Loading...
Backup Documents 06/25/2024 Item #16B 5 6B 5 ORIGINAL DOCUMENTS CHECKLIST&ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW**ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s)(List in routing order) Office Initials Da,te 1.County Attorney Office CAO StR/ iA02 2.Board of County Commissioners Office BOCC 6124/fi 3. Minutes and Records Clerk of Court's Office /Paa'ej /49°A q 4. Send to for signature: (ram PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Dennis McCoy 252-5726 TMSD Contact/Department Agenda Date Item was June 25,2024 Agenda Item Number /6. 0. 5- Approved by the BCC Type of Document Attached Change Order No. 1 Agreement No 21-7901 with Number of Original 1 HNTB for Design Services for Immokalee Road at Documents Attached Randall Blvd Intersection Improvements PO number or account N/A number if document is to be recorded INSTRUCTIONS&CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is appropriate. Yes N/A(Not (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK Stamp OK 2. Does the document need to be sent to another agency for additional signatures? If yes,provide the N/A Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be signed by the DM Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's Office and N/A all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the document or DM the fmal negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's signature and DM initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip should be N/A provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on.412E72021 and all changes made during DM the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 6�2s�La� 9. Initials of attorney verifying that the attached document is the version approved I / by the BCC,all changes directed by the BCC have been made,and the document 54-r rn4 `/2(� is ready for the Chairman's signature. l 1 6 B 5 Co 7cr County Procurement Services Change Order Form Contract# 21-7901 cO# 1 PO# 4500218684 Project#: 60147 Project Name: Immokalee Road At Randall Boulevard Intersection Improvements Contractor/Consultant Name: HNTB Corporation Select One: 0 Contract Modification(Construction or Project Specific) 0 Work Order Modification Project Manager Name: Dennis F. McCoy Division Name: Transportation Engineering Original Contract/Work Order Amount $1,331,420.23 7/12122,111 Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $1,331,420.23 7/12/22,111 Last BCC Approval Date; Agenda Item# Current Contract/Work Order Amount $1,331,420.23 10/14/2025 SAP Contract Expiration Date(MASTER) Dollar Amount of this Change $263,883.00 19.82% Total %Change from Original Amount Revised Contract/Work Order Total $1,595,303.23 19.82% %Change from Current BCC Approved Amount Total Cumulative Changes $263,883.00 19.82% %Change from Current Amount Notice to Proceed 8/11/2022 Original NTP 1160 Original Final 10/14/2025 Last Final 10/14/2025 Date #of Days Completion Date Approved Date #of Days Added 400 Revised Final Date 11/18/2026 Current Substantial Completion Date NA (includes this change) (if applicable) Provide responses after each question in box below (Responses should be brief and specific)':: Attach additional information and/or documentation from the Design Professional and/or Contractor, if needed, with your submission of this Change Order and complete summary on next page. Check all that apply to this Change Order request: ❑✓ Add Time; E Add funds;❑ Use of Allowance; ❑ Modify/Delete existing Task(s); ✓❑Add new Task(s); ❑ Reallocate funds; ❑Other(must be explained in detail below) 1.) 1.This Change Order will add$263,883 and 400 days to the contract to complete Tasks 1 thru 4. Task 1 —Evaluation of four additional traffic design alternatives for the Wilson Boulevard at Immokalee Road intersection.The PD&E Study completed by FOOT did not include the Wilson Blvd./Immokalee Rd. intersection in their evaluation of the Phase 2 Flyover for this project.A full evaluation of the Wilson/Immokalee intersection is needed before final design decisions can be made for this project and for the Wilson Boulevard Widening project (separate project),The total budget for Task 1 is$38,368. Task 2-Re-design the alignment for the Randall Boulevard widening to accommodate a reduced median width and align the proposed shared-use path to extend south of the existing Forestry Station Building.The outside EB travel lane shall also be extended east through the intersection of Randall Blvd.and 8th St.NE,The total budget for Task 2 is$ 115,484. Task 3--Access management reevaluation necessitates the evaluation of the Forestry Station site(SW corner of intersection of Randall Blvd/8th Street NE)to determine the impacts on traffic circulation from access management re-designs.The total budget for Task 3 is$38,274. Task 4—Modification of the originally scoped Pond Siting Analysis and Report is needed to reflect changed site conditions and design alterations from the original PD&E pond sites(Basin Randall, Immokalee Basin 8 and Immokalee Basin 9)and newly County-acquired pond site("The Hoster parcel").The total budget for Task 4 is$71,757. 