Backup Documents 04/22/2025 Item #16B 8 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 1 6 B 8
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 Attomey Office.
Route to Addressee(s) (List in routing order) Office Initials Date
1.
2.
3. County Attorney Office County Attorney Office �W_ 6 _ 71 a'f
4. BCC Office Board of County f D/
Commissioners 0j/51 5 f 6(2J
5. Minutes and Records Clerk of Court's Office
14. �"�( 4olve
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 Robert White/Transportation Engineering Contact Information 239-252-5762
Contact/Department
Agenda Date Item was April 22,2025 Agenda Item Number 16.B.8
Approved by the BCC
Type of Document Change Order Number of Original
Attached Documents Attached
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 Yes N/A(Not
appropriate. (Initial) Applicable)
1. Does the document require the chairman's original signature STAMP OK N/A Stamp
ok
2. Does the document need to be sent to another agency for additional signatures? If yes, N/A
provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet.
3. Original document has been signed/initialed for legal sufficiency. (All documents to be RW
signed by the 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 RW
Office and 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 RW
document or the final negotiated contract date whichever is applicable.
6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's RW
signature and initials are required.
7. In most cases(some contracts are an exception),the original document and this routing slip RW
should be 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 524 and all changes made during RW N/A is not
the meeting have been incorporated in the attached document. The County an option for
Attorney's Office has reviewed the changes,if applicable. c{izzi2 S this line.
9. Initials of attorney verifying that the attached document is the version approved by the / N/A is not
BCC,all changes directed by the BCC have been made,and the document is ready for the 5IQ4P1 , an option for
Chairman's signature. this line.
16B8
Cofer County
Procurement Services Change Order Form
Contract# 22-8053 CO# 1 PO# 4500228617 Project#: 60249
Project Name: Design Services for Vanderbilt Beach Road Extension Phase II
Contractor/Consultant Name: Kimley-Horn &Associates, Inc.
Select One: Contract Modification (Construction or Project Specific) ❑Work Order Modification
Project Manager Name: Robert White, P.E. Division Name: Transportation Engineering
Original Contract/Work Order Amount $1,784,269.20 10/24/2023;16.B.6 Original BCC Approval Date;Agenda Item#
Current BCC Approved Amount $1,784,269.20 10/24/2023;16.6.6 Last BCC Approval Date;Agenda Item#
Current Contract/Work Order Amount $1.784,269.20 3/3/2027 SAP Contract Expiration Date(MASTER)
Dollar Amount of this Change $o.00 o.00% Total%Change from Original Amount
Revised Contract/Work Order Total $1,784,269.20 0.00% %Change from Current BCC Approved Amount
Total Cumulative Changes so.00 o.o0% %Change from Current Amount
Notice to Proceed 11/14/2023 Original NTP 1205 Original Final 3/3/2027 Last Final 3/3/2027
Date #of Days Completion Date Approved Date
#of Days Added Revised Final Date Current Substantial Completion Date
0 3/3/2027 N/A
(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; ❑Add funds; ❑ Use of Allowance;
0 Modify/Delete existing Task(s); Add new Task(s); ❑✓ Reallocate funds; ❑ Other(must be explained in detail below)
1.This $0 Change Order is to reallocate funds from Optional Services Task 6 (Assistance to Appraiser)
in the amount of $22,050.00 and Task 7 (Assistance to R/W Agent) in the amount of$22,400.00, to a
new Optional Services Task 10 (Right-of-Way Acquisition Support) totaling $44,450.00.
2. N/A
3. Tasks related to appraisals and right-of-way negotiation were originally anticipated to be performed
by the consultant. However, as the acquisition process has progressed, in-house staff has been
completing this work. Instead the consultant is needed for expert witness testimony as we enter the
eminent domain process. This work is now added as the new Task 10.
4. If this change is not processed, the Consultant will not be able to provide technical expert support to
the county's right-of-way and legal team to assist in successfully mediating, litigating and defending the
county's position through transfer of title for potential Order of Takings and eminent domain actions.
