Loading...
#24-8226 (Kimley-Horn Associates, Inc.)FIXED FEE PROFESSIONAL SERVICE AGREEMENT # 24-8226 for "Project Management Services" THIS AGREEMENT , made and entered into on this 27 day of (\f\ ~~ , 20 ·2< by and between Jaco bs Engineering Group , In c . authorized to do business in the State of Florida , whose business address is 58 11 Pe li can Bay Bl vd, Sui te 305, Nap les, FL 34 108 ,(the "Contractor") and Collier County, a political subdivision of the State of Florida , (the "County"): WIT N ES S ETH: 1. The Agreement shall be for a five ( _5 _) year period , commencing [j] upon the date of Board approval ; or D on ______ ,and terminating on fi ve ( _5_) year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may , at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for one ( _1 _) additional one ( _1 _) year(s) periods. The County shall give the Contractor written notice of the County 's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee , may, at his discretion , extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days . The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2 . COMMENCEMENT OF SERVICES . The Contractor shall commence the work upon issuance of a [j] Purchase Order [j] Notice to Proceed [j] Work Order. 3. STATEMENT OF WORK. The Contractor shall provide services in accordance with the terms and conditions of [j] Request for Proposal (RFP) D Invitation to Bid (1TB) □ Ott'ler ________________ ( ) # 24-8226 , including all Attachment(s), Exhibit(s) and Addenda and the Contractor's proposal referred to herein and made an integral part of this Agreement. [j] The Contractor shall also provide services in accordance with Exhibit A - Scope of Services attached hereto . Page 1 of 15 Fixed P ri ce Profession al Se r v i ce Agr eemen t [2 024 _ ver.3] CAO 3.1 This Agreement contains the entire understanding between the parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County 's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. 3 .2 The execution of this Agreement shall not be a commitment to the Contractor to order any minimum or maximum amount. The County shall order items/services as required but makes no guarantee as to the quantity, number, type or distribution of items/services that will be ordered or required by this Agreement. 4 . THE AGREEMENT SUM. The County shall pay the Contractor for the performance of this Agreement based on Exhibit 8-Fee Schedule, attached hereto and the price methodology as defined in Section 4 .1. Payment will be made upon receipt of a proper invoice and upon approval by the County's Contract Administrative AgenUProject Manager, and in compliance with Chapter 218, Fla . Stats ., otherwise known as the "Local Government Prompt Payment Act". 4 .1 Price Methodology (as selected below): [j] Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the County to the contractor ; and, as a business practice there are no hourly or material invoices presented , rather , the contractor must perform to the satisfaction of the County 's project manager before payment for the fixed price contract is authorized. [j] Time and Materials: The County agrees to pay the contractor for the amount of labor time spent by the contractor's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's markup). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project , or when it is expected that the project requirements would most likely change . As a general business practice, these contracts include back-up documentation of costs ; invoices would include number of hours worked and billing rate by position (and company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. D U11it P1 ice. Tl Ie Cou11ty agrees to pay a fil, 11 total fixed price (i11clusive of all costs, including labor, materials, equipment, overhead, etc .) for a repetitive product or 8en,ice delilfered (i.e. in8tallation price per ton, delivery price per package or carton , etc.). The invoice must identify the unit price end the number of units received (no contractor inventory or cost verification). 4.2 Any County agency may obtain services under this Agreement, provided sufficient funds are included in their budget(s). Page 2 of 15 F ixe d Pri ce P rofess io na l Se rvice Ag ree ment [2024 _ ver.3 ] CAO 4 .3 Payments will be made for services furnished , delivered , and accepted , upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of the Agreement. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches " as untimely submitted . Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. 4.4 The County , or any duly authorized agents or representatives of the County , shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Payment Applicat ion , Change Order, or Work Directive Change . 4.5 [j] Travel and Reimbursable Expenses: Travel and Reimbursable Expenses must be approved in advance in writing by the County . Travel expenses shall be reimbursed as per Section 112 .061 Fla . Stats . Reimbursements shall be at the following rates : Mileaqe $0.44 .5 per mile Breakfast $6.00 Lunch $11.00 Dinner $19.00 Airfare Actual ticket cost limited to tourist or coach class fare Rental car Actual rental cost limited to compact or standard-size vehicles Lodging Actual cost of lodging at single occupancy rate with a cap of no more than $150.00 per niqht Parking Actual cost of parking Taxi or Airport Limousine Actual cost of either taxi or airport limousine Reimbursable items other than travel expenses shall be limited to the following: telephone long-distance charges , fax charges , photocopying charges and postage. Reimbursable items will be paid only after Contractor has provided all receipts. Contractor shall be responsible for all other costs and expenses associated with activities and solicitations undertaken pursuant to this Agreement. 