Backup Documents 03/10/2026 Item #11B ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 1 B
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. Risk Risk Management --��
2. County Attorney Office County Attorney Office
b 11
4. BCC Office Board of County
Commissioners DK 4t //
4. Minutes and Records Clerk of Court's Office
0//96
5. Procurement Services Procurement Services
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 missin information.
Name of Primary Staff Cole Chandler/Procurement Contact Information 239-252-8950
Contact/Department
Agenda Date Item was March 10th,2026 Agenda Item Number 11.B
Approved by the BCC
Type of Document Agreement Number of Original 1
Attached Documents Attached
PO number or account N/A 25-8335 25-8335
number if document is "CEI Services GGWTP Bowman Consulting
to be recorded Expansion" Group,LTD,Inc.
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
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 cc
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 cc
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 cc
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 March 10th,and all changes made N/A is not
during the meeting have been incorporated in the attached document. The County nk/h1 an option for
Attorney's Office has reviewed the changes,if applicable. �t r 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 5R.(leiti an option for
Chairman's signature. l this line.
11B
PROFESSIONAL SERVICES AGREEMENT
Contract# 25-8335
for
"CEI Services for the Golden Gate Wastewater Treatment Plant (WWTP) Expansion
THIS AGREEMENT is made and entered into this 1011 day of riArc1, , 2021 by and
between the Board of County Commissioners for Collier County, Florida, a political subdivision of the
State of Florida (hereinafter referred to as the "COUNTY") and
BOWMAN CONSULTING GROUP, LTD., INC. authorized to
do business in the State of Florida, whose business address is
12355 Sunrise Valley Drive, Suite 520 Reston,VA 20191 (hereinafter
referred to as the "CONSULTANT" and/or "CONTRACTOR").
WITNESSETH:
WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT
concerning CEI Services for the Golden Gate Wastewater Treatment Plant (WVVTP) Expansion
(hereinafter referred to as the "Project"), said services in accordance with the provisions of Section
287.055, Florida Statutes being more fully described in Schedule A, "Scope of Services", which is attached
hereto and incorporated herein;
WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; and;
WHEREAS, the CONSULTANT represents that it has expertise in the type of professional
services that will be required for the Project.
NOW, THEREFORE, in consideration of the mutual covenants and provisions contained
herein, the parties hereto agree as follows:
ARTICLE ONE
CONSULTANT'S RESPONSIBILITY
1.1. CONSULTANT shall provide to COUNTY professional services in all phases of the Project to
which this Agreement applies.
1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of
Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the
COUNTY for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation",
which is attached hereto and incorporated herein.
1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all
such licenses as are required to do business in the State of Florida and in Collier County, Florida,
including, but not limited to, all licenses required by the respective state boards and other
governmental agencies responsible for regulating and licensing the professional services to be
provided and performed by the CONSULTANT pursuant to this Agreement.
Page 1 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
11B
1.4. The CONSULTANT agrees that, when the services to be provided hereunder relate to a
professional service which, under Florida Statutes, requires a license, certificate of authorization or
other form of legal entitlement to practice such services, it shall employ and/or retain only qualified
personnel to provide such services to the COUNTY.
1.5. CONSULTANT designates Jared Mellein a qualified licensed
professional to serve as the CONSULTANT's project coordinator (hereinafter referred to as the
"Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the
CONSULTANT with respect to directing, coordinating and administering all aspects of the services to
be provided and performed under this Agreement. Further, the Project Coordinator has full authority
to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The
CONSULTANT agrees that the Project Coordinator shall devote whatever time is required to
satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder.
The Project Coordinator shall not be removed by CONSULTANT from the Project without the
COUNTY's prior written approval, and if so removed must be immediately replaced with a person
acceptable to the COUNTY.
1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from
the COUNTY to promptly remove and replace the Project Coordinator, or any other personnel
employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any
personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide
and perform services or work pursuant to the requirements of this Agreement, said request may be
made with or without cause. Any personnel so removed must be immediately replaced with a person
acceptable to the COUNTY.
