Backup Documents 08/26/2025 Item #16F 6 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP ' 6 F
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 Date
1. County Attorney Office County Attorney Office 5?- " ( ilyAs
2. BCC Office Board of County Y��S 1
Commissioners Chairman fr(2 `Ol '
3. Minutes and Records Clerk of Court's Office 7/ a 5
gal
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 Sara Schneeberger, Facilities Division Phone 239-252-5013
Staff Contact/ Number Sara.Schneeberger@colliercountyfl.gov
Department Email
Agenda Date Item August 26,2025 Agenda
was Approved by the Item 16.F.6
BCC Number
Type of Document Recommendation to ratify administrative Number of
Attached approval of Change Order No. 15 adding a Original 1
time extension of 180 days and reallocating Documents
a total amount of$51,750 to Task 7- Attached
Construction Engineering Inspections for
$45,000 and Task 14-General Consulting
and Coordination for$6,750 for Phase 3 of
the project under Agreement No. 17-7199,
"Design Services for Collier County Sports
Complex,"with Davidson Engineering,
Inc., and authorize the Chairman to sign the
attached Change Order. (Project No.
50156)
PO number or Facilities Division is requesting a
account number if completed copy
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? N/A
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
signed by the Chairman,with the exception of most letters, must be reviewed and signed SS
by the Office of the County Attorney.
4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A
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 SS
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
signature and initials are required.
l:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12
7. In most cases(some contracts are an exception),the original document and this routing slip N/A
should be provided to the County Attorney Office at the time the item is input into SIRE. 1 61
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 August 26,2025 N/A is not
and all changes made during the meeting have been incorporated in the attached an option for
document. The County Attorney's Office has reviewed the changes, if applicable. 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 an option for
Chairman's signature. this line.
•
I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12
16F 6
+Go..ler County
Procurement Services Change Order Form
Contract# 17-7199 CO# 15 Po# 4500187994 Project#: 50156.3
Project Name: Design Services for Collier County Sports Complex
Contractor/Consultant Name: Davidson Engineering, Inc.
Select One: ❑✓ Contract Modification(Construction or Project Specific) ❑Work Order Modification
Project Manager Name: Michael Levy Division Name: Facilities Management
Original Contract/Work Order Amount $4,854,383.00 6/12/2018 11C Original BCC Approval Date;Agenda Item#
Current BCC Approved Amount $5,371,482.00 6/23/2020 16E4 Last BCC Approval Date;Agenda Item#
Current Contract/Work Order Amount $5,371,482.00 6/27/2024 SAP Contract Expiration Date(MASTER)
-Dollar Amount of this Change 10.65% Total%Change from Original Amount
Revised Contract/Work Order Total $5,371,482.00 0.00% %Change from Current BCC Approved Amount
Total Cumulative Changes $517,099.00 0.00% %Change from Current Amount
i —
Notice to Proceed 6/28/2018 Original NTP Original Final Last Final
Date #of Days 1,826 Completion Date 6/28/2023 Approved Date 8/28/2025
#of Days Added 180 Revised Final Date 2/24/2026 Current Substantial Completion Date r
(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;
❑Modify/Delete existing Task(s);❑Add new Task(s); ❑✓ Reallocate funds; ❑ Other(must be explained in detail below)
1.) Detail of change/s to be made through this Change Order.
This change order will add 180 days to the contract and reallocate funds to complete the remaining
professional services required for closeout of the Paradise Coast Sports Complex. The reallocations
are as follows:
$32,696.50 from Task 14 of Phase 1 to Task 7 of Phase 3
$12,303.50 from Task 12 of Phase 2 to Task 7 of Phase 3
$6,750 from Task 12 of Phase 2 to Task 14 of Phase 3
2,) If this Change Order is currently under a Stop Work, please identify the date issued and number of
days remaining or "N/A" if not applicable.
N/A
3.) Explain why this change was not included in the original contract/Work Order.
The changes in the timeline and phasing of this project were not known at the time of contracting.
4.) Describe the impact if this change is not processed.
If this change is not processed, the required professional services associated with closing out the
permit and project would not be available.
page 1 of 4
Change Order Form(2023_ver.1)
a..
