth Management impact associated with this Executive Summary. Page 4479 of 5261 1/27/2026 Item # 16.F.1 ID# 2025-5031 LEGAL CONSIDERATIONS: This item has been reviewed by the County Attorney, is approved as to form and legality and requires a majority vote for approval. - JAK RECOMMENDATION(S): To approve the selection committee's ranking and authorize staff to begin contract negotiations with the top-ranked firm WSP USA Buildings, Inc., concerning Request for Professional Services (“RPS”) No. 25-8370, “Design Services for Immokalee Improvement Projects” so that staff can bring a proposed agreement back for the Board's consideration at a future meeting (Project Nos 33813 and 33814). PREPARED BY: Clint Perryman, Project Manager III, Facilities Management ATTACHMENTS: 1. 25-8370 Solicitation 2. 25-8370 WSP USA Inc. Proposal 3. 25-8370 Final Ranking 4. 25-8370 NORA Page 4480 of 5261 Procurement Services Division COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS GRANT FUNDED REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR DESIGN SERVICES FOR IMMOKALEE IMPROVEMENT PROJECTS RPS NO.: 25-8370 DANIA GUERRERO, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-xxxx dania.guerrero@colliercountyfl.gov (Email) Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. Page 4481 of 5261 SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSIONAL SERVICES (RPS) NUMBER: 25-8370 PROJECT TITLE: Design Services for Immokalee Improvement Projects PRE-PROPOSAL CONFERENCE: August 13, 2025 @ 10:00 AM (EST) LOCATION: Procurement Services Division, Conference Room A, 3295 Tamiami Trail East, Bldg. C-2, Naples, FL 34112 RPS OPENING DAY/DATE/TIME: August 29, 2025 @ 3:00 PM (EST) PLACE OF RPS OPENING: Procurement Services Division, Conference Room B, 3295 Tamiami Trail East, Bldg. C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://procurement.opengov.com/portal/collier-county-fl. INTRODUCTION As requested by the Facilities Management Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for Professional Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated. Collier County applied for and received special grant funding assistance from the State of Florida Department of Economic Opportunity federally funded Community Development Block Grant Mitigation Program (CDNG-MT). The funding provided includes design engineering cost and construction cost for the improvements of two (2) separate county facilities located in Immokalee Florida. The intent of this RPS is to facilitate the initial grant compliance requirements for the professional design engineering services. The prospective Consultant will review the scope of work associated with both CDBG-MT grants and become familiar with the required professional engineering services. The required engineering services will produce the tangible plans and specifications requirements for each project respectively. BACKGROUND The Facilities Management Division is seeking to hire a professional design engineering firm (“Consultant”) to provide technical plans and specifications for the exterior and interior improvements at the Immokalee Sports Complex and the Immokalee Library facility. The scope of work has been pre-determined through the issuance of two federally funded grants derived from the State of Florida Community Development Block Mitigation Program (CDBG-MT). The purpose of the grants is to provide mitigation improvements to the facilities and upgrade the conditions of the structures as outlined in the contents of each specific CDBG-MT grant. The prospective Consultant will review the scope of work associated with both CDBG-MT grants and become familiar with the required professional engineering services. The required engineering services will produce and develop the tangible plans and specifications requirements for the construction of each project respectively and will also include construction administration throughout the duration of the projects. TERM OF CONTRACT County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if an award is made, will commence on the date of the Notice to Proceed and end upon acceptance and approval of the final payment. Prices shall remain firm for the term of the awarded contract. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. Page 4482 of 5261 DETAILED SCOPE OF WORK The Consultant shall provide the full scope of design, permitting, bidding and contract administration services necessary to complete the Immokalee Sports Complex and Immokalee Library CDBG-MT Grant Funded Mitigation Projects as described including but not limited to the following: 1. Provide preliminary design documents for use in establishing the basis for the final design of the intended scope of work as per the CDBG-MT Grant Agreement. These documents may include site plans, floor plans and building elevations in sufficient detail to illustrate the program of spaces, convey general building and site design and generate a project budget. 2. Prepare and submit for all permits related to the project, including the building permit, and ensure necessary permitting is completed to facilitate project schedule. Coordinate with the County’s Project Manager as necessary during the submission of the building permit. 3. Coordinate with County staff to develop an effective and efficient program, acquire all necessary permits in a timely manner, provide a design suitable for the intended use incorporating best design practices for efficient and resilient building. 4. Coordination with the County’s contracted General Contractor and/or Construction Manager throughout the project timeline to ensure value, constructability and an efficiently planned and constructed facility. 5. Provide final design documents including, but not limited to, architecture, civil engineering, structural engineering, mechanical, electrical and plumbing (MEP) engineering, low voltage/technology and landscape architecture documents required for permitting and construction. 6. Facilitate and attend all project meetings, prepare agendas, generate meeting minutes and provide follow up on tasks. 7. Utilize the County’s project management Procore platform throughout the project for all project communications, document management, approvals, site observations, requests for information, etc. If the County’s platform is not available, utilize another industry standard platform as necessary. 8. Provide the County all necessary and appropriate documents for review throughout each review point of each phase of the project. 9. The Consultant shall appoint a person to act as a primary contact for the duration of the project. This person (or their back-up) shall be readily available during normal working hours by phone or in person and shall be knowledgeable of the overall project status and activities. Architectural/Engineering Services The work will consist of the following: 1. Sports Complex - Fully weatherproof the facility through dry proofing, retrofit the roof structure to provide enhanced wind resistance against major hurricane force winds, replace the canopy connecting the gym and fitness area with a hurricane-wind resistant canopy to prevent flooding in this area of a facility, and install a new HVAC system to provide enhanced ventilation and comfort for those who seek shelter in the facility in times of need. 2. Library – The installation of a hurricane wind-resistant code compliant metal roof, and the installation of twenty-five (25) impact resistant windows and nine (9) impact resistant doors. Preliminary Plans and Technical Specifications for the Pre-existing Building Improvements TASK 1.1 – Project Start-up a. Initial Kick-Off Meeting – The Consultant will organize an initial kick-off meeting with County staff to review the project scope, project objectives/goals, project standards and project schedule for completing the work. The Page 4483 of 5261 Consultant’s team shall prepare a project agenda and written meeting minutes summarizing the discussion and the project action plan. b. Initial Project Timeline – The Consultant’s team will prepare an initial project timeline and submit to County staff at the Initial Kick-Off Meeting. The Consultant’s team shall update the schedule monthly throughout the duration of the project and shall provide a copy of the updated schedule to County staff at their request. c. Gather and review record drawings of the existing facilities. TASK 1.2 – Preliminary Plans Preparation a. Generate schematic floor plans and site plans to illustrate the proposed design for each phase of the project. b. Review the design options along with the preliminary cost estimates with Collier County Facilities and implement any changes and/or modifications to the preliminary design documents. c. Coordination with Transportation Division and other organizations to incorporate any required traffic impact mitigation elements into design of the project. d. Provide Architects/engineers opinion of construction cost for use in establishing the project budget. Design TASK 2.1 – Final Design and Permitting Phase a. Provide 100 percent construction drawing submittals for review by Collier County. Document and track the disposition of all County comments and feedback to ensure full and complete capture of stated needs. b. Provide construction documents including drawings and specifications to comply with the current Florida Building Code, in sufficient detail for bidding, permitting and construction. c. Meet all appropriate codes and standards for the design of government buildings including all federal, state and local requirements. d. Provide finish & color selections coordinated with the stakeholders of each phase. e. Provide any necessary and required civil, architectural, structural, mechanical, plumbing, electrical, landscape, fire alarm, and fire protection designs as necessary to ensure a complete design. Ensure full coordination of design documents between trades and design disciplines. f. Submit any and all documents on behalf of the County for building permit review, provide any support during that process to achieve a permit status of “Ready for Issuance”. g. Produce a complete “For Construction” package of drawings and specifications, in preparation for bidding and coordinate with the Construction Manager to support the bidding process of each phase. TASK 2.2 – Bidding and Award Phase Except for the following, bid/quote services will be performed by the Collier County Procurement Division. The Consultant’s Engineer of Record will assist the County with the following: a. Respond to bidders’ questions, prepare addenda, interpret, clarify, or expand the bidding documents, as required. b. Attend and participate in the pre-bid meeting. c. Consult with and advise the County as to the acceptability of the contractor and subcontractors, suppliers and other persons and organizations proposed by the prime contractor for those portions of the work in accordance with bidding documents. d. Consult with the County concerning, and determine the acceptability of, substitute material and equipment proposed by the Contractor when substitution prior to the award of contracts is allowed by the bidding documents. e. Attend the bid opening, review bids and bidder’s qualifications. f. Provide a recommendation letter of award along with a “Reference Log” showing date, time, and comments of all contacted references provided by the prospective contractor in accordance with Procurement procedures. Consultation Services During Construction TASK 3.1 – Construction Administration a. Attend preconstruction conference. b. Review and process monthly Contractor Payment Applications. c. Review shop drawings for all disciplines within ten (10) business days. d. Respond to Requests for Information (RFIs) within three (3) business days. e. Review and make recommendations on any use of allowances, contingencies and/or proposes amendments to the construction contract. Page 4484 of 5261 f. Observe field observations of construction activities for the duration of the construction through all phases of the project. g. Incorporate the as-built drawings and information provided by the Construction Manager and any other vendors into an updated final drawing set in Auto CAD format, including all layers, references and other accompanying files. h. Perform final completion inspections, review of submitted manuals and all other contract closeout items. Coordinate with contractor to ensure full, complete and organized close-out package. Post Construction Services TASK 4.1 – Warranty Services The Consultant’s team will provide warranty services for one (1) year after the final completion of the project construction. Work under this item is to include, but not be limited to, the following. a. Review the post construction video and pictures provided by the contractor. b. Keep a log of all warranty issues that arise during the 1-year warranty period. c. Perform a one (1) year warranty walk through with the Contractor and County Staff. Services Included: a. Architectural design and permit documents. b. Evaluation and incorporation of value engineering recommendations as needed. c. Structural engineering design as needed. d. Building mechanical, electrical, plumbing engineering as needed. Maintenance of all project documents for a minimum of ten years from the date of project completion. RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 25 Points 2. Past Performance 25 Points 3. Project Approach, Willingness to Meet Time and Budget Requirements 25 Points 4. Recent, Current, and Projected Workloads of the Firm 25 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this advertisement. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** Page 4485 of 5261 County of Collier, FL Procurement Sandra Srnka, Procurement Director 3299 Tamiami Trail, East Naples, FL 34112 [WSP USA INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8370 DESIGN SERVICES FOR IMMOKALEE IMPROVEMENT PROJECTS RESPONSE DEADLINE: August 29, 2025 at 3:00 pm Report Generated: Tuesday, September 9, 2025 WSP USA Inc. Response CONTACT INFORMATION Company: WSP USA Inc. Email: floridamarketing@wsp.com Contact: Nancy Cortes Address: 5411 SkyCenter Drive Suite 650 Tampa, FL 33607 Phone: N/A Website: www.wsp.com Submission Date: Aug 29, 2025 1:34 PM (Eastern Time) Page 4486 of 5261 [WSP USA INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8370 DESIGN SERVICES FOR IMMOKALEE IMPROVEMENT PROJECTS [WSP USA INC.] RESPONSE DOCUMENT REPORT undefined - DESIGN SERVICES FOR IMMOKALEE IMPROVEMENT PROJECTS Page 2 ADDENDA CONFIRMATION No addenda issued QUESTIONNAIRE 1. I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this r esponse on behalf of my company.* Confirmed 2. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE EITHER BY WET SIGNATURES OR VERIFIABLE ELECTRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. Confirmed 3. Grant Funded Request for Professional Services (RPS) Instructions Form * Grant Funded Request for Professional Services (RPS) Instructions have been acknowledged and accepted. Confirmed 4. Collier County Purchase Order Terms and Conditions* Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Confirmed 5. Insurance Requirements* Vendor Acknowledges Insurance Requirement and is prepared to produce the required insurance certificate(s) within five (5) da ys of the County's issuance of a Notice of Recommended Award. Confirmed Page 4487 of 5261 [WSP USA INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8370 DESIGN SERVICES FOR IMMOKALEE IMPROVEMENT PROJECTS [WSP USA INC.] RESPONSE DOCUMENT REPORT undefined - DESIGN SERVICES FOR IMMOKALEE IMPROVEMENT PROJECTS Page 3 6. Proposal Submittal* Please submit a proposal per Evaluation Criteria outlined in Solicitation. WSP_Design_Immokalee_Improvement_Projects_25-8370_Prop.pdf 7. Collier County Required Forms VENDOR DECLARATION STATEMENT (FORM 1)* WSP_-_7.1_Vendor_Declaration_Statement_(Form_1).pdf CONFLICT OF INTEREST AFFIDAVIT (FORM 2)* WSP_-_7.2_Conflict_of_Interest_Affidavit_(Form_2).pdf IMMIGRATION LAW AFFIDAVIT CERTIFICATION (FORM 3)* WSP_-_7.3_Immigration_Law_Affidavit_Certification_(Form_3).pdf REFERENCE QUESTIONNAIRE (FORM 4) WSP_-_Reference_Questionnaire_(Form_4).pdf GRANT PROVISIONS AND ASSURANCES PACKAGE (FORM 5)* WSP_-_7.5_Grant_Provisions_and_Assurances_Package_(Form_5).pdf PROOF OF STATUS FROM DIVISION OF CORPORATIONS - FLORIDA DEPARTMENT OF STATE (SUNBIZ)* http://dos.myflorida.com/sunbiz/ should be attached with your submittal. WSP_-_7.6_Proof_of_Status_from_Division_of_Corporations_-_Florida_Department_of_State_(SubBiz).pdf E-VERIFY - MEMORANDUM OF UNDERSTANDING* WSP_-_E-Verify_-_Memorandum_of_Understanding.pdf W-9 FORM* WSP_-_W-9_Form.pdf Page 4488 of 5261 [WSP USA INC.] RESPONSE DOCUMENT REPORT GEN No. 25-8370 DESIGN SERVICES FOR IMMOKALEE IMPROVEMENT PROJECTS [WSP USA INC.] RESPONSE DOCUMENT REPORT undefined - DESIGN SERVICES FOR IMMOKALEE IMPROVEMENT PROJECTS Page 4 SIGNED ADDENDUMS (IF APPLICABLE) No response submitted MISCELLANEOUS DOCUMENTS WSP_-_Required_Licenses.pdf Page 4489 of 5261 Collier County DESIGN SERVICES FOR IMMOKALEE IMPROVEMENTS PROJECTS RSP NO: 25-8370 2025-08-29 Submitted by: WSP USA Buildings Inc. Page 4490 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 2 TABLE OF CONTENTS Cover Letter...................................................................................................................................3 Evaluation Criteria No. 1: Ability of Professional Personnel........................................................................................5 No. 2: Past Performance…………………………………………………….....................................11 No. 3: Project Approach, Willingness to Meet Time and Budget Requirements…………………22 No. 4 Recent, Current, and Projected Workloads of the Firm…………………………………...…28 Required Forms and Licenses…………………………………………………………………………32 Page 4491 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 3 August 29, 2025 Collier County Government Center 3295 Tamiami Trail East, Building C-2 Naples, FL 34112 Re: RPS NO.: 25-8370, Design Services for Immokalee Improvement Projects Dear Selection Committee Members: WSP USA Buildings Inc. (WSP) is very pleased to submit our proposal to Collier County for the Site Planning and Design Services for Immokalee Improvement Projects. WSP is a full-service engineering, architectural, and construction management consulting firm with expertise in all aspects of design and construction services. WSP Global employs approximately 73,000 people worldwide, including nearly 900 professionals across Florida, with offices strategically located in every region of the state. In Collier County, WSP is located at 1567 Hayley Lane, Suite 202, in Fort Myers. Established in the late 1970s as Law Engineering and later MACTEC, WSP, through these legacy companies, has been successfully providing a full range of services in Southwest Florida for more than 40 years. Our services include program management, construction engineering inspection, materials testing, threshold and special inspections services, environmental permitting, and full architectural and engineering design services. For this opportunity, we offer Collier County a team carefully selected based on their unique qualifications, complimentary talents, relevant experience, and familiarity with Collier County’s standards. More importantly, our team members have been selected for their long, successful history in designing, managing and servicing similar projects in Collier County. We are confident that our team’s proven history, local knowledge, and long-standing professional relationships with the design team and County staff will provide significant value to the County. If selected for this project, Nestor Fernandez, will serve as Program Manager, and will work in close coordination with Project Manager, Michelle Daniel, PE and Deputy Project Manager/Construction Manager Bryan Vehovec to oversee the capable team hand-picked for this opportunity. Standard of Excellence We understand that maintaining a strong commitment to client satisfaction is the cornerstone of our success. This unwavering dedication is one of the many factors that sets us apart from our competition. Our team will work as a practical and seamless extension of your staff. Our primary goal is to ensure client satisfaction by providing optimal value and relatively low risk. We do this by offering exceptional technical expertise and resources, providing timely service at a reasonable cost, delivering high-quality work products, and remaining flexible enough to adapt as the County’s project continues to evolve. We will apply our more than 40 years of Florida-based experience to this contract by being responsive, readily available, and committed to providing exceptional client service every step of the way. WSP USA Inc. 1567 Hayley Lane, Suite 202 Fort Myers, FL 33907 wsp.com Page 4492 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 4 Our Commitment to You In a time when project budgets are limited and schedules are tight, it’s more important than ever that we get it right the first time. Success will come through effective communication, by creating an environment that promotes collaboration between team members, and by taking a proactive approach to problem solving. Our team will take the time to understand project goals, leverage existing design information for efficiency and consistency, and offer innovative solutions to improve functionality and value. Our team will form strong relationships with both the County staff, and later, the selected contracting team to create a sense of ownership between all stakeholders. We will remain committed and engaged throughout the entire duration of construction, ensuring the project is following the Construction Documents, RFIs are responded to on time and with care, and that the County will deliver a quality product that all involved are proud of and serve Florida residents. Our team is available and would be honored to support the business goals of Collier County and be part of the Immokalee Improvement Project team. We are fully committed to working with County staff and are excited about the possibility of supporting the County’s future needs. Sincerely, WSP USA Buildings Inc. Nestor Fernandez, Program Manager We’ve Served Clients in SW Florida for 40+ Years Our Local Team has Delivered Several Projects for Collier County WHY Our PM Has Been a Part of Almost All Similar Projects in Collier County Local Team with more than 100 years of building restoration and remediation Why Choose Our Team? Our team offers Collier County these following advantages: • Extensive experience designing and managing multidiscipline, vertical, and underground projects in Collier County. • A strong project delivery team experienced in holding contractors responsible for providing a quality product that is in full compliance with the local vertical standards and their contract. • A team that is experienced and focused on maintaining cost and schedule control. • The ability to bring in experts in claims investigations and schedulers who can assist in mitigating, or avoiding altogether, and change orders or unwarranted extensions of time. Page 4493 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 5 01 Ability Of Professional Personnel Page 4494 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 6 Ability of Professional Personnel WSP is a global engineering consulting firm with more than 15,500 employees in the United States and over 70,000 worldwide. We have licensed architects and engineers registered in Florida and across the country. We combine national resources with local expertise to deliver technical services tailored to client needs. Our Property and Buildings practice provides planning, studies, design, retrofitting, and construction administration for diverse occupancies such as commercial, industrial, government, institutional, and municipal facilities, including gymnasiums and libraries. We are a co-founder of the U.S. Green Building Council and remain committed to advancing sustainable building technology. Our capabilities include new construction and code-compliant retrofitting such as hurricane-resistant roofing, structural canopy modifications, and impact-resistant window and door systems to improve safety and building envelope performance. Our highly qualified team is locally engaged, technically strong, and experienced in collaborating with municipal stakeholders. Personnel