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