16F 6
Co. ler County
Procurement Services Change Order Form
Contract# 17-7199 CO# 15 PO# 4500187994 Project#: 50156.3
Project Name: Design Services for Collier County Sports Complex
Contractor/Consultant Name: Davidson Engineering, 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
Draw against allowance to Needed for structural safety,
create new task for unforeseen complications due to
1 Geotechnical exploration rock,ground level conditions and
in Phase 2. unknown utility locations at the field
house and stadium locations.
Draw against allowance to County will miss out on funding
create new tasks for grant opportunities and marketing firm's
2 funding and OAEC comments will not be included in
Production Meetings in the final design and space
Phase 1. allocation.
To correct CO#2 Marketing firm's comments will not
for proper allocation be included in the final design and
3 for use of allowance. the space allocation and best use
of the facility will not be maximized.
Reallocate costs Marketing firm's comments will not
from reimbursable be included in the final design and
4 to existing tasks in the space allocation and best use
of the facility will not be maximized.
Phase 3.
Increase to contract amount The value-added items to improve
for additional scope for the efficiency and workflow of the
5 Architectural additions and $419,263.00 Sports Complex will not be
Landscaping Pilot Program
to Phase 2. realized.
Draw against allowance to The value-added items to improve
increase costs of existing task in
6 all Phases for addition of a the efficiency and workflow of the
Pavilion,Additional Parking, Sports Complex will not be
National Fitness Challenge Area. realized.
Increase to the contract The zoning insubstantial change
amount and allowance will not be approved and required
7 draw Planned Unit $49,336.00 changes to implement the pilot
Development in Phase 3. program will not be implemented.
Reallocation of funds If the change order is not
from Phase 2 to increase processed these changes impact
8 existing task and creating life,health and safety Issues and
new task in Phase 2. will prevent the project from
receiving a certificate of occupancy.
O Check here if additional summary page/s are attached to this Change Order
Page 2 of 4
Change Order Form(2023_ver.1)
16F 6
Cur County
Procurement Services Change Order Form
Contract# 17-7199 CO# 15 PO# 4500187994 Project#: 50156.3
Project Name: Design Services for Collier County Sports Complex
Contractor/Consultant Name: Davidson Engineering, 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
Reallocation of funds The value-added items to improve
from Phase 2 to increase the efficiency and workflow of the
9 existing task and creating Sports Complex and provide shelter
new task in Phase 3. to players during storm event.
Reallocation of funds I The value-added items to improve
from Phase 2 to increase the efficiency and workflow of the
10 existing tasks and create Sports Complex and provide
new tasks in Phase 3. documents to construct phase 3.
Reallocation of funds The value-added items to improve
from Phase 2 to increase the efficiency and workflow of the
11 existing tasks and create Sports Complex and provide
new tasks in Phase 3. documents to construct phase 3.
365 days contract The time extension is essential to
time extension. continue the design services for the
12 365 2,191 construction of Phase 3 of the
Sports Complex Project.
Adds 365 days and The Board discussed the PUD amendment
$48,500 for new Tasks for the Paradise Coast Sports Complex on
May 28,2024.The direction given by the
13 13 and 14, and increase $48,500 365 2,556 Board was to move forward with amending
Task 6 in Phase 3. the PUD to lessen the restrictions on the
allowable direction for amplified sound.
Reallocates$46,000 from Task The reallocation is needed to allow the EOR
OO1A-001C in Phase 3 of the to provide the remaining services needed
14
contract to$40,000 in Task 7 CEI
and$6,000 in Task 14 General under Task 7 CEI and Task 14 General
Consulting and Coordination. Consulting and Coordination of the contract.
Adds 180 days and reallocates The time and reallocation is
$32,598.50 from Task 14 of Phase
1 and$12,303.50 from Task 12 of needed to allow the EOR to
15 Phase 2 to Task 7 of Phase 3 and 180 2,736
11 • reallocate$8,750 from Task 12 of provide the remaining services
Phase 2 to Task 14 of Phase 3. needed under Task 7 CEI.