were carefully selected for their proven performance on federally funded public projects and their ability to adapt to changing scopes during execution. We have successfully delivered design and construction services across Florida and nationwide for clients such as Collier County, FDOT, SFWMD, Lee County, Miami-Dade County, Broward County, Port Tampa Bay, PortMiami, Orsted, CDC, NIH, DHS, and the Department of Defense. WSP offers comprehensive building design services, including: • Mechanical, Electrical, Plumbing (MEP) • Building Structures & Civil Engineering • Architecture & Interiors • Fire Protection • Built Ecology & Sustainability Depth of Experience and Technical Expertise WSP will provide Collier County with an exceptional team of professionals who have proven capabilities and expertise in all of the technical elements anticipated under this contract. Our team consists of licensed architects, structural engineers, MEP specialists, and permitting coordinators with extensive experience in hurricane mitigation, facility strengthening, and public infrastructure upgrades. Each discipline lead has more than two decades of experience delivering resilient solutions for buildings with working knowledge and experience of designs that cater to hurricane resistance, impact-resistant fenestration, flood mitigation, and HVAC upgrades for sheltering needs. WSP empowers clients to achieve their infrastructure goals by delivering forward-thinking solutions rooted in deep expertise, advanced technologies, and unwavering integrity. Specializing in structural rehabilitation and retrofit, WSP is uniquely positioned to guide projects from assessment to execution— ensuring compliance, cost-efficiency, and resilience in today’s demanding built environments. • Lighting & Acoustics • Facades & Enclosures • IT, AV, Security, and Cybersecurity • Commissioning and Retro-Commissioning Page 4495 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 7 We have selected a team of highly experienced and uniquely qualified individuals to fulfill the lead roles for this contract. The team members for this opportunity possess not only a pragmatic understanding of the listed scope of services but also flexibility and diversity that will allow our team to immediately adapt to any changes in scope requested by the County. Our local team has provided design and construction services on federal, municipal, and commercial projects throughout Florida and worldwide. Many of these projects have been for Collier County specifically or involve similar scopes of work for municipal or light industrial facilities. WSP recognizes that a successful project is the result of an excellent project management team coupled with a strong and robust technical team. For this reason, WSP has hand-selected a local Florida team in the Fort Myers office to support Project Manager Michelle Daniel, B.Sc. M.Sc. P.E., and Local Deputy Project Manager Bryan Vehovec, PMP. With this tailored team, WSP guarantees that Collier County will receive rapid, on-site response and strong local in-person responses. Quality Assurance will be overseen by WSP Senior Vice President and National Director of Building Structures, David Odeh, B.Sc. M.Sc. P.E. S.E., while Program Management will be led by WSP’s Collier County Program Manager Nestor Fernandez, CPM. Nestor brings to this project a history of strong ties and collaboration with Collier County and will ensure that the goals and expectations of the County are met on this project. We have assembled a team of design professionals who specialize in the specific design needs necessary for successfully executing this project. Our personnel bring a wealth of design and construction expertise and experience in the following areas: Hurricane-resistant roof retrofits HVAC upgrades for sheltering conditions Bid Support and Permitting Impact-resistant windows and doors replacement Flood mitigation and dry-proofing methods Construction oversight and administration Proven Collaboration and Local Engagement WSP has partnered with Michael Delate of RDA Engineering, a trusted local subconsultant with a long history of collaboration with Collier County. RDA, established in 2015, has a proven track record in planning, development, and construction. RDA Consulting Engineers, LLC has acquired American Structural Engineering, Inc. and this company has been providing engineering consulting services in Southwest Florida since 1984. WSP, in partnership with RDA, brings a legacy of successfully completed projects in and to Collier County. Page 4496 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 8 Team Organization and Project Coverage Our team structure ensures full coverage from kickoff to warranty services with clear responsibilities, efficient decision-making, and redundancy in key roles. Michelle, a principal engineer with extensive experience in a wide variety of municipal engineering projects, will be the project manager for the length of the contract with Collier County. She will oversee all tasks so that the project meets the goals of Collier County. Michelle will be supported by various technical teams on this contract, with each technical team being led by a technical lead, as noted on WSP’s organizational chart proposed for this contract. Our local deputy project manager, Bryan Vehovec, PMP will provide local support and will serve as WSP’s construction manager during the construction phase of the project. Bryan will support the county with managing RFIs, pay applications, and contractor communications during construction. Familiarity with Local Construction and Regulatory Conditions Our team possesses a deep knowledge of Southwest Florida’s construction practices and regulatory environment. We maintain strong working relationships with agencies at all levels, enabling us to efficiently manage permitting and compliance. Previous Collier County engagements include master planning, feasibility studies, design, permitting, and construction oversight, consistently delivered on time and responsive to client needs. Local Presence WSP employs more than 900 staff across 10 Florida offices, with nearly 100 in Collier County and South Florida. Our Fort Myers office will serve as the project hub, supported by statewide and national resources. This proximity ensures rapid response, cost-efficient service, and seamless collaboration. We have a proven record of delivering high-value projects in Collier County, with our team often acting as an extension of County staff. Leveraging our project management, IT systems, and financial resources, we provide comprehensive support while maintaining strong local engagement. Page 4497 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 9 As a global leader in project management and design, WSP brings the advantages of vast technical expertise with the responsiveness of a local team. Our established relationships with local and regional agencies further strengthen our ability to deliver on schedule and within budget. Office Location of Proposed Staff The following table shows the office location of each of our proposed staff members. Staff Member Role (Background) Credentials Office Location Michelle Daniel Project Manage (Structural Engineering) B.Sc. M.Sc. P.E. (GA)Kennesaw, GA Bryan Vehovec Deputy Project Manager/Construction Manager (Construction) PMP, CTQ Fort Myers, FL Nestor Fernandez Program Manager (Program Management) AS, PMP Fort Myers, FL David Odeh QA/QC Lead (Structural Engineering) B.Sc. M.Sc. P.E., S.E. (CA, IL) Providence, RI Jim Hoy Cost Estimator (Project Cost Estimation) B.Sc., Certified Professional Cost Estimator Portland, ME Yvonne Hidle Lead Architect (Architectural Design) BArch, March, AIA, NCARB, LEED Green Associate San Bernardino, CA Brian Sheffer Lead Mechanical Engineer (Mechanical Engineering) BS. P.E. Tampa, FL Shayan Ataei Lead Structural Engineer (Structural Engineering) BE, ME, P.E., PMP, LEED AP Tampa, FL Stephen Russell Lead Electrical Engineer (Electrical Engineering) BS. P.E. Tampa, FL Greg Corning Lead Civil Engineer (Civil Engineering) BS. P.E. Tampa, FL Luis Ponce Lead Geotechnical Engineer (Geotech Engineering) MS, BS, P.E. West Palm Beach, FL Chris Farr Lead Plumbing / Fire Protection Engineer (Mechanical Engineering) AS Mechanical Engineering Orlando, FL Chip Gardiner Lead Surveyor (Surveying) BS. PLS Altamonte Springs, FL Page 4498 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 10 Organization Chart/Resumes of Staff The organization chart for the proposed team and resumes for each staff member are provided on the following pages. Page 4499 of 5261 Project Manager Michelle Daniel, PE***  Local Project Manager Bryan Vehovec, PMP  Shayan Ataei, PE, PMP, LEED AP  Stephen Russell, PE  Luis Ponce, PE, CGC  Chris Farr, CPD, CET, FASPE, ASSE 6060  Yvonne Hidle, RA, AIA NCARB, LEED GA  Brian Sheffer, PE, CxA, LEED AP  Structural Engineer Electrical Engineer Geotechnical Ernie Bustamante, ACP Building Information Modeling (BIM) Plumbing/Fire Protection Bryan Vehovec, PMP  Construction Services Architect Mechanical Engineer Program Manager Nestor Fernandez, CPM  QA/QC Lead David Odeh, SE***, PE, F. SEI, F.ASCE Cost Estimator Jim Hoy, ASPE   TEAM LEAD (RESUME INCLUDED)  INDICATES LOCAL FLORIDA SUB-CONTRACTOR - Moath Rababah, Assoc. AIA - Owen Niles, NCIDQ - Francisco Sil - Matthew Hanson, PE - Alex Cotter, El - Sean Cerda Greg Corning, PE  Civil Engineer - Mike Delate, PE (RDA Engineering) - Timothy Kelly, PE, CPSWQ, CPESC - Abby Gruner Chip Gardiner, PLS, CFEDS  Survey - Christopher Lindstedt, PLS - Malyki Pamplona - Anthony Waters Jr., CST - Jonathan Fisher - Roderick Lacroix, CPDT - Henry Scott - Soraya Gomez - Maggie Kanakis - Kurt Roedema - Dylan Porter - Wenbin Zhao, PE - Jose Tuozzo - Valwin Knight - Abdul Kabbara, PE*** - Michael Harbison, PE*** - Robert Giordano, EI - Mark Griffith, PE - Maclin Burkart - Tyler Soenksen ***Non-FL PE. Page 4500 of 5261 NESTOR FERNANDEZ,CPM Program Manager Nestor is an experienced project and construction manager with more than 35 years of experience in the industry and a strong background managing, directing, coordinating, and administering all phases of a project from design through construction. His experience includes leading multi-discipline teams on complex projects as the owner's representative with program wide responsibilities that have routinely included the development and implementation of program procedures, creation of project documents, project scope definitions, schedules, budget requirements, tracking systems, and public speaking. PROJECT EXPERIENCE Big Corkscrew Island Regional Park (BCIRP) Collier County, FL. Program Manager/Client Representative. Phase I. Providing Project Management and CEI Services during the Design, Bid and Construction Phases which include Document Controls, Cost Estimation, Value Engineering, Design, Constructability Reviews, BIM Modelling with Clash Detection, Master scheduling, Bid assistance and Construction Engineering Inspection of a new 162- acre Regional Park. The first phase included soccer fields, baseball- softball fields, outdoor basketball courts, tennis courts, pickleball court, concessions, a playground, a community center, a band shell, an event lawn, a maintenance building, a multiuse path with picnic pavilions and an aquatic center with a competition lap pool, family pool, wading pool and other amenities. Phase II $1.9M –contract amendment is currently in negotiation that will extend program management services for the Design, Bid and Construction of Phase 2 which will add 120 acres of amenities to the park and include a new intersection and traffic light at Oil Well Road that will be the main access road to the park and adjacent Orange Blossom development, a water/wastewater utility corridor for future raw water wells, a new gymnasium, multi ports field, collegiate baseball fields, outdoor event area lake improvements, a new kayak launch, picnic pavilions, restroom/concession building, stormwater improvements, vehicular and pedestrian crossing at the Bollt canal, and new stormwater weirs. Tim Nance Recycling Drop-off Center, Collier County, FL.Project Manager/Client Representative. The Recycle Center is a one-story structure of approximately 89,500 gross square feet floor area. The Structures are designed with cast-in-place concrete slab on grade, concrete masonry unit exterior and interior walls, Portland cement plaster exterior finish, steel beam and steel bar joist roof structure, bituminous roofing, steel stud and gypsum board interior partitions, suspended gypsum board and acoustical tile ceilings, Air-conditioned Multi-Purpose Offices with break room, lockers, computer server room, Elec/Mech room, separate customer and personnel toilet facilities. Main Building also contain Equipment Lock up room, Bulb Crusher room, Containment rooms,Equipment Storage, Recycling processing area, and Truck Docks. Other buildings include a stand- alone drive on Scale house, and a Water Treatment Building. North Collier Recycling Drop-off Center, Collier County, FL. Project Manager. Providing Project Management and CEI Services during Construction of a new 55,000-square-foot, state-of-the-art 12 Years With WSP 36 Years of Experience PROFESSIONAL REGISTRATIONS Certified Project Manager, Project Management Institute CTQP Quality Control Manager FDOT Advanced Maintenance of Traffic FDOT CTQP Asphalt Paving Level I and II FDOT CTQP Asphalt Plant Level I and II FDEP Stormwater and Sedimentation Control Inspector NACE Coating with Cathodic Protection PROFESSIONAL MEMBERSHIPS Construction Management Association of America (CMAA) Society of American Military Engineers (SAME) Project Management Institute (PMI) Page 4501 of 5261 NESTOR FERNANDEZ,CPM Program Manager recycling center that included, a truck scale, bays for items such as household hazardous waste, fluorescent bulbs, batteries, electronics, paints/solvents, used oils, paper/cardboard, and horticultural wastes. The project also included improvements to the access road at 39th Avenue East, underground utilities that included installation of a new 8-inch water main, 8-inch fire line, 4-inch force main, a new lift station, and new stormwater conveyance system. Marco Island Recycling Center, Collier County, FL.Project Manager. Managed and coordinated the design and construction of a new state-of-the-art recycling center that includes bays for items such as household hazardous waste, fluorescent bulbs, batteries, electronics, paints/solvents, used oils, paper/cardboard, and horticultural wastes. Collier County Landfill Household Hazardous Waste Facility, FL. The project included the construction of a 6,650 square-foot, one- story community recycle center with a cast-in-place reinforced concrete foundation and floor systems. It included a pre-engineered steel frame superstructure and metal panel wall and roof assemblies. Approximately 1,350 square feet are “under air” to house rooms for training, records, electrical components, data equipment, and toilet facilities. Included a 1,400-square-foot enclosed equipment work bay with 16-foot-wide overhead doors and 3,950 square feet of covered area for receiving and storage of household hazardous waste. Site work included site utilities, drainage piping, dry detention pond, asphalt paved surface, above ground fuel storage tank and dispensing area, parking, signage, striping, landscape, irrigation, etc. Hammerhead Program, Collier County, FL.Project Manager/Client Representative. Providing Project Management and CEI Services during the Design, Bid and Construction Phases This program is part of an initiative by Collier County Solid Waste Department and Waste Management, Inc. to construct roadway turnouts for waste collecting vehicles to prevent damage to private property at dead end streets in the Golden Gate Estates area of Collier County. A multi-year implementation plan and master schedule was developed to optimize annual budgets and produce a constant flow of work packages ready for construction. An analysis of the area was performed to identify all affected street ends and develop smaller more manageable work packages that were grouped by geographic location and assigned to different design consultants and contractors. The work itself involved construction of concrete and asphalt pavement at more than 400 street ends throughout Collier County. Designated Driveway Program, Collier County, FL.Project Manager/Client Representative. Providing Project Management and CEI Services during the Design, Bid and Construction Phases The Designated Driveway Program runs alongside but independently of the Hammerhead Program was developed to provide areas for waste collecting vehicles to turnaround safely at 150 dead end streets in the Golden Gate Estates area of Collier where a hammerhead could not be constructed. Page 4502 of 5261 MICHELLE DANIEL,PE Project Manager Michelle Daniel is an established, senior-level structural engineer with experience in design, management, construction coordination of diverse commercial, industrial, and rehabilitation projects. Major strengths include leadership of design teams to produce contract documents and resolve complicated design problems. Michelle functions as our Structural Group Lead and Lead Structural Engineer on many of our multi-disciplinary projects. She is a quality-oriented individual responsive to scope, budget, schedule and client satisfaction. Her experience, locally and internationally, includes design and assessment of low and mid-rise buildings, foundation structures, environmental structures, industrial structures and cell towers, consisting of reinforced concrete, structural steel and structural masonry for office buildings, wastewater treatment plants, pump stations, manufacturing plants, schools and cell towers. Her core competencies are Advanced Structural Analysis, Building Modeling, Wind Engineering, Seismic Engineering, Structural Investigation, Structural Steel Design, and Structural Concrete Design. PROJECT EXPERIENCE Hospital Corporation of America (HCA), Florida Oak Hill Hospital, High Point, FL:Structural Engineering Technical Lead. WSP provided professional engineering services to HCA. HCA requested WSP to assess the existing conditions and deficiencies of the existing cooling towers Air handling units 1, 5, 14, 15-1, 15-5 at the HCA Oak Hill facility. WSP’s scope of services included: Replacement of the existing Air Handling Unit 1. This unit needed a temporary unit to be installed for the replacement due to a very restricted mechanical room. Replacement of the existing Air handling unit 5. WSP proposed the installation of a new AHU-5 inside the penthouse, adjacent to the existing unit. WSP’s methodology, focused on uninterrupted service by this system, and as such, drawings were prepared to facilitate the full functioning of the existing unit until changeover occurred. The existing unit will be demolished and removed after the changeover process. Replacement of the existing Air handling units 15-1 and 15-5. WSP’s design proposed installing these units on the roof of the Penthouse with ductwork to the existing connections. Replacement of the existing AHU 14. On this project WSP provided full A&E Services to facilitate the above-mentioned building modifications. WSP’s services included Mechanical Engineering, Structural Engineering, Plumbing Design Services, Architectural Design, Electrical Engineering and Construction Administration Services. WSP in meeting the expectations on this project has supported the client by hosting a number of workshops and meetings to ensure that input was received from all stake holders and end-users of the facility. 15 Years With WSP 24 Years of Experience EDUCATION MS, Structural Engineering, Georgia Institute of Technology, 2005 BS, Civil Engineering, University of the West Indies, 1999 PROFESSIONAL REGISTRATIONS Professional Engineer, GA (46293), TX (109810), AZ (62436), AL (37911), NM (26229), TN (124439) NCEES Records Program PROFESSIONAL MEMBERSHIPS Member, American Society of Civil Engineers Page 4503 of 5261 MICHELLE DANIEL,PE Project Manager Michelle’s lead role involved studying the mechanical design drawings to understand all mechanical items that required the proper structural support, and to develop engineered details and other mark-ups on the structural drawings for the designer to address using Revit. This project required significant collaboration with the team members given the limited schedule to work with including several iterations of drawings during the structural design development. City of Albany,Henderson Park,Albany, GA:Engineer of Record. Henderson Park is a 34.3-acre park consisting of an existing gymnasium, a softball field, and a restroom building. Albany Recreation and Parks Department demolished the Henderson Park Community Center/Gymnasium (Henderson) to construct a recreation center with auxiliary facilities. The full service architectural and engineering project includes a new 17,500 SF recreational center, which includes a gymnasium, multi-purpose meeting rooms, restrooms, concessions, and storage. The project also includes large playing fields, an outdoor basketball court covered by a pavilion, and concession building with restrooms and an office area. Part of the design scope of the gymnasium building is serviced by several large exterior HVAC units that are supported on steel framing with maintenance platforms, including a generator as well. The project design called for the structures to be elevated 3’-0” higher than the existing ground level due to its location in a floodplain. $550,000 in Design Fees, 2023-2024. Mason Mill Tennis Center, DeKalb County, GA:Engineer of Record.WSP performed design for a new tennis center pyramid office, restroom and tennis pro shop with an estimated footprint of 110 ft by 78 ft. The tennis pro shop will consist of areas for product merchandise display and purchase; will be a single-story structure comprised of metal wall panels, aluminum storefronts, entrances, and prefabricated canopies providing 15 ft by 64 ft coverage at each entrance. The building is serviced by several large exterior roof mounted HVAC units. Lockheed-Martin Aero B1 Fall Protection Steel, Marrietta, GA: Engineer of Record.This project was for the design of 14,00LF of catwalk and fall protection system for Building B1. Motorola, Inc., Multiple Services Agreement for Architectural/Engineering, Environmental and Related Services, Various Locations, US:Technical Lead.Michelle was responsible for assuring that designs meet TIA/EIA-222 requirements for respective states as well as any local variations; preparing retrofit designs including assessing load requirements, structural analysis, foundation analysis, and providing recommendations as needed for strengthening each tower when necessary. Architectural/Engineering, environmental and related services at communications tower sites and equipment facilities throughout the U.S. for Motorola, Inc. Page 4504 of 5261 BRYAN VEHOVEC,PMP Local Project Manager and Construction Services Bryan Vehovec is a senior lead inspector with more than 25 years of experience in process improvements, timely project delivery, work quality oversight, team management, key milestone achievement and customer service. His expertise includes overall project management; budget, schedule, stakeholder, quality, risk, and communication management; multi-site operations; blueprint and schematics; project planning and development; change control process; purchasing and procurement; problem resolution; construction management; interdepartmental coordination; contract management and administration; and safety and compliance. PROJECT EXPERIENCE Collier County Facilities Management,Big Corkscrew Island Regional Park (BCIRP),Collier County,FL:Program Manager/Client Representative.Bryan provides project management and CEI Services during the Design, Bid and Construction Phases which include Document Controls, Cost Estimation, Value Engineering, Design, Constructability Reviews, BIM Modelling with Clash Detection, Master scheduling, Bid assistance and Construction Engineering Inspection of a new 162-acre Regional Park. The first phase included soccer fields, baseball-softball fields, outdoor basketball courts, tennis courts, pickleball court, concessions, a playground, a community center, a band shell, an event lawn, a maintenance building, a multiuse path with picnic