Loading...
Backup Documents 03/10/2026 Item #16B 5 16B5 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than 1londa y 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. 2. 3. County Attorney Office County Attorney Office 46 3 h,01'6' 4. BCC Office Board of County Commissioners ( j, /h'J 3/ e. 5. Minutes and Records Clerk of Court's Office (5)/D/ PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Dennis McCoy/Transportation Engineering Contact Information 239-252-5726 Contact/Depattinent Agenda Date Item was 3/10/2026 Agenda Item Number 16.B.5 Approved by the BCC Type of Document Change Order No 2 Agreement No.21-7862 Number of Original 1 Attached with KCA for Airport Road Widening 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 DM 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 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 DM 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 DM signature and initials are required. 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. 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 3/10/2026 and all changes made during DM 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. 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 9. i 1P an option for Chairman's signature. this line. y� ha, .d. .�' �: �iJ a rSn, M''a=`' .;i[N>.`..j t.` ,'i ' u.'{ ,<r•'.- •"'r:'t,,'. '."C..,;?Y,J?.: _R 'S�"s,: ri'ti:.•-i --.: - - :l•1> y-: :",Y..4 ,.1a,_.{ ; '.t : :'tifF.-2..fy, .+ - •t'' _ r.Jc' $ tie _ w+:' - - ,,��+X • - .'r '.:-1,, .." ..y<'Si :Tr'". `,'�u Yt.A1,� `�x� 3 ,r�L"s '���. g« 't��'l._: `?.� `l. � 7 .5 fir;>•'V' r - :, :a,e��V '�.,�iA"'a'; _ i«: a. a= �ay� y1r fY'. »;i.i p� a` a i• E� 4• 'Y"' t qa� , S •,45r y X } t Y r': -:Y- Y- E�7F"''�' ate., ;,L• om g, t ."'r • q.3a. ,�� r 5 �i ''t1/ 2 M�lax`' .+i Y , .. iT _ ,ate• �'t ":,'1'," '.s. S y R'< g� ''i '.{ .:Est Ty ,ice' %x5: 1.. r - 'xa, mo'' �i t �.: `Ii:/ 1. ',fin v{.:-• t +:y ti_r• 4 Yry �• • e. .ij. • y '`fit`- Ti' .�_- `�' +, S. Z �I� 3 ,'°',z;,, is .` g - ' .sx t'^r'^, , y+r d1 L t • +4r f.' _>r r .o� '`s'.�t. - $ Ci�.n^''. +Trip.`' 4 �� k t. 1r' { dr` ,+ ±,N-s + ,��1r�:Y, 4 Ytiv ,y +t.^,y, - .ri t „� 'r. , ....�� 'a ' • -: vie. _., '!k ,',,,,-', I:=,'.; x '<!dti."" _ `:i,"1+-'h • r--A,.-KN., '2'r •r' .Z1' .;k-,-.4t p '.Y rk.• ,1��' .}v 5't'4>v _ `�� :ti r`St ,� . G !`, s.i `�3t:;1c .�. <a;,,... 'ice- P r, s,.m • z'4 s,.d. .is _ ..�R:"' "..'iYt .. "" �=.."� .F• °M1'� `ie "�„ .:,�,"J0. .1 r4ir 'rw; .}.,„, ,w. _;i:�a"= '. - ... i:.�':t:, rvi. • . - • ':2=' ;e :$° x "v^,,•�`t< '��4.4 3' .r.;ti' �>i. :ti ti: : TMtY': .f ",r... \ 'Z�k-T�-.,, ,i. - f.:..t.ii:•,,a-A-,vit.,,,P,Aic. •C'!}" _ i4' '� w, �,' �`� *C: .-3` `'a `sa • ^.1•_ hk.'��ia• 4'd.x- •;r?'�. • '}: ri • • . ' rt .+.>a, �' �1�"�•� ,t, .fur y� ,tp .�,�,_y • ��;4>.. ybv5" - 't;;: s�'o ':�. .�,,... ••,..'�� • o .'Y'. ."s� t;,� 'S, i:,"'�.''r".a--' . F���i I aY' ..„. .,,,, ,..,„...,,,,..„... ..„. ,..„..... Iy„ - iR. S - j :J -�T s`` • `it `'•$•`.�"'�r`it, e n. ',s..7t,- 4 i� 'a • � i J :> .tip r• , r, r o }}��,, i `-.4`.:i• tilt' .,ir • •� .,�' -• • • - Wit:: 'w'<� .x: �' • ,'t•du i _-.=.s. _ .f • Y��`�. .; =».,, � e, -.m � t'I�` ,r ,tea' h �, • t ->sr ram, .S .a .+tt ij ` .-.LTr �Yi„ '',t„ i ., c-1r°'i nt '7` .Yn.1«,. ,j� iY -SwGr4?i T�- •:K.' T -,t T j,'.�) � Tay >; 1 t., q _ • xs! �.Vr".' .S. h "�.. '�JY r i-''�Yf �� t, 2 •'C ems'-' R 1 Y'a • _} jyt �[ �',,5 5- K• 2- +3+,�Nf^b'R'', i' {t3:,' >,( .tt .7: ,., "Y -a•, :.i: ':e.'~�'#'b ,, s'." i-r �::a +i' �' ,Ir'>' -�s XY'r¢.� ..�•.�' " i`"t' :Pv 's'�.'.. __ • "m>;":ck`.<t..�,,7*-„ :.{...,t.•,,n ,��� • , ma�yy..- ,�w ',Z.:: _ --,e' 4 .'.A:•ii`y *l:x�Y.'.is / " '. l''e S R ,t:' ,i _ ,.t'4 T 'T' , �?rd�- .+tti. _tit'tk:.^,^ µ:.:1���q}}. JS:. • <C.•i 4<r �i`.l�>r..c�'':u LiM,.i'. .:�:i'.• - �.rx .'•l. �4 •':a . :.' - ra • 'tom • ', -' 'p r, R �' f l ti p.. _,tq A '°3i'4 E .af' `ate�':.i,^ 'p w$. sL.*4 .i` _ f1 <i, , ,i4 P:.4., -:'i'fir:, 'o� =�3 . - • "jr .L •rl i- `tTJ, - rn4'; '� .may 6: _ •• s`i�, ��.• t fi` • .-r"• ��T } 6i .• j •,r i T g 'tr '{g'{ r • :i� • 5,?7( rh • "l „1.�. r•.' _i< 'Np r 1 • `� x , _ b • 4 c k�: - y\f�M 4 t +K. r o_- ''.mot. - •t s>i •p � _ ^t {> tk frr,1 r..Ly.• �,.- -:ate . .. �3Y,1 �Y�'�Y _ - SKr_ '1t • • 4b 'a' .F �ist> a-A: y,, rM f rf"� to T _ k�i �N • n > C:_gP k F• t i"» -t� 'i. '2'Y i 3. vr.. 5^ "f.�. rift•., �.,: .� .T. r a. A y • ,t At 44c.,. `_;C, t' w.i a 'f /� .:i __ `fir � 't • , f'A { h1 15 "s.. s":y.. R .S J1� r- , �V _ r Y'}3+ d- 1: •.i ,4; sib _ yq•. h Yy� ,. dal. <'g. Mf C. «�+< t„. E p`,. . M r .J - �,`� J �`'i•F 'Pro .YF.., Pr 'tom .1r.