5 . SALES TAX. Contractor shall pay all sales , consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. Collier County , Florida as a political subdivision of the State of Florida , is exempt from the payment of Florida sales tax to its vendors under Chapter 212 , Florida Statutes , Certificate of Exemption# 85-8015966531 C. Page 3 of 15 F ixe d P r ice Profess io na l Serv ice Agreement [2024_ ver.3 ] CAO 6. NOTICES. All notices from the County to the Contractor shall be deemed duly served if mailed or emailed to the Contractor at the following : Company Name: Jacobs Eng inee rin g Grou p , In c Address: 58 1 1 Pe li can Bay Bl vd ., S u ite 305 Naples , FL 34 108 Authorized Agent: Ell en B . Patterson Attention Name & Title: Geog rap hi c Operati o ns M a nager Telephone: 56 1-9 14-0192 E-Mail(s): Elle n .Patte rso n @jacobs .com All Notices from the Contractor to the County shall be deemed duly served if mailed or emailed to the County to : Board of County Commissioners for Collier County, Florida Division Name: T ransport ati o n Enginee ri ng Division Director: J ay Ahmad Address: 2885 Ho rses hoe Dri ve S Naples , FL 34 104 Administrative Agent/PM: _E_ric_O_v_a_re_s,_P_ro_j e_ct_M_a_na_g_er_l l __________ _ Telephone: _2_39 __ 2_5_2-_57_2_8 _______________ _ E-Mail(s ): _e_ric_.o_va_r_es_@_c_o l_li e_rc_ou_n_ty_fl ._go_v __________ _ The Contractor and the County may change the above mailing address at any time upon giving the other party written notification . All notices under this Agreement must be in writing. 7. NO PARTNERSHIP. Nothing herein contained shall create or be construed as creating a partnership between the County and the Contractor or to constitute the Contractor as an agent of the County . 8 . PERMITS: LICENSES: TAXES. In compliance with Section 218.80, F.S., all permits necessary for the prosecution of the Work shall be obtained by the Contractor . The County will not be obligated to pay for any permits obtained by Subcontractors . Payment for all such permits issued by the County shall be processed internally by the County. All non-County permits necessary for the prosecution of the Work shall be procured and paid for by the Contractor. The Contractor shall also be solely responsible for payment of any and all taxes levied on the Contractor. In addition , the Contractor shall comply with all rules , regulations and laws of Collier County , the State of Florida , or the U. S . Government now in force or hereafter adopted. The Contractor agrees to comply with all laws governing the responsibility of an employer with respect to persons employed by the Contractor. Page 4 of 15 F ixe d Price Professio na l Serv ice Agreement [2024_ ver.3 ] CAO 9 . NO IMPROPER USE. The Contractor will not use , nor suffer or permit any person to use in any manner whatsoever, County facilities for any improper, immoral or offensive purpose, or for any purpose in violation of any federal , state , county or municipal ordinance , rule , order or regulation , or of any governmental rule or regulation now in effect or hereafter enacted or adopted. In the event of such violation by the Contractor or if the County or its authorized representative shall deem any conduct on the part of the Contractor to be objectionable or improper, the County shall have the right to suspend the Agreement of the Contractor . Should the Contractor fail to correct any such violation , conduct , or practice to the satisfaction of the County within twenty-four (24) hours after receiving notice of such violation , conduct , or practice , such suspension to continue until the violation is cured . The Contractor further agrees not to commence operation during the suspension period until the violation has been corrected to the satisfaction of the County . 10. TERMINATION. Should the Contractor be found to have failed to perform his services in a manner satisfactory to the County as per this Agreement , the County may terminate said Agreement for cause; further the County may terminate this Agreement for convenience w ith a thirty (30) day written notice . The County shall be the sole judge of non-performance . In the event that the County terminates this Agreement , Contractor's recovery against the County shall be limited to that portion of the Agreement Amount earned through the date of termination . The Contractor shall not be entitled to any other or further recovery against the County , including , but not limited to , any damages or any anticipated profit on portions of the services not performed. 11 . NO DISCRIMINATION. The Contractor agrees that there shall be no discrimination as to race , sex , color , creed or national origin or any other class protected by federal or Florida law . 