2.) N/A. 3.)Task 1 —The original contract included evaluating this intersection based on the PD&E Study's recommended Phase 2-Flyover design.As it was determined that the original design created traffic capacity/delay issues at the Wilson/Immokalee intersection,evaluation of additional alternatives is needed. Tasks 2 and 3—During design it was discovered that the existing Forestry building would be too close to the future roadway.To provide adequate setback the median would need to be reduced. It was also determined that access to this property would need to be moved from Randall Blvd to 8th St. NE. Task 4—The Immokalee Basin 8 pond is no longer available to the County and has been exchanged for another parcel as a wet detention facility instead of a dry detention facility. Immokalee Basin 9 pond is now under private ownership as a wet detention facility.The project's drainage basin requires resizingbeyond the original ca act due to additional flood lain impacts not previouslyaccounted for duringthe PD&E study. q Ystudy capacity P P 4.)Task 1-Failure to fully evaluate this intersection would adversely affect the final design of both the Phase 2 portion of this project and the Wilson • Boulevard Widening project which includes the Wilson/Immokalee Road intersection within its project limits. • Tasks 2 and 3-If these preferred design changes are not approved,the ultimate six-lane widening of Randall Blvd.will not occur unless the Forestry Building Structure is removed. • Task 4-If this change is not processed,permitting for this design cannot be completed. Page 1 of 4 "~- Change Order Form(2023_ver.1) ' /A 6B 5 Cotter County Procurement Services Change Order Form Contract# 21-7901 co# 1 PO# 4500218684 Project#: 60147 Project Name: Immokalee Road At Randall Boulevard Intersection Improvements Contractor/Consultant Name: HNTB Corporation Change Order/Amendment Summary (If additional spaces needed, attached a separate Summary page to this amendment request) COST TIME CO# AMD# Description Additive Deductive Days Total New Justification (+) (-) Added Time Additional Design Needed to implement 1 changes and $263,883.00 400 1560 preferred design changes evaluations for this project. El Check here if additional summary page/s are attached to this Change Order Page 2 of 4 Change Order Form (2023_ver.1) t'� I6B 5 Co Yr County Procurement Services Change Order Form Contract# 21-7901 CO# 1 Po# 4500218684 Project#: 60147 Project Name: Immokalee Road At Randall Boulevard Intersection Improvements Contractor/Consultant Name: HNTB Corporation Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be subject to all the same terms and conditions as contained in the contract/work order indicated above, as fully as if the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final settlement of any and all claims of the Contractor/Vendor/Consultant/Design Professional arising out of or related to the change set forth herein, including claims for impact and delay costs. Contractor/Consultant/Design Professional signature below must be from an authorized person/officer/director of the Company or listed as the qualified licensed Professional "Project Coordinator"or Design/Engineer Professional under the agreement. Signature authority of person signing will be verified through the contract OR through the Florida Department of State, Division of Corporations (Sunbiz) website (hops://dos.myflorida.com%sunbiz/search/). If the person signing is not listed, we will require signature authority by one of the listed officers/directors of the company giving that person signature authority. McCoyDennis`i Digitally signed by McCoyDennis Prepared by: Date:2024.04.12 07:35:25-04'00' Date: Signature-Division Project Manager Dennis F McCoy, Project Manager Ill,Transportation Engineering Division Printed Name Accepted by: Date: Signature-Design/Engineer Professional (if applicable) Printed Name/Title/Company Name Accepted by: (....