+rr �A y • ''i x �,_ /2iti,, c', .5: (S ri, T`. '. i'x ken - ..j'` . • _ +' YF''y+ . j ti rt t , } •� •3t w • gg<�'i 1:'!��``�' _�'� w'Fr�� •• !s.4,�:'Y',`_' Steil_w..b _,Se 2, .yam. .. '`il"t h :•7L,°'' .,a�`$;.3`." ;K•^I' - �a "?' "r. a ,,��YY.. .<''N.w-. ;n:,Y t: '+*'k_:ir' - - :tS, d<. "t, k •,:,P, ,r A'. *'t�' ,r C' •• r� :ram <� • ;1 .Ja • I• �;.11` r4.A 'nt ,¢x M. �\7'1C k -try 'f is -Rr.� �'Jki -�a•�'.:A' }.e „Yj� +Y� +•b. '_T;.-:r.:`c., ;;:r`�.?.S,.�;`'.;'1� y. "sue': - '<l,` `a:. ,IFi�jA '.*'.:71.: aM1` ~ti` T• •1' s<.. f•Y•' :f, FL 5 �p ''S tr n-j `i 4, 4 t. p, � .{s ga:. F, l'� k ,.tt'�'":'c�i y .h. y ` Y x,t _ x'� aj _ _ ..,i t�• 'L+`,t;i-.f 'T`. J• - ":,`aKv:>' '!�} "i ,y.r' �} I'!1S �'s' ra �•4, .t .S' '�` L a+r •�"1t'..` - `T.'- ^Y t.'"T' „;'. �. , ,�,,. :Sy�` :-.k:'^� '.3Y,� {•k.�,yy 1 l t '�'. "j'�; .'Q,X};`' ',�--<: ,k. ' ''�:'a:"';. . 'p'4t, ..f;�.._ ^: .v`4e,:-. ,+a'..r. r-'h!��X.�-.., t, , . t 'a'i. „x .sn{ir''' .,3. r r r,>'. _''t,'i-ri'-:x:?.--" .•t i�' .1,. .:�. itc t+ ':. a.;.n-a:':—AA.{`.4v�.. - ,+''t' - ;}4. •a F,t 7'P •s.:.;" ''.ra,`�n"t+. `•t. �.<� •�� .� '4. ;�;�':,� t>.,S `�' '[: 'r;� S'. ,t • �= < 'i?y;, _r'ss. 'T. ,±$..-'fit`. tom: 'SS.'� .. �...�... -_- �.c ,_, , 1 6 B5 Corr County Procurement Services Change Order Form Contract# 21-7862 CO#2 PO# 4500223607 Project#: 60190 Project Name: Design Services for Airport Widening Contractor/Consultant Name: Kisinger Campo&Associates, Corp. Select One: ❑� Contract Modification (Construction or Project Specific) ❑Work Order Modification Project Manager Name: Dennis McCoy Division Name: TMSD Original Contract/Work Order Amount s1,9co,000.oc 2/14/2023:11C Original BCC Approval Date;Agenda Item# Current BCC Approved Amount $2,095,923.55 2/25/2025:1661 Last BCC Approval Date;Agenda Item# Current Contract/Work Order Amount $2,095,923.55 09/11no27 SAP Contract Expiration Date(MASTER) Dollar Amount of this Change $66,512.00 13.81% Total%Change from Original Amount Revised Contract/Work Order Total $2,162,435.55 3.17% %Change from Current BCC Approved Amount Total Cumulative Changes $262,435.55 3.17% %.Change from Current Amount Notice to Proceed 03/13/2023 1330 11/02/2026 Original NTP Original Final Last Final 09/1112027 Date #of Days Completion Date Approved Date #of Days Added Revised Final Date Current Substantial Completion Date NA 365 (includes this change) 9/10/2028 (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; ID Add funds;['Use of Allowance; ❑Modify/Delete existing Task(s);ElAdd new Task(s); ❑Reallocate funds; ❑Other(must be explained in detail below) 1.) This Change Order No. 2 will add $66,512.00 and 365 days to the design and post design process to complete the following services: A) Design services involving design relocations needed for an existing Collier County Public Utility Department (CCPUD) -Wastewater IQ water main conflicting with the proposed roadway design. Additional services per section 7.13 of the original contract. This item will add $ 3,563.00 to the contract. B) Post Design services related to the CCPUD-Wastewater IQ design deflections completed for the existing IQ water main conflicting with the proposed roadway design. Additional services per section 3.8 (Post Design Services) of the original contract.This item will add $ 28,495.00 to the contract. C) Design services involving design relocations needed for the existing water main (CCPUD-Water) conflicting with the proposed roadway design. Additional services per section, 7.13 of the original contract. This item will add $ 3,829.00 to the contract. D) Post Design services related to the existing water main design deflections (CCPUD-Water) completed for the existing water main conflicting with the proposed roadway design, Additional services per section 3.8 (Post Design Services) of the original contract. This item will add $30,625.00 to the contract. 2.) NA 3.) Items A,B,C, D -were not included in the original contract because the need for utility changes were not expected based on the original roadway alignment. The utility conflicts were discovered after final subsurface utility exploration (SUE) was completed.The additional items will be paid by the Public Utilities Department. 