12 . INSURANCE. The Contractor shall provide insurance as follows : A. [j] Commercial General Liability: Coverage shall have minimum limits of $1 ,000,000 Per Occurrence , $2,000,000 aggregate for Bodily Injury Liability and Property Damage Liability . The General Aggregate Limit shall be endorsed to apply per project. This shall include Premises and Operations ; Independent Contractors ; Products and Completed Operations and Contractual Liability. B. [j] Business Auto Liability: Coverage shall have minimum limits of $500 ,000 Per Occurrence , Combined Single Lim it for Bodily Injury Liability and Property Damage Liability. This shall include : Owned Vehicles , Hired and Non -Owned Vehicles and Employee Non -Ownership. C . [j] Workers' Compensation: Insurance covering all employees meeting Statutory Limits in compliance with the applicable state and federal laws . Page 5 of 15 F ixed Pr ice Professional Serv ice Agree ment [2024_ ver.3 ] CAO The coverage must include Employers' Liability with a minimum limit of $ soo ,ooo for each accident. D. Ii] Professional Liability: Shall be maintained by the Contractor to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. Contractor waives its right of recovery against County as to any claims under this insurance. Such insurance shall have limits of not less than $1,000 ,000 each claim and aggregate . E. D Cyber Liability: Coverage sl ,a ll I ,ave 111i1ii,11ui 11 Ii, 1 lits of $ _____ _ per occurrence. F. D Technology Errors and Omissions: Gmi<erage shall have minimum limits of$ per occurren ce . G. D Wateroraft: Coverage shall ha 1,e minimum limits of $ per oc currence . 11. D United States Longshoreman's and I larborworker's Act Coverage shall be maintained where applicable to the completion of the worl< $ per occurrence. I. D Maritime Govefege (Jones Act): Go 101erage shall have minimum limits of $ ______ per occurrence. J. D. ________________ ____.(_o_th_e_r.._): Coverage shall have minimum limits of$ ______ per occ u rre nc e . K. D (other): Coverage shall have minimum limits of$ ______ per occurrence. Special Requirements: Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County , OR, Collier County Government shall be listed as the Certificate Holder and included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where required. This insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Current, valid insurance policies meeting the requirement herein identified shall be maintained by Contractor during the duration of this Agreement. The Contractor shall provide County with cert ificates of insurance meeting the required insurance provisions. Renewal certificates shall be sent to the County thirty (30) days prior to any expiration date. Coverage afforded under the policies will not be canceled or allowed to expire until the greater of: thirty (30) days prior written notice, or in accordance with policy provisions . Contractor shall also notify County, in a like manner , within twenty-four (24) hours after receipt , of any notices of expiration, Page 6 of 15 F ixed P r ice P ro fess io na l Serv ice Agree m ent [2024 _ v er .3 ] CAO cancellation , non-renewal or material change in coverage or limits received by Contractor from its insurer, and nothing contained herein shall relieve Contractor of this requirement to provide notice . Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 13 . INDEMNIFICATION. To the maximum extent permitted by Florida law , CONTRACTOR shall indemnify and hold harmless the COUNTY , its officers, and employees from any and all liabilities , damages , losses and costs , including , but not limited to , reasonable attorneys ' fees and paralegals ' fees , to the extent caused by the negligence , recklessness , or intentionally wrongful conduct of CONTRACTOR or anyone employed or utilized by the CONTRACTOR in the performance of this Agreement. This indemnification obligation shall not be construed to negate , ab ridge , or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described herein. 13 .1 To the extent that the work under the Agreement pertains to a "Professional Services Contract" as defined in Section 725.08(3), Florida Statutes , and the Contractor is a "Design Professional " as defined in Section 725.08(4), Florida Statutes , the indemnification provided herein shall be limited as provided in Sections 725 .08(1) & (2), Florida Statutes . 14. AGREEMENT ADMINISTRATION. This Agreement shall be administered on behalf of the County by the _T_ra _ns_po_rta_ti_on_E_ng_in_ee_ri_ng_D_iv_isi_on __________ _ 15. CONFLICT OF INTEREST. Contractor represents that it presently has no interest and shall acquire no interest , either direct or indirect , which would conflict in any manner with the performance of services required hereunder . Contractor further represents that no persons having any such interest shall be employed to perform those services. 16. COMPONENT PARTS OF THIS AGREEMENT . This Agreement consists of the following component parts , all of which are as fully a part of the Agreement as if herein set out verbatim : Contractor's Proposal , Insurance Certificate(s), Iii Exhibit A Scope of Services , Exhibit B Fee Schedule , Ii] RFP/ □ IT B/ □ 1,-ffl~==================================+-.:::..::~;;;;;;;:.--t # 24-8226 I incluEiing E*hibits , AUachments anEi Addenda/Addendum , D subsequent quotes , and Iii Other Exhibit/Attachment: Affidavit Regard ing Labor and Serv ices 17. APPLICABILITY. Sections corresponding to any checked box(■) will expressly apply to the terms of this Agreement. 18 . SUBJECT TO APPROPRIATION. It is further understood and agreed by and between the parties herein that this Agreement is subject to appropriation by the Board of County Commissioners . Page 7 of 15 Fixed Price Profess io na l Serv ice Ag reeme nt *Modifi ed Sect io n 13 [2 024 _ ver.3 ] CAO 19. PROHIBITION OF GIFTS TO COUNTY EMPLOYEES. No organization or individual shall offer or give , either directly or indirectly , any favor, gift , loan , fee , service or other item of value to any County employee , as set forth in Chapter 112 , Part 111 , Florida Statutes, Collier County Ethics Ordinance No . 