1.7. The CONSULTANT represents to the COUNTY that it has expertise in the type of professional
services that will be performed pursuant to this Agreement and has extensive experience with projects
similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided
by CONSULTANT pursuant to this Agreement shall be subject to the COUNTY's review and approval
and shall be in accordance with the generally accepted standards of professional practice in the State
of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to
ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida
Building Code where applicable, which regulate or have jurisdiction over the Services to be provided
and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735
and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically
those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows:
IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO
THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT:
Communications, Government and Public Affairs Division
3299 Tamiami Trail East, Suite 102
Naples, FL 34112-5746
Telephone: (239) 252-8999
Email: PublicRecordRequestCa�colliercountyfl.qov
The Contractor must specifically comply with the Florida Public Records Law to:
Page 2 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CAO
11B
1. Keep and maintain public records required by the public agency to perform the service.
2. Upon request from the public agency's custodian of public records, provide the public
agency with a copy of the requested records or allow the records to be inspected or
copied within a reasonable time at a cost that does not exceed the cost provided in this
chapter or as otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the
duration of the contract term and following completion of the contract if the Contractor
does not transfer the records to the public agency.
4. Upon completion of the contract, transfer, at no cost, to the public agency all public
records in possession of the Contractor or keep and maintain public records required
by the public agency to perform the service. If the Contractor transfers all public records
to the public agency upon completion of the contract, the Contractor shall destroy any
duplicate public records that are exempt or confidential and exempt from public records
disclosure requirements. If the Contractor keeps and maintains public records upon
completion of the contract, the Contractor shall meet all applicable requirements for
retaining public records. All records stored electronically must be provided to the public
agency, upon request from the public agency's custodian of public records, in a format
that is compatible with the information technology systems of the public agency.
If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify
the County in writing. Failure by the Contractor to comply with the laws referenced herein shall
constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate
this Agreement immediately.
1.8. In the event of any conflicts in these requirements, the CONSULTANT shall notify the COUNTY
of such conflict and utilize its best professional judgment to advise the COUNTY regarding resolution
of each such conflict. The COUNTYS approval of the design documents in no way relieves
CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful
construction of the Project.
1.9. The COUNTY reserves the right to deduct portions of the (monthly) invoiced (task) amount for
the following: Tasks not completed within the expressed time frame, including required deliverables,
incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements
and/or codes and ordinances applicable to CONSULTANT's performance of the work as related to
the project. This list is not deemed to be all-inclusive, and the COUNTY reserves the right to make
sole determination regarding deductions. After notification of deficiency, if the CONSULANT fails to
correct the deficiency within the specified timeframe, these funds would be forfeited by the
CONSULTANT. The COUNTY may also deduct or charge the CONSULTANT for services and/or
items necessary to correct the deficiencies directly related to the CONSULTANT's non-performance
whether or not the COUNTY obtained substitute performance.
1 .10. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or
organization, without the COUNTY's prior written consent, or unless incident to the proper
performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative
proceedings where such information has been properly subpoenaed, any non-public information
concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall
require all of its employees, agents, subconsultants and subcontractors to comply with the provisions
of this paragraph. CONSULTANT shall provide the COUNTY prompt written notice of any such
subpoenas.
Page 3 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CAO
11B
1 .11. As directed by the COUNTY, all plans and drawings referencing a specific geographic area
must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the
Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either
reference specific established Survey Monumentation, such as Certified Section Corners (Half or
Quarter Sections are also acceptable), or when implemented, derived from the RTK (Real-Time
Kinematic) GPS Network as provided by the COUNTY. Information layers shall have common naming
conventions (i.e. right-of-way - ROW, centerlines - CL, edge-of-pavement - EOP, etc.), and adhere to
industry standard CAD specifications.