- 4.1- ,,4.49 C Date: 4/16/2024 Signature-Contractor/Consultant/Vendor Leonard Becker,Sr,Vice President, HNTB Corporation) Printed Name/Title/Company Name Approved by: Date: Signature-Division Manager or Designee (Optional) Printed Name A h m a d J a Digitally signed by AhmadJay Date:2024.04.16 13:29:36 Approved by: -04'00' Date: Signature-Division Director or Designee (Optional) Jay Ahmed, P.E., Director, Transportation Engineering Division Printed Name Digitally signed by ScottTrinity Daote'2024A4.18 Approved by: 09:53:44-04'00' Date: Signature-Division Administrator or Designee(Optional) Trinity Scott, Department Head, TMSD Department Printed Name Page 3 of 4 Change Order Form(2023_ver.1) 16B 5 �o ye r Gounty Procurement Services Change Order Form Contract# 21-7901 co# 1 PO# 4500218684 Project#: 60147 Project Name: Immokalee Road At Randall Boulevard Intersection Improvements Contractor/Consultant Name: HNTB Corporation FOR PROCURMENT USE ONLY FY 24 CHO Request# 375 ZimmermanBecca Digitally signed by ZimmermanBecca Approved by: Date:2024.05.20 09:55:46-04'00' Signature-Procurement Professional Signature/Date Approved by: Signature-Procurement Manager/Director(OPTIONAL) APPROVAL TYPE: ❑ Administrative ❑ Administrative-BCC Report [1 BCC Stand-Alone ES (BCC Approval Required) BCC APPROVAL ATTEST: Crystal K. Kinzel, Clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS and Comptroller COLLIER C T , FLOR A By: By: J� Chris Hall, Chairman Dated: 1f1� Attest as to Chairman / l Zs/Zc/ signature only.... '" Date: f� i�: g . (SEAL) Agenda# g• 6• 5 proved s o it y: D y County Attorney 6114f- , 7:2-01.4-L Print Name A) Page4of4 ,yP Change Order Form (2023_ver.1) --'" 1 6 B 5 HNTB Corporation 555 North Broadway Avenue Telephone(863)804-3088 The HNTB Companies Bartow,Florida 33830 hntb,com Infrastructure Solutions Mr.Dennis McCoy,PE HNTB Project Manager III Transportation Management Services Department Collier County Transportation Engineering Division 2885 South Horseshoe Drive Naples,Florida 34104 RE: Change Order 1 Contract Number 21-7901 Immokalee Road at Randall Boulevard Intersection Improvements April 11,2024 Dear Mr.McCoy: HNTB Corporation appreciates the opportunity to serve the Transportation Management Services Department in delivering the final design for the Immokalee Road at Randall Boulevard intersection improvement. Attached,please find the scope of services and proposed fee for the referenced Change Order to Contract 21-7901. We look forward to continuing this project to its completion. Please feel free to contact me at 863-804-3088(desk)or 863-604-1034(cell)anytime if you should have any questions. Thank you. Best regards, Eduardo A.Ponce,PE Senior Project Manager 6B 5 SCHEDULE A SCOPE OF SERVICES For CHANGE ORDER NO. 1 IMMOKALEE ROAD AT WILSON BOULEVARD INTERSECTION EVALUATION, RE-DESIGN OF RANDALL BOULEVARD, FORESTRY STATION SITE CIRCULATION PLAN, POND SITE VERIFICATION,AND PD&E STUDY RE-EVALUATION To Immokalee Road (CR 846)at Randall Blvd Intersection Improvements,Collier County (Contract 21-7901) County Project No 60147 Purchase Order:4500218684 April 11, 2024 1) PURPOSE HNTB Corporation (CONSULTANT) has been requested and retained by Collier County (COUNTY)to provide additional engineering services associated with Collier County Project No. 60147, Immokalee Road (CR 846) at Randall Blvd Intersection Improvements(PROJECT). The purpose of this exhibit is to describe the scope of work and the responsibilities of the CONSULTANT and the COUNTY in connection with these services. These services are based upon the scope of work additions requested by the Collier County Transportation Management Services Department,Transportation Engineering Division. The additional scope of services addresses the following and modifies the referenced sections of Schedule A(Scope of Services)from Contract 21-7901: Task 1: (Operational Evaluation of No-Build and Build Alternatives)-Immokalee Road at Wilson Boulevard intersection alternatives evaluation: The CONSULTANT shall produce an evaluation summary report of four(4) additional design alternatives for the Wilson Boulevard at Immokalee Road intersection. The COUNTY has requested additional alternatives to assess design year traffic impacts at the Wilson Boulevard intersection, using the triple-lefts Interim Phase 1 improvements as the baseline comparison among all the alternatives. (Reference Scope of Services Section 4, 5, 8.14.2.2 -Operational Evaluation of No-Build and Build Alternatives) Task 2: (Re-design of Randall Boulevard): The CONSULTANT shall re-design the PD&E- approved alignment for the Randall Boulevard widening to accommodate a reduced median width and align the proposed shared-use path to run south of the Randall Forestry Site.The PO O 168 5 outside EB travel lane shall also be extended east through 8th St. NE. (Reference Scope of Services Sections—4, 5, 19, 20, 23, 24, 27, 29). Task 3—Forestry Station Site Circulation Plan: The CONSULTANT shall evaluate the Randall Forestry Station site to determine the impacts on circulation from access management re- designs. (Reference Scope of Services Section 4.6,27,29) Task 4—Pond Siting Analysis and Report:The CONSULTANT shall modify the originally scoped pond site evaluation report to reflect changed site conditions and design alterations from the original PD&E pond sites("Basin Randall, Immokalee Basin 8 and Immokalee Basin 9") and newly County-acquired pond site ("The Iglesias Trust parcel"). Immokalee Basin 8 pond is no longer available to the County and has been exchanged for another parcel as a wet detention facility instead of a dry detention facility. Immokalee Basin 9 pond is now under private ownership as a wet detention facility. Basin Randall requires resizing beyond the original study capacity due to additional floodplain impacts not previously accounted for during the PD&E study. (Reference Scope of Services Section 6.1.3—Pond Siting Analysis and Report). 