4.)The project design cannot be completed if the the design changes are not approved. Page 1 of.4 Change Order Form(2023_ver.1) 1 6 B 5 • CO Y County Procurement Services Change Order Form Contract# 21.7862 CO#2 PO# 4500223607 Project#: 60190 Project Name: Design Services for Airport Widening Contractor/Consultant Name: Kisinger Campo &Associates, Corp. Change Order/Amendment Summary (If additional spaces needed,attached a separate Summary page to this amendment request) COST TIME CO* AMC,* Description Additive Deductive Days Total New Justification (+) (-) Added Time 1.l evet II Contamination 1&2:Optional Services in original contract.Items Screening Additional Services are needed to complete the design but with no line 2,Structural Analysis bridge at work,cannot quantify items during contract 1 Sam's Club and barrier at Curling $195,923.55 240 1570 negotiation.Need line work during the Data Avenue. Gathering process to quantified items. 3.Survey&Design along Curling 3:Additional Services-Needs were not known Avenue until TTM was completed. A,C-Design relocations for 3: Additional Services - Wastewaler and water mains conflicting with roadway. Needs were not known until 2 B,D-Post Design services related $66,512.00 365 1935 to relocations for Wastewater and Subsurface Utility Exploration water mains conflicting with roadway. was completed. • • ❑ Check here if additional summary page/s are attached to this Change Order • Page 2 of 4 Change Order Form(2023_ver.1) 'w 0� ) 16B5 Co ter County Procurement Services Change Order Form Contract# 21-7862 co#2 Po# 4500223607 Project#: 60190 Project Name: Design Services for Airport Widening Contractor/Consultant Name: Kisinger Campo &Associates, Corp. 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.com/sunbiz/search/). if the person signing is not listed, we will require signature authority by one of the listed officers/directors of the company giving that person signature authority. McCoyDennis ,..0 ule.Errtvr.GCMGbIO^cW ttyfunce a.140 alYUsv� QI!GMOC41 pv, ErYttt+W.OUGnmNMMaMM=.Yrrt»man Ergr,Wo UsEn. Prepared by: y °�¢°0`" Date: s. w.'-xoco:oao ivaw Signature-Division Project Manager Dennis F.McCoy,P.E.Project manager Ill-TMSD Printed Name Accepted by: Date: Signature-Design/Engineer Professional(if applicable) ( Printed Name/Title/Company Name Paul G Foley Date: 5 e:026,02.02 13:42:48 Accepted by: Date: Signature-Contractor/ConsultantNendor Paul G.Foley,P.E.,CEO/President,Kisinger Campo&Associates Corp. Printed Name/Title!Company Name w ..awe c,Ma�Mxv McLean Matthew E=v r..Mcu &..wflio,,.f21+A nMfl+ou_a..zyaWPMU,: Ie E tOtkR4Le-In. ..rm.,'awfz.rla... 0 Pnm:IX).PAI mDYryo.. Approved by: Date: Signature-Division Manager or Designee(Optional) Matthew McLean, Director,Engineering and Project Management Division Printed Name Digitally signed by AhmadJay Approved by: " 'h madJ ay Date:2026.02.03 06:16:08-05'00' Date: Signature-Division Director or Designee(Optional) Jay Ahmad,P.E., Director-TE Division Printed Name A L� ,1 1 Digitally signed by AhmadJay Approved by: ' `maU`�ay Date:2026.02.04 13:49:59-05'00' Date: • Signature-Division Administrator or Designee(Optional) Trinity Scott, Department Head,TMSD Department Printed Name Page 3 of 4 Change Order Form (2023_ver.1) 16B5 Cotter County ,.�---- Procurement Services Change Order Form Contract# 21-7862 CO#2 PO# 4500223607 Project it: 60190 Project Name: Design Services for Airport Widening Contractor/Consultant Name: Kisinger Campo &Associates, Corp. FOR PROCURMENT USE ONLY FY 26 CHO Request# 828 Approved by: Signature-Procurement Professional Signature/Date GiarimoustasViviana Digitally signed by GiarimoustasViviana Approved by: Date: 2026.02.05 09:32:04-05'00' Signature-Procurement Manager/Director(OPTIONAL) APPROVAL TYPE: ❑ Administrative ❑ Administrative-BCC Report El BCC Stand-Alone ES (BCC Approval Required) BCC APPROVAL ATTEST: Crystal K. Kinzet, Cierictf the Circuit Court BOARD OF COUNTY COMMISSIONERS and Comptroller '' COLLIER COUNTY, FLORIDA By: By: Dated: .,/D . . Dan Kowal, Chairman Attest as'tb`Chairman's signature only (SEAL) Agenda# 16135 3/lo/ZA pprov s to r nd Legality: 7L Deputy County ttorney Ste0 k /�,,•t,L, Print Name A__. n Page 4of4 �/:' Change Order Form(2023_ver.1) 'j ( /GPO 16B5 KISINGER CAMPO February 2,2026 Dennis McCoy—Project Manager Marlene Messam,P.E.-Supervisor Transportation Engineering Collier County Transportation Management Services 2885 South Horseshoe Drive Naples,Florida 34104 RE: Professional Services Contract No.21-7862 Change Order No.2—Design Services for Airport Road Widening Collier County Water Main Relocation& IQ Wastewater Main/Deflections Design Services Dear Mr.McCoy and Ms. Messam, Please accept this letter and corresponding attachments as our Change Order No. 2 proposal to provide design services by Kisinger Campo and Associates, Inc.