pavilions and an aquatic center with a competition lap pool, family pool, wading pool and other amenities. Phase II $1.9M –contract amendment is currently in negotiation that will extend program management services for the Design, Bid and Construction of Phase 2 which will add 120 acres of amenities to the park and include a new intersection and traffic light at Oil Well Road that will be the main access road to the park and adjacent Orange Blossom development, a water/wastewater utility corridor for future raw water wells, a new gymnasium, multi ports field, collegiate baseball fields, outdoor event area lake improvements, a new kayak launch, picnic pavilions, restroom/concession building, stormwater improvements, vehicular and pedestrian crossing at the Bolt canal, and new stormwater weirs. Collier County Solid Waste,Designated Driveway Program, Collier County,FL:Program Manager/Client Representative.Bryan provides project management and CEI services during the Design, Bid and Construction Phases, The Designated Driveway Program runs alongside but independently of the Hammerhead Program which was developed to provide areas for waste collecting vehicles to turnaround safely at 150 dead end streets in the Golden Gate Estates area of Collier where a hammerhead could not be constructed. In those situations, privately owned driveways were reinforced, with landowner agreement, to accommodate the weight and size of the waste collection vehicles. Collier County Public Services Department,Hurricane Ian Post Storm Program Management, Collier County,FL:Project Manager Client Representative.Bryan is serving as an “extension-of- 4 Years With WSP 29 Years of Experience EDUCATION AS, Computer Programming, Lakeland Community College,1993 PROFESSIONAL REGISTRATIONS Project Management Professional, Project Management Institute Page 4505 of 5261 BRYAN VEHOVEC,PMP Local Project Manager and Construction Services staff” project manager, assisting with the management of a wide program of post storm event permanent repair projects. This includes site assessments, assistance, and coordination with FEMA representatives, preparing federal applications and paperwork for reimbursement, project initiation, scheduling, budgeting, estimating, planning, scope development, procurement assistance, bidding assistance, documentation control, chairing meetings, design oversight, construction oversight and project closeouts. South Florida Water Management District; Big Cypress Basin Communications Tower; Immokalee, Florida:Construction Management Services.Bryan is responsible for CMS services, including CEI, Quality Assurance Testing, Project Meetings and Coordination; Submittal and Document Management and Progress Reporting for the construction of a new 300' microwave communications tower for the South Florida Water Management District. South Florida Water Management District, Big Cypress Basin SCADA Improvements, FL:Construction Engineer Inspector.Bryan was responsible for providing CEI services during the construction phase. This included CEI, reporting, and geotechnical testing for the improvements made to the stilling wells and associated control structures at three locations in the Big Cypress Basin Canal and Henderson Canal. South Florida Water Management District (Subconsultant to Mock Roos & Associates), Big Cypress Basin Control Structure No. 1, FL:Construction Engineer Inspector.Bryan was responsible for providing CEI services during the construction phase. This included CEI, reporting, chairing meetings, and geotechnical testing for the construction of a new three-gate mechanical control structure in the Big Cypress Basin Canal. Page 4506 of 5261 DAVID J. ODEH, SE/PE, F. SEI, F. ASCE QA/QC Lead David Odeh is a Senior Vice President at WSP and the National Director of Building Structures. In this role he leads a group of over 250 structural engineers working on complex building design projects around the globe. He has over 30 years of experience in the structural design and analysis of building structures of all types, with particular emphasis on the application of digital design technology to structural engineering. David served on the adjunct faculty of the School of Engineering at Brown University for 18 years, and taught courses in the design and analysis of building structures. He regularly lectures at other universities, including most recently Northwestern University and the University of Cincinnati, and at professional conferences. He has published numerous articles in engineering conference proceedings and engineering journals. David has also served on the Existing Building Committee of the National Council of Structural Engineering Associations, which reviews the structural provisions of the International Existing Building Code. In 2016, David served as President of the Structural Engineering Institute (SEI) of the American Society of Civil Engineers (ASCE), a 30,000+ member international organization that serves the structural engineering profession. In this capacity he was an invited speaker to conferences around the world and led the institute’s efforts to serve and enhance the structural engineering profession. He was named a fellow of SEI in 2013, and became a fellow of ASCE in 2015, a designation reserved only for the most distinguished structural engineers in the nation. He currently serves on the ASCE Industry Leaders Council. PROJECT EXPERIENCE Municipal, Public Safety Brookline Fire Stations 1 and 4 Renovation, Brookline, MA: The renovations of Fire Stations 1 and 4 are set to electrify the historic buildings, a first for Brookline, while preserving their architectural integrity. Creating a safe and healthy environment for firefighters, addressing long- standing issues such as inadequate decontamination areas and outdated living quarters. Needham Public Safety & Fire Sub-Station #2, Needham, MA: New public safety and fire station buildings, constructed at two sites of existing facilities that were demolished in a phased construction process. Quincy Public Safety Building and Municipal Complex, Quincy, MA: New four level multi-department public safety building for the Town of Quincy. The building will house facilities for Police, Fire, EMS, and Dispatch, and more. Lexington Police Station, Lexington, MA: Initial study followed by the design and construction of a new police station. Project also included solar canopy covers for parking of police vehicles. 28 Years With WSP 30 Years of Experience EDUCATION MS, Structural Engineering, University of California at Berkeley BS, Civil Engineering, Brown University PROFESSIONAL REGISTRATIONS Professional Engineer: FL, CO, CT, DC, DE, GA, KY, MA, MD, ME, MI, MN, MO, NC, NH, NJ, NY, OH, PA, RI, SC, VA, IN, VT Structural Engineer: CA, IL, UT, GA PROFESSIONAL MEMBERSHIPS American Society of Civil Engineers Structural Engineering Institute Structural Engineers Association of RI Page 4507 of 5261 DAVID J. ODEH, SE/PE, F. SEI, F. ASCE QA/QC Lead Winthrop Public Safety, Winthrop, MA: Study regarding a public safety facility. The current facility is located at 32 Pauline Street in Winthrop, MA. The study will explore different options for the facility including a new building or a renovation add on the same site, or another site that is yet to be determined. Plainville Town Hall and Public Safety, Plainville, MA: Two new buildings for the town of Plainville: Town hall (16500 sf) and public safety building (35000 sf). Mansfield Public Safety & DPW Municipal Complex, Mansfield, MA: The Mansfield Public Safety Building is a new facility which will house both a police station and a fire station. This building is part of a larger project which includes a Department of Public Works facility, which is not in this office's scope of work. Natick Fire Station, Natick, MA: New station to enable fast response times and provide adequate equipment and apparatus storage. Boston Police Department Headquarters, Boston, MA: Remodel an area of about 4,000 sf on the main level to accommodate a change of use, and reroofing (+/- 56,000 sf) and elevator replacement (6 Kone elevators). Shrewsbury Town Hall, Shrewsbury, MA: Investigation and Feasibility Study for Expansion - possibly adding a second floor over this addition for additional town office space. K-12 Evergreen Charter School, Hempstead, NY: New multi- story K-12 school constructed on an urban site. The new $54M school includes a new basement level gymnasium space, with two stories of classrooms above. The project also includes rooftop playing fields, and a cafeteria space on the upper level. Construction consists of a hybrid system of steel framing with cross laminated timber floors and roofs. Roger Wellington Elementary School, Belmont, MA: New school composed of two wings with core of communal spaces, with pre-K through grade 4 classrooms. The 88,000 gsf building is distinguished by sustainable design and features such as “light shelves” in the structure that maximize natural light to interior spaces. Winner of the 2013 Harleston Parker Award (AIA Boston) and 2015 Honor Award for Design Excellence (AIA New England) Westport Middle and High School, Westport, MA: New 185,000 gsf combined middle school and high school complex, including shared field house/indoor athletics facility, auditorium, and media center. (completed 2023) The Field School, Weston, MA: New 65,000 gsf elementary school that includes classrooms, gymnasium/cafeteria, and media center. The project includes unique exposed steel structures and highly sustainable design. Winner of a 2018 Award for Design Excellence Citation (2018) Wheeler School, Providence, RI: Design of multiple new buildings on private K-12 school campus on the historic east Page 4508 of 5261 DAVID J. ODEH, SE/PE, F. SEI, F. ASCE QA/QC Lead side of Providence. Projects included new performing arts center and auditorium, new student center, and new special needs student center integrated into existing historic building. Brooks School Center for the Arts, North Andover, MA: New two-building Center for the Arts including, 48,000 gsf, including 380-seat teaching theater and a black box used for drama rehearsals and other functions. (completed 2019) Cranston Public Schools, RIDE Stage II Design Services, Multiple Locations, Cranston, RI: Structural design services for school buildings detailed in the master plan. Odeh is developing design narratives for structural additions and providing basic structural plans for additions. The Frederick Gunn School, New Athletic Complex, Washington, CT: New Athletic Complex in place of the existing Memorial Hall, as well as demolition of the existing ice rink. The new complex will incorporate a new ice rink and aims to advance the athletics program of the school. It will include a natural turf field, new tennis courts, new synthetic fields, and more. Albany Academy, Outdoor Pavilion, Albany, NY: New 30’x70’ outdoor hip-roofed wood pavilion. New North Providence Schools, North Providence, RI: Two new elementary school structures, three stories with gymnasium and cafeteria. Meeting Street School, Providence, RI: Design for the master plan for renovations and additions to the existing Meeting Street School, including additions to the main building, a new early childhood center, auditorium and main entry renovation and additions, and more. Page 4509 of 5261 JAMES (JIM) HOY,ASPE Cost Estimator Jim Hoy provides cost estimating services for DoD and federal A-E designs, including estimating federal hard bids for construction, construction management at risk estimates, and engineering estimates for projects ranging from $1M-$400M. He has 31 years of construction cost estimating experience and is a Certified Professional Estimator.Jim’s expertise includes cost engineering for screening estimates, conceptual estimates, detailed estimates, engineer's estimates, bid estimates, control estimates, and pre- construction services using MII MCACES 2nd generation, PACES, Hard Dollar and Timberline estimating software, and MEANS databases.Jim develops life cycle cost and cost benefit analyses, DD 1391 cost estimates, screening estimates,conceptual estimates, detailed estimates, engineer's estimates, and bid estimates. PROJECT EXPERIENCE Big Corkscrew Island Regional Park Phase 1 for Cost Estimator Services, Collier County, Naples, FL:Cost Estimator. Jim provided independent cost estimat:es to support design, public offering and construction for the new public park. The park consisted of 35 acres of orange groves that is to be developed into 26 structures with one meeting requirements for a hurricane shelter, 4 swing pools, 2 softball fields, 4 soccer fields, outdoor event center, playground, dog park, 2 tennis courts, 2 basketball courts,six pickleball courts, parking, roadways, utilities, lavish landscaping, and all associated soft cost. Fiberight, AMEC PPA, Trash to Energy Plant Design and Construction, Hampden, ME:Cost estimator. 144,000 square foot Solid Waste Processing Facility. The facility serves over 180 communities in the central Maine area. The facility takes in the waste and sorted out the materials that could be recycled and the remainder of the items were used in a process to create energy in the form of electricity and biogas. Also included office facility. Collier County Board of Commissioners, North Building Renovations, Naples, FL:Cost estimator. This project included HVAC Replacement for Existing North Building Cost Estimator Services. Jim provided independent cost estimates to support design, public offering and construction for the HVAC replacement. Collier County Board of Commissioners, Golden Gate Community Park, Naples, FL:Cost Estimator. The project scope included City theme park pool restoration and repair-buildings housing bathrooms and showers with some infrastructure. The park required major pool restorations and upgrades. Collier County Public Utilities Division, Caxambas Park Community Center, Marco Island, FL:Cost Estimator. Jim was responsible for a new 2,000 square foot new build for the United States Coast Guard (USCG) Auxiliary and Multi-purpose Building located at Caxambas Park in Marco lsland, Florida. USCG Station Fort Myers, Fort Myers, FL:Cost Estimator. Jim was responsible for programming and design of support facilities that 18 Years With WSP 44 Years of Experience EDUCATION Bachelor's Degree, Finance, Aberystwyth University, 1980 PROFESSIONAL REGISTRATIONS Certified Professional Estimator, US and Guam, (1.4-799-0711) PROFESSIONAL MEMBERSHIPS Member, American Society of Professional Estimators Corporate, Society of American Military Engineers Page 4510 of 5261 JAMES (JIM) HOY,ASPE Cost Estimator will replace a destroyed Coast Guard Station. Includes landside building demolition, civil design, and waterside design. DLA,Fire Protection Adequacy Assessments, OCONUS and CONUS, ST:Cost Estimator.Jim provided cost estimate reviews for 10% to 35% design and developed cost estimates for D-B RFP packages for 11 facilities. Scope: Performed fire protection adequacy assessments and prepared technical documents for nine CONUS and two OCONUS DLA sites. U.S. Army, Design of Training Support Facilities, Fort Rucker, AL:Construction Cost Estimator.Jim prepared MCACES (MII) construction cost estimates, based on estimated quantity takeoffs and R.S. Means cost data for the area. Site civil items included applicable Alabama Department of Transportation historical cost data with an adjustment factor for special work conditions associated with a military installation. Scope: Demolition of two industrial warehouses and fast-track design of a new 2-story training facility with a high bay to display historical military aircraft. USACE Charleston, DDTP Facility and Pavement SRM Repairs, Title II Services, Tobyhanna Army Depot, PA:Construction Cost Estimator.Jim provided concept and full design Independent Government Estimates. These cost estimates assisted the government with the probable cost to construct and with what steps the government needed to take before project execution. Cost and scope clarifications via statements of 'inclusions and exclusions' revealed project restraints that USACE needed to remove to enable project execution. Scope: Construction phase services for exterior envelope repairs, structural repairs, and pavement repairs, including site visits, consultation with the USACE construction team, review of contractor requests for information and submittals, and assistance with construction contract modifications and negotiations. Page 4511 of 5261 M. YVONNE HIDLE,RA, AIA NCARB, LEED GA Architect Yvonne Hidle is a licensed architect in California, Pennsylvania, Michigan, Florida, Hawaii and Puerto Rico. Her duties include architectural planning, programming, specifications, and the design of architectural systems. Yvonne brings extensive experience in the Department of Defense (DoD) market sector, both nationally and internationally, serving clients such as the USACE, NAVFAC, the Air Force, Border Patrol, Air National Guard, and the Army National Guard. Experience with international clients have included the Royal Saudi Air Force and the State of Qatar. Her architecture portfolio is well rounded with building type experience that includes aircraft hangars, dining facilities, command posts and dispatch, religious structures, dormitories, single and multi-family residential, administrative offices, maintenance training facilities, vehicle maintenance facilities, avionics shops, and morgues. Yvonne has worked on SCIF projects and is well versed in AT/FP, UFCs, ANG ETLs, NG Pams, and other requirements associated with federal work. PROJECT EXPERIENCE Wolfspeed, Project HIBs, Siler City, NC:Architect.This project is comprised of a new greenfield manufacturing facility of products for power and radio frequency applications. The project vision is a transformation from silicon to silicon carbide and GaN. These materials will be used to shape the future of semiconductor markets: the transition to electric vehicles, the move to faster 5G networks, and to the evolution of renewable energy and energy storage. WSP is providing services in architecture/process architecture, civil, structural, MEP/FP, and building technology. National Institutes of Health, Building 40A North Tower – Vaccine Research Center Laboratory Expansion, Bethesda, MD: Architect.Yvonne provided architectural and engineering design services for 5-story, 120,000 sf VRC Laboratory Expansion Building. This biomedical research facility will primarily house BSL-2 although there will be some space with BSL-3 practices, vivarium, full story interstitial,and administrative space. WSP is providing full architectural/lab planning, structural, MEP, civil engineering and landscape architecture services. Snapfinger, Decatur, GA:Architect.WSP USA provides planning, design, and post-design support services for a new 18,000 square foot replacement laboratory as part of the Snapfinger AWTF Lab Support Project. This project is situated on an established laboratory site in Decatur, Georgia. Department of Defense, Maintenance Facilities: Selfridge Air National Guard Base, Maintenance Shop -Building 117,MI: Project Architect.Yvonne was responsible for the major renovation of an existing single story 24,102 square foot aircraft maintenance shop facility originally constructed circa 1930s. Scope of work for the project included the complete demolition of all interior partitions and the development of a new floor plan to better meet the needs of the 127th Wing. Additional scope included the replacement of the mechanical systems, updates to the electrical systems, an all-new 2 Years With WSP 12 Years of Experience EDUCATION Master, UX/UI Design, Carnegie Mellon University, 2015 Professional Bachelor, Architecture, Iowa State University of Science and Technology, Magna Cum, 2011 PROFESSIONAL REGISTRATIONS Registered Architect, PA (RA408093), CA (C38085), MI (1301069752), Puerto Rico, (22229), FL (AR101548), Hawaii, (19919); LEED Green Associate PROFESSIONAL MEMBERSHIPS American Institute of Architects (AIA) Colegio de Arquitectos y Arquitectos Paisajistas Page 4512 of 5261 M. YVONNE HIDLE,RA, AIA NCARB, LEED GA Architect fire suppression system, exterior façade and roof eave repairs, replacement of all windows and doors for AT/FP compliance and repaving and repair of the existing parking lots. Yvonne’s responsibilities on the job included attending client facing meetings, surveying the existing building, ensuring code and UFC compliance, architectural drawings, specifications, basis of design, package assembly, and helping to lead a new team that had limited Air National Guard experience. Selfridge Air National Guard Base, Maintenance Shop -Building 120, MI:Project Architect.Yvonne was responsible for the renovation of an existing single story 24,269 square foot aircraft maintenance shop facility originally constructed circa 1930s. Scope of work for the project included the replacement of the mechanical systems, updates to the electrical systems, exterior façade and roof eave repair, structural repairs, and cosmetic interior upgrades. Yvonne’s responsibilities on the job included attending client facing meetings, surveying the existing building, ensuring code and UFC compliance, working with the client during value engineering sessions, architectural drawings, specifications, basis of design, package assembly, and helping to lead a new team that had limited Air National Guard experience. US Army Corps of Engineers, Vehicle Maintenance Shop, Afghanistan:Architectural Designer.Yvonne was responsible for a Vehicle Maintenance Shop (VMS) on a military hospital campus in Afghanistan. The project was a 264 square meter PEMB (pre- engineered metal building). This facility consisted of two bays and support spaces for the maintenance of on-site vehicles. Yvonne was responsible for the creation of the RFP documents which consisted of basic plans, elevations, and room data sheets. Yvonne worked directly with the client and participated in the Design Charrette. King Khalid Air Force Base, Avionics Pod Facility, Saudi Arabia: Architectural Lead.Yvonne was responsible for the design of a new 1,850 square meter Avionics Pod Facility at the King Khalid Air Force Base in Saudi Arabia. This new facility, a PEMB (pre-engineered metal building), consisted of a large storage area and a repair shop with work benches for F-15 pods. In addition, the building also housed a prayer room, a break area, secure storage, and several offices. Yvonne oversaw the production of the construction document set, coordination with in-house engineering staff, and the design of the geometric metal shading system that would be used throughout the base on other buildings. Page 4513 of 5261 BRIAN SHEFFER,PE, LEED AP, CxA Mechanical Lead Brian Sheffer is a Vice President at WSP and a registered mechanical engineer and studio leader with more than 19 years of experience in the design and construction of mechanical, electrical and plumbing systems for federal, municipal, healthcare and commercial projects. His expertise includes energy analysis with life cycle costing, HVAC design, plumbing, refrigeration, laboratory dental and medical piping systems, specialty gases, central plant heating and cooling distribution systems, along with applications requiring acoustical considerations. Brian has extensive experience in energy-efficient existing building infrastructure upgrades. As a seasoned project manager,he has successfully led design teams on many challenging projects with tight deadlines, delivering quality solutions on time. For example, Brian led a two-floor, 32,000 square foot major renovation at Grady Memorial Hospital in Atlanta, GA —a design-build project with a ten-month turnaround time.Under his direction, the team produced permit drawings and specifications in one month, allowing the construction team to begin demolition. The team fast tracked long lead MEP equipment to facility the project’s prompt delivery.Brian currently leads one of two Florida-based MEP studios providing training, mentorship and guidance to a growing team of approximately 14 engineers, designers and interns. PROJECT EXPERIENCE Children’s Healthcare of Atlanta, North Druid Hills Campus Expansion, Atlanta, GA Grady Memorial Hospital, Bed Bundle ICU Renovation, Atlanta, GA Grady Steam Study, Atlanta, GA HCA Florida Central Florida Regional Hospital Bi-Plane Renovation, Sanford, FL HCA Florida Julington Creek HVAC