2004-05, as amended, and County Administrative Procedure 5311 . Violation of this provision may result in one or more of the following consequences : a. Prohibition by the individual , firm , and/or any employee of the firm from contact with County staff for a specified period of time ; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time , including but not limited to : submitting bids , RFP , and/or quotes; and , c . immediate termination of any Agreement held by the individual and/or firm for cause . 20 . COMPLIANCE WITH LAWS. By executing and entering into this Agreement, the Contractor is formally acknowledging without exception or stipulation that it agrees to comply , at its own expense , with all federal , state and local laws , codes , statutes , ordinances , rules , regulations and requirements applicable to this Agreement , including but not limited to those dealing with the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324 , et seq. and regulations relating thereto , as either may be amended , as well as the requirements set forth in Florida Statue , §448.095 ; taxation , workers ' compensation , equal employment and safety including , but not limited to , the Trench Safety Act , Chapter 553 , Florida Statutes , and the Florida Public Records Law Chapter 119 , if applicable , including specifically those contractual requirements at F.S . § 119.0701 (2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Division of Communications, Government and Public Affairs 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: Pu blicRecordRegu est@co lli ercou nty f l.gov The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service . 2 . Upon request from the public agency 's custodian of public records , provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law . Page 8 of 15 Fixed Price P rofess io na l Serv ice Agree ment [2024 _ ver .3] CAO 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract , transfer, at no cost , to the public agency all public records in possession of the Contractor or keep and maintain publ ic records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract , the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements . If the Contractor keeps and mainta ins public records upon completion of the contract , the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency , upon request from the public agency 's custodian of public records , in a format that is compatible with the information technology systems of the public agency . If Contractor observes that the Contract Documents are at variance therewith , it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately . 21. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES. Collier County encourages and agrees to the successful Contractor extending the pricing, terms and conditions of this solicitation or resultant Agreement to other governmental entities at the discretion of the successful Contractor. 22 . AGREEMENT TERMS. If any portion of this Agreement is held to be void , invalid, or otherwise unenforceable , in whole or in part , the remaining portion of this Agreement shall remain in effect. 23 . ADDITIONAL ITEMS/SERVICES. Additional items and/or services may be added to this Agreement in compliance with the Procurement Ordinance , as amended , and Procurement Procedures . 24 . DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties , the parties shall make a good faith effort to resolve any such disputes by negotiation . The negotiation shall be attended by representatives of Contractor with full decision-making authority and by County 's staff person who would make the presentation of any settlement reached during negotiations to County for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement , the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida . The mediation shall be attended by representatives of Contractor with full decision-making authority and by County's staff person who would make the presentation of any settlement Page 9 of 15 Fixe d Price Professio na l Se rvi ce Ag ree ment [2024_ ver.3] CAO reached at mediation to County's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102 , Fla. Stat. 25. VENUE. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters . 26 . [i] KEY PERSONNEL. The Contractor's personnel and management to be utilized for this project shall be knowledgeable in their areas of expertise. The County reserves the right to perform investigations as may be deemed necessary to ensure that competent persons will be utilized in the performance of the Agreement. The Contractor shall assign as many people as necessary to complete the services on a timely basis, and each person assigned shall be available for an amount of time adequate to meet the required service dates. The Contractor shall not change Key Personnel unless the following conditions are met: (1) Proposed replacements have substantially the same or better qualifications and/or experience . (2) that the County is notified in writing as far in advance as possible . The Contractor shall make commercially reasonable efforts to notify Collier County within seven (7) days of the change. The County retains final approval of proposed replacement personnel. □ AGREEMENT STAFFING. Hie CeRtraeter's f'€FseRRel aReJ Fl'l8fl8~efl'leflt te be utilized for this AgreeFRent shall be knowledgeable in their areas of e>Epertise. The County reseF¥es the right to perforFR in¥estigations as FRay be deeFRed neoessary to ensure that ooFRpetent persons will be utilized in the perforFRanse of the AgreeFRent The Contraster shall assign as FRany people as neoessary to ooFRplete reeiuired sePJises on a tiFRely basis , and cash person assigned shall be a•,ailable for an aFRount of tiFRe adeeiuate to FReet reeiuired sePJises. 