❑Check here if additional summary page/s are attached to this Change Order
Page 2 of 4
Change Order Form(2023_ver.1)
16F 6
atit
Collier County
Procurement Services Change Order Form
Contract# 17-7199 CO# 15 PO# 4500187994 Project#: 50156.3
Project Name: Design Services for Collier County Sports Complex
Contractor/Consultant Name: Davidson Engineering, 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.mvflorida.comisunbiz/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.
lev rtl Digitally signed by levy_m
Prepared by: �— Date:2025.07.18 08:41:48-04'00' Date:
Signature-Division Project Manager
Michael Levy, Project Manager II, Facilities Management
Printed Name
Jeff Davidson Digitally signed by Jeff Davidson
Accepted by: Date:2025.07.21 14:45:52-04'00' Date:
Signature-Design/Engineer Professional (if applicable)
Jeff Davidson, PE, President, Davidson Engineering Inc.
Printed Name/Title/Company Name
Accepted by: Date:
Signature-Contractor/ConsultantNendor
Printed Name/Title/Company Name
Approved by: Date:
Signature-Division Manager or Designee(Optional)
Printed Name
DelonyBrian Digitally signed by DelonyBrian
Approved by: Date:2025.07.18 08:40:33-04'00' Date:
Signature-Division Director or Designee(Optional)
Brian DeLony P.E., Division Director, Facilities Management
Printed Name
Approved by: Date:
Signature-Division Administrator or Designee(Optional)
Printed Name
Page 3 of 4
Change Order Form (2023_ver.1)
16F 6
Co ler County
Procurement Services Change Order Form
Contract# 17-7199 CO# 15 PO# 4500187994 Project#: 50156.3
Project Name: Design Services for Collier County Sports Complex
contractor/consultant Name: Davidson Engineering, Inc,
FOR PROCURMENT USE ONLY
FY 25 CHO Request# 718
Digitally signed by
BowdenStephanie BowdenStephanie
Approved by: Date:2025.07.27 09:53:32-04'00'
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 ImoCOLLIER COUNTY, FLORIDA
By: IL . A �� �ht��' By:
44.1%101,44r44104,—
Burt L. Saunders
Chairman
Dated::,...:�aa' ajr ,�'. i �.•r
Date: 8124 2$
(SEAL) Agenda# I I FF
A rov d a• t,/ For d L gat :
Deputy County Attorney
Print Name
Page4of4
Change Order Form(2023_ver.1) C411-120
16F 6
DECivil Engineering • Planning • Permitting
DAVIDSON ..••
ENGINFERING .•)`esigningx:'xcellence
ESTABLISHED >'•
July 17, 2025
Brian Delony,P.E.,Supervisor—Project Management
Collier County Facilities Management Division
Email: Brian.Delony@colliercountvfl,gov
Re: Professional Services for Collier County Sports Complex—Phase 3
Contract No. 17-7199,Project No. 50156;Change Order#15
Collier County,Florida
Dear Mr. Delony:
This change order is needed to complete the Phase 3 construction administration services (CEI scope of
work) described below. The funds will be reallocated from the Sports Complex Phases 1 & 2 Contract
17-7199, Project No.50156, as noted below:
1. Amount increase-$51,750.00(moving of dollars within tasks,see below)
• Move$32,696.50 from task 14 of phase 1 to task 7 of phase 3
• Move$12,303.50 from task 12 of phase 2 to task 7 of phase 3
• Move$6,750.00 from task 12 of phase 2 to task 14 of phase 3
SCOPE OF WORK:
Existing Task 7: CEI (Phase 3)
This change order will update the previous balance of the noted task in Phase 3 by reallocating funds from
Task 14 in the Phase 1 contract and Task 12 in the Phase 2 contract. This update is required to continue
the existing construction engineering services,which include:
• Daily reports and inspections
• Coordination with the Contractor
• Submittals, RFI's, and Addendum coordination
• SAF/SAP coordination
• Project close out(Phase 1 and Phase 2.1)
• Sign coordination
• General consulting/meetings
• Elevation Certificates requested by building department for permit close-out
Increase Existing Task 7 Fee:$45,000 Estimate-Not to Exceed
Task Funding: Reallocate funds from Task 14 in the Phase 1 contract and Task 12 in the Phase 2
contract
4365 Radio Road ' Suite 201 •Naples,FL 34104 • P:(239)434.6060 • www.davidsonengineering.com
16F 6
T a •'
� v
DAVIDSON
ESIGINEIRING
Existing Task 14:General Consulting and Coordination (Phase 3)
This change order will update the previous balance of the noted task in Phase 3 by reallocating funds
from task 12 of phase 2. This update is required to continue to provide General Consulting,support,and
coordinate with client and sub-consultants as needed to complete the engineering construction
administration services
Fee: $6,750 Estimate- Not to Exceed
Task Funding:Reallocate from Existing Task 12 in the Phase 2 contract
SUMMARY:
• Total funding moved from Existing Task 14 Phase 1&Task 12 Phase 2 Contract 17-7199,Project
No. 50156 to Existing Phase 3 Contract Tasks 7& 14:$51,750
General Notes/Deliverables:Schedule:
1. This change order will add 180-days to the completion date.
2, Deliverables will match the existing contract and include the additional scope of work outlined in this change
order.
3. All fees noted within this Change Order#15 are Estimate Time and Materials—Not to Exceed,
Work can commence immediately upon receipt of the updated notice to proceed and/or executed change
order. We look forward to continuing to work on this project with you.
Sincerely, • /7/
/ L
Jeff p vidson, P.E.
Pi; 'sident
7
Attachment: Rate Spreadsheet
ClvilGear Proposal
Page 2 of 7
1 6 F 6
Collier County Sports Complex Prol ea
Contract No,17.7199 SR PROJECT 50 PROJECT PROJECT PROJECT CAD CAD SENIOR SENIOR 000*7011
PAIN ct No:50154 PRINCIPAL PRINCIPAL MANAGER MANAGER MANAGER MANAGER Engineer EneIntet SA Il(11 SR 1E01 lE[11,11a. TECHNICIAN DESIGNER DESIGNIA DESIGNER DESIGNER CLERICAl /AMIN
Phase 3.00015 It611 15196.00 Ds./ (S172.00) (1,1 I5147.00l 57101 ($I DM) IhreJ 1(1S00) (h.+) (521.04; )h.) (5114.00) ihro 394))31 inc.,.By.) j(61.001 TOTAL(hart
Nosh 04144pOon
0 mine tark/ (11 119 $24,514 0 50 0 $O 2 $146 64 $5,440 0 50 79 19,006 SI $5,546 4 $PLY 946,00.0 hi THE
(Th108166 I4 Gen etel Consuls.,&Coordleotion 17 $3,502 1 Sin 1 $144 ID $1,730 4 $340 i far 6 $634 5 $470 1 $114 $6,750 11E1111
See propose!ler full ID.4 that. I I I I I I 5.6,4.,Fl57,50090 jet NIT
artArtts
TOTAL $51,I50.10
TOTAL HOURS AND FEES PER LABOR CODE
--
SR PROJECT SR PROJECT PROJECT PROJECT CAD CAR SENIOR SENIOR MAIM.
PRINCIPAL PRINCIPAL MANAGER MIN AGFA MANAGER MANAGER Enelnect Engineer 571 TECH SR TECH 1ECIONCIAN TECHNICIAN DESIGNER DESIGNER DESIGNER DESIGNER CLERICAL /AWN
Roll Schedule (Is) 16205.01/ (to/ ($172 CO) (An) (514I.00) (lul) (S173.00) (Its) (5115.00) Thrs1 EPOS PO (6114.00) Thee) 1594.001 /A0Miri(ho) 1(61.00)
PRINCIPAL I $106 136 $78,016 1 1172 03 1 5147.00 12 11,42600 66 55,78000 1 $81.00 85 59,690 64 56016 6 6171
SEfllORP,R‘OAN.R 5,JECThIAPIAGER $17;
PROJECT
SENIOR IIISPLC1011 $96
5111100 PLANNER 6119
PI ANNE* 5110
1111100 DESIGNER 5114
DESIGNER 594
SENIOR ARCHITECT 5154
SR I IIVIRO SPECIALIST SIM -
SR KIT PITISTATEMODIST 5118
LhaTIRO SPECIALIST S709
ELERICAL/ADMIN 562 -
SR EECHNICIAti 58S
CAD TECHNICIAN (II
SURVEYOR&&TAPPER
tr9 SURVEY CREW 4 MAN
ENGINEER I 5173
SENIOR ENGINEER 5157
Page L ol l
. , .