Assessment, Jacksonville, FL HCA Florida Mercy Surgery Renovation, Miami, FL IFF Citrus Lab at Florida Polytechnic University, Lakeland, FL Orlando Health Bayfront Free Standing Emergency Department, St. Petersburg, FL Orlando Health Bayfront Hospital 4th and 5th Floor Renovation, St. Petersburg, FL Orlando Health St. Cloud ICU/Cath Expansion, St. Cloud, FL Orlando Regional Medical Center Sterile Processing Department Renovation, Orlando, FL USPS Kansas City Processing and Distribution Center HVAC Upgrades, Kansas City, MO USPS Topeka MDC HVAC Upgrades, Topeka, KS Atlanta VA Medical Center Boiler Plant Replacement and New Combined Heat and Power Plant, Atlanta, GA Broward County Courthouse, Fort Lauderdale, FL Carl Vinson VA Medical Center Boiler Replacement and Combined Heat and Power Plant, Dublin,GA Charlie Norwood Medical Center Combined Heat and Power Plant, Augusta, GA Clinic for Primary Medicine and Specialty Care, W.J.B. DORN Veteran Affairs Medical Center, Columbia, SC DeKalb County Central Library Processing Center, Decatur, GA 3 Years With WSP 21 Years of Experience EDUCATION BS,Mechanical Engineering, University of South Alabama PROFESSIONAL REGISTRATIONS Professional Engineer:FL, GA, AL, NC, SC,OK LEED Accredited Professional Certified Commissioning Authority PROFESSIONAL MEMBERSHIPS Heating, Refrigerating, and Air Conditioning Engineers (ASHRAE) United States Green Building Council (USGBC) Association of Medical Facility Professionals (AMFP) Page 4514 of 5261 BRIAN SHEFFER,PE, LEED AP, CxA Mechanical Lead Dekalb County School District SPLOST Program Management, Dekalb County, GA Development at Philadelphia Airport, Philadelphia, PA Georgia Gwinnett College Library, Lawrenceville, GA Hudson Valley VA Medical Center, Investment Grade Energy Audits and Performance Contract, Montrose, New York and Castle Point, NY Kimbrough Ambulatory Care Center, Renewal of Ambulatory Surgical Center, Ft. Meade, MD Medical College of Georgia, Hamilton Wing 3rd Floor Renovation, Augusta,GA Modernize Kirk Army Health Clinic, Aberdeen Proving Ground, MD Renewal of Troop Medical Center, Building 4575, Fort Jackson, SC Renew HVAC Fox Army Health Clinical Redstone Arsenal, Huntsville, AL United States Postal Service –Miami P&DC –HVAC Upgrades, Miami, FL Veterans Affairs Blind Rehabilitation Center, Biloxi, MS West Palm Beach Terminal Radar Approach Control Facility (TRACON) Replacement, West Palm Beach, FL Winn Army Hospital Addition and Alteration, Fort Stewart, Hinesvilles, GA Winn Army Hospital Medical Clinic Addition, Fort Stewart, Hinesvilles, GA Page 4515 of 5261 SHAYAN ATAEI,PE, PMP, LEED AP Structural Engineer Shayan Ataei is a detail-oriented structural engineer with experience in the design of steel, concrete, and timber structures. He excels in creating both preliminary and detailed structural designs for the ICI (Industrial, Commercial, and Institutional) and AEC (Architectural, Engineering, and Construction) sectors. His skill set includes performing structural condition assessments of existing buildings and delivering effective rehabilitation solutions for identified deficiencies. With nine years of experience in the field, Shayan seeks a senior structural engineering role to leverage his comprehensive expertise. PROJECT EXPERIENCE Alligator Creek Boardwalk, Sarasota, FL:Structural Engineering Lead.Designed pedestrian-bridge abutment and boardwalk deep foundations (helical piles) with connection detailing. Miami-Dade NE Transfer Station, FL:Structural Engineering Lead. Verified reinforced-concrete ramp wall for proposed height extension; produced retrofit recommendations. Miami-Dade Transfer Station Program, FL:Structural Engineering Lead.Led retaining-wall extension analysis and supported roof/corbel/exterior wall retrofit design through IFC and permitting. USPS Catasauqua, PA:Structural Engineering Lead.Checked existing lumber roof framing for new rooftop mechanical loads; issued repair recommendations and submittal reviews. USPS Charlotte, NC:Structural Engineering Lead.Designed modifications to exterior steel canopy framing, including connection design for loading-bay enlargement. WSP Materials Testing Facility, Atlanta, GA:Structural Engineering Lead.Detailed footing modification for double-wythe masonry wall; designed exterior steel canopy and equipment pads. McCain WWTP & Buildings, Coaldale, AB:Structural Engineering Lead.Designed strip/isolated footings for prefab buildings; SOG diaphragm;screw pile foundations; RC aeration tank walls and watertight detailing. McLean Detention Facility, Toronto, ON:Structural Engineering Lead.Rehabilitated large RC stormwater tank; designed helical pile supported chambers; performed wall strengthening and underpinning. Kenilworth Detention Facility, Toronto, ON:Structural Engineering Lead.Retrofitted RC detention tank; added roof slab hatches; designed chambers on caissons and thrust block modifications. Martin Grove Pump Station, Toronto, ON:Structural Engineering Lead.Designed new buried chamber, RC slabs/beams/columns, 3 Years With WSP 11 Years of Experience EDUCATION ME, Structural Engineering, Toronto Metropolitan University, 2019 BE, Civil Engineering, Azad University (IAUCTB), 2016 PROFESSIONAL REGISTRATIONS Professional Engineer, ON (100540712),AB (311444) FL(101981) Project Management Professional (PMP) Leadership in Energy and Environmental Design Accredited Professional (LEED AP) Page 4516 of 5261 SHAYAN ATAEI,PE, PMP, LEED AP Structural Engineer steel platforms and monorail anchorages; engineered wall openings/strengthening. Richview Pumping Station, Toronto, ON:Structural Engineering Lead.Standby generator building with RC shear walls and precast hollow core; joint waterproofing; CA/PM structural support. R.L. Clark WTP, Toronto, ON:Structural Engineering Lead. Underpinning and full RC wall replacement for underground chloride tank rehabilitation. Humber WTP Floodwall, Toronto, ON:Structural Engineering Lead.Verified/rehabilitated RC floodwall; specified free draining backfill and epoxy crack injection. Compactor Replacements (Multiple Stations), Toronto, ON: Structural Engineering Lead.Designed 11 compactor foundations; verified roof slabs; modified push walls; performed vibration analysis. Bermondsey Transfer Station, Toronto, ON:Structural Engineering Lead.Engineered FRP strengthening of suspended slab; added shear walls; managed topping removal and structural verification. Disco TS —Catch Basin Replacement, Toronto, ON:Structural Engineering Lead.Planned phasing/shoring; strengthened two-way slab; designed stainless lined poured basins. 600 Stonehaven Culvert, Newmarket, ON:Structural Engineering Lead.Designed spread footing/caisson foundations for open bottom precast culvert with retaining wingwalls/headwalls. Commissioner Street Stack Assessment, Toronto, ON: Structural Engineering Lead.Assessed 370ft RC shaft; specified crack/spall repairs; evaluated rehab vs. demolition strategies. Fire Station Renovation & Expansion, Markham, ON:Structural Engineering Lead.Designed steel moment frames (post disaster), foundations, glulam retrofits, and masonry rehabilitation. St. Clair College Student Housing, Windsor, ON:Structural Engineering Lead.Coordinated 5-story modular steel system, concrete podium, and CIP foundations. Precast Parking Structure, Markham, ON:Structural Engineering Lead.Designed foundations, corner shear walls, and composite floors for 5-story facility. Page 4517 of 5261 STEPHEN RUSSELL,PE Electrical Engineer Stephen Russell is an accomplished electrical engineer with extensive experience across diverse sectors including VA hospitals, government facilities, office buildings, retail spaces, multi-family residences, healthcare facilities, medical office buildings (MOBs), banks,and sports/entertainment.He excels in ensuring quality standards while optimizing operational efficiency and sustainability. His expertise includes project management, system integration, and coordination with multidisciplinary teams to achieve project goals within budget and schedule constraints. Stephen joined the Florida team in 2024, and his commitment to excellence and technical proficiency have made him a valuable asset in driving successful outcomes across various complex projects. PROJECT EXPERIENCE Asana 2909 Bay to Bay Renovations, Tampa, FL Asana 442 Kennedy Lobby Renovations, Tampa, FL Asana Desoto Building Renovation, Tampa, FL Asana North Hyde Park Retail Shell, Tampa, FL Asana SOHO Building Lobby Renovation, Tampa, FL Asana Winter Park Shell Renovation, Winter Park, FL Avalon Park, Wesley Chapel Phase 1 Build-out, Wesley Chapel, FL CarePlus Tenant Fit-out, Winter Haven, FL COhatch BBQ King, Tampa, FL COhatch St. Pete, St. Petersburg, FL COhatch Tarpon Springs, Tarpon Springs, FL Created Woman Office Renovation, Tampa, FL Eisenhower Office Renovation, Tampa, FL Eisenhower Property Group, HQ Office, Tampa, FL Elite Cart Rentals, Office Build-out, St. Petersburg, FL Equity Management, Dale Mabry Retail, Tampa, FL Fifth Third Bank, Morton Grove, IL Fifth Third Bank, Old Milton Pkwy, GA Friends of Strays Relocation, Tampa, FL Ryder Doral 40-year Recertification, Doral, FL Ryder Miami 40-year Recertification, Miami, FL Scan Design Furniture Store Renovations, Tampa, FL Scan Design Plaza Shell Addition, Tampa, FL Sight Real Estate 1502 N. Nebraska Renovations, Tampa, FL Skanska, Tampa Office Expansion, Tampa, FL USPS Program Management Services, Regional-Nationwide, DC Lockheed Martin Rotary and Mission Systems, E6 Alis Generator/ Chiller, Orlando, FL Base Camp 305 School, Miami, FL Pinellas County School Board, Coachman Service Center HVAC, St. Petersburg, FL Trisikkha Meditation Center, Church Dorms, Plant City, FL Columbus AFB Modular Firing Range, Columbus MS Rocket Static Firing Discharge Stands, Confidential US Army, Soldier Readiness Arenas, Multiple Locations Atrium Health Systems, New Bed Tower Expansion, Charlotte, NC Baycare Bartow ED Expansion, Bartow, FL 1 Years With WSP 11 Years of Experience EDUCATION BS, Electrical Engineering, University of Florida, 2016 AA, Engineering, Polk State College, 2012 PROFESSIONAL REGISTRATIONS Professional Engineer: FL (91525) Page 4518 of 5261 STEPHEN RUSSELL,PE Electrical Engineer Cleveland Clinic, Indian River Hospital Behavioral Health HVAC Replacement, Vero Beach, FL Grady 3D/3K, Atlanta, GA HCA Memorial Health UMC Savannah Hospital, Kitchen Assessment, Savannah, GA HCA Memorial Satilla Hospital, Kitchen Assessment, Waycross, GA HCA Doctors Hospital of Augusta, Kitchen Assessment, Augusta, GA HCA Fairview Park Hospital, Kitchen Assessment, Dublin, GA HCA Florida Julington Creek Emergency, HVAC Assessment, St. John’s, FL HCA Florida Capital Hospital, Kitchen Assessment, Tallahassee, FL HCA Florida Oak Hill Hospital, Cooling Towers,Brooksville, FL IMA Medical Center, Lakeland, FL Lee Health, GCMC 2nd Floor Medical Office Building Renovation, Ft. Myers, FL Orlando Health Bayfront Hospital 4th and 5th Floor Renovation, St. Petersburg, FL Orlando Health Bayfront Fire Alarm Replacement, St. Petersburg, FL Parkview Regional Medical Center Lab Expansion, Fort Wayne, IN Revive Plastic Surgery Institute Renovation, Miami, FL Sarasota Memorial Hospital, Boxpicker, Sarasota, FL Sarasota Memorial Hospital, Radiology Room 2, Sarasota, FL Sarasota Memorial Hospital, Radiology Room 6, Sarasota, FL University of Miami, Sole Mia Medical Center, Miami, FL Veterans Affairs Albany, Consolidate Primary Care First Floor, Albany, NY Veterans Affairs Bay Pines, Jockey Pump Addition, Bay Pines, FL Veterans Affairs Bay Pines, Mental Health Floor Renovations, Bay Pines, FL Veterans Affairs Kansas City, Inpatient Bed Addition & Renovation, Kansas City, MO Veterans Affairs Lake Nona, Dental Suite Upgrades, Orlando, FL Veterans Affairs Miami,Hemodialysis Renovation, Miami, FL Veterans Affairs Miami, SPS Renovation, Miami, FL Veterans Affairs New Haven, Pharmacy Renovation, New Haven, CT Veterans Affairs Pittsburgh, CLC Renovation 2A, 2B, Pittsburgh, PA Veterans Affairs Pittsburgh, UD Radiation Therapy Tomotherapy Upgrade, Pittsburgh, PA Veterans Affairs Shreveport, Electrical Upgrades, Shreveport, LA Veterans Affairs Tampa JAH, AHU Replacement, Tampa, FL Aloft Hotel MEPFP, Ft. Lauderdale, FL Mariott, Vinoy Canopy Project, St. Petersburg, FL Pellet Plant Electrical Renovations, Ocala, FL Red White and Bloom Sanderson Extraction Plant, Baker County, FL RMR Design, 5132 Tampa W Rd Renovation, Tampa, FL Page 4519 of 5261 LUIS PONCE,PE, MS Geotechnical Luis Ponce is a senior geotechnical engineer with more than 36 years of experience in the construction and geotechnical engineering fields. He has managed many complex engineering and construction projects throughout Florida, Georgia, Puerto Rico and South America.He has ample experience in the preparation of engineering recommendations for foundation design of different types of projects, including residential and commercial developments, roadways, public schools, office buildings, communication towers and parking garages. Throughout his career, Luis has provided technical oversight and directed engineers, engineering technicians, building inspectors, subcontractors, survey teams and drilling crews. He has valuable field and site management experience with earthwork construction, deep and shallow foundations, earthen embankments, roadways and building construction projects. Luis is knowledgeable of geotechnical issues related to site development and earthwork construction, and he has ample experience on vertical construction means and methods, as well as code compliance and project management controls. PROJECT EXPERIENCE Florida Department of Transportation (FDOT),Districtwide Geotechnical and Pavement Coring Services, Southeast and South Florida,FL:Deputy Contract Manager/Senior Geotechnical Engineer.Luis is responsible for overseeing all geotechnical investigation, analysis and design, pavement coring and evaluation, as well as geotechnical inspection, testing and analysis for several FDOT projects under construction, coordinating all phases of the field work. He is also providing QA/QC for reporting and deliverables, while coordinating field activities with the District 4 and 6 Materials and Research Office (DMRO). South Florida Water Management District (SFWMD), CEPP New Waters EAA A-2 STA, Palm Beach County, FL:Project Manager/Senior Geotechnical Engineer.Luis responsibilities include staffing and resource management, compliance with technical specifications, tracking deficiencies, staffing coordination, deliverables, and geotechnical engineering support, as needed. WSP is providing Project Management and QA reviews of the overall Quality Control process during construction of the proposed STA. Florida Department of Transportation (FDOT), Sunset Strip, Nob Hill Road to Sunrise Boulevard, Broward County, FL:Project Manager/Senior Geotechnical Engineer.Luis was responsible for the geotechnical exploration and engineering analysis for the proposed school flasher and mast arm signal pole structure improvements throughout Broward County, Florida. Florida Department of Transportation (FDOT), Lauderhill Mall and Broward County School Zone Proposed Mast Arm Improvements, Broward County, FL:Project Manager/Senior Geotechnical Engineer.Luis was responsible for field operations and report production for the pavement coring and evaluation along the eastbound and westbound travel lanes and the athletic parking area 16 Years With WSP 35 Years of Experience EDUCATION MS, Construction Management, Florida International University, 2015 BS, Civil Engineering/ Transportation, Universidad Laica, Ecuador, 1990 PROFESSIONAL REGISTRATIONS Professional Engineer: FL (71723); NH (12869) Certified General Contractor:FL (1509404) Standard Building Inspector:FL (3345) Certified Building Inspector, Commercial and Residential Buildings, No. 5189975-B5 Certified Plans Examiner/ Plans Reviewer, No.5253465-B3 Certified Radiation Safety Officer, Florida Page 4520 of 5261 LUIS PONCE,PE, MS Geotechnical Radiation Safety and Use of Nuclear Gauges Operator Hazardous Materials, Florida along Sunset Strip, from Nob Hill Road to Sunrise Boulevard, in Broward County, Florida. USACE/ Singhofen & Associates, Central Everglades Planning Project (CEPP) South Project, Contract 3B, S-355W Spillway Structure, Miami-Dade County, FL:Senior Geotechnical Engineer. For this project, WSP teamed up with Singhofen & Associates, to perform a geotechnical engineering evaluation for the proposed S- 355W spillway. The spillway is located within the L-29 canal, at the southern extent of the future L-67D Levee. WSP provided geotechnical exploration services, including laboratory testing, and preparation of geotechnical deliverables for the project. Monroe County, Roadway Vulnerability Study, HDR Engineering Inc., Key Largo, FL:Senior Geotechnical Engineer.Luis was in charge of all aspects of the work, from field exploration to report production and deliverables. WSP performed geotechnical exploration services to assess the subsurface soils conditions along several roadways throughout Monroe County, to develop remedial measures against seawater level rise, and its damaging effects to the existing County roads. WSP also reviewed and compiled historical documentation, including previous geotechnical explorations, existing underground utility plans, as built roadway records, and roadway construction drawings. Page 4521 of 5261 CHRIS FARR,CPD, CET, FASPE, ASSE 6060 Plumbing / Fire Protection Chris Farr brings more than 30 years of experience in plumbing and fire protection across the U.S. and Europe. He is a Certified Plumbing Designer (CPD) through the American Society of Plumbing Engineers, holds the ASSE 6060 Medical Gas Designer Certification, and has a NICET Level 3 certification in wet pipe fire suppression system layout. His expertise includes sanitary, kitchen grease, oil/water, acid waste, and storm piping systems. His projects have included acute care facilities, proton beam vaults, MRIs, CT scans, ORs, dialysis bays, laundry facilities in hospitals, traumatic brain injury floors and rehab/skilled nursing facilities. Chris has served on the Central Florida ASPE Board of Directors for over 14 years in roles such as President, VP Technical, VP Legislative, Website Editor, and Secretary. His dedication to ASPE earned him the prestigious honor of being inducted into the Kenneth G. Wentnik College of Fellows in 2022. Additionally, he is the Chairman of the AIA Masterspec Mechanical Review Committee, where he has served for 6 years. PROJECT EXPERIENCE HCA Florida Mercy Hospital Surgery Renovation, Miami, FL HCA Florida Gainesville Hospital, Gainesville, FL Orlando Health St. Cloud Cardiology, St. Cloud, FL Orlando Health 110 bed Skilled Nursing Facility, Winter Garden, FL Orlando Health Digestive Health Institute Addition, Orlando, FL Orlando Health Emergency Department Renovations, Orlando, FL Orlando Health South Seminole mapping efforts, Longwood, FL Orlando Health Winnie Palmer Fire Pump Replacement, Orlando, FL Orlando Health Arnold Palmer Hospital mapping efforts, Orlando, FL Orlando Health North bed Tower expansion tower, Orlando, FL Orlando Health main campus, USP compliance pharmacy upgrades, Orlando, FL Orlando Health main campus Proton Beam accelerator, Orlando, FL Moffitt Cancer Center International Plaza USP compliance pharmacy, Tampa, FL Moffitt Cancer Center McKinley USP compliance pharmacy upgrades, Tampa, FL Moffitt Cancer Center Magnolia USP compliance pharmacy upgrades, Tampa, FL Advent Health Altamonte Uptown Café Renovations, Altamonte, FL Orlando Health Altamonte campus, pharmacy upgrades, Orlando, FL Advent Health Altamonte Linear Accelerator addition, Altamonte, FL Advent Health Altamonte CT Scan addition, Altamonte, FL Advent Health Altamonte Central Sterile Renovations, Altamonte, FL Advent Health Deland Hospital mapping efforts, Deland, FL 1 Years With WSP 33 Years of Experience EDUCATION AS, Mechanical Engineering Technology, VT Technical College, 1991 PROFESSIONAL REGISTRATIONS NICET Level 3, Fireuppression Layout (CET) Certified in Plumbing Design (CPD) ASSE 6060 PROFESSIONAL MEMBERSHIPS Member, American Society of Healthcare Engineers Member, American Society of Plumbing Engineers Member, Florida Healthcare Engineering Association Page 4522 of 5261 CHRIS FARR,CPD, CET, FASPE, ASSE 6060 Plumbing / Fire Protection Advent Health New Symrna Beach Emerg. Dept. Renovation, New Symrna, FL Advent Health New Symrna Beach OR Robotic Upgrades, New Symrna, FL Advent Health Winter Park Oxygen Tank Farm upgrades, Winter Park, FL Advent Health Winter Park Central Utility Plant upgrades, Winter Park, FL Advent Health Winter Park 5 story bed tower, Winter Park, FL Advent Health Winter Park 3 story woman’s OB/GYN Addition, Winter Park, FL Advent Health Winter Park ED Renovation/Addition, Winter Park, FL Advent Health Fish Memorial 4 story woman’s OB tower addition, Orange City, FL Advent Health Fish Memorial Oxygen Tank Farm upgrades, Orange City, FL Advent Health Kissimmee Outpatient Endoscopy in ASC, Kissimmee, FL Advent Health Kissimmee Emergency Dept. renovations, Kissimmee, FL University of Central FL (UCF) Chemistry Building Renovation, Orlando, FL University of Central FL (UCF) 3 story Creol Building Addition, Orlando, FL Carroll Distribution Warehouse, Rockledge, FL Gulfstream Production Building, Savannah, GA Boeing Dreamliner 787 Showroom Building, SC St. Vincent Depaul Church, Wildwood, FL NAVFAC, LEED Gold Global Hawk Aircraft Hangar, Sigonella, IT NAVFAC, 10 bay, F 35 Hangar Beaufort, SC NAVFAC, Enlisted Barracks, Sigonella, IT NAVFAC, Dental Clinic, Fort Benning, GA NASA Technical Support Facility (TSF), Cape Canaveral, FL Page 4523 of 5261 CHARLES (CHIP) GARDINER,PLS, CFEDS Survey Chip Gardiner has 42 years of experience in a wide range of surveying and mapping activities, including managing and executing projects for private and public sector clients. His extensive technical background accentuates his ability to manage personnel and projects effectively. He is the operations manager of WSP’s Florida offices surveying and mapping department, where he manages personnel and resources, projects scheduling and tracking, and quality assurance within the department. He has expertise in geodetic surveying (conventional and GPS), route/design surveying and mapping and boundary surveying. Chip has a background with an emphasis on new technologies, including global navigation satellite system (GNSS), geographic information system (GIS) and light detection and ranging (LiDAR) being used for surveying and engineering professions. PROJECT EXPERIENCE Brevard County, Nandivada Multi-Use Stormwater Treatment Area Design and Permitting, Brevard County, FL:Survey Team Lead.Chip is responsible for evaluating the feasibility and preparation of project designs utilizing the County’s newly acquired Nandivada parcel as a multi-use spoil management area that will also be capable of treating stormwater runoff from that portion of the County’s MS4 drainage area that exists along North Banana River Drive. The project is consistent with the County’s growing need to design multi-use facilities for muck removal projects that also incorporate a regional surface water or stormwater treatment function. This is a unique project approach for Brevard County intended to provide significant cost savings compared to traditional dredge material management areas and stormwater retrofit designs which are typically designed and implemented separately. Brevard County, East Central Canals and Channels Permitting/Design and Navigational Dredge Phasing, Brevard County, FL:Survey Team Lead.Chip was responsible for providing Brevard County with design and permitting services, bid documents, and cost estimates for the maintenance dredging and muck removal of approximately 8.34 miles of canals and channels known as the East Central Canals and Channels. WSP’s scope of services included undertaking data collection and fieldwork efforts, the creation of a set of preliminary general design figures, and generation of a project summary technical memorandum prior to coordinating and requesting permits, permitting tasks, cost estimates, construction plans specifications and contract documents/drawings, as well as permit extensions and project phasing details as required by regulatory agencies. St. Johns River Water Management District, Lake Apopka Design/Build Dredging, Spoil Management, and