ARTICLE TWO
ADDITIONAL SERVICES OF CONSULTANT
2.1. If authorized in writing by the COUNTY through a Change Order or Amendment to this
Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed
in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services
shall be set forth in the Change Order or Amendment authorizing those Additional Services. With
respect to the individuals with authority to authorize Additional Services under this Agreement, such
authority will be as established in the COUNTY's Procurement Ordinance and Procedures in effect at
the time such services are authorized. These services will be paid for by the COUNTY as indicated
in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional
Services must be approved in writing via a Change Order or an Amendment to this Agreement prior
to starting such services. The COUNTY will not be responsible for the costs of Additional Services
commenced without such express prior written approval. Failure to obtain such prior written approval
for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional
Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of
the Basic Services required of CONSULTANT hereunder. If the COUNTY determines that a change
in the Agreement is required because of the action taken by CONSULTANT in response to an
emergency, an Amendment shall be issued to document the consequences of the changes or
variations, provided that CONSULTANT has delivered written notice to the COUNTY of the emergency
within forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence.
Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT's right
it otherwise may have had to seek an adjustment to its compensation or time of performance under
this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic
Services, shall be Additional Services:
2.1.1 Preparation of applications and supporting documents (except those already to be
furnished under this Agreement) for private or governmental grants, loans, bond issues or advances
in connection with the Project.
2.1.2 Services resulting from significant changes in the general scope, extent or character of
the Project or its design including, but not limited to, changes in size, complexity, the COUNTY's
schedule or character of construction; and revising studies, reports, design documents or Contract
Documents previously accepted by the COUNTY when such revisions are required by changes in
laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably
anticipated prior to the preparation of such studies, reports or documents, or are due to any other
causes beyond CONSULTANT's control and fault.
2.1.3 Providing renderings or models for the COUNTY's use.
Page 4 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CAO
11B
2.1.4 Investigations and studies involving detailed consideration of operations, maintenance
and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations,
rate schedules and appraisals; and evaluating processes available for licensing and assisting the
COUNTY in obtaining such process licensing.
2.1.5 Furnishing services of independent professional associates and consultants for other
than the Basic Services to be provided by CONSULTANT hereunder.
2.1.6 Services during travel outside of Collier and Lee Counties required of CONSULTANT
and directed by the COUNTY, other than visits to the Project site or the COUNTY's office.
2.1.7 Preparation of operating, maintenance and staffing manuals, except as otherwise
provided for herein.
2.1.8 Preparing to serve or serving as a CONSULTANT or witness for the COUNTY in any
litigation, or other legal or administrative proceeding, involving the Project (except for assistance in
consultations which are included as part of the Basic Services to be provided herein).
2.1.9 Additional services rendered by CONSULTANT in connection with the Project, not
otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the
Basic Services in accordance with generally accepted professional practice.
ARTICLE THREE
THE COUNTY'S RESPONSIBILITIES
3.1. The COUNTY shall designate in writing a project manager to act as the COUNTY's
representative with respect to the services to be rendered under this Agreement (hereinafter referred
to as the "Project Manager"). The Project Manager shall have authority to transmit instructions,
receive information, interpret and define the COUNTY's policies and decisions with respect to
CONSULTANT's services for the Project. However, the Project Manager is not authorized to issue
any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be
interpreted to have the effect, of modifying or changing in any way whatever:
a. The scope of services to be provided and performed by the CONSULTANT hereunder;
b. The time the CONSULTANT is obligated to commence and complete all such services; or
c. The amount of compensation the COUNTY is obligated or committed to pay the
CONSULTANT.