27. [i] ORDER OF PRECEDENCE. In the event of any conflict between or among the terms of any of the Contract Documents , the terms of solicitation the Contractor's Proposal, and/or the County's Board approved Executive Summary, the Contract Documents shall take precedence . □ ORDER OF PRECEDENCE fGrar,t Fur,ded). IR tt,e e~eflt ef afly eeRfliet beh·feen or aFRong the terFRs of any of the Contrast DoouFRents and,'or the County's Board appro¥ed E>Eesuti¥e guFRFRary , the terFRs ofthe AgreeFRent shall take presedense 0 1,er the terFRs of all other Contrast DoeuFRents, e>Eeept the terFRs of any guppleFRental Conditions shall take presedenoe O\'OF the AgreeFRent. To the e>Etent any sonflist in the terFRs of the Contraet DoeuFRents eannot be resolYed by applieation of the guppleFRental Conditions, if any, or the AgreeFRent , the sonfliot shall be resol¥ed by iFRposing the FRore striot or sostly obligation under the Contraet DosuFRents upon the Contraster at County's disoretion. 28 . ASSIGNMENT . Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of the County. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the County's consent , shall be void . If Page 10 of 15 Fixe d Pri ce Pro fes si o nal Se rvi ce Ag reement [2024 _ ver .3 ] CAO Contractor does, with approval , assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward the County . 29. SECURITY. The Contractor is required to comply with County Ordinance 2004-52 , as amended . Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include , but not be limited to , checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports , education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years . All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties . Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid , as discussed below. All technicians shall have on their shirts the name of the contractor's business . The Contractor shall immediately notify the Collier County Facilities Management Division via e-mail (D L-FMOPS@colliercountyfl .gov ) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. Collier County Sheriff's Office (CCSO) requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process , the Contractor is responsible for all costs. (Intentionally left blank -signature page to follow) Page 11 of 15 Fixe d Price Profess io na l Se rvice Agreement [2 024 _ ver.3] CAO IN WITNESS WHEREOF , the parties hereto , by an author ized person or agent , have executed th is Agreement on the date and year first written above . ATTEST : Contractor's First Witness Bill Gramer, V .P. Transportation t Type/p ·nt witness namet Con Diana Francois tType/print witness name t Pint Name BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY , FLORIDA Burt L. Sa un de r s , C hairman Jacobs Engineering Group Inc . Contractor By : zl!~./J~ Signature Ellen Patterson , Vice President t Type/pr int signature and titlet Page 12 of 15 Fixe d Pri ce Profess io na l Serv ice Ag reement [2024_ver.3] Exhibit A Scope of Services [j] following this page (containing _5 ___ page/s) D this exhibit is not applicable Page 13 of 15 Fixed Price Professional Service Agreement [2024 _ ver .3] CAo SCOPE OF SERVICES AGREEMENT 24-8226 This Agreement is awarded to multiple vendors on a Primary, Secondary, and Tertiary basis . Services will commence upon the issuance of a Work Order, Notice to Proceed and Purchase Order. Primary: Jacobs Engineering Group Inc . Secondary : Capital Consulting Solutions , LLC Tertiary: Kimley-Horn and Associates , Inc . The Vendors shall have construction project management experience in horizontal construction methods with an emphasis in stormwater, utility, and roadway capital improvement projects. Project Management Service requests may include , but not limited to , managing a wide range of projects within the study, design , construction , and post-construction phases. The services may include but are not limited to , review permit applications , construction observation , inspection , management , coordination , and administration from commencement through substantial completion , final acceptance , and project close-out. Vendors will be required to manage , and/or review scopes of work , construction plans , construction documents , project activity schedules , construction estimates , deliverables , and bid - related documents , complete County forms/documentation , and schedule and attend meetings . The services under the agreement are on an as -needed basis as determined by the County, and there is no guaranteed or minimum spend . This agreement does not include hiring individuals to perform professional services as defined under the Consultants' Competitive Negotiation Act (CCNA) per Florida Statute § 287.055. The intent of these services is to augment project management services not falling within the parameters of CCNA. A Vendor who participates in the drafting of a solicitation or scope or who develops a program for future implementation, is not eligible to contract with the agency for any other contracts dealing with that specific subject matter, and any firm in which such person has any interest is not eligible to receive such contract. However, this prohibition does not prevent a vendor who responds to a request for information from being eligible to contract with the agency. No person performing services under this Agreement shall execute any legally binding documents on behalf of the County. 