Water Treatment, Orange and Lake Counties, FL:Survey Team Lead. This $4.5 million project required WSP’s successful management of complex state and federal permitting process and development of design plans which were approved by SJRWMD for construction utilizing our design/build construction dredging partner Jahna 36 Years With WSP 42 Years of Experience EDUCATION BS, Surveying and Mapping, University of Florida, 1987 AS, Civil Engineering, Central Florida Community College, 1984 PROFESSIONAL REGISTRATIONS Professional Land Surveyor:FL (LS5046),NC (L4598)SC (27735), MO (2011017289),LA (5077),OK (LS1836),OH (PS8614),IN (LS21500006) Certified United States Department of the Interior Bureau of Land Management (BLM) Federal Surveyor (1475) PROFESSIONAL MEMBERSHIPS American Congress of Surveying and Mapping (ACSM) National Society of Professional Surveyors (NSPS) Page 4524 of 5261 CHARLES (CHIP) GARDINER,PLS, CFEDS Survey Florida Surveying and Mapping Society (FSMS) Florida Global Positioning System (GPS) Users Group Industries, Inc. More than 500,000 cubic yards of material were removed from strategic areas in Lake Apopka to create a sump intended to trap resuspendable sediments and prevent them from interfering with light transmission.Sediments were relocated to a restoration area approximately 4 miles downstream, where they were beneficially reused. All nutrients associated with the sediments were sequestered and prevented from returning to Lake Apopka. City of Lakeland, Seven Wetlands Maintenance Dredging, Lakeland, FL:Survey Team Lead.Chip was responsible for preparation of design, bidding assistance, and construction management for a maintenance dredge project within the City of Lakeland’s Seven Wetlands wastewater treatment facility. WSP’s scope of services included survey and sediment analysis, development of design drawings, preparation of bidding documents, contractor selection services, and construction management. City of Dunedin, Dredging Project Feasibility and Permitting Phase, Dunedin, FL:Survey Team Lead.Chip was responsible for providing support services to deliver engineering, permitting, and construction administration services for the Dunedin Marina Dredging Project. WSP reviewed, summarized, and cataloged the onsite data located within the City’s project files regarding all past City of Dunedin Marina dredging permits and events. The project data was included in pre-application permitting discussions, City of Dunedin staff meetings, and permit applications. Taylor County, Steinhatchee/Keaton Beach Dredge Design and Permitting, Taylor County, FL:Survey Team Lead.This Taylor County project involved two dredge design and permitting projects that were part of a RESTORE Act Direct Component Multiyear Implementation Plan. These projects are intended to improve low- tide navigability of the selected areas. The general objectives of this project were to provide professional engineering, biological, environmental, and field survey services to evaluate the best approach for removing accumulated sediments and to prepare design plans, technical specifications, opinion of probable cost, and bidding documents so the County could implement the projects. St. Johns River Water Management District, Annual Surveying and Mapping Services, Multiple Counties, FL:Project Manager/Surveyor.Chip was responsible for managing surveying activities. Projects are primarily related to water resource studies and design, scientific studies, and land acquisition and management. Services include geodetic control, topographic, hydrographic, and boundary surveys. Page 4525 of 5261 GREGORY CORNING,PE Civil Engineer As a project manager, Gregory provides technical input and engineering analysis for projects involving climate resiliency and assessment, project management, dredging and dewatering planning and design, stormwater design and permitting, environmental design and permitting, and construction administration, engineering, and inspection. Gregory has participated in climate resiliency and assessment projects for parks, facilities, roadways, canals, and stormwater assets. He has conducted field exploration and research on several environmental projects, such as sediment analysis for potential contaminants that affect disposal options, surface water quality assessment and monitoring, erosion and sediment analysis, and wetland evaluations. He has experience with TMDLs, BMAPs, and has assisted in the management, planning and design for dredging and dewatering, stormwater, and wetland projects from the design and permitting stage through construction and final certification. He has given several presentations to stakeholders and the public for contentious issues on behalf of governmental clients. PROJECT EXPERIENCE Monroe County, Canal Restoration Program, Monroe County, FL:Project Manager and Senior Engineer.Gregory is responsible for working closely with Monroe County and the Canal Restoration Advisory Subcommittee of the Florida Keys National Marine Sanctuary Water Quality Protection Program to implement a canal restoration program consisting of implementation of various residential canal water quality improvements. The technologies implemented include weed barriers, organic removal, backfilling, culvert installation, gravity injection well, and combinations of these technologies. The scope consists of preparation of the design and permit packages for all the restorations, assistance with bidding the construction, and engineering support services during construction. WSP is obtaining all required permits, including a SFWMD ERP, a USACE individual permit, and a Florida National Marine Sanctuary permit. As part of the design scope, WSP is completing all required environmental surveys, bathymetric and topographic surveys, sediment characterization, geotechnical evaluations, and hydraulic modeling. WSP is also conducting public outreach and coordinating all homeowner approvals for staging areas and equipment installation. Monroe County,Resiliency Planning, Design, permitting for Roads, Stormwater, Breakwaters, Living Shorelines, Vulnerability Analysis and Capital Planning, Monroe County, FL: Project Manager and Senior Engineer.Climate change, including but not limited to extreme weather conditions and sea level rise has prompted planners and officials to focus on strategies that support a more resilient system. The roadway system is vital for its access/evacuation and mobilization within the Florida Keys. As part of the County’s sustainability approach, this road adaptation project will merge climate change science and modeling, with transportation and stormwater engineering and planning to develop a long-term roads adaptation plan based on design criteria, Sea Level Rise (SLR) projections, adaptation methodology, policy/financing 16 Years With WSP 16 Years of Experience EDUCATION BS, Civil Engineering, Florida Atlantic University, 2009 PROFESSIONAL REGISTRATIONS Professional Engineer:FL (79293) PROFESSIONAL MEMBERSHIPS American Society of Civil Engineers American Water Resources Association Florida Stormwater Association Page 4526 of 5261 GREGORY CORNING,PE Civil Engineer evaluation, and public/stakeholder outreach.WSP is working with the County on identifying living shoreline and breakwater projects to address the erosion caused by previous Hurricanes and redesigning the areas to sustain future impacts from Hurricane and increased rainfall events. Polk County, Engineering Consulting Services, Polk County, FL: Senior Engineer.WSP was retained by Polk County as a master consultant for miscellaneous civil engineering and drainage services. The WSP team’s understanding of the conditions throughout the County and the process required for completing multiple projects on time and within budget. Projects completed have included surveying, engineering, permitting, and construction administration services. During the construction, WSP routinely works closely with the County on CEI services including construction administration services on review of shop drawings, materials, on-site observation, contractor coordination, review of contractor pay applications, and final certifications. City of Lakeland, Comprehensive Lakes and Stormwater Continuing Services Contract, Lakeland, FL:Senior Engineer. Gregory was responsible for assisting with ERP application, construction drawings, and GIS analysis collaboration. The services included water quality statistical trends analysis, hydrologic and hydraulic modeling, nutrient load estimates, Best Management Practices (BMP) for nutrient reduction estimates, prioritization of BMPs, conceptual designs, land acquisition cost estimates, and construction cost estimates. City of Naples, Lake Restoration Program Planning,Design, Permitting,Procurement, and Construction,Naples,FL:Project Manager. This program consisted of the planning,design, permitting, procurement,public involvement, construction bid support, and construction administration engineering and inspection services for 6 Lakes throughout the City. Objectives included completing dredging and dewatering design plans; preparing permit packages for state, federal, and local agencies; and completing request for bid package, which included construction technical specifications and engineer’s probable construction cost estimate. During the design and permitting phase,WSP coordinated with local agencies to determine a suitable beneficial reuse option for the sediment removed. Homeowner coordination meetings were completed to ensure the homeowners along the Lake were informed on the parameters of the project. Upon completion of the design and permit phase,WSP provided construction administration, engineering, and inspection services, which included weekly site visits, monthly progress meetings, and review of contractor progress to ensure the project met the agreed upon contract schedule. Page 4527 of 5261 Michael Delate, P.E. Vice President Mr. Delate has provided engineering services to public and private entities for over 30 years. Serving in numerous capacities, he has provided services on projects from master planning to project completion and certification. He has an extensive computer modeling background including modeling of urban runoff, floodplain analysis and master water and sewer planning using the lasts computer software programs. Previous experience includes preparing a Master Water Management Plan for the 100,000-acre State of Florida Rookery Bay National Estuarine Research Reserve watershed. Michael has served as Project Manager on many public and private projects including the preparation of engineering design, plans and specifications with some of the largest private and municipal projects in Southwest Florida. In addition, extensive experience with school planning and construction for Collier County Public Schools and private schools. Experience also includes bidding and contract administration services. Responsible for major private, commercial and residential development projects within Southwest Florida. RELEVANT EXPERIENCE Public Sector •North Naples Level of Service Hydraulic Modeling and Nutrient Loading •Rookery Bay Watershed Modeling •Lee County 10-year Consumptive Use •Corkscrew Road Widening •Coconut Road Improvements •School Sightings •Transportation Maintenance Facility •Barron Collier High School •Gulf Coast High School •Big Corkscrew Island Regional Park Private Sector •Kraft Headquarters •Publix Commercial Sites •Fiddler's Creek •Quail West •Port of the Islands •Pelican Sound •North Naples Medical Park •Naples Community Hospital •Hammock Bay •Pelican Landing •Artesia •Renaissance Village 791 10th Street South, Suite 302, Naples, FL 34102 (O)239-649-1551 • (F) 239-649-7112 info@rdafl.com • www.rdafl.com Bachelor of Science, Environmental Engineering Master of Engineering •Professional Engineer, State of Florida License Number 49442 • • • • • Professional Registrations / Affiliations Education Page 4528 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 11 02 Past Performance Page 4529 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 12 Past Performance WSP brings a robust portfolio of successful infrastructure projects that demonstrate our ability to deliver high-quality, resilient, and compliant design and construction services for public sector clients. Our past performance reflects our commitment to meeting client expectations across all phases of work—from conceptual design through construction administration—while maintaining schedule, budget, and regulatory compliance. The following projects illustrate our experience with Collier County and other clients and capabilities relevant to the Immokalee Sports Complex and Library improvements. Experience of Team Members Working Together WSP is a prime consultant who will provide the County with a dedicated team of experienced professionals, known for their excellent performance and commitment to meeting clients' needs. We have a longstanding tradition of producing high-quality work and are confident that our team will deliver the same level of excellence to this project. As you review our proposal, you will see that our project leadership and engineering staff have experience working together on similar projects of various types. Our Program Manager and Deputy Project Manager have over a decade-long relationship of working together successfully on Collier County projects. WSP’s team brings extensive experience delivering design and engineering services for County, State, and municipal clients across Florida and beyond. Our staff has consistently supported public sector projects, including new construction, renovations, and infrastructure upgrades, with a deep understanding of local standards, permitting processes, and operational expectations. Program Manager Nestor Fernandez has played a key role in numerous Collier County projects, including the South County Water Reclamation Laboratory renovation, NCWRF Sludge Dewatering Building Reconfiguration, NCWRF Operations Building Lab Reconfiguration, and NCWRF Operations Building Re-Roofing Design. His familiarity with County facilities and processes provides a strategic advantage, enabling our team to deliver with efficiency and precision from day one. Nestor’s involvement ensures that the County’s goals and high standards will be consistently met on this contract. Our team is composed of seasoned professionals with in-depth technical knowledge and hands-on field experience, eliminating the inefficiencies and learning curves often associated with less experienced Dekalb County Community & Senior Center Georgia “In addition to (WSP’s) extensive engineering knowledge and relationship with the permitting agencies, (WSP) administrative staff provides City timely monthly invoicing and detailing task order schedule of values.” Jim Bouquet, PE Director of Engineering City of Key West, Florida Page 4530 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 13 firms. We offer an integrated approach that combines project managers, architects, engineers, construction administrators, and technical specialists who are equipped to manage every phase of the project lifecycle—from planning and design through construction and closeout. Cost Estimator Jim Hoy, who has extensive experience with Collier County and retrofit projects, will ensure that our designs remain aligned with budget expectations. His expertise in cost modeling and value engineering will support informed decision-making and fiscal discipline throughout the project. The scope of the Immokalee Improvement Projects is ideally suited to our team’s capabilities. Our familiarity with Collier County’s infrastructure, combined with our technical depth and collaborative approach, positions WSP to deliver a successful outcome with minimal ramp-up time and maximum efficiency. WSP has successfully worked on and completed numerous projects in Collier County, some of which include:  39th Avenue NE Water Main and Road Extension Project  Barefoot Williams Road Widening  Big Corkscrew Island Regional Park  Bluebill Avenue Turnaround & Restroom  Bonita Springs Imperial River Basin Flood Modeling  Caxambas Park Community Center  CCSO Special Ops Chiller Replacement Design Services  Century Park  Clam Pass Park  Collier County Landfill Household Hazardous Waste Building  Collier County Landfill Scale House  Collier County Public Utilities Critical Infrastructure Maintenance Program  Collier County Vertical Master Specifications  Conservancy of Southwest Florida Box Culvert  Copeland Area Rezone Overlay  East Naples Fire Station  Esperanza Place Affordable Housing Project  Facilities Management Assessments Phase I, Collier County Facilities Management Department  Fiddler’s Creek: Veneta Box Culvert  Gordon River Greenway Park  Gulf Shore Boulevard North Stormwater and Sidewalk Improvements  Hammerhead & Designated Driveways Program Management  Immokalee Road Back Flow Preventer Project MC Smith Federal Office Building Page 4531 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 14  Lake Trafford Restoration Project  Manchester Square storm water outfall improvements  Naples Park Public Utility Renewal  Naples Zoo  North Collier Water Reclamation Facility Admin Building Mold Remediation Collier County Public Utilities Department  NorthEast Recycling Drop off Center  Old U.S. 41 Box Culvert extension  Post Hurricane Structural Assessments for Collier County  Public Utilities Department Facilities Preventative Management Program  South County Water Reclamation Facility – Process Control Building Elevator Addition  Vanderbilt Beach Park  West Goodlette-Frank Road Joint Water, Wastewater, and Stormwater Improvements  White Boulevard and 23rd Street Improvements and Bridge Reconstruction  Willoughby Acres Box Culvert Extension The following pages feature a selection of completed projects in Collier County, encompassing both local and non-local initiatives. Each project includes a brief overview along with its corresponding Form 4 (Reference Questionnaire). Page 4532 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 15 Big Corkscrew Island Regional Park Naples, FL WSP provided Project Management services during the design, bid, and construction phases, which included document controls, cost estimation, value engineering, design and constructability reviews, BIM modelling and clash detection, master scheduling, bid assistance, and construction engineering inspection on a new 162-acre regional park. The project will be executed in two phases. Phase I includes four soccer fields, two baseball-softball fields, two outdoor basketball courts, two tennis courts, six pickleball courts, two pavilions for concessions, an aquatic center, a playground, a community center, a maintenance building, parking, road, utilities, a 180-by-300-foot event lawn with an outdoor stage and a 10-foot-wide multiuse path with 15 picnic pavilions. The aquatic center features water slides, a competition pool, a family pool, a wading pool, and other amenities. Phase II includes a secondary access road, a utility corridor, improvements to the Boltt stormwater canal, a new stormwater weir, two multipurpose fields, four collegiate baseball fields, an outdoor event area, lake improvements, picnic pavilions, a restroom/ concession building, multipurpose fields, and a new gymnasium. GradyMinor, a local sub-consultant, was also contracted to provide professional services for engineering design, permitting, and construction management for improvement to the park. The improvements were for an entirely new park consisting of a community center, aquatics facility, sports fields, other recreational fields/trails, access road, etc. GradyMinor performed the following services for the park project: Infrastructure Identification, 90% Design, Permitting, Preliminary Engineering, Quality Assurance/ Quality Control, Bidding, 60% Design, Final Design, and Construction Administration. Firm/Responsibility: WSP & GradyMinor Client/Owner: Collier County Client Contact: Dave Closas, Principal Project Manager, 3335 Tamiami Trail East, Naples, FL 34112, 239- 252-7457, dave.closas@ colliercountyfl.gov Project Cost: Environmental: $2.3M Project construction: $46M Project Dates: 2019 to ongoing Page 4533 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 16 Caxambas Park Community Center Marco Island, FL Collier County Public Utilities Division (PUD) requested WSP submit a proposal to provide professional design services for a proposed new United States Coast Guard (USCG) Auxiliary and Multi-purpose Building to be located at Caxambas Park in Marco lsland, Florida. The new building is approximately 2,000 square feet with a proposed program that includes three offices, two storage rooms, one breakroom, two restrooms, and one multipurpose room with a movable partition for training classes. The project information was obtained from various meetings with PUD, USCG Auxiliary representatives, and the City of Marco lsland Growth Management Department. The proposal was based on the requirements requested by City of Marco lsland Growth Management Department and FEMA. The project required an amendment to the approved site development plan. The basic services for this project included architectural services, civil, structural, mechanical and electrical engineering, permit and bid support services. Additional services included was surveying services and geotechnical investigation services. Firm/Responsibility: WSP Client/Owner: Collier County Client Contact: Dayne Atkinson, Public Utilities Division, 9950 Goodlette Frank Road Naples, Florida 34109, 239-252-5337, davneatkinson@collierqov. net Project Cost: Engineering: $140,000 Construction: $1.5M Project Dates: 2018 to 2023 Page 4534 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 17 Post Hurricane Structural Assessments for Collier County Naples, Florida WSP’s structural engineers recently completed a comprehensive structural assessment assignment in Collier County, Florida following Hurricane Ian. The project scope involved emergency assessment of facilities for structural integrity and safety. The WSP team was responsible for evaluating existing structural conditions and developing repair recommendations so that facilities could be reopened to the public. The structures evaluated included: • Beach and Preserve structures such as pavilions, restrooms, docks, seawalls, boardwalks, decks, retail spaces and parking areas. • Museums, airport hangars, government facilities and a multi-level parking garage. • In addition, WSP provided cost estimates for implementing the recommended solutions and assisted with the FEMA documentation and applications for disaster assistance. WSP’s role has now shifted, through a separate work order, to Program Management and is now coordinating permanent designs, procurement, and construction efforts. Our familiarity with Collier County’s standards, permitting processes, and operational expectations positions us to deliver the Immokalee Improvement Projects with minimal learning curve and maximum efficiency. Our history of successful collaboration with County departments ensures a smooth execution and alignment with local priorities. Firm/Responsibility: WSP Client/Owner: Collier County Client Contact: Tony Barone, Project Manager, 3335 Tamiami Trail E Naples, FL 34109, 239-252-8696, Tony.Barone@colliecountyfl .gov Project Cost: $400,000 Project Dates: 2022 to ongoing Page 4535 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 18 USPS Postal Services Roofing Design & Construction Consulting Various Locations, United States Since 2014, WSP has served as a trusted partner to USPS, delivering over 355 roof replacement projects across 24 states and territories, including Florida. Under the USPS Roofing Program, WSP was responsible for the full lifecycle of roof replacement projects—from site investigation and design through construction administration. Each year, WSP was assigned a portfolio of projects, with deliverables submitted on a rolling basis to meet USPS’s monthly commitment schedule. In the first two years alone, WSP successfully managed 131 and 128 concurrent projects, respectively, and continues to oversee dozens of active assignments annually. WSP’s responsibilities included: • Site investigations and aerial infrared surveys to assess roof conditions • 30% design submissions followed by 100% construction documents for solicitation • Lifecycle cost analyses and cost estimating