16F 6
CIVILGEAR
CIVIL ENGINEERING • GEAIlEll f0 EVOLVE
PROPOSAL/AGREEMENT FOR CONSULTANT SERVICES
DATE:July 14,2025
PROJECT NAME: Collier County Sports Complex(18-0099)
PROJECT:
Collier County Sports Complex or Paradise Coast Sports Complex — Phases 1, 2, and 3 (contract phases) will continue
development of associated site infrastructure within City Gate Commerce Park located at 1-75 and County Road 951(Collier
Boulevard), Collier County, Florida ("Project"). Collier County and Davidson Engineering/Collier County("Client") wishes
to hire a civil engineer to provide engineering services for site improvements to support the Project and specifically for the
final close-out of phases,new ancillary permits,and to assist with the overall development.The scope of this change order
proposal (CO ff2) includes continued construction administration services for these items (also noted below under Exhibit
A).
CIVILGEAR("CG")thanks you for the opportunity to provide services for this Project.We will provide these services for the fees
below, based on the attached Scope of Services (Exhibit A). Business Terms and Billing Rate Schedule are set per the Collier
County contract noted below.
CIVILGEAR,LLC
622 04 9-44-
2025.07.14
Josh Fruth,President Date
Address:
2950 Tamlaml Trail North,Suite 202
Naples, FL 34103
0:239.799.3200
D: 239.7993202
C:239.877.3480
E:jfruth@civilgearfl.com
Florida License#38311
CLIENT INITIALS
Page 11
Page 4 of 7
16F 6
CIVILGEAR
Clvll.. ENGINGE'IIING • GEANEll TO EVOLVE
EXHIBIT A—SCOPE OF SERVICES
Existing Task 7—CEI
This update is required to continue the existing construction engineering services,which include:
• Daily reports and inspections
• Coordination with the Contractor
• Submittals, RFI's,and Addendum coordination
• SAF/SAP coordination
• Project close out(Phase 1 and Phase 2.1)
• Sign coordination
• General consulting/meetings
• Elevation Certificates requested by building department for permit close-out
Florida License#38311
CLIENT INITIALS
Page 12
Page 5of7
16F 6
CIVILGEAR
CIVIL L:NAINLLIfING • GLANLG fo EVOLVf
CIVILGEAR FEES
TASK SCOPE OF SERVICES FEE TYPE FEE AMOUNT
7 CEI TME(1) $45,000
Sub-Totals: FIXED:$0
TME: $45,000
Total: $45,000
NOTES:
1. Tasks with a "TM" (Time&Materials)fee type are of an undefined nature,to provide services on as-requested or as-
needed basis. Therefore, we are unable to calculate a fixed fee. The fee amount provided is an initial budget, or
allowance, but is NOT TO EXCEED without authorization.Should CG be requested to provide services beyond the initial
fee amount(budget balance),additional fees will be required. No additional work will start without authorization from
the Client. These fees will be billed monthly in accordance with the County contracted standard rate schedule and are
not to exceed estimates without authorization.
2. Major revisions, as directed by the Client, after substantial completion of the construction plans will be considered as an
additional service. CG will notify the Client immediately if this becomes an issue.
3. Coordination with sub-consultants is included. Design services are by others(i.e. LA, MEP,Architect)
4. All pre-application and submittal fees will be required from the Client(Collier County).
5. All hydrant flow test fees will be required from the County.
6. Major revisions, as directed by the Client (Collier County), after substantial completion of the construction plans will
be considered as an additional service. CG or DE will notify the Client immediately if this becomes an issue.
7. This proposal assumes that CIVILEGEAR will account for all site civil design and certification work as engineering of
record.