1. Project Management Team Qualifications: The minimum qualifications for project managers (PM) are as follows : • Three (3) years of project management experience in the construction industry. Page 1 of 5 Scope of Services • Bachelor's degree in project management , construction management, engineering , or non -degree with related project management field experience . • Candidates without a degree should possess at least four (4) additional years of related experience . • Project Management Professional (PMP) certification or equivalent , is desired , but not required . 2. Project Management Services : The selected vendor(s) will provide project management services for a variety of projects and be responsible for all project management responsibilities to complete the assigned project(s). The work may include project management activities related to stormwater, utility and roadway improvement studies/pre -design , design , construction , and post- construction services. Projects may include but are not limited to managing the design (performed by others) and construction of stormwater, utility and roadway infrastructure projects including , but not limited to , outfalls , weirs , inlets , pumps , pump stations , culvert replacements , and Supervisory Control and Data Acquisitions (SCADA) i ntegrations , etc. Proposed vendor(s) shall have the ability to provide one or more project manager(s) that will be dedicated full -time to the project(s) and act as an extension of and under the work direction of Collier County staff. The project manager(s) will work at a designated county office while completing this work . 3. Project Tasks: 3 .1. Project management oversight of all aspects of the project with the primary objective of keeping the work on schedule and within budget. 3.2 . Accomplish the work using a variety of staff and resources with a single point of contact for each project. 3.3. A minimum of a three -week notification to County staff if there are PM staff changes to allow replacement staff to transition into roles. County staff will interview and approve PM replacements . 3.4. The selected vendor 's point of contact will also need to be in contact via email and phone . The County will provide office accommodations for PM . 3.5. Schedule and attend meetings and prepare meeting agendas and minutes . Meetings may include County staff meetings , project meetings , pre -construction meetings with stakeholders , and after-hours meetings . 3.6 . Review project parameters with County staff. 3.7 . Site visits and/or project observations . 3.8 . Work with County staff to determine the project's funding source , budget , and project setup . 3.9. Prepare and/or review project-related forms and documentation as directed by County staff, including but not limited to , scopes of work , cost estimates , schedules , change orders , requests for information (RFI), and payment applications . 3.10 . Plan , prioritize , set up activities , and work products necessary to complete the initial planning and setup tasks to manage each assigned project. Pa ge 2 of 5 Scope of Services 3.11 . Under the guidance of County staff temporary employees will : • Develop solicitations (Request for Quotes (RFQ), Invitation to Bid (1TB), Request for Professional Services (RPS), and Request for Proposals (RFP)), and related documentation and activities related to advertising a project. The project manager will work with County staff to meet internal procurement guidelines and ordinances when bidding on the construction work . • Draft executive summaries to accompany the agenda item to the Board of County Commissioners for approval. • Prepare a packet of information for the County's Right of Way Acquisition section to provide them with the parameters of the acquisitions . • Assist County staff with bid opening, negotiate contract(s), and work with Procurement to draft contract and all supplemental documentation . • Obtain existing and proposed easements and rights-of-way (ROW). 4. Firm Requirements 4 .1. Must adhere to I State of Florida and County Laws and Ordinances in the review or completion of responsibilities assigned under this agreement and must be licensed pursuant to their trades and rules and regulations of the State of Florida . 4.2 . Must respond to the County 's request for service within three business days from the point of contact and must provide a potential candidate within two weeks from initial request. 4.3 . The vendor shall describe its contingency plans for managing the staff and additional staff, if necessary, to ensure project(s) deadlines are met. 4.4 . Must provide a communication and escalation strategy for personnel not performing their assigned responsibilities . 4 .5. During the first three months of the contract , the firm must collaborate with the County to develop performance metrics , tracking services , positions , costs , schedule completion/overruns, anticipated and unanticipated risks , etc . Maintain performance and risk management measurement tracking reports and provide to County contact upon request. 4 .6. Provide monthly billing statement/invoice identifying the positions , services , and hours in "line item " detail by function . 4 .7 . All records produced on behalf of Collier County are subject to the State of Florida Public Records Law and public records retention schedules . 