for each project • Development of repair, re-cover, or full replacement recommendations • Construction administration and oversight • OSHA-compliant safety training for all field personnel Projects ranged in size from 1,200 to 500,000 square feet and in value from $26,000 to $5 million. Facilities included national distribution centers, historic buildings, and customer service locations, many of which required phased construction, coordination with occupied facilities, and adherence to strict federal standards. The USPS Roofing Program directly aligns with the roofing and structural upgrades required for the Immokalee Sports Complex and Library. WSP’s experience in evaluating roof systems, designing Firm/Responsibility: WSP Client/Owner: U.S. Postal Service Client Contact: Colin Angelotti, USPS Project Manager R&A 1/Roofing Project Coordinator, 850 Twin Rivers Drive, Columbus, OH 43216, Colin.f.angelotti@usps.gov Project Cost: $12.3M Project Dates: 2014 to ongoing Page 4536 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 19 hurricane-resistant solutions, and managing construction in occupied public facilities ensures that we can deliver durable, compliant, and cost-effective outcomes for Collier County. The USPS Roofing Program demonstrates WSP’s ability to manage high volumes of concurrent projects with diverse scopes and geographic locations and deliver resilient, code-compliant roofing solutions tailored to public facilities. WSP also showcased its ability to coordinate across multiple offices and disciplines to meet schedules. We also provided consistent quality and documentation under federally funded programs such as one in the scope of this project. For the Immokalee Sports Complex and Library, WSP brings this same level of rigor, scalability, and technical expertise. Our experience with roofing system evaluations, hurricane-resistant upgrades, and construction oversight in occupied public facilities mirrors the needs of this project. Moreover, our familiarity with Florida’s climate, permitting environment, and building codes ensures that we can deliver solutions that are both durable and compliant. Page 4537 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 20 USCG Sand Key – Multi-Mission Building Clearwater, FL WSP provided full Architectural and Engineering design services for the U.S. Coast Guard’s Sand Key Multi-Mission Building (MMB), a 2-story, 11,052 sq. ft. facility serving as a command center and personnel housing. Following Hurricane Irma, the building sustained significant damage, prompting a comprehensive assessment and repair design effort. The scope included architectural, structural, mechanical, electrical, and environmental disciplines. Our Scope of Services includes: • Site and facility investigation • Damage assessment and repair recommendations • Phased design submissions (Conceptual, 65%, 100%, Final) • Construction drawings, specifications, and cost estimates • Value and sustainability engineering • Construction administration and quality assurance Key deficiencies addressed included moisture intrusion, damaged soffits and fascia boards, deteriorated EIFS cladding, HVAC system failure, and lighting system degradation. The design incorporated Florida Sea Turtle Lighting Guidelines and microbial mitigation strategies for the galley wall. This project demonstrates WSP’s ability to: • Deliver resilient design solutions for hurricane-damaged public facilities • Coordinate multi-disciplinary teams under federal contract requirements • Address moisture intrusion, roofing system failures, and HVAC upgrades • Navigate environmental and regulatory constraints in coastal Florida • Provide phased deliverables and flexible bid packaging to meet client funding strategies Firm/Responsibility: WSP Client/Owner: U.S. Coast Guard Client Contact: Joshua Tessier, Design Project Manager Civil Engineering Unit Providence, 475 Kilvert Street, Suite 100, Warwick, RI 02886 (571) 607 4087, Joshua.Tessier@uscg.mil Project Cost: $2.3M Project Dates: 2020 Page 4538 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 21 The Sand Key project mirrors the scope and challenges of the Immokalee Sports Complex and Library improvements, particularly in its emphasis on structural hardening, envelope integrity, and mechanical system renewal. WSP’s performance was rated “Very Good” across all CPARS categories—Quality, Schedule, Cost Control, and Management—affirming our ability to meet federal standards and client expectations. Performance Metrics and Client Satisfaction Across these referred projects, WSP has consistently delivered: • On-time performance: Meeting or exceeding schedule milestones • Budget discipline: Minimizing change orders and maintaining cost control • Regulatory compliance: Navigating federal, state, and local permitting processes • Client satisfaction: Receiving high scores in CPARS and formal reference evaluations Our past clients—including the U.S. Coast Guard, USPS, Southwire, FDOT, and Collier County Public Utilities—have recognized WSP for our technical excellence, collaborative approach, and ability to deliver under pressure. Page 4539 of 5261 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM (Name of Individuals Requesting Reference Information) Name:James Morton P.E. (Evaluator completing reference questionnaire) Company:Collier County (Evaluator’s Company completing reference) Email:James.Morton@colliercountyfl.gov FAX:N/A Telephone:239-253-0868 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:Big Corkscrew Island Regional Park Completion Date:2019 to ongoing Project Budget:$2.3M Project Number of Days:300 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).Maintains costs and budgets. 10 2 Ability to maintain project schedule (complete on-time or early).Always on time 10 3 Quality of work.Top notch.10 4 Quality of consultative advice provided on the project.On point and very helpful.10 5 Professionalism and ability to manage personnel.Works well with the entire Team.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.)Timely and organized. 10 7 Ability to verbally communicate and document information clearly and succinctly.Great.10 8 Abiltity to manage risks and unexpected project circumstances.Quick to adept to all issues. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.The team is detail oriented. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction).Very satisfied and would definetly hire again. 10 TOTAL SCORE OF ALL ITEMS 100 Page 4540 of 5261 Rev. 1 2025 rocurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM (Name of Individuals Requesting Reference Information) Name:Claudia Roncoroni (Evaluator completing reference questionnaire) Company:Collier County (Evaluator’s Company completing reference) Email: Claudia.Roncoroni@colliercountyfl.gov FAX:N/A Telephone:239-877-8274 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:Caxambas Park Community Center Completion Date:2022 Project Budget:$286,000 (Design)Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 4541 of 5261 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM (Name of Individuals Requesting Reference Information) Name: Tony Barone (Evaluator completing reference questionnaire) Company: Collier County (Evaluator’s Company completing reference) Email: Tony.barone@colliercountyfl.gov FAX: N/A Telephone: +1 (239) 252-8696 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Post Hurricane Structural Assessments for Collier County Completion Date: 2022 to ongoing Project Budget: $122,000 Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 BaroneTony Digitally signed by BaroneTony Date: 2025.08.19 17:04:24 -04'00' Page 4542 of 5261 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM (Name of Individuals Requesting Reference Information) Name:Samie Hamad (Evaluator completing reference questionnaire) Company:United State Postal Service (Evaluator’s Company completing reference) Email:Samie.R.Hamad@usps.gov FAX:N/A Telephone:303-264-0428 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:Building Façade Restoration – Bloomfield Main Post Office Completion Date:7/24/2025 Project Budget:$1.3 MIL Project Number of Days:6 Months Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly.10 8 Abiltity to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.10 10 Overall comfort level with hiring the company in the future (customer satisfaction).10 TOTAL SCORE OF ALL ITEMS 100 Page 4543 of 5261 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM) (Name of Individuals Requesting Reference Information) Name:Joshua Tessier (Evaluator completing reference questionnaire) Company:United States Coast Guard (USCG) (Evaluator’s Company completing reference) Email:Joshua.Tessier@uscg.mil FAX:N/A Telephone:401 736 1783 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:AE Design Services -Irma Maintenance & Repairs, USCG Station Sand Key, Clearwater, FL (Pinellas County) Completion Date:2020 Project Budget:$130,000 Project Number of Days:120 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly.10 8 Abiltity to manage risks and unexpected project circumstances.9 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 Page 4544 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 22 03 Project Approach, Willingness to Meet Time, and Budget Requirements Page 4545 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 23 Project Approach, Willingness to Meet Time, and Budget Requirements Project Approach and Resource Allocation Collier County has initiated a grant-funded effort to enhance the resilience and functionality of two public facilities in Immokalee—the Sports Complex and Library—through the Community Development Block Grant Mitigation Program (CDBG-MT). The County seeks a qualified consultant to deliver comprehensive design and construction administration services that meet both technical and grant compliance standards. WSP understands that the scope includes full architectural and engineering design, permitting, bidding support, and construction oversight. Specific improvements involve hurricane-resistant roofing, impact- resistant windows and doors, HVAC upgrades, and structural retrofits. Our team is prepared to deliver coordinated, code-compliant documentation and proactive construction support to ensure timely execution and long-term value for the County. WSP proposes a comprehensive, phased approach to deliver the design and construction administration services for the Immokalee Sports Complex and Immokalee Library mitigation projects. Our methodology is built on collaboration, responsiveness, and technical excellence. Team Structure and Availability WSP will assign a dedicated Project Manager, Michelle Daniel, who has extensive experience in federally funded public facility upgrades and will serve as the primary point of contact for this engagement. Supporting her will be Deputy Project Manager Bryan Vehovec, a local professional with a strong working relationship with Collier County staff and a deep understanding of local project delivery expectations. To ensure comprehensive coverage of all technical and administrative aspects, WSP has assembled a multidisciplinary internal team comprising architects, structural engineers, MEP specialists, permitting coordinators, and construction administrators. In addition, WSP has partnered with a local subconsultant, RDA Engineering, a firm with a proven track record of successful collaboration with Collier County on similar projects. This integrated team has been strategically selected based on their proximity to the project site, familiarity with Florida building codes and permitting processes, and their collective ability to optimize productivity and enhance the quality of deliverables. All team members are fully available to begin work immediately upon issuance of the Notice to Proceed. Phased Execution Strategy WSP’s delivery strategy for this particular Project is structured into four clearly defined phases, each designed to ensure timely execution, budget adherence, and alignment with Collier County’s expectations and CDBG-MT grant requirements. This phased approach enables proactive coordination, efficient resource deployment, and continuous stakeholder engagement throughout the project lifecycle. Page 4546 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 24 I. Phase 1: Project Start-Up and Preliminary Design This phase establishes the foundation for successful project execution. WSP will initiate the project with a formal kick-off meeting involving County staff and key stakeholders to confirm scope, goals, standards, and schedule expectations. Our team will conduct a thorough review of existing conditions and record drawings to identify constraints and opportunities early. We will develop preliminary multidisciplinary improvement plans that reflect the intended improvements for both the Immokalee Sports Complex and Library. These plans will be used to validate design direction and support budget development. Coordination with the Transportation Division will be initiated to address any traffic impact mitigation requirements, ensuring that site access and circulation are optimized from the project outset. II. Phase 2: Final Design and Permitting Building on the preliminary design, WSP will produce 100% design drawings and specifications that meet all applicable codes and standards, including the Florida Building Code and federal mitigation guidelines. Our team will facilitate “stakeholder coordination” to incorporate feedback and ensure that all design elements align with County objectives and grant compliance. We will manage the permit submission process providing all necessary documentation and support to achieve a “Ready for Issuance” status. Our permitting specialists are well-versed in local requirements and will work closely with County staff to expedite approvals and maintain schedule integrity. III. Phase 3: Bidding and Construction Administration During the bidding phase, WSP will assist the County by preparing responses to RFIs, issuing addenda, and evaluating contractor qualifications. Our goal is to ensure that bidders have a clear understanding of the project scope and expectations, minimizing scope ambiguity and risk. Once construction begins, our team will perform Contract Administration duties such as shop drawing reviews, process contractor’s monthly payment draw, and conduct field inspection to monitor progress and qualities adherence to the design drawings. We will maintain close coordination with the Construction Manager to resolve issues promptly and ensure that the work remains aligned with the approved design and budget. IV. Phase 4: Post-Construction and Warranty Services Upon completion, WSP will compile and deliver comprehensive as-built set in AutoCAD format, including all layers and references. This ensures that the County has a complete and accurate record of the constructed improvements. We will also provide warranty support for one year following final completion, including a formal walkthrough, deficiency list tracking, and coordination with the contractor to resolve any deficiencies. Our team will maintain a log of warranty items and ensure that all documentation is organized and accessible for County review. This structured, phase-based approach reflects WSP’s commitment to delivering high-quality, resilient infrastructure improvements that meet Collier County’s goals while adhering to schedule and budget constraints. Page 4547 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 25 Communication and Documentation WSP recognizes that clear, consistent, and timely communication is essential to the successful delivery of the Immokalee Improvement Projects. Our approach is designed to ensure transparency, accountability, and responsiveness throughout all phases of the project. I. Centralized Communication Platform WSP will utilize Procore, Collier County’s preferred project management platform, to serve as the central hub for all project communications and documentation. This includes: • Document sharing and version control; • Submittal tracking and approvals; • Site observations and field reports; • Requests for Information (RFIs); and • Meeting agendas, minutes, and action items. If Procore is unavailable, WSP will implement an equivalent industry-standard platform to maintain continuity and accessibility for all stakeholders. II. Stakeholder Engagement Our team will facilitate regular coordination meetings with County staff, the Construction Manager, and other project partners. These meetings will be used to: • Review progress and upcoming milestones; • Address design and construction issues; • Confirm decisions and approvals; and • Track action items and responsibilities. Meeting agendas and minutes will be prepared and distributed promptly to ensure alignment and follow- through. III. Documentation Standards WSP will maintain organized and comprehensive documentation throughout the project lifecycle. This includes: • Design deliverables at each phase (preliminary, 100% Design, As-built); • Permitting packages and correspondence; • Bid phase documentation including addenda and clarifications; • Construction administration records including shop drawings, payment applications, and change orders; and • Warranty documentation and post-construction reports. All documents will be formatted to meet County standards and stored in a secure, accessible repository for review and audit purposes. IV. Responsiveness and Availability Our Project Manager and Deputy Project Manager and discipline leads will be available during normal working hours and committed to responding to County inquiries within agreed-upon timeframes and within 24 hours for correspondence and within three business days for RFIs. Page 4548 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 26 Conceptual Schedule Conceptual Schedule is on the following page. Page 4549 of 5261 ID Task Name Calendar Days Work Days Start Finish 0 IMMOKALEE IMPROVEMENT PROJECTS 893 days 618 days 11/17/25 4/27/28 1 Project Award 0 days 0 days 11/17/25 11/17/25 2 Phase 1: Preliminary Plans and Technical Specifications 51 days 33 days 11/17/25 1/6/26 3 Task 1.1 - Project Start-Up 3 days 3 days 11/17/25 11/19/25 4 Initial Kick-Off Meeting 1 day 1 day 11/17/25 11/17/25 5 Design Charette 2 days 2 days 11/18/25 11/19/25 6 Task 1.2 - Preliminary Plans Preparation 48 days 30 days 11/20/25 1/6/26 7 General Schematic Floor & Site Plans 30 days 20 days 11/20/25 12/19/25 8 Review w/Collier County Facilities (CCF)8 days 5 days 12/22/25 12/29/25 9 Coordination w/Transportation Division 8 days 5 days 12/30/25 1/6/26 10 Phase 2: Design 202 days 141 days 1/7/26 7/27/26 11 Task 2.1 - Final Design and Permitting Phase 156 days 110 days 1/7/26 6/11/26 12 100% Design 92 days 65 days 1/7/26 4/8/26 13 Prepare 100% Design Documents 64 days 45 days 1/7/26 3/11/26 14 WSP & Client Review 14 days 10 days 3/12/26 3/25/26 15 Address Review Comments 14 days 10 days 3/26/26 4/8/26 16 Permitting Process 64 days 45 days 4/9/26 6/11/26 17 Task 2.2 - Bidding and Award 46 days 31 days 6/12/26 7/27/26 18 Respond to Bidders 28 days 19 days 6/12/26 7/9/26 19 Attend Pre-Bid Meeting 1 day 1 day 7/10/26 7/10/26 20 Attend Bid Opening & Review Bids and Qualifications 1 day 1 day 7/13/26 7/13/26 21 Consult with & Advise CCF 14 days 10 days 7/14/26 7/27/26 22 Phase 3: Consultation Services During Construction 274 days 190 days 7/28/26 4/27/27 23 Task 3.1 - Construction Services 274 days 190 days 7/28/26 4/27/27 24 Preconstruction Conference 1 day 1 day 7/28/26 7/28/26 25 Notice To Proceed (NTP)0 days 0 days 7/28/26 7/28/26 26 Review Monthly Payment Applications 274 days 38 wks 7/28/26 4/27/27 27 Review Shop Drawings & RFIs 274 days 38 wks 7/28/26 4/27/27 28 Substantial Performance 0 days 0 days 4/27/27 4/27/27 29 Phase 4: Post Construction Services 367 days 255 days 4/27/27 4/27/28 30 Task 4.1 - Warranty Services 367 days 255 days 4/27/27 4/27/28 31 Review Post Construction documents 60 days 43 days 4/27/27 6/25/27 32 Perform 1-Year Warranty Walk Through 0 days 0 days 4/26/28 4/26/28 33 Log Warranty Issues 1 day 1 day 4/27/28 4/27/28 11/17 7/28 4/27 4/26 O N 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 2026 2027 2028 Task Critical Summary Project Summary Milestone Progress DESIGN SERVICE FOR IMMOKALEE IMPROVEMENT PROJECTS (RPS NO. 25-8370) Collier County, Florida Page 1 Project: IMMOKALEE IMPROVEMENT PROJECTS - CONCEPTUAL SCHEDULE Date: 8/25/25 Page 4550 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 27 Cost Management and Budget Commitment WSP is committed to delivering the Immokalee Improvement Projects within the financial parameters established by Collier County and the CDBG-MT grant program. Our approach to cost management is rooted in proactive planning, transparent communication, and disciplined execution. I. Budget Alignment and Control From project initiation, WSP will work closely with County staff to validate scope and align design decisions with budgetary constraints. Our team will develop early-phase cost estimates based on schematic designs and refine them through each design milestone. We will maintain a continuous feedback loop with stakeholders to ensure that all design elements remain within the approved funding envelope. To support this, WSP will: • Provide architects’ and engineers’ opinions of probable construction cost at each phase. • Track cost impacts of design changes and value engineering recommendations. • Use historical cost data from similar Florida-based public facility projects to inform budgeting. II. Value Engineering and Cost Efficiency WSP integrates value engineering throughout the design process to identify cost-saving opportunities without compromising performance, resilience, or compliance. Our multidisciplinary team will evaluate alternative materials, systems, and construction methods to optimize lifecycle costs and reduce unnecessary expenditures. Examples of value engineering strategies include: • Selecting durable, low-maintenance materials for hurricane-resistant upgrades. • Streamlining HVAC system design for energy efficiency and reduced operational costs. • Coordinating with the Construction Manager to ensure constructability and avoid rework. III. Change Order Minimization WSP has a proven track record of minimizing change orders through thorough pre-design investigations, clear and coordinated documentation, and early contractor engagement. On comparable projects, our change order rate has consistently remained below 3% of total construction cost. We will: • Conduct detailed site assessments and review existing conditions to reduce unforeseen scope gaps. • Ensure full coordination across architectural, structural, MEP, and permitting disciplines. • Engage with County procurement and construction teams during bidding to clarify scope and expectations. WSP has successfully delivered numerous grant-funded public facility projects across Florida, including the projects referred to in Evaluation Criteria No. 2: Past Performance. • Palm Beach County Emergency Shelter Retrofit – Delivered under budget with zero change orders. • Miami-Dade Public Library Roof Replacement – Completed within 2% of original budget, meeting all grant compliance milestones. These examples demonstrate our ability to manage complex scopes, meet aggressive schedules, and maintain fiscal discipline in alignment with public sector expectations. Page 4551 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 28 04 Recent, Current, and Projected Workloads of the Firm Page 4552 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 29 Recent, Current, and Projected Workloads of the Firm WSP is fully prepared to deliver the Immokalee Improvement Projects with a dedicated, multidisciplinary team that is both highly qualified and readily available. Our strategic staffing approach, supported by robust resource planning systems and statewide coverage, ensures that Collier County receives responsive, consistent, and high-quality service throughout the life of the contract. Resource Availability and Commitment WSP has made internal commitments at all management levels to prioritize this project and allocate the necessary resources immediately upon contract award. Our proposed team including project management, technical leads, permitting specialists, and construction administrators is committed to this assignment from Notice to Proceed through final closeout. All team members are available