(CONSULTANT)for the Collier County Water Main Relocation /Deflection. BACKGROUND The approved typical sections for the corridor includes three (3) 11-foot lanes in each direction with Type F curb and gutter along the outside, a varying width raised median (22 to 29 feet) with Type F curb and gutter, a six-foot sidewalk on the east side and a wider pedestrian sidewalk(8-10-foot width) along the west side of Airport Road between Vanderbilt Beach Road and Immokalee Road. To facilitate the wider sidewalk, 4-foot bicycle lanes (included in the 30%design plans)are no longer being proposed.The proposed drainage system is a closed drainage system and the east side of the project corridor will have guardrail to shield the Airport Canal(C-31). Collier County Public Utility Department Water Main and IQ Wastewater Main Relocation/Deflections Collier County and the CONSULTANT coordinated on July 7,2025 to discuss the identified Collier County water main conflicts with the proposed design elements within the Airport Road corridor. The project team performed 46 subsurface utility exploration (SUE)test holes on the water main and prepared a utility conflict matrix for the County's review and disposition. Collier County Public Utility Department provided their disposition where they identified nine(9)locations where eight(8)water main and one(1)IQ wastewater main would need to be relocated /deflected under proposed turn lanes in order to avoid impacts to proposed storm drainpipes and inlets. Design Services The following design changes have been requested by the COUNTY between the 90% and Final Design Phases requiring additional analysis and design services. • Deflect the 20-inch IQ wastewater main at the corner of Vanderbilt Beach Road and Airport Road in the northeast quadrant of the intersection at approximate station 501+55.75. • Deflect the 16-inch water main under the right turn lane approximately between station 501+40 to 504+80. • Deflect the 16-inch water main under the right turn lane approximately between station 505+40 to 508+00. { 13461 Parker Commons Blvd.,Suite 104 I Ft.Myers 33912 I Phone:239.278.5999 I Fax:239.278.1776(www.kisingercampo.com OPO 16B5 Design Services for Airport Road Widening Change Order No.2 February 1,2026 • Deflect the 16-inch water main under the right turn lane approximately between station 514+40 to 517+40. • Deflect the 16-inch water main under the right turn lane approximately between station 532+40 to 541+20. • Deflect the 16-inch water main under the right turn lane approximately between station 553+60 to 556+00. • Deflect the 16-inch water main under the right turn lane approximately between station 565+80 to 568+20. • Deflect the 16-inch water main under the right turn lane approximately between station 573+80 to 576+20. • Deflect the 16-inch water main under the right turn lane approximately between station 595+40 to 597+00. PROPOSED CHANGES TO PROJECT SCHEDULE Project Schedule duration shall be increased by a total of 365 Calendar Days. FEE SUMMARY TABLE 7asks/Iteu Description LSorBIE Original Contract Adjustuent(s)byall Adjustments) Total Compensation previous CO(s) doe to this CO per Task 1 30%Design Submittal LS S 712 234.11 S - S 712,284.11 2 6034Design Submittal LS $ 525,373.05 S - S 525,378.05 3 903$Design Submittal LS S 296,663.04 5 - S 296,663.04 4 Final Design LS S 162,537.13 S • S 162,537.13 5 3.S Post Design Services NTE S 74,362.67 S - S 74,362.67 6 Reevaluations(Optional Service) LS S 62,595.00 S S 62,395.00 7 27.10 Underground Utilities(SUE)(Optional Service) LS S 65,675.00 S - S 65,675.00 COI-A Levetl'Contamination(Optional Service) LS S S 35,727.94 S $ 35,727.94 COI-B Retaining Walls Culvert.Mo difications(Optional Senice) LS S - 5 127,412.11 S - 5 127,412.11 COI-C Curling Avenue(Outside Project Limits) LS S - S 32,783.50 $ - S 32,733.50 Collier County Public Utility Department Wastewater-IQ Water Main Relocation'Deflections(Design,Permitting, CO2-A Bidding Support) NTE S 3,563.00 S 3,563.00 Collier County Public Utility Department Water-Water Main CO2-B Relocation Deflections(Design,Permitting,Bidding Support) NEE S 28,495.00 S 28,495.00 Collier County Public Utility Department Wastewater-IQ CO2-C VaterMainRelocntion"Deflections(Post Desien Services) NTE $ 3,329.00 S 3,829.00 Collier County Public Utility Department Water-Water Main CO2-D Relocation!Deflections(Post Design Senices) NTE S 30,625.00 S 30,625.00 Project Total: S 1,900,000.00 S 195,923.55 S 66,512,00 S 2,162,435.55 A scope of services and estimated budget to be utilized for the above tasks has been established and is shown as Attachment A — Change Order No. 2—Collier County Water Main Relocation which includes a fee schedule of services to be completed by the subconsultant,Grady Minor.All