Page 1 of 4
Change Order Form(2023_ver.1)
1 � 3
CoClifer County
Procurement Services Change Order Form
Contract# 22-8053 Co# 1 PO# 4500228617 Project#: 60249
Project Name: Design Services for Vanderbilt Beach Road Extension Phase II
Contractor/Consultant Name: Kimley-Horn &Associates, Inc.
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
Reallocate funds FOR acquisition assistance
1 from Tasks 6 & 7 to 0 0 for the Appraiser and R/W
new Task 10 agent is modified to provide
R/W acquisitions support
❑ Check here if additional summary page/s are attached to this Change Order
Page 2 of 4
Change Order Form(2023_ver.1)
CAO
Cofer County
= Procurement Services Change Order Form
Contract# 22-8053 CO# 1 PO# 4500228617 Project#: 60249
Project Name: Design Services for Vanderbilt Beach Road Extension Phase II
Contractor/Consultant Name: Kimley-Horn &Associates, Inc.
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(https://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.
Wh iteRobert Digitally signed by WhiteRobert
Prepared by: Date:2025.03.17 14:24:55-04'00' Date:
Signature-Division Project Manager
Robert White, P.E., Transportation Engineering
Printed Name
Dgd5 y signed fiy Gary J Nadeau
Accepted b G a ry J Nadeau DN CN=Gary J Nadeau dnSuCIATE-A 01d10C000001B138DE7A690003420D.
Orz.a-HORN AND ASSOCIATES INC.C=uS
p y: Date 2025.03 19 11 43 29-04 00' Date:
Signature-Design/Engineer Professional (if applicable)
Gary J. Nadeau, Sr.Vice President
Printed Name/Title/Company Name
Accepted by: Date:
Signature-Contractor/ConsultantNendor
Printed Name/Title/Company Name
AhmadJay Digitally signed by AhmadJay
Approved by: Date:2025.03.24 07:53:48-04'00' Date:
Signature-Division Manager or Designee(Optional)
Jay Ahmad, P.E., Transportation Engineering
Printed Name
Approved by: Date:
Signature-Division Director or Designee(Optional)
Trinity Scott, Transportation Management Services
Printed Name
Digitally signed by
ScottTrinity Date:T2025.04.01
Approved by: 10:23:40-04'00' Date:
Signature-Division Administrator or Designee (Optional)
Printed Name
Page 3 of 4
Change Order Form(2023_ver.1) CA O
6B8
Cofer County
Procurement Services Change Order Form
Contract# 22-8053 CO# 1 PO# 4500228617 Project#: 60249
Project Name: Design Services for Vanderbilt Beach Road Extension Phase II
Contractor/Consultant Name: Kimley-Horn &Associates, Inc.
FOR PROCURMENT USE ONLY
FY 25 CHO Request# 638
BowdenStephanie• Digitally signed by BowdenStephanie
Approved by: Date:2025.04.03 11:29:28-04'00
Signature-Procurement Professional Signature/Date
Approved by:
Signature-Procurement Manager/Director(OPTIONAL)
APPROVAL TYPE:
❑ Administrative ❑ Administrative-BCC Report ® 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 COUNTY, FLORIDA
•
By: By: /44,% /Ciei..+ .
Burt L. Saundersrs , Chairman
Dated: ¢ �Mrt7 •1
Attest as to Chairman Date: 912212$
signature only.
(SEAL) Agenda# 14 Q g
Appr ved as o Fo nd gality:
Deputy County Attorney
Print Name
Page 4 of 4
Change Order Form(2023_ver.1)
16B8
Kimley>>>Horn
March 11, 2025
Robert White, P.E.
Project Manager Ill
Transportation Engineering
Collier County Transportation Management Services
2885 South Horseshoe Drive
Naples, FL 34104
RE: Professional Services Contract No. 22-8053
Purchase Order No. 4500228617
Design Services for Vanderbilt Beach Road Extension Phase II
Change Order No. 1 —Right-of-Way Acquisition Assistance
Dear Mr. White,
The negotiated Scope of Services and Contract for the subject project, considered and included the
support of Kimley-Horn for right-of-way acquisition as an Optional Service. Specifically, Task #6 and
Task #7 from the Contract Schedule B. These tasks were intended to support the Appraisal and
Negotiation Process of the required right-of-way acquisition. As the right-of-way process has
progressed, the need has shifted to providing expert support for the legal and administrative
proceedings of potential Order of Takings and eminent domain actions.