on an as- needed basis and will remain assigned for the duration of the contract, ensuring continuity and minimizing disruptions. We understand that quality performance is directly tied to resource availability and scheduling discipline. Our internal project management dashboard integrates with our cost accounting system to monitor manpower estimates, staff utilization, and project budgets in real time. This enables proactive adjustments to avoid delays and maintain schedule integrity. Balanced Workload and Scheduling Capacity WSP has carefully evaluated its current and upcoming workload to ensure sufficient bandwidth for this engagement. While we are actively managing several projects across Florida, none conflict with the timeline or resource needs of the Immokalee Improvement Projects. Recent completions have freed up capacity, and our team is ready to mobilize without delay. Our proposed staff will operate primarily from our Fort Myers office at 1567 Hayley Lane, Suite 202, with additional support from Tampa, West Palm Beach, and Orlando offices. Standard hours are 8:00 a.m. to 5:00 p.m., Monday through Friday, but we are available 24/7 at the County’s request. Collier County is a priority client, and we are committed to providing rapid response and uninterrupted service. The table below presents the approximate availability of our proposed team throughout the duration of the project. Staff Member Role Availability (%)1 Michelle Daniel Project Manager 60 Bryan Vehovec Deputy Project Manager/Construction Manager 60 Nestor Fernandez Program Manager 75 David Odeh QA/QC Lead 50 1 Availability can vary by ±15%, contingent on the volume of work. Page 4553 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 30 Staff Member Role Availability (%)1 Jim Hoy Cost Estimator 50 Yvonne Hidle Lead Architect 75 Brian Scheffer Lead Mechanical Engineer 75 Shayan Ataei Lead Structural Engineer 75 Stephen Russell Lead Electrical Engineer 75 Greg Corning Lead Civil Engineer 75 Luis Ponce Lead Geotechnical Engineer 45 Chris Farr Lead Plumbing / Fire Protection Engineer 45 Chip Gardiner Lead Surveyor 45 Geographic Reach and Scalability With over 900 professionals across 10 Florida offices including nearly 100 in Collier County and the South Florida region, WSP offers unmatched geographic reach and staffing flexibility. Our Fort Myers office will serve as the operational hub, enabling in-person support and rapid mobilization. Should additional expertise be required, we can draw on our statewide and national network of subject matter experts. This scalability ensures that unforeseen challenges or scope adjustments can be addressed without delay. Our team’s proximity to the project site also allows for timely site visits, stakeholder engagement, and issue resolution. Proven Performance in High-Volume Environments WSP routinely manages complex, multi-phase projects for federal, state, and municipal clients. Our ability to balance concurrent assignments while maintaining high standards is demonstrated through successful engagements with: • Collier County Public Utilities • FDOT • SFWMD • Miami-Dade County • Broward County • Centers for Disease Control and Prevention • Department of Homeland Security These projects involved overlapping schedules, diverse scopes, and stringent compliance requirements—conditions under which our team consistently delivered on time and within budget. Page 4554 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 31 Long-Term Capacity Planning WSP employs robust project management systems to forecast workload and resource needs across all active and upcoming projects. Our internal planning tools allow us to anticipate staffing demands, avoid overcommitment, and maintain optimal team performance. For the Immokalee Improvement Projects, we have reserved capacity to support all phases—design, permitting, bidding, construction administration, and warranty services. This proactive planning reflects our commitment to delivering a successful outcome for Collier County. Staffing Oversight and Coordination Program Manager Nestor Fernandez will be responsible for ensuring all staffing commitments are adhered to throughout the duration of the project. He will coordinate with task leads to ensure that all assignments receive the proper allocation of staff resources. The entire project team will be kept informed through a project work plan outlining technical, administrative, and procedural requirements. Our team’s availability will allow for the initiation and completion of any task in a minimum amount of time. Individual staff hours can and will be adjusted as dictated by project needs and in accordance with the project work plan and schedule. Page 4555 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 32 Required Forms and Licenses Page 4556 of 5261 Rev. 1 2025 Procurement Services Division Vendor Check List IMPORTANT: PLEASE REVIEW CAREFULLY AND SUBMIT WITH YOUR PROPOSAL/BID. ALL APPLICABLE DOCUMENTS SHALL BE SUBMITTED ELECTRONICALLY THROUGH OPENGOV. VENDOR SHOULD CHECKOFF EACH OF THE FOLLOWING ITEMS. ALL DOCUMENTS REQUIRING EXECUTION SHOULD BE EITHER BY WET SIGNATURES OR VERIFIABLE ELECTRONIC SIGNATURES. FAILURE TO PROVIDE THE APPLICABLE DOCUMENTS MAY DEEM YOU NON-RESPONSIVE/NON-RESPONSIBLE. General Bid Instructions has been acknowledged and accepted. Collier County Purchase Order Terms and Conditions have been acknowledged and accepted. Form 1: Vendor Declaration Statement Form 2: Conflict of Interest Certification Proof of status from Division of Corporations - Florida Department of State (If work performed in the State) - http://dos.myflorida.com/sunbiz/ should be attached with your submittal. Vendor MUST be enrolled in the E-Verify - https://www.e-verify.gov/ at the time of submission of the proposal/bid. Form 3: Immigration Affidavit Certification MUST be signed and attached with your submittal. E-Verify Memorandum of Understanding or Company Profile page should be attached with your submittal. Form 4: Reference Questionnaire form must be utilized for each requested reference and included with your submittal, if applicable to the solicitation. Form 5: Grant Provisions and Assurances package in its entirety, if applicable, are executed and should be included with your submittal. Vendor W-9 Form. Vendor acknowledges Insurance Requirements and is prepared to produce the required insurance certificate(s) within five (5) days of the County’s issuance of a Notice of Recommend Award. The Bid Schedule has been completed and attached with your submittal, applicable to bids. Copies of all requested licenses and/or certifications to complete the requirements of the project. All addenda have been signed and attached. County’s IT Technical Architecture Requirements has been acknowledged and accepted, if applicable. Any and all supplemental requirements and terms has been acknowledged and accepted, if applicable. x x x Page 4557 of 5261 Rev. 1 2025 Procurement Services Division Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor’s bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: WSP USA Buildings Inc. Address: 1567 Hayley Lane, Suite 202 City, State, Zip Code: Ft. Myers, FL 34103 Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Email: Signature by: (Typed and written) Title: 401-753-7771 david.j.odeh@wsp.com Senior Vice President: Buildings Structures Subsector Leader 26 August 25 Collier Florida Page 4558 of 5261 Rev. 1 2025 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Nestor Fernandez Assistant Vice President, Technical Director/Construction Management 1567 Hayley Lane, Suite 202 Ft. Myers, FL 34103 305-586-6594 Nestor.Fernandez@wsp.com Page 4559 of 5261 Procurement Scrw.:es D1v1s1on Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that. to !he best of ils knowledge and belief. the past and current work on any Collier County project affiliated \\ith this solicitation does not pose an organizational connict as described by one of the three categories below: Biased ground rules -The finn has not set the .. ground rules .. for affiliated past or current Collier Count) project identi lied above (e.g .. writing a procurement's statement of work. specifications, or performing S)Stems engineering and technical direction for the procurement) \\ hich appears to ske\\ the competition in favor of m) firm. Impaired objectivity -The firm has not performed work on an afliliated past or current Collier County project identified above to evaluate proposals/ past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information -The lirm has not had access to nonpublic information as part of its performance of a Collier County project identified ab<we which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor/ vendor must provide the following: 1.All documents produced as a result of the work completed in the past or currently being worked on for the above-mentionedproject; and,2.Indicate if the information produced was obtained as a matter of public record (in the .. sunshine .. ) or through non-public (not inthe .. sunshine .. ) conversation (s). meeting(s). document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified. may result in the disqualification for future solicitations affiliated with the above referenced project(s). B) the signature belo,,, the firm (employees, officers and/or agents) certifies. and hereby discloses. that. to the best of their knO\dedgeand belief. all relevant facts concerning past. present. or currently planned interest or activit} (financial. contractual. organizational.or otherwise) \\hich relates to the project identified above has been fully disclosed and does not pose an organizational contlict. State of Fl {)(i A� WSP USA Buildings Inc. Company Name Signature David Odeh. Senior Vice President: Buildings Structures Subsector Leader Print Name and Title County of H iflsktJUjh The foregoing instrument was acknowledged be for physical presence or D on line notarization. this 2..:.iJ!' day of �(month). ?,,Q'.2.£(year). b)' . ..lo.L.l ....... <....Lf:r----"""....,,.,..._..._ ___ ...,.. ____ (name of person acknowledging). OR Produced Identification Type of Identification Produced �;goatoreofNoto,y Poblk) s�oMJ fbr}crr (Print. Type. or Stamp Commissioned Name ofNotal) Public) SYDNEY BRYANT Notary Public State of Florida Comm# HH687063 Expires 6/12/2029 Re,•. I 2025 Page 4560 of 5261 Page 4561 of 5261 Page 4562 of 5261 Page 4563 of 5261 Page 4564 of 5261 Page 4565 of 5261 Page 4566 of 5261 Page 4567 of 5261 Page 4568 of 5261 Page 4569 of 5261 Page 4570 of 5261 Page 4571 of 5261 Maleka Davis WSP USA Administration Inc. HRIS Director 11/1/2021 Digitally signed by Davis, Maleka (DavisM) DN: cn=Davis, Maleka (DavisM), ou=Active, email=Maleka.Davis@wsp.com Date: 2021.11.01 13:20:20 -04'00' Davis, Maleka (DavisM) Janet Clark Supervisor Management & Program Analyst 11/04/2021 Page 4572 of 5261 Page 4573 of 5261 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM (Name of Individuals Requesting Reference Information) Name:James Morton P.E. (Evaluator completing reference questionnaire) Company:Collier County (Evaluator’s Company completing reference) Email:James.Morton@colliercountyfl.gov FAX:N/A Telephone:239-253-0868 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:Big Corkscrew Island Regional Park Completion Date:2019 to ongoing Project Budget:$2.3M Project Number of Days:300 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).Maintains costs and budgets. 10 2 Ability to maintain project schedule (complete on-time or early).Always on time 10 3 Quality of work.Top notch.10 4 Quality of consultative advice provided on the project.On point and very helpful.10 5 Professionalism and ability to manage personnel.Works well with the entire Team.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.)Timely and organized. 10 7 Ability to verbally communicate and document information clearly and succinctly.Great.10 8 Abiltity to manage risks and unexpected project circumstances.Quick to adept to all issues. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.The team is detail oriented. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction).Very satisfied and would definetly hire again. 10 TOTAL SCORE OF ALL ITEMS 100 Page 4574 of 5261 Rev. 1 2025 rocurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM (Name of Individuals Requesting Reference Information) Name:Claudia Roncoroni (Evaluator completing reference questionnaire) Company:Collier County (Evaluator’s Company completing reference) Email: Claudia.Roncoroni@colliercountyfl.gov FAX:N/A Telephone:239-877-8274 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:Caxambas Park Community Center Completion Date:2022 Project Budget:$286,000 (Design)Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 4575 of 5261 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM (Name of Individuals Requesting Reference Information) Name: Tony Barone (Evaluator completing reference questionnaire) Company: Collier County (Evaluator’s Company completing reference) Email: Tony.barone@colliercountyfl.gov FAX: N/A Telephone: +1 (239) 252-8696 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Post Hurricane Structural Assessments for Collier County Completion Date: 2022 to ongoing Project Budget: $122,000 Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 BaroneTony Digitally signed by BaroneTony Date: 2025.08.19 17:04:24 -04'00' Page 4576 of 5261 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM (Name of Individuals Requesting Reference Information) Name:Samie Hamad (Evaluator completing reference questionnaire) Company:United State Postal Service (Evaluator’s Company completing reference) Email:Samie.R.Hamad@usps.gov FAX:N/A Telephone:303-264-0428 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:Building Façade Restoration – Bloomfield Main Post Office Completion Date:7/24/2025 Project Budget:$1.3 MIL Project Number of Days:6 Months Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly.10 8 Abiltity to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.10 10 Overall comfort level with hiring the company in the future (customer satisfaction).10 TOTAL SCORE OF ALL ITEMS 100 Page 4577 of 5261 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM) (Name of Individuals Requesting Reference Information) Name:Joshua Tessier (Evaluator completing reference questionnaire) Company:United States Coast Guard (USCG) (Evaluator’s Company completing reference) Email:Joshua.Tessier@uscg.mil FAX:N/A Telephone:401 736 1783 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:AE Design Services -Irma Maintenance & Repairs, USCG Station Sand Key, Clearwater, FL (Pinellas County) Completion Date:2020 Project Budget:$130,000 Project Number of Days:120 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly.10 8 Abiltity to manage risks and unexpected project circumstances.9 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 Page 4578 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS ARE REQUIRED TO BE RETURNED WITH THE SOLICIATION RESPONSE 1.Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2.Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions 3.Conflict of Interest 4.Anticipated DBE, M/WBE or VETERAN Participation Statement *Not Applicable* 5.Bid Opportunity List for Commodities, Contractual Services or Professional Consultant Services 6.Certification Regarding Lobbying 7.Acknowledgement of Religious Organization Requirements 24 CFR 570.200(j) 8.Certification of Payments to Influence Federal Transactions 9.Acknowledgement of Grant Terms and Conditions Page 4579 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (l)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ________________________________ ________________________________________ Name Project Name __________________________________ ________________________________________ Title Project Number __________________________________ _________________________________________ Firm CAGE Number __________________________________ _________________________________________ Street Address SAM.gov Unique Entity ID (UEI) Number _________________________________________________________________________ City, State, Zip COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions David Odeh Design Services for Immokalee Improvement Projects RPS NO.: 25-8370 WSP USA Buildings Inc. Senior Vice President: Buildings Structures Subsector Leader 1567 Hayley Lane, Suite 202 Ft. Myers, FL 34103 1NR26 RX4NK6EDKSJ6 Page 4580 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS COLLIER COUNTY Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to the above statement, the prospective participant shall attach an explanation to this form. ______________________________ Name ______________________________ ______________________________ Title CAGE Number ______________________________ ______________________________ Firm SAM.gov Unique Entity ID (UEI) Number ______________________________ Street Address ______________________________ City, State, Zip ______________________________ Date The undersigned (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] Senior Vice President: Buildings Structures Subsector Leader David Odeh WSP USA Buildings Inc. 1567 Hayley Lane, Suite 202 Ft. Myers, FL 34103 08/26/2025 WSP USA Buildings Inc. 1NR26 RX4NK6EDKSJ6 Page 4581 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS COLLIER COUNTY Conflict of Interest Certification _______________________ Collier County Solicitation No. I, ________________________________________, hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. RPS NO.: 25-8370 08/26/2025 David Odeh David Odeh Senior Vice President: Buildings Structures Subsector Leader Page 4582 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS *Not Applicable* Page 4583 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS WSP USA Buildings Inc. RSP NO.: 25-8370 305-586-6594 WSP USA Buildings Inc. 1567 Hayley Lane, Suite 202, Ft. Myers, FL 34103 and 305-586-6594 1567 Hayley Lane, Suite 202 Ft. Myers, FL 34103 1928 13-1730785 X X 47-3243700 RDA Consulting Engineers, LLC 239-649-1551 791 10th Street S. #302 Naples, FL 34102 2017 X X X X Page 4584 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS COLLIER COUNTY Certification of Lobbying The undersigned __ (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. The Vendor/Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Name of Authorized Official Title Signature of Vendor/Contractor's Authorized Official Date Senior Vice President: Buildings Structures Subsector Leader David Odeh 08/26/2025 WSP USA Buildings Inc. Page 4585 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS COLLIER COUNTY Acknowledgement of Religious Organization Requirements 24 CFR 570.200(j) In accordance with the First Amendment of the United States Constitution "church/state principles," Community Development Block Grant CDBG/NSP assistance may not, as a general rule, be provided to primarily religious entities for any secular or religious activities. Therefore, the following restrictions and limitations apply to any provider which represents that it is, or may be deemed to be, a religious or denominational institution or an organization operated for religious purposes which is supervised or controlled by or operates in connection with a religious or denominational institution or organization. A religious entity that applies for and is awarded CDBG/NSP funds for public service activities must agree to the following: 1. It will not discriminate against any employee or applicant for employment on the basis of religion and will not limit employment or give preference to persons on the basis of religion. 2. It will not discriminate against any person applying for such public services on the basis of religion and will not limit such services or give preference to persons on the basis of religion. 3. It will provide no religious instruction or counseling, conduct no religious worship or services, engage in no religious proselytizing, and exert no other religious influence in the provision of such public services. 4. The portion of a facility used to provide public services assisted in whole or in part under this agreement shall contain no sectarian or religious symbols or decorations; and 5. The funds received under this agreement shall be use to construct, rehabilitate or restore any facility, which is owned by the provider and in which the public services are to be provided. However, minor repairs may be made if such repairs are directly related to the public services located in a structure used exclusively for non-religious purposes and constitute in dollar terms, only a minor portion of the CDBG/NSP expenditure for the public services. I hereby acknowledge that I have read the specific requirements contained in this attachment and that eligibility of my organization's project depends upon compliance with the requirements contained in this agreement. (Firm) (Signature) (Date) (Print Name) David Odeh WSP USA Buildings Inc. 08/26/2025 Page 4586 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS COLLIER COUNTY Certification of Payments to Influence Federal Transactions FEDERAL HOUSING AND URBAN DEVELOPMENT GRANT PROGRAMS The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, Disclosure Form to Report Lobbying, in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. I hereby certify that all the information stated herein, as well as any information provided in the accompaniment herewith, is true and accurate. Warning: HUD will prosecute false claims and statements. Conviction may result in criminal and/or civil penalties. (18 U.S.C. 1001, 1010, 1012; 31 U.S.C. 3729, 3802) Name of Authorized Official Title Signature Date Senior Vice President: Buildings Structures Subsector LeaderDavid Odeh 08/26/2025 Page 4587 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor’s progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name ______________________________ Date __________________ Authorized Signature ___________________________________________________________ Address _____________________________________________________________________1567 Hayley Lane, Suite 202, Ft. Myers, FL 34103 WSP USA Buildings Inc. 08/26/2025 Page 4588 of 5261 01/01/2025 Page 4589 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 33 Page 4590 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 34 Page 4591 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 35 Page 4592 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 36 Page 4593 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 37 Page 4594 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 38 Page 4595 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 39 Page 4596 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 40 Page 4597 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 41 Page 4598 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. 