2) SCOPE OF WORK TASK 1 1. Immokalee Road at Wilson Boulevard intersection alternatives evaluation: Additional evaluation of the Immokalee Road at Wilson Boulevard intersection is required to provide options which will maximize level of service (LOS)for both intersections. The CONSULTANT shall conduct an analysis of four(4)additional options(Reference Scope of Services Section 4, 5, 8.14.2.2 -Operational Evaluation of No-Build and Build Alternatives): • Continuous Flow Intersection (CFI). • At-grade improvements. • Restricted Crossing U-turn (RCUT) Intersection. • Viaduct(elevated through lanes) along Immokalee Road. 1.1 Traffic capacity analysis using Synchro. The CONSULTANT shall prepare a comparative analysis of traffic performance of the six options, measured against design year of 2045. 1.2 Conceptual plans development. The CONSULTANT shall prepare conceptual-level plans which depict a schematic roadway layout and a high-level typical pond site alternative for each option. Each option will depict the additional right-of-way area (in square feet) required for each impacted parcel. 1.3 Cost estimates. The CONSULTANT shall prepare planning-level construction cost estimates for each option. The CONSULTANT shall coordinate with the COUNTY Project Manager to secure right-of-way cost estimates for each option. 1.4 Summary report. The CONSULTANT shall summarize the findings for each option within a report, including a matrix depicting the design scenario,year of failure scenario, LOS, v/c ratio, cost estimate, and descriptive comments. 00 { i 6 B 5 TASK 2 2. Re-design of Randall Boulevard: The COUNTY has tasked the CONSULTANT with altering the PD&E Preferred Alternative. A re-design for the Randall Boulevard widening is needed to accommodate a reduced median width and align the proposed shared use path to run south of the Randall Forestry Site (Reference Scope of Services Sections-4, 5, 19, 29, 23, 24, 27, 29). Services required include the following: 2.1 Roadway Analysis. The CONSULTANT shall revise the geometrics for the realigned Randall Boulevard, provide new geometrics for the shared use path, and provide new geometrics for 8"'Street NE within the Randall/8th intersection, using the design standards that are most appropriate for each facility. The CONSULTANT shall revise the cross sections for the realigned Randall Boulevard and prepare new cross sections for the new alignment of the shared use path every 50 feet with vertical exaggeration and in accordance with FDOT FDM criteria. The CONSULTANT shall extend the limits of the Randall Boulevard 4-lane typical section (with accommodation for future 6 lanes)through the intersection at 8th Street NE. Immediately east of 8th Street NE, the typical section shall be designed to taper down to the existing 2-lanes. This represents a revision of the original PD&E Preferred Alternative and is an extension of the total project limits. 2.2 Roadway Plans. The CONSULTANT shall prepare revised Roadway, Drainage,TTCP, Utility Adjustment Sheets, plan sheets, cross-section sheets, notes, and details as shown in the FDM Summary of Phase Submittals Table 301.2.2 for the realigned Randall Boulevard and the shared use path.The plans shall include modified project typical sections to reflect the reduced median of Randall Boulevard, a new typical section for 8'Street NE, and a new typical for the standalone alignment for the shared use path, as well as the sheets necessary to convey the intent and scope of the project for the purposes of construction. The CONSULTANT shall modify the currently designed right-in-right-out driveway serving the Randall Forestry Station to a new full-access driveway on 8th Street NE. This effort includes the addition of a new dedicated southbound right turn lane on 8"Street NE and resurfacing the remaining width of 8'Street NE to serve this access(a distance of approximately 500 feet along 8"'Street NE). 