At this time,we are requesting that Optional Services Task 6(EOR Acquisition Assistance to Appraiser)
and Task 7 (EOR Acquisition Assistance to R/W Agent) be reallocated to a new Task 10 titled Right-
of-Way Acquisition Support. The new Task#10 should be executed as soon as possible to allow timely
support for currently scheduled acquisition litigation. The new scope of services for Task 10 follows
and supersedes sections 3.12 and 3.13 of Schedule A (Scope of Services)from Contract 22-8053:
Task 10 — Right-of-Way Acquisition Support: The CONSULTANT shall perform consulting and/or
expert witness services in support of Right-of-Way acquisition activities, as necessary, on any
assignments set forth by the COUNTY's Project Manager. Acquisition support may include the
following: a. Pre-hearing, pre-mediation, or pre-trial preparation and participation. b. Attendance at
Orders of Taking, mediations, depositions, trials, or other court hearings. c.Any other support deemed
necessary by the COUNTY's Right of Way Manager, Project Manager, or assigned attorney to
successfully mediate, litigate and defend the COUNTY's position through transfer of title.
A summary of the funding reallocation of the Optional Services and creation of the new Optional Service
Task is shown on the following page.
kimley-horn.com 2640 Golden Gate Parkway, Suite 201, Naples. FL 34105 239 999 3187
�A�
1 €BS
Page 2
KimleyF>>Horn
Reallocation of Funds - Execution of Optional Service #10 (Change Order# 1)
Task LS or Original Contract Adjustment due New Contract Requested
NTE Value to this CO Value Executed Value
1 30%Submittal LS $ 627,843.58 $ - $ 627,843.58 $ 627,843.58
2 60%Submittal LS $ 449,386.75 $ - $ 449,386.75 $ 449,386.75
3 90%Submittal LS $ 339,067.98 $ - $ 339,067.98 $ 339,067.98
4 Final Design LS $ 206,036.52 $ - $ 206,036.52 $ 206,036.52
5 Post Design Services NTE $ 81,891.37 $ - $ 81,891.37 $ -
6 FOR Acquisition assistance to NTE
Appraiser(Optional Service) $ 22,050.00 $ (22,050.00) $ $
EOR Acquisition assistance to
7 R/W Agent(Optional Service) NTE $ 22,400.00 $ (22,400.00) $ - $ -
8 Subsurface Utility Exploration NTE
(Optional Service) $ 17,086.00 $ $ 17,086.00 $
Cultural Resource Assessment
9 NTE $ 18,507.00 $ - $ 18,507.00 $ -
Study(Optional Service)
Right-of-Way Acquisition
10 NTE $ - $ 44,450.00 $ 44,450.00 $ 44,450.00
Support(Optional Service)
Subtotal $ 1,784,269.20 $ - $ 1,784,269.20 $ 1,666,784.83
A breakdown of the specific staffhours and staff classifications expected for Optional Service # 10 is
shown below.At this time,we are not requesting an adjustment to the staff classifications or rates listed
in the Contract.
Senior
Contract 22-8053 Principal Senior
Project Clerical Total
Change Order#1 Engineer Manager Engineer
Staffhour and Fee Estimate
$238.00 $201.00 $175.00 $73.00
Right-of-Way Acquisition Hours 23 126 78 0 227
Support Fee $5,474 $25,326 $13,650 $0 $44,450
kimley-horn.com 2640 Golden Gate Parkway, Suite 201, Naples, FL 34105 239 999 3187
CAD
16B8
Kimley>>>Horn Page 3
The required services for Optional Service #10 will be performed on a Time and Materials basis and
invoiced monthly. Also, execution of Optional Service #10 will be performed concurrently with the on-
going design efforts and no modification of the contract project schedule is required.
Please let me know if you require any additional information related to the above request.
Sincerely,
Richard Arico, P.E.
Senior Project Manager
kimley-horn.com 2640 Golden Gate Parkway. Suite 201. Naples. FL 34105 239 999 3187
__ ()