4 .8. Provide Information Technology resources and equipment, as necessary, to assigned staff that are compatible with Collier County Information Technology system protocols and available to provide all provisions of the services required by the scope of services . 4.9 . Provide equipment and resources to assigned staff (other and information technology resources) that shall include vehicles or trucks for site visits or other services as part of this RFP. 4 .10 . Allow the County to reject employees from the firm 's pool of candidates , at the County 's sole discretion . Page 3 of 5 Scope of Services 4.11 . Ensure all construction activities are permitted and inspected in strict conformance with the Land Development Code and all local and state building codes. 5. Specific Personnel Requirements: 5 .1 Principal Project Manager -Provides direction , guidance and assistance to contractors and work crews ; coordinates daily work activities ; organizes , prioritizes , and assigns work ; monitors status of work in progress and inspects completed work ; confers with contractors and work crews , assists with complex/problem situations , and provides technical expertise. Interprets , explains , and ensures engineering compliance with applicable codes , ordinances , resolutions , regulations , standards , specifications , policies , and procedures , as well as approved construction plans ; research codes , engineering standards , techn ical manuals , or other resources as needed ; initiates any actions necessary to correct deviations or violations . Reviews design and construction documents pertaining to division projects ; Reviews plans , designs, specifications , and cost est i mates . Reviews site development plans , construction/engineering plans , permit applications , and specifications to ensure compliance with applicable codes , ordinances , and engineering standards ; reviews engineering studies , engineering reports , and cost estimates ; reviews changes to construction plans ; provides recommendations and comments on development plans . Performs site visits , field inspections , inspects projects to ensure compliance with approved plans and specifications ; conducts inspections or collects data at sites ; sets elevation ; takes photographs and measurements of field conditions ; resolves problems at site. Reviews engineering analysis and engineering reports ; evaluates problems and recommends solutions. Reviews and approves infrastructure , excavat ions , and other sitework improvements ; reviews site development plans for commercial , multi-family residential , and industrial infrastructure ; reviews construction plans , reviews engineering aspects of condit ional use permits and rezoning applications ; reviews construction plans and land use pet itions for water management , engineering , and utility concerns. Conducts tasks relating to stormwater management ; reviews development plans prepared by consulting engineers for impact on County stormwater facil ities and assesses the need for additional drainage easements ; conducts site visits to verify existing drainage conditions and evaluate possible impacts on stormwater system ; assists with investigations of non -compliance stormwater systems and provides f indings and possible solutions ; maintains and updates computer inventory records of the County's stormwater management system . Reviews technical eng ineering reports , studies , bid specifications , or other documents ; provides reports or data to division management , consultants , outside agencies or others as appropriate. Coordinates work activities with those of other Divisions/Departments , contractors , consultants , outside agencies , or others as needed . Responds to questions and complaints related to division projects ; provides information and assistance related to division activit ies , data , procedures , documentation , or other issues ; responds to routine questions , research questions/complaints , and initiates problem resolution . 5.2 Senior Project Manager-Coordinates or performs project management; prepares , reviews , and monitors project schedules and budgets ; monitors construction and maintenance contracts/agreements . Performs site visits , field inspections , inspects projects to ensure compliance with approved plans and specifications ; conducts inspections or collects data at sites ; takes photographs and measurements of field conditions ; resolves problems at site . Provides direction , guidance, and assistance to contractors and work crews ; monitors the status of work in progress and inspects completed work ; confers with contractors and work crews , assists with complex/problem situations , and provides technical expertise . Reviews development plans Page 4 of 5 Scope of Services prepared by consulting engineers , construction/engineering plans , permit applications , and specifications to ensure compliance with applicable codes , ordinances , and engineering standards; reviews engineering studies , engineering reports , and cost estimates ; reviews changes to construction plans ; provides recommendations and comments on development plans. Provides technical advice , information , and assistance concerning engineering issues , project management issues , design/construction activities , and other issues to contractors , consultants , County staff, public agencies , or others . Reviews bid specifications , or other documents ; provides reports or data to division management , consultants , outside agencies , or others as appropriate . Respond to questions and complaints related to division projects ; provide information and assistance related to division activities , data , procedures , documentation , or other issues ; respond to routine questions , research questions/complaints , and initiate problem resolution . 