2.3 Lighting Analysis and Lighting Plans. The CONSULTANT shall analyze and document Lighting Tasks in accordance with all applicable manuals,guidelines, standards, handbooks, procedures, and current design memorandums for pedestrian/bicycle level lighting along the new alignment for the shared use path. This effort shall include a Lighting Justification Report(UR), Lighting Design Analysis Report(LDAR), and Lighting plans. 2.4 Design and Right of Way Survey. The CONSULTANT shall secure additional survey for approximately 500 feet along 8th Street NE, south of the intersection at Randall Boulevard, and for approximately 900 feet for the new alignment of the shared use path to proceed along the west and south property lines of the Forestry Site. The 16B 5 , CONSULTANT shall also secure an additional survey for the newly acquired COUNTY- owned pond site (formerly the Iglesias Trust parcel)and an additional parcel east of the 8th Street intersection. TASK 3 3. Forestry station site circulation plan: The CONSULTANT shall evaluate the Randall Forestry Station site to determine impacts to circulation from access management re-designs(Reference Scope of Services Section 4.6,27,29). Services required include the following: 3.1 Site Circulation Analysis. The COUNTY is revising the access to the Randall Forestry Station, removing the existing driveway on Randall Boulevard, and replacing it with a full access driveway on 8th Street NE. The CONSULTANT shall evaluate the impacts to the site circulation and parking for the Randall Forestry Station to accommodate firefighting vehicles, trucks,and trailers accessing the new driveway on 8th Street NE, using the design standards that are most appropriate for this site. The CONSULTANT shall prepare a site circulation summary report with a conceptual site plan depicting the impacts. 3.2 Design and Right of Way Survey. The CONSULTANT shall provide a boundary survey and jurisdictional wetlands survey (as necessary)for the impacted Forestry Station. TASK 4 4. Pond site verification: The CONSULTANT shall modify the originally scoped pond site evaluation report to reflect new alternatives and design alterations in existing pond sites ("Pond 8 and Pond 9")and newly County-acquired pond sites. 4.1 Pond Siting Report. The CONSULTANT shall prepare a validation report to support the acquisition of recently acquired COUNTY parcels suitable for stormwater management facilities. This effort will reflect that existing Collier County Pond 8 is no longer available for this project, and existing Collier County Pond 9 has been converted by others from a dry to a wet detention pond. 3) PROJECT SCHEDULE Modification to Project Schedule The project schedule shall be increased by a total of 400 calendar days to allow sufficient time to deliver additional design services. 4) COMPENSATION The COUNTY will compensate the CONSULTANT a fee of$263,883.00 for all TASKS and Expenses on a LUMP SUM Basis. The hourly labor rates shown for staff reflect the Rate Schedule agreed upon and match those recently approved under Contract 21-7901.The following table depicts the cost breakdown by Task: (,&!:1() 1 6 B 5 Task Estimated Labor Fee Subconsultant (AB&B) Total (HNTB) Expense _Task1 $38,368.00 $38,368.00_ Task2 $100,264.00 $15,220.00 $115,484.00 Task3 $25,168.00 $13,106.00 $38,274.00 Task4 $71,757.00 $71,757.00 Total Cost $235,557.00 $28,326.00 $263,883.00 The compensation for the above tasks has been established and is shown as Attachment A— Consultant Staffhour and Cost Estimate Summary. 16B 5 O O p O t'J p O o O o o O O o 0o V V r` to ,-, O yt tD M r� N M r 1 It; M O a O M O N 1� CO Ci <1 CO N CO N CO- nV rl H J U M M 0- t .1 i COM N N N N in N N M N t/! N to en ^0 0 0 0 0 0 0 0 0 O 0 p 0 0 O 0. 000 0 0 0 0 O O O pM 0 O O .tS t0 p N Na aD N O m 6 t` r- O t0 t O 2 Yl N O t0 <- N CO t0 N N 0) N WO N .:0p N N O Q N. Ot N QI N ,- s- W to N 1- 7 J O o to o eo o v o vi vi ri ri to to ri m N N M N .- N i" f� t0 M 1- r- {- rnuf CO VI NNto VI NtnQ NQ »N en en (0 rn ZU) .- W = W I-O O O O rn w 0 w O m CO CO I- i- 12 m > > > - Z a CO a O. O To N N '-Cr/ t0 O N O tmD O N O m N N S W -I W U FO- 0 = N 7 N '' N it es, coin V O J J J J Q Q ¢ a coO O O O 1- I--, 1- 1- N - F 1- 1- O D. ,A O .N- V v W W coa N a in N co C O C O ,O N Oo ,.c. N M E a N v, E . O co o al tq c 0D �- o ,- CO ,a- t` E a. `n c . ` N O S w y CO O p C C O N CO CO co U to O t,c, O d 0 p v V W U) z 'O co U' . C w N N N o 7 ..' N O N 01 N M O 7 O `- co C.Y Y .0 c U rV ' _ X N o w n to to to w t- F- to N co co m N ._ Hl a+ O ono C y v.) O O Q Q N N O w •V N M m N V V C C a in 0 E Z Z a U Mtn W U)V) m O C E u o O N r 0. � Np N i- N N N O Q d 1 N N C . . . C1 L. E ° oC Um 0, m 0 O t N co N • U NN D N 0 N r0 N w O N V)a t 1 y O' co c 0i O CO O' O0 00 0, N o O to N t0 in .N N N `- N V N O o in in d o to w p o M .SIMN N N Nr� nm V c )/ onW `y o NmC w d N Nm it 1 N r, c co N W a o to 'u ni N N m C ) •- `- N a N M C W N O N W yl O Z U) U .