Services for this change order will be completed by the subconsultant with no markup. Thank you for the opportunity to provide professional services for this project. Sincerely, KISINGER CAMPO AND ASSOCIATES,INC. Thomas J.Presby II Project Manager 2 13461 Parker Commons Blvd.,Suite 104 I Ft.Myers 33912 I Phone:239.278.5999 I Fax:239.278.1776 I www.kisingercarnpo.com 0 GP 1 6 B 5 Exhibit A CHANGE ORDER NO.2—COLLIER COUNTY WATER MAIN&It WASTEWATER MAIN RELOCATION To PROFESSIONAL SERVICES AGREEMENT For DESIGN SERVICES FOR AIRPORT ROAD WIDENING CONTRACT 21-7862 (Vanderbilt Beach Road to Immokalee Road) County Project No. 60190 Purchase Order No. 4500223607 February 2026 I Background The CONSULTANT was retained by the COUNTY under contract 21-7862 to provide plan preparation and specifications for the widening of Airport Road from Vanderbilt Beach Road to Immokalee Road (PROJECT 60190). Included in the Original Agreement under Schedule A - Scope of Services and Article Two - Additional Services of Consultant are provisions which allow the COUNTY to authorize optional and/or additional services. Design changes have been requested by the COUNTY between the 90% and 100% Design Phase as a result of utility coordination with the Collier County Public Utility Department requiring Additional Services of the Consultant. The approved typical sections for the corridor includes three (3) 11-foot lanes in each direction with Type F curb and gutter along the outside,a varying width raised median(22 to 29 feet)with Type F curb and gutter,a six-foot sidewalk on the east side and a wider pedestrian sidewalk(8- 10-foot width) along the west side of Airport Road between Vanderbilt Beach Road and Immokalee Road. To facilitate the wider sidewalk, 4-foot bicycle lanes (included in the 30% design plans) are no longer being proposed.The proposed drainage system is a closed drainage system and the east side of the project corridor will have guardrail to shield the Airport Canal (C-31). (GDis 16B5 II Objectives The purpose of this Exhibit is to describe modifications to the scope of work and the responsibilities of the CONSULTANT and the COUNTY in connection with additional engineering services for Collier County Project No. 60190 Airport Road Widening (Vanderbilt Beach Road to Immokalee Road). Collier County Water Main and IQ Wastewater Main Relocation/Deflections Collier County and the CONSULTANT coordinated on July 7, 2025 to discuss the identified Collier County water main conflicts with the proposed design elements within the Airport Road corridor. The project team performed 46 subsurface utility exploration (SUE) test holes on the water main and prepared a utility conflict matrix for the County's review and disposition. The CONSULTANT provided their disposition where they identified nine (9) locations where eight (8) water main and one (1) IQ wastewater main would need to be relocated / deflected under proposed turn lanes in order to avoid impacts to proposed storm drainpipes and inlets. The proposed work requires the CONSULTANT to add an additional SUBCONSULTANT to the contract to perform the additional analysis and design for the wastewater and water main relocation /deflections. The following design changes have been requested by the COUNTY between the 90%and Final Design Phase requiring additional analysis and design services. • Deflect the 20-inch IQ wastewater main at the corner of Vanderbilt Beach Road and Airport Road in the northeast quadrant of the intersection at approximate station 501+55.75. • Deflect the 16-inch water main under the right turn lane approximately between station 501+40 to 504+80. • Deflect the 16-inch water main under the right turn lane approximately between station 505+40 to 508+00. • Deflect the 16-inch water main under the right turn lane approximately between station 514+40 to 517+40. • Deflect the 16-inch water main under the right turn lane approximately between station 532+40 to 541+20. • Deflect the 16-inch water main under the right turn lane approximately between station 553+60 to 556+00. • Deflect the 16-inch water main under the right turn lane approximately between station 565+80 to 568+20. • Deflect the 16-inch water main under the right turn lane approximately between station 573+80 to 576+20. • Deflect the 16-inch water main under the right turn lane approximately between station 595+40 to 597+00. FAO 16B5 III SERVICES Task 38-Utility Design for Airport Road Project 38.1 Utility Design service The CONSULTANT shall perform the following Utility Design services for Collier County: Utility Adjustment Plans • Preparation