5.3 Project Manager-Administers , and coordinates work performed by consultants , contractors , or other service providers ; administers annual maintenance contracts ; monitors work to ensure compliance with terms of contract. Review construction plans , designs , and specifications pertaining to routine projects ; reviews designs , drawings , or maps associated with proposed or approved projects ; makes recommendations concerning improvements , modifications, design strategies, structural systems , or other aspects of project development. Manages projects during design and construction phases ; attends regular project progress meetings ; prepares , reviews , and assists with change orders for changes to contracted scope of work ; assists with purchase order requisitions , work orders , and invoices ; reviews project progress reports submitted by contractors; monitors adherence to project schedules . Conducts inspections , monitors work , and maintains records to ensure quality control ; inspects quality of construction work and materials ; coordinates final inspections with contractors and engineers ; coordinates project acceptance with othe r County divisions or government agencies . Prepares executive summaries for presentation to Board of County Comm issioners , Planning Commission , or other officials . Provides technical advice , information , and assistance concerning engineering issues , project management issues , design/construction activities , and other issues to contractors , consultants , County staff, public agencies , or others ; responds to questions or complaints ; assists in resolving engineering problems , project development issues , or conflicts involving project participants ; recommends solutions to problems. Coordinates public education activities relating to Division projects, services, and activities ; coordinates neighborhood programs involving participation of residents , such as resident traffic teams ; speaks to property owners and community organizations and provides information regarding projects and activities ; develops press releases and public information materials for distribution . 6 . The Consultant shall have no respons ibility for any contractor 's means , methods , techniques , equipment choice and usage , sequence , schedule , safety programs , or safety practices, nor shall Consultant have any authority or responsibility to stop or di rect the work of any contractor. 7. If the Consultant is requested to make site observations on behalf of the Owner, the Consultant's visits will be for the purpose of providing the Owner with a general project status update . Nothwithstanding the foregoing , the Consultant shall not be responsible for certifying the work of other design professionals outside of Consultant 's firm . Consultant neither guarantees the performance of contractors or other design professionals , nor assumes responsibility for any contractor or other design professional 's failure to perform its work in accordance with contract documents but shall report to the Owner any observed inconsistencies or non -conformities regarding the construction or design as it relates to the contract documents . Pa ge 5 of 5 Scope of Services Exhibit 8 Fee Schedule following this page (pages _1_ through _1_ ) Page 14 of 15 Fixed Price Professional Service Agreement [2024 _ ver.3] FEE SCHEDULE AGREEMENT 24-8226 This Agreement is awarded to multiple vendors on a Primary, Secondary, and Tertiary basis . Primary : Jacobs Engineering Group Inc . Position Title Principal Project Manaqer Senior Project Manaqer Project Manager Hourly Rate $275 $230 $195 Page 1 of 1 Fee Schedule Other Exhibit/Attachment Description : Affidavit Regarding Labor and Services [j] following this page (pages _1_ through _1_) D this exhibit is not applicable Page 15 oflS Fixed Price Professio nal Service Agreement [2024 _ ver.3) AFFIDAVIT REGARDING LABOR AND SERVICES Effective July 1, 2024, pursuant to§ 787 .06(13), Florida Statutes, when a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Nongovernmental Entity's Name: Jacobs Engineering Group Inc. Address: 5811 Pel ican Bay Boulevard, Ste 305, Naples, FL 34108 Phone Number: 239-431-9222 Authorized Representative's Name : t11en. ts . t-'atterson Authorized Representative's Title: txecutIve LJIrector ot uperatIons/VIce President Email Address: Ellen.Patterson@jacobs .com AFFIDAVIT I, Ellen B. Patterson (Name of Authorized Representative), as authorized representative attest that Jacobs Engineering Group Inc. (Name of Nongovernmental Entity) does not use coercion for labor or services as defined in§ 787.06, Florida Statutes. Under penalty of perjury, I declare that I have read the foregoing Affidavit and that the facts stated in it are true . 2/6/25 (Signature of authorized representative) Date Q · STATE OF _1 _L, ___ _ COUNTY OF ( Ol \ \-€ { Sworn to (or affin;r.ed) and subscrib_ed before me, by means o~hysical presence or D onl i ne notarization this ~ day of f:t)(). I 20 ~5 I by tl\.{(I Pcrlr-l{';;()(\ (Name of Affiant), who produced their------- idenf ·c :sonally known to me. Comhiissi o n Expires Personally Known ~OR Produced Identification Eil Type of Identification Produced : ______________________ _ CONTRACT, REN EWAL, OR EXTENSION REQUEST FORM Ve rsion: 202 5.1