� Z U C. w 2 .0 H W W J N ra t U Sim N ea Cl .9- N tn N co r, On a mm +-t Y itY Q .m ~ -.a co N '- N M V % .- N M V N 7 N N ; FO F- .- .- �- F- N N N N 1- ri M F- V go) . 1 1 6 B 5 rrlUl 1 7400 Trail Blvd., Suite 200 miniver AGNOLI Naples, FL 34108 ■■■■■M ■r■■■■ PH: (239) 597-31 1 1 ■■.■■P ARBER wv,!w.AFt NC:.cotri 11111111111111111N1hin :::::::DRUNDAGE, INC. Professional Lngincers,Planners,Surveyors&Landscape Architects <:r•,G!I;orr*•i A ,,... r%366.•1,.;!E‘::•I,;,,uGh570 April 11,2024 EPonce(ir),NNTB.com Mr. Ed Ponce, P.E. Associate Vice President Senior Project Manager HNTB CORPORATION 555 n Broadway Ave. Bartow FL 33830 Re: Immokalee Road and Randall Blvd Intersection Dear Mr. Ponce: At your request, Agnoli, Barber & Brundage, Inc., is pleased to submit this proposal to render professional services on the above-referenced project. Agnoli, Barber & Brundage, Inc., hereinafter referred to as ABB,proposes to provide HNTB CORPORATION,hereinafter referred to as Client,the professional services outlined in Exhibit"A". Please note that for all ABB construction projects that involve services for construction layout and project as-built, ABB is providing a project estimate budget as a not to exceed without authorization, and all billing will be on a time and material basis. Fixed fee budgets for land surveying services for construction layout and project as-builts will no longer be provided by ABB, and all contracts between ABB and the Client will be written as a time and material contract in order for ABB to sign said contract. ABB would like to provide our professional services to said Client, but with the nature of construction in today's market, we cannot continue to provide our professional land surveying services on a fixed fee basis. ESTIMATED PROJECT BUDGET FOR SURVEYING SERVICES: We will provide surveying services, as requested by an authorized representative of the Client. These services will be provided according to the Time and Material rates listed in Exhibit"A." Agnoli, Barber& Brundage services will begin work upon receipt of the following: 1. Executed copy of the signed Agnoli, Barber & Brundage Proposal, or contract from client in a T&M format with ABB proposal attached as an exhibit and all information listed in Item 3.F of this Proposal. Page 1 of 6 ''"� GP N:\I.and Projects\22-0126 RANI)ALL IMMOKALEF ROAD INTERSI C:TION IMPROVFMIN I'S\CONTRA('I DOCS\ABB PROPOSAL\PROPOSAL.,-rev I IAPR2024.docx 16B 5 A typical list of surveying services for this project is listed in Exhibit "A" attached hereto. 2. TIME OF PERFORMANCE Upon receipt of the above-listed ABB will begin to set up the field and office to be able to complete work within a reasonable period of time. All funds provided as retainer shall be credited to the last project billing. 3. OUTSIDE SERVICES Outside services not specifically included in this Agreement are as follows: A. Geotechnical Engineering B. Structural Engineering Services C. Transportation Planning/Engineering Services D. Materials Testing E. Hazardous Waste Assessments F. Legal Services G. Environmental/Wildlife Permitting H. Services not specifically described in Exhibit"A" of this Agreement 4. RESPONSIBILITIES OF CLIENT ABB's performance under this Agreement is contingent upon the Client or others designated by the Client providing ABB with: A. All documents, information relating to special or extraordinary considerations, existing permits, maps, deeds, easements, abstracts, surveys, topography, or other information in the client's possession relating to the project. B. In writing of all client's criteria, design, construction, and other requirements for the project. C. Any existing surveys of the property. D. Guarantee of access to and make provisions for ABB and its subcontractors to enter upon public and private lands as required to perform their work under this Agreement. E. Client is responsible for all governmental permit fees. F. Where survey layout work is included in the scope, you are expected to provide two (2) copies of approved plans on paper media/PDF, and current AutoCAD digital files of the work. Any changes to the project throughout the length of Page 2 of 6 N'1L and Plojecli 2•O126 RANL)AL! IN•1N'U:)LA1 L:C ROAD IN'I'IiRSGt.I ION INIPKOVLN11 N I S`:CON I RACI I)( `,1'\1313 G�a I'ROP(1S•AI I'ROI'C)SiAL-rev IIAPR2024.do x 16B 5 construction will be provided to us in the formats and amounts described above. We expect to be provided with the following plans: Most recent Boundary/Topographic Survey Approved Civil Engineering Plans/Site Development Plans Approved Architectural Plans Approved Structural Plans Approved Landscape Architecture Plans Approved Hardscape Plans Any other plan of record that describes the work to be laid out 5. FEES AND COMPENSATION Billing for services and reimbursable