42 wsp.com Page 4599 of 5261 Rev. 1 2025 Procurement Services Division Form 1: Vendor Declaration Statement BOARD OF COUNTY COMMISSIONERS Collier County Government Complex Naples, Florida 34112 Dear Commissioners: The undersigned, as Vendor declares that this response is made without connection or arrangement with any other person and this proposal is in every respect fair and made in good faith, without collusion or fraud. The Vendor hereby declares the instructions, purchase order terms and conditions, requirements, and specifications/scope of work of this solicitation have been fully examined and accepted. The Vendor agrees, if this solicitation submittal is accepted by Collier County, to accept a Purchase Order as a form of a formal contract or to execute a Collier County formal contract for purposes of establishing a contractual relationship between the Vendor and Collier County, for the performance of all requirements to which this solicitation pertains. The Vendor states that the submitted is based upon the documents listed by the above referenced solicitation. The Vendor agrees to comply with the requirements in accordance with the terms, conditions and specifications denoted herein and according to the pricing submitted as a part of the Vendor’s bids. Further, the Vendor agrees that if awarded a contract for these goods and/or services, the Vendor will not be eligible to compete, submit a proposal, be awarded, or perform as a sub-vendor for any future associated work that is a result of this awarded contract. IN WITNESS WHEREOF, WE have hereunto subscribed our names on this _____ day of _____________, 20__ in the County of _______________, in the State of _____________. Firm’s Legal Name: WSP USA Buildings Inc. Address: 1567 Hayley Lane, Suite 202 City, State, Zip Code: Ft. Myers, FL 34103 Florida Certificate of Authority Document Number Federal Tax Identification Number *CCR # or CAGE Code *Only if Grant Funded __________________________________________________________________________ Telephone: Email: Signature by: (Typed and written) Title: 401-753-7771 david.j.odeh@wsp.com Senior Vice President: Buildings Structures Subsector Leader 26 August 25 Collier Florida Page 4600 of 5261 Rev. 1 2025 Additional Contact Information Send payments to: (required if different from above) Company name used as payee Contact name: Title: Address: City, State, ZIP Telephone: Email: Office servicing Collier County to place orders (required if different from above) Contact name: Title: Address: City, State, ZIP Telephone: Email: Nestor Fernandez Assistant Vice President, Technical Director/Construction Management 1567 Hayley Lane, Suite 202 Ft. Myers, FL 34103 305-586-6594 Nestor.Fernandez@wsp.com Page 4601 of 5261 Procurement Scrw.:es D1v1s1on Form 2: Conflict of Interest Certification Affidavit The Vendor certifies that. to !he best of ils knowledge and belief. the past and current work on any Collier County project affiliated \\ith this solicitation does not pose an organizational connict as described by one of the three categories below: Biased ground rules -The finn has not set the .. ground rules .. for affiliated past or current Collier Count) project identi lied above (e.g .. writing a procurement's statement of work. specifications, or performing S)Stems engineering and technical direction for the procurement) \\ hich appears to ske\\ the competition in favor of m) firm. Impaired objectivity -The firm has not performed work on an afliliated past or current Collier County project identified above to evaluate proposals/ past performance of itself or a competitor, which calls into question the contractor's ability to render impartial advice to the government. Unequal access to information -The lirm has not had access to nonpublic information as part of its performance of a Collier County project identified ab<we which may have provided the contractor (or an affiliate) with an unfair competitive advantage in current or future solicitations and contracts. In addition to this signed affidavit, the contractor/ vendor must provide the following: 1.All documents produced as a result of the work completed in the past or currently being worked on for the above-mentionedproject; and,2.Indicate if the information produced was obtained as a matter of public record (in the .. sunshine .. ) or through non-public (not inthe .. sunshine .. ) conversation (s). meeting(s). document(s) and/or other means. Failure to disclose all material or having an organizational conflict in one or more of the three categories above be identified. may result in the disqualification for future solicitations affiliated with the above referenced project(s). B) the signature belo,,, the firm (employees, officers and/or agents) certifies. and hereby discloses. that. to the best of their knO\dedgeand belief. all relevant facts concerning past. present. or currently planned interest or activit} (financial. contractual. organizational.or otherwise) \\hich relates to the project identified above has been fully disclosed and does not pose an organizational contlict. State of Fl {)(i A� WSP USA Buildings Inc. Company Name Signature David Odeh. Senior Vice President: Buildings Structures Subsector Leader Print Name and Title County of H iflsktJUjh The foregoing instrument was acknowledged be for physical presence or D on line notarization. this 2..:.iJ!' day of �(month). ?,,Q'.2.£(year). b)' . ..lo.L.l ....... <....Lf:r----"""....,,.,..._..._ ___ ...,.. ____ (name of person acknowledging). OR Produced Identification Type of Identification Produced �;goatoreofNoto,y Poblk) s�oMJ fbr}crr (Print. Type. or Stamp Commissioned Name ofNotal) Public) SYDNEY BRYANT Notary Public State of Florida Comm# HH687063 Expires 6/12/2029 Re,•. I 2025 Page 4602 of 5261 Page 4603 of 5261 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM (Name of Individuals Requesting Reference Information) Name:James Morton P.E. (Evaluator completing reference questionnaire) Company:Collier County (Evaluator’s Company completing reference) Email:James.Morton@colliercountyfl.gov FAX:N/A Telephone:239-253-0868 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:Big Corkscrew Island Regional Park Completion Date:2019 to ongoing Project Budget:$2.3M Project Number of Days:300 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).Maintains costs and budgets. 10 2 Ability to maintain project schedule (complete on-time or early).Always on time 10 3 Quality of work.Top notch.10 4 Quality of consultative advice provided on the project.On point and very helpful.10 5 Professionalism and ability to manage personnel.Works well with the entire Team.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.)Timely and organized. 10 7 Ability to verbally communicate and document information clearly and succinctly.Great.10 8 Abiltity to manage risks and unexpected project circumstances.Quick to adept to all issues. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.The team is detail oriented. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction).Very satisfied and would definetly hire again. 10 TOTAL SCORE OF ALL ITEMS 100 Page 4604 of 5261 Rev. 1 2025 rocurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM (Name of Individuals Requesting Reference Information) Name:Claudia Roncoroni (Evaluator completing reference questionnaire) Company:Collier County (Evaluator’s Company completing reference) Email: Claudia.Roncoroni@colliercountyfl.gov FAX:N/A Telephone:239-877-8274 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:Caxambas Park Community Center Completion Date:2022 Project Budget:$286,000 (Design)Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 Page 4605 of 5261 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM (Name of Individuals Requesting Reference Information) Name: Tony Barone (Evaluator completing reference questionnaire) Company: Collier County (Evaluator’s Company completing reference) Email: Tony.barone@colliercountyfl.gov FAX: N/A Telephone: +1 (239) 252-8696 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description: Post Hurricane Structural Assessments for Collier County Completion Date: 2022 to ongoing Project Budget: $122,000 Project Number of Days: Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope). 10 2 Ability to maintain project schedule (complete on-time or early). 10 3 Quality of work. 10 4 Quality of consultative advice provided on the project. 10 5 Professionalism and ability to manage personnel. 10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly. 10 8 Abiltity to manage risks and unexpected project circumstances. 10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc. 10 10 Overall comfort level with hiring the company in the future (customer satisfaction). 10 TOTAL SCORE OF ALL ITEMS 100 BaroneTony Digitally signed by BaroneTony Date: 2025.08.19 17:04:24 -04'00' Page 4606 of 5261 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM (Name of Individuals Requesting Reference Information) Name:Samie Hamad (Evaluator completing reference questionnaire) Company:United State Postal Service (Evaluator’s Company completing reference) Email:Samie.R.Hamad@usps.gov FAX:N/A Telephone:303-264-0428 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:Building Façade Restoration – Bloomfield Main Post Office Completion Date:7/24/2025 Project Budget:$1.3 MIL Project Number of Days:6 Months Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 10 7 Ability to verbally communicate and document information clearly and succinctly.10 8 Abiltity to manage risks and unexpected project circumstances.10 9 Ability to follow contract documents, policies, procedures, rules, regulations, etc.10 10 Overall comfort level with hiring the company in the future (customer satisfaction).10 TOTAL SCORE OF ALL ITEMS 100 Page 4607 of 5261 Rev. 1 2025 Procurement Services Division Form 4 Reference Questionnaire (USE ONE FORM FOR EACH REQUIRED REFERENCE) Solicitation: Design Services For Immokalee Improvement Projects Reference Questionnaire for: WSP USA Buildings Inc. (Name of Company Requesting Reference Information) Nestor Fernandez, CPM) (Name of Individuals Requesting Reference Information) Name:Joshua Tessier (Evaluator completing reference questionnaire) Company:United States Coast Guard (USCG) (Evaluator’s Company completing reference) Email:Joshua.Tessier@uscg.mil FAX:N/A Telephone:401 736 1783 Collier County has implemented a process that collects reference information on firms and their key personnel to be used in the selection of firms to perform this project. The Name of the Company listed in the Subject above has listed you as a client for which they have previously performed work. Please complete the survey. Please rate each criteria to the best of your knowledge on a scale of 1 to 10, with 10 representing that you were very satisifed (and would hire the firm/individual again) and 1 representing that you were very unsatisfied (and would never hire the firm/indivdiual again). If you do not have sufficient knowledge of past performance in a particular area, leave it blank and the item or form will be scored “0.” Project Description:AE Design Services -Irma Maintenance & Repairs, USCG Station Sand Key, Clearwater, FL (Pinellas County) Completion Date:2020 Project Budget:$130,000 Project Number of Days:120 Item Criteria Score (must be completed) 1 Ability to manage the project costs (minimize change orders to scope).10 2 Ability to maintain project schedule (complete on-time or early).10 3 Quality of work.10 4 Quality of consultative advice provided on the project.10 5 Professionalism and ability to manage personnel.10 6 Project administration (completed documents, final invoice, final product turnover; invoices; manuals or going forward documentation, etc.) 9 7 Ability to verbally communicate and document information clearly and succinctly.10 8 Abiltity to manage risks and unexpected project circumstances.9 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 Page 4608 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS ARE REQUIRED TO BE RETURNED WITH THE SOLICIATION RESPONSE 1.Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2.Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions 3.Conflict of Interest 4.Anticipated DBE, M/WBE or VETERAN Participation Statement *Not Applicable* 5.Bid Opportunity List for Commodities, Contractual Services or Professional Consultant Services 6.Certification Regarding Lobbying 7.Acknowledgement of Religious Organization Requirements 24 CFR 570.200(j) 8.Certification of Payments to Influence Federal Transactions 9.Acknowledgement of Grant Terms and Conditions Page 4609 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (l)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ________________________________ ________________________________________ Name Project Name __________________________________ ________________________________________ Title Project Number __________________________________ _________________________________________ Firm CAGE Number __________________________________ _________________________________________ Street Address SAM.gov Unique Entity ID (UEI) Number _________________________________________________________________________ City, State, Zip COLLIER COUNTY Certification Regarding Debarment, Suspension, and Other Responsibility Matters Primary Covered Transactions David Odeh Design Services for Immokalee Improvement Projects RPS NO.: 25-8370 WSP USA Buildings Inc. Senior Vice President: Buildings Structures Subsector Leader 1567 Hayley Lane, Suite 202 Ft. Myers, FL 34103 1NR26 RX4NK6EDKSJ6 Page 4610 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS COLLIER COUNTY Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions (1) The prospective lower tier participant certifies, by submission of this document, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to the above statement, the prospective participant shall attach an explanation to this form. ______________________________ Name ______________________________ ______________________________ Title CAGE Number ______________________________ ______________________________ Firm SAM.gov Unique Entity ID (UEI) Number ______________________________ Street Address ______________________________ City, State, Zip ______________________________ Date The undersigned (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] Senior Vice President: Buildings Structures Subsector Leader David Odeh WSP USA Buildings Inc. 1567 Hayley Lane, Suite 202 Ft. Myers, FL 34103 08/26/2025 WSP USA Buildings Inc. 1NR26 RX4NK6EDKSJ6 Page 4611 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS COLLIER COUNTY Conflict of Interest Certification _______________________ Collier County Solicitation No. I, ________________________________________, hereby certify that to the best of my knowledge, neither I nor my spouse, dependent child, general partner, or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter, and to disclose any interest I, or anyone noted above, has in any person or organization that does become involved in, or is affected at a later date by, the conduct of this matter. Name Signature Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made: (1) to a federal, state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision; (4) to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation; and (6) in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. RPS NO.: 25-8370 08/26/2025 David Odeh David Odeh Senior Vice President: Buildings Structures Subsector Leader Page 4612 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS *Not Applicable* Page 4613 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS WSP USA Buildings Inc. RSP NO.: 25-8370 305-586-6594 WSP USA Buildings Inc. 1567 Hayley Lane, Suite 202, Ft. Myers, FL 34103 and 305-586-6594 1567 Hayley Lane, Suite 202 Ft. Myers, FL 34103 1928 13-1730785 X X 47-3243700 RDA Consulting Engineers, LLC 239-649-1551 791 10th Street S. #302 Naples, FL 34102 2017 X X X X Page 4614 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS COLLIER COUNTY Certification of Lobbying The undersigned __ (Vendor/ Contractor) certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. The Vendor/Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Name of Authorized Official Title Signature of Vendor/Contractor's Authorized Official Date Senior Vice President: Buildings Structures Subsector Leader David Odeh 08/26/2025 WSP USA Buildings Inc. Page 4615 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS COLLIER COUNTY Acknowledgement of Religious Organization Requirements 24 CFR 570.200(j) In accordance with the First Amendment of the United States Constitution "church/state principles," Community Development Block Grant CDBG/NSP assistance may not, as a general rule, be provided to primarily religious entities for any secular or religious activities. Therefore, the following restrictions and limitations apply to any provider which represents that it is, or may be deemed to be, a religious or denominational institution or an organization operated for religious purposes which is supervised or controlled by or operates in connection with a religious or denominational institution or organization. A religious entity that applies for and is awarded CDBG/NSP funds for public service activities must agree to the following: 1. It will not discriminate against any employee or applicant for employment on the basis of religion and will not limit employment or give preference to persons on the basis of religion. 2. It will not discriminate against any person applying for such public services on the basis of religion and will not limit such services or give preference to persons on the basis of religion. 3. It will provide no religious instruction or counseling, conduct no religious worship or services, engage in no religious proselytizing, and exert no other religious influence in the provision of such public services. 4. The portion of a facility used to provide public services assisted in whole or in part under this agreement shall contain no sectarian or religious symbols or decorations; and 5. The funds received under this agreement shall be use to construct, rehabilitate or restore any facility, which is owned by the provider and in which the public services are to be provided. However, minor repairs may be made if such repairs are directly related to the public services located in a structure used exclusively for non-religious purposes and constitute in dollar terms, only a minor portion of the CDBG/NSP expenditure for the public services. I hereby acknowledge that I have read the specific requirements contained in this attachment and that eligibility of my organization's project depends upon compliance with the requirements contained in this agreement. (Firm) (Signature) (Date) (Print Name) David Odeh WSP USA Buildings Inc. 08/26/2025 Page 4616 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS COLLIER COUNTY Certification of Payments to Influence Federal Transactions FEDERAL HOUSING AND URBAN DEVELOPMENT GRANT PROGRAMS The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, Disclosure Form to Report Lobbying, in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. I hereby certify that all the information stated herein, as well as any information provided in the accompaniment herewith, is true and accurate. Warning: HUD will prosecute false claims and statements. Conviction may result in criminal and/or civil penalties. (18 U.S.C. 1001, 1010, 1012; 31 U.S.C. 3729, 3802) Name of Authorized Official Title Signature Date Senior Vice President: Buildings Structures Subsector LeaderDavid Odeh 08/26/2025 Page 4617 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS COLLIER COUNTY Acknowledgement of Terms, Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor’s performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor’s progress in performing its work under this agreement. For each subcontract, the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703, Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name ______________________________ Date __________________ Authorized Signature ___________________________________________________________ Address _____________________________________________________________________1567 Hayley Lane, Suite 202, Ft. Myers, FL 34103 WSP USA Buildings Inc. 08/26/2025 Page 4618 of 5261 Page 4619 of 5261 Page 4620 of 5261 Page 4621 of 5261 Page 4622 of 5261 Page 4623 of 5261 Page 4624 of 5261 Page 4625 of 5261 Page 4626 of 5261 Page 4627 of 5261 Page 4628 of 5261 Maleka Davis WSP USA Administration Inc. HRIS Director 11/1/2021 Digitally signed by Davis, Maleka (DavisM) DN: cn=Davis, Maleka (DavisM), ou=Active, email=Maleka.Davis@wsp.com Date: 2021.11.01 13:20:20 -04'00' Davis, Maleka (DavisM) Janet Clark Supervisor Management & Program Analyst 11/04/2021 Page 4629 of 5261 Page 4630 of 5261 01/01/2025 Page 4631 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. Page 4632 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. Page 4633 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. Page 4634 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. Page 4635 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. Page 4636 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. Page 4637 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. Page 4638 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. Page 4639 of 5261 Design Services for Immokalee Improvements Projects | RSP NO: 25-8370 Submitted by: WSP USA Buildings Inc. Page 4640 of 5261 Page 4641 of 5261 Page 4642 of 5261 Page 4643 of 5261 Page 4644 of 5261 Page 4645 of 5261 Page 4646 of 5261 Page 4647 of 5261 Page 4648 of 5261 Page 4649 of 5261 EXHIBIT I FEDERAL CONTRACT PROVISIONS WSP USA Buildings Inc.13-1730785 OOOO 09/15/2025 305-586-6594 N/A David Odeh david.j.odeh@wsp.com O O Senior Vice President: Buildings Structures Subsector Leader O O Page 4650 of 5261 WSP USA One Penn Plaza New York, NY 10119 Tel.: +1 212 465-5000 Tel.: +1 212 465-5096 wsp.com September 15, 2025 Dania Guerrero Procurement Strategist II Procurement Services 3295 TAMIAMI TRAIL EAST, BLDG C-2 Naples, FL 34112 Subject: WSP USA Buildings Inc. E-Verify Enrollment Dear Ms. Guerrero: WSP USA Buildings Inc. complies with U.S. Department of Homeland Security’s E-Verify System requirements. WSP’s E-Verify registration is held by our employee administration company WSP USA Administration Inc. WSP utilizes this company for payroll processing and administrative matters, like verification of employment eligibility. Please see below screenshot taken from E-Verify system confirming WSP USA Administration Inc.’s active enrollment, company ID, and MOU effective date. The full MOU is attached. Very truly yours, Laura Unger Senior Vice President, Deputy General Counsel, Federal Contracts/Compliance Page 4651 of 5261 Page 4652 of 5261 Page 4653 of 5261 Page 4654 of 5261 Page 4655 of 5261 Page 4656 of 5261 Page 4657 of 5261 Page 4658 of 5261 Page 4659 of 5261 Page 4660 of 5261 Page 4661 of 5261 Page 4662 of 5261 Page 4663 of 5261 Page 4664 of 5261 Maleka Davis WSP USA Administration Inc. HRIS Director 11/1/2021 Digitally signed by Davis, Maleka (DavisM) DN: cn=Davis, Maleka (DavisM), ou=Active, email=Maleka.Davis@wsp.com Date: 2021.11.01 13:20:20 -04'00' Davis, Maleka (DavisM) Janet Clark Supervisor Management & Program Analyst 11/04/2021 Page 4665 of 5261 Page 4666 of 5261 Page 4667 of 5261 Selection Committee Final Ranking Sheet RPS #: 25-8370 Title: Design Services for Immokalee Improvement Projects Name of Firm Clinton Perryman Camden Smith Jeff Weir Lisa Jacob Dayne Atkinson Selection Committee Final Rank WSP USA Buildings Inc.1 2 2 1 1 1.0000 CPH Consulting, LLC 2 1 1 2 2 2.0000 RG Architects, P.A 3 3 3 3 3 3.0000 Procurement Professional Dania Guerrero Date 10/30/2025 Page 1 of 1 Page 4668 of 5261 Notice of Recommended Award Solicitation: 25-8370 Title: Design Services for Immokalee Improvement Projects Due Date and Time: August 29, 2025, at 3:00pm Respondents: Company Name City County State Final Ranking Responsive/Responsible WSP USA Buildings Inc New York New York NY 1 Yes/Yes CPH Consulting, LLC Sanford Seminole FL 2 Yes/Yes RG Architects, P.A. Fort Myers Lee FL 3 Yes/Yes Diversified Technology Consultants, Inc Sarasota Sarasota FL Not Ranked Yes/Yes Utilized Local Vendor Preference: Yes No Recommended Firm for Award: On July 30, 2025, the Procurement Services Division released notices for Request for Professional Services (RPS) No. 25-8370, “Design Services for Immokalee Improvement Projects” to three thousand four hundred and sixty-seven (3,467) vendors. One thousand one hundred and sixteen (1, 116) firms viewed the solicitation information, and four (4) proposals were received by August 29, 2025, the submission deadline. Staff reviewed the proposals received and found all four (4) firms to be responsive and responsible, with minor irregularities. The Selection Committee convened on October 9, 2025, and as described in step 1 of the solicitation documents, the committee scored each of the proposals and shortlisted the top three (3) firms to move to step 2, oral presentations in the order listed below: WSP USA Buildings Inc. CPH Consulting, LLC RG Architects, P.A. On October 30, 2025, the Selection Committee reconvened for step 2, presentations and final ranking. The firms were ranked as follows: Ranked #1 - WSP USA Buildings Inc. Ranked #2 – CPH Consulting, LLC Ranked #3 – RG Architects, P.A. Staff is recommending negotiations with the top-ranked firm, WSP USA Buildings Inc. Contract Driven Purchase Order Driven Docusign Envelope ID: FD95B84C-4500-4E31-951A-2F39CD4B5382 Page 4669 of 5261 Required Signatures Project Manager: Procurement Strategist: Procurement Services Assistant Director: __________________________________ _________________ Andres Fuentes Date Docusign Envelope ID: FD95B84C-4500-4E31-951A-2F39CD4B5382 11/6/2025 11/6/2025 11/6/2025 Page 4670 of 5261