of preliminary plans (90% Plans) for utility adjustments. Preliminary plans to include location of proposed deflections of the 16-inch water main and 20" IQ wastewater main to be provided for review comments provided by Collier County Public Utility Department. • Preparation of preliminary report for utility adjustments to be provided for review comments. • Preparation of the final construction plans, and details based on final refinement and revisions to the preliminary plans (90%Plans). The final plans will be the plan portion of the construction documents. This phase also includes comments from regulatory/permitting agencies and final coordination with utility companies. • Provide a set of signed and sealed final construction plans to Collier County. Contract Document Preparation • Prepare Contract Documents for the project in accordance with design requirements including Collier County Water-Sewer District(CCWSD)Utilities Standards Manual. • Prepare Technical Specifications, inclusive of Measurement and Pavement aligned with bid schedule line items for the project for topics not covered in the standard Collier County specifications. • Prepare bid schedule based on Collier County requirements. Design Meetings • Attend CIP meetings as needed with Collier County staff to provide design and permit status,answer questions, clarify plan data, and review required revisions. 38.2—Permitting services The CONSULTANT shall perform the following services for Collier County during the Design Phase of the contract: 0,0 16B5 • Prepare Florida Department of Environmental Protection(FDEP)permit plans and applications for Water&Wastewater adjustments. Application fees to be paid by others. 38.3 Bidding services The CONSULTANT shall perform the following services for Collier County during the Pre- Construction/Bidding Phase of the contract: • Attend"pre-bid"conference with Collier County staff to explain project requirements and answer Contractors' questions. • Answer questions from Contractors during the bidding process.This phase includes required addendums and/or clarifications to the bid if required. • Evaluate bids from Contractors to ensure compliance with bid documents, and to discern discrepancies in the bids.Assistance in negotiating may be required. • Prepare recommendations,or opinion for award of the contract. 38.4 Utility Construction phase services The CONSULTANT shall perform the following services for Collier County during the Post Design Phase of the contract: } • Attend pre-construction conference with Collier County to assist in resolution of pre- construction issues, explanation of certifications, cost reasonableness,and/or permit requirements for record drawings,documents. • Review of required shop drawings and submittals from the Contractor. • Attend Construction Progress Meetings as needed. • Perform field investigations as required for Substantial and Final Completion certifications. • Prepare record drawings for project based on Contractor provided plans and survey documentation,as well as electronic files for GIS implementation per Collier County Public Utilities Department standards. • Assistance in completion for tasks necessary to obtain regulatory compliance. IGPO 16B5 EXCLUSIONS/ASSUMPTIONS The following tasks are not included in the Scope of Work for this Change Order: 1. Services other than those specifically listed above. 2. Services requiring more effort than that listed in the Fee Schedule. PROJECT SCHEDULE Modification to Project Schedule • A detailed project schedule with updated project milestones will be prepared in conjunction with the County Project Manager. • The updated project schedule milestones assumes NTP for services authorized by this change order by February 24, 2026. • Project Schedule duration shall be increased by a total of 365 Calendar Days. COMPENSATION An estimated budget to be utilized for the above tasks has been established and is shown as Attachment A—Grady Minor Scope of Services. The limit for this Task Work Order is not to exceed$66,512.00. Tasksfltem Description LSorPiTE Original Contract Adjmt ent(s)bva U Adjustment(s) Total Compensation precious CO(s) due to this CO per Task 1 301 Design Submittal LS S 712,284.11 S - S 712,284.11 2 60%Design Submittal LS S 525,378.05 S - S 525,378.05 3 90%Design Submittal LS S 296,668.04 S - S 296,669.04 4 Final Design LS S 162,537.13 S - S 162,537.13 5 3.8 Post Design Services NTE S 74,862.67 S S 74,862.67 6 Reevaluations(Optional Ser ice) LS S 62,595.00 S - S 62,595.00 7 27.10 Underground Utilities(SUE)(Optional Senice) LS S 65,675.00 S - S 65,675.00 COLA Level II Contononation(Optional Service) LS S - S 35,727.94 S - S 35,727.94 COI-B Retaining Walls;Culvert Modifications(Optional Senice) LS S - S 127,412.11 S S 127,412.11 COI-C Curling avenue(Outside Project Limits) LS S - S 32 783.50 S - S 32,783..10 Collier County Public Utility Department Wastewater-IQ Water Main Relocation Deflections(Design,Permitting, CO2-A Bidding Support) NTE S 3,563.00 S 3,563.00 Collier County Public Utility Department Water-Water Main CO2-B Relocation'Deflections(Design,Permitting,Bidding Support) NM S 28,495.00 5 28,495.00 Collier County Public Utility Department Wastewater-IQ CO2-C WaterMain Relocation Deflections(Post Design Services) NTE 5 3,829.00 S 3,82.9.00 Collier County Public Utility Department Water-Water Main CO2-D Relocation'Deflections(Post Design Services) Nil S 30,625.00 S 30,625.00 Project Total: S 1,900,000.00 S 195,923.55 S 66,512.00 S 2,162,435.55 GPO 16B5 GradyMinor a PAPE-DAWSON company Civil Engineers• Land Surveyors • Planners • Landscape Architects Attachment A — Scope of Services February 2,2026 Mr.Thomas J. Presby II Roadway Department Manager Kisinger Campo&Associates 13461 Parker Commons Blvd E.,Ste 104 Ft. Myers, FL 33912 Subject: Proposal Letter Agreement 21-7862 Adjustment of Utilities:Airport Road from Vanderbilt Beach Road to lmmokalee Road GradyMinor Job No. 25-804 Dear Mr. Presby, Q. Grady Minor and Associates, LLC. is pleased to provide this Proposal Letter Agreement (Proposal) to Kisinger Campo & Associates (Client) for design, permitting, and construction administration services for the adjustment of utilities associated with the 21-7862 Airport Road from Vanderbilt Beach Road to Immokalee Rd project. We propose the following services: SCOPE OF SERVICES Task I—Design Services a. Utility Adjustment Plans 1. Preparation of preliminary plans for utility adjustments. Preliminary plans to include location of proposed deflections to be provided for review/comments. 2. Preparation of preliminary report for utility adjustments to be provided for review/comments. 3. Preparation of the final construction plans,and details based on final refinement and revisions to the ninety percent plans. The final plans will be the plan portion of the construction documents. This phase also includes comments from regulatory/permitting agencies and final coordination with utility companies. 4. Provide a set of final construction plans to Collier County. b. Contract Document Preparation 1. Prepare Contract Documents for the project in accordance with design requirements including Collier County Water-Sewer District(CCWSD) Utilities Standards Manual. 2. Prepare technical specifications, inclusive of Measurement and Pavement aligned with bid schedule line items for the project for topics not covered in the standard Collier County specifications. 3. Prepare bid schedule based on Collier County requirements. c. Design Meetings 1. Attend plan review meetings as needed with Collier County staff to answer questions, clarify plan data, and review required revisions. Q.Grady Minor and Associates,LLC Ph.239-947-1144• Fax.239-947-0375 3800 Via Del Rey ER 0005151 •LB 0005151 I LC 26000266 .— Bonita Springs,FL 34134 wvw.gradyminor.com 1 16B5 Task II—Permitting Services 1. Prepare FDEP permit plans and applications for Water&Wastewater adjustments.Application fees to be paid by others. Task III—Bidding Services 1. Attend "pre-bid" conference with Collier County staff to explain project requirements and answer Contractors' questions. This phase includes the official response to issues raised at the pre-bid conference. 2. Answer questions from Contractors during the bidding process. This phase includes required addendums and/or clarifications to the bid if required. 3. Evaluate bids from Contractors to ensure compliance with bid documents, and to discern discrepancies in the bids.Assistance in negotiating may be required. 4. Prepare recommendations,or opinion for award of the contract. Task IV—Construction Phase Services • 1. Attend pre-construction conference with Collier County to assist in resolution of pre-construction issues, explanation of certifications, cost reasonableness, and/or permit requirements for record drawings,documents. 2. Review of required shop drawings and submittals from Contractor. 3. Construction Progress Meetings as needed. 4. Perform field investigations as required for Substantial and Final Completion certifications. 5. Prepare record drawings for project based on Contractor provided plans and survey documentation, as well as electronic files for GIS implementation per Collier County Public Utilities Department standards. 