expenses will be submitted on an as completed basis and will be based on progress of the work. All invoices are due and payable upon receipt. Invoices not paid within thirty (30) days shall accrue interest at a rate of 1.5% per month from the due date until paid. If payment is not received within forty-five (45) days from date of invoice,work will stop until the total unpaid balance has been received. The project schedule and schedule of deliverables will be subject to the Client's timely payments of fees. In the event it is necessary for ABB to employ an attorney to collect sums due under this Agreement,Client shall be responsible for all costs incurred,including ABB's reasonable attorney fees. Out of pocket expenses shall include, but not be limited to, travel expenses (lodging, meals), project related mileage in accordance with the rate code sheet, shipping, printing, and reproduction cost,permit or document review fees,and special equipment or materials required for the performance of the services requested. Where the scope includes survey layout, the fees specified are for the one (1) time layout of the facilities only. Any re-staking or additional work is subject to the above change order request provisions. Fee Disclaimer: Client agrees that ABB has been selected to perform services on this project based on qualifications and expertise in the area of Civil Engineering, Land Surveying, and Land Planning. Client also agrees that the current permitting climate is unpredictable due to continually changing regulations and interpretations of same. Engineer has presented good faith budget estimates based on past performance of similar work but in no way can guarantee that these budgets will be sufficient for the successful completion of the permitting tasks represented herein, or that permits can be obtained for the Client's project. 6. ADDITIONAL SERVICES AND EXTRA WORK Services not specifically included in Exhibit"A" will be performed as additional services on an hourly basis, plus reimbursable expenses. Services and fees provided in this Agreement are based upon governmental rules, regulations, and policies in effect at the Page 3 of 6 N.Laid hug ct.,:12-OI2(RANI>ALL I\•MOkAI I ROAD 11\11 t::(.:FION I\'II RO\`I.:MI:N I S•CONIRACI DoC,,',t111; C � molt( ',Roy()S;\L-rca I IAI'It'()24.docx I6B 5 time of execution of this Agreement. Should changes take effect during the period services are being performed and result in additional ABB work requirements,this Agreement will be modified by approval of the parties. In addition, ABB will perform additional services beyond the work described within this Agreement as requested and authorized by the Client. When such work can be identified in advance, ABB will provide a reasonable estimate for such work and written authorization obtained. Work that is requested which is not included in the scope of this proposal (extra work) must be approved by an authorized representative prior to any time being expended towards the completion of the extra work. A duly authorized change order will be required before any extra work is conducted. 7. PROVISIONS AND CONDITIONS A. Acceptance Period. This proposal is effective for a period of sixty (60) days from the date shown. If not accepted in writing within this period, ABB reserves the right to modify any portion thereof or withdraw the proposal in its entirety. B. Ownership of Documents. All documents,including original drawings,notes,data, and report originals are and shall remain the property of ABB as an instrument of service. If so requested in writing, the Client will be provided reproducible drawings and other documents in consideration of which the Client agrees to use them without alteration solely in connection with the project. C. Project Coordinator. Due to the fact that this project is located in N/A and our servicing office is located in Collier County,FL,provision of our services will need to be coordinated with the construction schedule to minimize our trips to the site and when on the site providing for the maximum efficiency of the construction layout process. Incomplete scheduling of our services may be subject to additional charges for lost time due to excessive travel. 8. TERMINATION AND LIABILITY This Agreement may be terminated with or without cause by either party upon seven (7) days written notice. In the event of termination, Client shall be bound to pay ABB for all services rendered to the effective date of termination, all reimbursable expenses and collection and/or legal fees. Neither ABB nor ABB's subcontractors shall be jointly, severally, or individually liable to the owner in excess of the compensation to be paid pursuant to this Agreement,or the amount remaining of the policy year Aggregate limit,or $500,000 whichever is less. All disputes related to the contracted services that are not mutually resolved between ABB and the Client shall be resolved using mediation as a first remedy. Further, Client agrees to waive ABB's liability for consequential damages. PURSUANT TO FLORIDA STATUTES SECTION 558.0035(1)(c), AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD Page 4 of 6 N.