8. CIVILGEAR will invoice as a sub-contractor to Davidson Engineering.
9. For this Contract,either party can terminate work at any time upon written notice.
10. Invoices will be paid within 30 days of payment receipt from Collier County.
11. No additional mark-ups on invoices are authorized;Collier County Clerk of Courts will not approve invoices.
12. CG will copy DE on all permits and certifications of permits.
13. DE logo shall remain on the plans. CG logo can be added.
14. Coordination provided by CG for the professional services included in this contract(tasks in Exhibit A and Fee Table),is
to remain within the budget balance per Collier County RPS 17-7199—DE project 18-0099.
15. Mileage cannot be reimbursed.
16. Currently contract sub-consultants are to be used by CG, including, but not limited to Architectural, Surveying,
Environmental,and Landscaping.
PROFESSIONAL SERVICES NOT INCLUDED:
1. Landscape Architecture/Irrigation System Design
2. Architectural/MEP Services
3. Environmental Services
4. Transportation Services
5. Geotechnical Services
6. Site Lighting/Photometrics
Florida License#38311
CLIENT INITIALS
Page 13
Page 6 of 7
16F 6
0 CIVILGEAR
CIVIL ElIGINEEilltJG • GEAflELl Tf) EVOLVE
Authorization
You may designate a person to act as your representative with respect to the Proposal/Agreement and Project("Client").
This person,as the Client,will have complete authority to deliver instructions,receive information from CG,make scope
changes,and make Client decisions. By signing above,the Client hereby represents that they have full authority to enter
into this legal binding Agreement affecting the Project/property described herein and with full authority,shall assume full
responsibility for payment of the fees and/or change orders within this Agreement.
DAVIDSON ENGINEERING,INC.on BEHALF of COLLIER COUNTY
Mr.Jeff Davidson, President-Authorized Representative for Client Date
Address:
Davidson Engineering, Inc.
4365 Radio Road,Suite 201
Naples,FL 34104
C: 239.434.6060
E: jeff@davidsonengineering.com
tocia@davidsonengineering.com
bonnie@davidsonengineering.com
Florida License U 38311
CLIENT INITIALS
Page 14
Page 7 of 7
M6F 6
AFFIDAVIT REGARDING LABOR AND SERVICES
AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED
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.
Effective January 1,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with
an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the
government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet
any of the following criteria: (a)the entity is owned by the government of a foreign country of concern;(b)the government of a
foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal
place of business in a foreign country of concern.
Effective July I,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access
to an individual's personal identifying information,the entity must provide the governmental entity with an affidavit signed by an
officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs
(2)(a)-(c),§287.138,Florida Statutes.
Nongovernmental Entity's Name: Davidson Engineering, Inc.
Address: 4365 Radio Rd Suite 201 Naples,FL 34104
Phone Number: 239-434-6060
Authorized Representative's Name: Jeff Davidson
-
Authorized Representative's Title: President
{ Email Address: Jeff@davidsonengineering.com
I, Jeff Davidson (Name of Authorized Representative), as authorized representative attest under
penalty of perjury that Davidson Engineering, Inc. (Name of Nongovernmental Entity) does not: (1) use
coercion for labor or services as defined in § 787.06,Florida Statutes,and(2)the nongovernmental entity is not(a)owned by
a government of a foreign country of concern,(b)that a foreign country of concern does not have a controlling interest in the
entity, and (c)that the entity is not organized under the laws of or has its principal place of business in a foreign country of
concern,all as prohibited under§287.138,Florida Statutes.
Under penalty of perjury,I declare that I have read the foregoing Affidavit and that the facts stated in it are true.
i/
/� /l 7/28/2025
(Sign t rG a of authorized representative) Date
STATE OF FL
COUNTY OF Collier
Sworn to(or affirmed)and subscribed before me,by means of❑physical presence or NI online notarization this
28th day of July ,20 25 ,by Jeff Davidson (Name of Affiant),who is personally known to me.
Notary Public '' �'
- MY COMMISSION
EXPIRES 7-7-2027
Commission Expires ,ca•. ,p ' ./
'9 Q,\0 \`-ss.
Personally Known III OR Produced Identification 0 %,,,S7 .............,,,.
Type of Identification Produced:
I
CA 0