6. Assistance in completion of tasks necessary to obtain regulatory compliance. Task V—Reimbursable Expenses 1. Reproduction of Contract Plans as required for completion of the project. 2. Reproduction of Contract Specifications as required for completion of the project. 3. Miscellaneous reimbursable costs including deliveries, mail, telephone - etc. as required for completion of the project. FEE SCHEDULE Time&Material(NTE) Task Description Design Permitting Bidding Construction Reimbursables Total Services Services CO2-A Wastewater Design $2,640.00 $274.00 $621.00 - $28.00 $3,563.00 CO2-B Water Design $21,113.00 $2,202.00 $4,957.00 - $223.00 $28,495.00 CO2-C Wastewater Post Design - - - $3,829.00 - $3,829.00 CO2-D Water Post Design - - - $30,625.00 - $30,625.00 Total $66,512.00 Hourly services will be billed in accordance with the hourly rates listed in GradyMinor Exhibit B. Should the cost of hourly services requested by the Client exceed the Estimated Hourly Fee budget in the table above, GradyMinor will notify the Client and submit an Amendment to avoid interruption of services. These fees do not include required application fees made payable to the respective public agencies through which permitting is required, reimbursable expenses as specified in this agreement or illustrative plans that may be required for community/public meetings. Q.Grady Minor and Associates,Id,C • Bonita Springs • 239-947-1144 • www.gradyrninor.com 2 GP0 1 6 B 5 Ai GradyMinor a Pape-Dawson company Civil Engineers • Land Surveyors • Planners • Landscape • Architects EXHBIT"B" 2026 HOURLY RATE SCHEDULE FOR PROFESSIONAL SERVICES PRINCIPAL $238 REGISTERED ENGINEER I: $201 ENGINEER: $136 SENIOR INSPECTOR: $160 SENIOR ENGINEERING TECHNICIAN: $128 PROJECT ADMINISTRATOR: $73 Q.Grady Minor and Associates,LLC Ph.239-947-1144•Fax.239-947-037ri 3800 Via Del Rey EB 0005151 •LB 0005151 •LC 26000266 Bonita Springs,FL 34134 www.gradyminor.com 16B5 GradyMinor Proposal for Professional Engineering Services Airport Rd.from Vanderbilt Beach Rd to Immokalee Rd. KisInger Campo&Associates Refer to O.Grady Minor and Associates,LLC.proposal and scope of services dated: 12/18/2025 Senior Principal Registered Senior Engineering Project Engineer Engineer l Engineer Inspector Technician Admin Total TOTAL Task Activity Description $238 $201 $136 $160 5128 $73 Hours COST CO2•A Wastewater Design Task 1 Design Services 2 2 10 2 2 18 $2,640 Task 2 Permitting 1 1 2 $274 Task 3 Bidding 2 3 5 $621 Task 5 Reimbursbiles 0 528 Subtotal CO2-A: $3,563 CO2-B Water Design Task 1 Design Services 2 31 34 73 6 146 521,113 Task 2 Pencilling 3 8 7 18 $2,202 Task 3 Bidding 7 21 2 6 36 54,957 Task 5 Reimbursbiles 0 5223 Subtotal CO2-13: $28,495 CO2-C Wastewater Post Design Task 4 Construction Services 1 1 25 4 31 53,829 Subtotal CO2 C: $3,829 CO2-C Water Post Design Task 4 Construction Services 53 113 15 23 209 $30.625 Subtotal CO2-13: $30,625 Total Tasks 1 through 5-Time and Expense Budget: $66,512 Notes: 1 The above hours for each professional rate are estimates.The hours above may shift between professional types as the project progresses, 2 Proposal Is based on County Purchasing adding the general conditions and front end documents. 3 This proposal excludes electrical or structural engineering design. 4 This proposal excludes environmental assessment services. 5 This proposal does not include construction administration or full time constructon inspection. ONO 16B5 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: Kisinger Campo&Associates.Corp Address: 201 N.Franklin Street,Suite 900,Tampa Florida 33602 Phone Number: 813-871-5331 Authorized Representative's Name: Paul G.Foley,P.E. Authorized Representative's Title: CEO/President Email Address: ptoley@kcaeng.com AFFIDAVIT 1, Paul G.Foley,P E. (Name of Authorized Representative),as authorized representative attest that Kisinger carnpo&Associates.Coln. (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. !M✓` Januaiy 1 5,2026 (Signature of auth rized re resentative) Date STATE OF Fbrida COUNTY OF Hillsborough Sworn to(or affirmed)and subscribed before me,by means of I!physical presence or 0 online notarization this 15 day of January ,20 26 ,by Paul G.Foley,P P. (Name of Affiant),who produced his Florida Driver's License as identification. Notary Public(not required when digital) ;fiN' ; AMY M.MOGUCKEN €*; irf MY COMMISSION#NN37366T January 1 5,2026 ' oI to EXPIRES March 18,2027 Commission Expires Personally Known a OR Produced Identification I J Type of Identification Produced: "Ia