\Land I ioject`:'2-0126 RANI)ALL.l 1 v){kAt.1: :ROAD IN I I'IN FION IflI'RUVt?'1L.N I S C'QI:11 A(:'I f)')CS'AIII3 coP I'ROI'+)SAI.\I'ROI'c')SAI_-ivy I I A NOON-.docs 1 6B 5 INDIVIDUALLY LIABLE FOR NEGLIGENCE. We hope that this Agreement satisfactorily responds to your request. The terms and conditions of this proposal are intended to maintain full professional liability insurance coverage which is for our mutual benefit. Execution of this document as proposed is sufficient grounds for us to begin the work described herein. Should Client desire ABB to enter into contract language authored by Client without the terms and conditions presented herein,an insurability surcharge of 15%will be required prior to our commencement of the work. Please return one original copy of this document, signed by a duly authorized representative of the Client, which will serve as our authorization to proceed. By signing below, the undersigned hereby represents and warrants that they have full authority to contract on the Client's behalf for the services and fees proposed herein. If you have any questions,please do not hesitate to call. Sincerely, AGNOLI, BARBER& BRUNDAGE,INC. 00/r #aciffeg George W. Hackney, PSM Surveying Director AUTHORIZATION You may designate a person to act as your representative with respect to this Agreement, such person having complete authority to transmit instructions, receive information, make work scope changes,and make or interpret the Client's decisions. Optional Designated Representative-Print Name Client-Printed Name and Title Optional Designated Representative Signature Client Signature Date By signing above, Client hereby represents and warrants that they have full authority to enter into legal binding contracts affecting the real property described herein, and if listed authorizes the Designated Representative to assume full project direction authority and will be responsible for payment of the fees proposed herein or as directed by work change orders. Page 5 of 6 N:\Li and 1'ilOccW22-0126 R,\NDAL.L. ILL KOAI.)IN'I IiRSIL( 17()N IP'II'ROVL:t•1I.N'I'S\CON I IAC7 DUCS\\IM Os° , ' , :,. I RUI )!;A1:11 ROI OS:1I.-r�.� I Iai Rl.dos 16B 5 Exhibit"A" Estimated Project Budget Project Name Date Scope of Services Item Task Description Estimated Fee Type Fee 1 Right of way and Design Survey for the Division of Forestry Parcel. $13,540 FF We propose to perform a Right of Way and Design Survey of the Division of Forestry parcel at the intersection of 81h St. and Randall Blvd. This Survey would include topographic data along the East, South and West side of the property lines of the parcel. The field work would consist of locating existing monumentation and existing improvements around the boundary and setting the necessary property corners. The office work would consist of research, calculations, and drafting of the survey map. Additionally, we will show or make note of the easements and vacations provided by the client. This Survey shall be prepared in accordance with the Standards of Practice, as shown in Chapter 5J-17, Florida Administrative Code, pursuant to Chapter 472, of the Florida Statutes. 2 Right of way and Design Survey for the Iglesias Parcel. We propose to perform $10,786 FF a Right of Way and Design Survey of the Iglesias parcel east of the intersection of 8t1i St. and Randall Blvd. This Survey would include topographic data collected with real time GPS, at an interval requested by the client. The field work would consist of locating existing monumentation,existing improvements around the boundary and setting the necessary property corners. The office work would consist of research, calculations, and drafting of the survey map. Additionally, we will show or make note of the easements and vacations provided by the client. This Survey shall be prepared in accordance with the Standards of Practice,as shown in Chapter 5J-17, Florida Administrative Code, pursuant to Chapter 472, of the Florida Statutes. 3 Jurisdictional Line Surveys. We will field locate flagged Jurisdictional Lines, $4,000 FF and prepare a Sketch and Description of the jurisdiction lines on the boundaries of the Right of way and Design Surveys of their respective properties. Page6of6 GPI N t And t 'i c s`�'2.012(�RANL)ALL 1\•1NiOkALLG ROAD IN'11:RSL't:I ION 1�IPI<l}Vt.N•11 N'I S':C:'UP)I RA( I )(a(::S\A1.413 tr. l.ttlttttc�t PROI't)SA1',PROPOS:\',-rcv I I NPR2024.docN