3.2. The Project Manager shall:
a. Review and make appropriate recommendations on all requests submitted by the
CONSULTANT for payment for services and work provided and performed in accordance
with this Agreement;
b. Provide all criteria and information requested by CONSULTANT as to the COUNTY 's
requirements for the Project, including design objectives and constraints, space, capacity
and performance requirements, flexibility and expandability, and any budgetary limitations;
c. Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT's
disposal all available information in the COUNTY's possession pertinent to the Project,
including existing drawings, specifications, shop drawings, product literature, previous
reports and any other data relative to the Project;
Page 5 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CAO
11B
d. Arrange for access to and make all provisions for CONSULTANT to enter the Project site
to perform the services to be provided by CONSULTANT under this Agreement; and
e. Provide notice to CONSULTANT of any deficiencies or defects discovered by the COUNTY
with respect to the services to be rendered by CONSULTANT hereunder.
ARTICLE FOUR
TIME
4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution
of this Agreement upon written Notice to Proceed from the COUNTY for all or any designated portion
of the Project and shall be performed and completed in accordance with the Project Milestone
Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect
to the performance of this Agreement.
4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services
as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault
or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of
the COUNTY, fires, floods, epidemics, quarantine regulations, strikes or lock-outs, then
CONSULTANT shall notify the COUNTY in writing within five (5) working days after commencement
of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right
which CONSULTANT may have had to request a time extension for that specific delay.
4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or
progress of CONSULTANT's services from any cause whatsoever, including those for which the
COUNTY may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or
give rise to any right to damages or additional compensation from the COUNTY. CONSULTANT's
sole remedy against the COUNTY will be the right to seek an extension of time to its schedule
provided, however, the granting of any such time extension shall not be a condition precedent to the
aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for
early completion, as well as claims based on late completion. Provided, however, if through no fault
or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of
180 calendar days, CONSULTANT's compensation shall be equitably adjusted, with respect to those
services that have not yet been performed, to reflect the incremental increase in costs experienced
by CONSULTANT, if any, as a result of such delays.
4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the services
to be provided hereunder in a timely manner, in addition to any other rights or remedies available to
the COUNTY hereunder, the COUNTY at its sole discretion and option may withhold any and all
payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes
performance of its obligations hereunder in such a manner so as to reasonably establish to the
COUNTY's satisfaction that the CONSULTANT's performance is or will shortly be back on schedule.
4.5. In no event shall any approval by the COUNTY authorizing CONSULTANT to continue
performing Work under this Agreement or any payment issued by the COUNTY to CONSULTANT be
deemed a waiver of any right or claim the COUNTY may have against CONSULTANT for delay or
any other damages hereunder.
Page 6 of 31
PSA_CCNA Single Project Agreement[2025_ver.21
CAO
11B
ARTICLE FIVE
COMPENSATION
5.1. Compensation and the manner of payment of such compensation by the COUNTY for services
rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of
Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee,
reserves the right to utilize any of the following Price Methodologies:
Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred
from the COUNTY to the CONSULTANT; and, as a business practice there are no hourly or material
invoices presented, rather, the CONSULTANT must perform to the satisfaction of the COUNTY's
Project Manager before payment for the fixed price contract is authorized.
Time and Materials: The COUNTY agrees to pay the contractor for the amount of labor time
spent by the CONSULTANT 's employees and subcontractors to perform the work (number of hours
times hourly rate), and for materials and equipment used in the project (cost of materials plus the
contractor's mark-up). This methodology is generally used in projects in which it is not possible to
accurately estimate the size of the project, or when it is expected that the project requirements would
most likely change. As a general business practice, these contracts include back-up documentation
of costs; invoices would include number of hours worked and billing rate by position (and company (or
subcontractor) timekeeping or payroll records), material or equipment invoices, and other
reimbursable documentation for the project.
5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply
only to tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1
above. I ) Grant--Funded:The-J4eurly rates-as-set-fe4h-ae4-+deetiffed in Schedule B,-w4ieh-ie-a-ttae4ed
herete;-are-fer- r-peses-e#`-previdteg-estimatq.,), as regeifed--by-t4he-granter ageney:
ARTICLE SIX
THE OWNERSHIP OF DOCUMENTS
6.1. Upon the completion or termination of this Agreement, as directed by the COUNTY,
CONSULTANT shall deliver to the COUNTY copies or originals of all records, documents, drawings,
notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and
other technical data, other than working papers, prepared or developed by or for CONSULTANT under
this Agreement ("Project Documents"). The COUNTY shall specify whether the originals or copies of
such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely
responsible for all costs associated with delivering to the COUNTY the Project Documents.
CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and
internal use.
6.2. Notwithstanding anything in this Agreement to the contrary and without requiring the COUNTY
to pay any additional compensation, CONSULTANT hereby grants to the COUNTY a nonexclusive,
irrevocable license in all of the Project Documents for the COUNTY's use on this Project.
CONSULTANT warrants to the COUNTY that it has full right and authority to grant this license to the
COUNTY. Further, CONSULTANT consents to the COUNTY's use of the Project Documents to
complete the Project following CONSULTANT's termination for any reason or to perform additions to
or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges the
COUNTY may be making Project Documents available for review and information to various third
parties and hereby consents to such use by the COUNTY.
Page 7 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CAO
11B
ARTICLE SEVEN
MAINTENANCE OF RECORDS
7.1. CONSULTANT will keep adequate records and supporting documentation which concern or
reflect its services hereunder. The records and documentation will be retained by CONSULTANT for
a minimum of five (5) years from (a) the date of termination of this Agreement or (b) the date the
Project is completed, whichever is later, or such later date as may be required by law. The COUNTY,
or any duly authorized agents or representatives of the COUNTY, shall, free of charge, have the right
to audit, inspect and copy all such records and documentation as often as they deem necessary during
the period of this Agreement and during the five (5) year period noted above, or such later date as
may be required by law; provided, however, such activity shall be conducted only during normal
business hours.
ARTICLE EIGHT
INDEMNIFICATION
8.1. To the maximum extent permitted by Florida law, CONSULTANT shall indemnify and hold
harmless the COUNTY, its officers and employees from any and all liabilities, damages, losses and
costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent
caused by the negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or
anyone employed or utilized by the CONSULTANT in the performance of this Agreement. This
indemnification obligation shall not be construed to negate, abridge or reduce any other rights or
remedies which otherwise may be available to an indemnified party or person described in this
paragraph 8.1.
8.2. To the extent that the Agreement that the work pertains to a "Professional Services
Contract" as defined in Section 725.08(3), Florida Statutes, and the CONSULTANT is a "Design
Professional" as defined in Section 725.08(4), Florida Statutes, the indemnification provided herein
shall be limited as provided in Sections 725.08(1) & (2), Florida Statutes.
ARTICLE NINE
INSURANCE
9.1. CONSULTANT shall obtain and carry, at all times during its performance under the Contract
Documents, insurance of the types and in the amounts set forth in SCHEDULE D to this Agreement.
9.2. All insurance shall be from responsible companies duly authorized to do business in the State
of Florida.
9.3. All insurance policies required by this Agreement shall include the following provisions and
conditions by endorsement to the policies:
9.3.1. All insurance policies, other than the Business Automobile policy, Professional Liability
policy, and the Workers Compensation policy, provided by CONSULTANT to meet the
requirements of this Agreement shall name Collier County Board of County Commissioners,
OR, Board of County Commissioners in Collier County, OR, Collier County Government, as an
additional insured as to the operations of CONSULTANT under this Agreement and shall
contain a severability of interests' provisions.
Page 8 of 31
PSA_CCNA Single Project Agreement[2025_ver.21
CAO
11B
9.3.2. Companies issuing the insurance policy or policies shall have no recourse against the
COUNTY for payment of premiums or assessments for any deductibles which all are at the
sole responsibility and risk of CONSULTANT.
9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self-
insurance program carried by the COUNTY applicable to this Project, and the "Other
Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any
insurance or self-insurance program carried by the COUNTY applicable to this Project.
9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf
of Collier County, or reference this contract number.
9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be
construed in accordance with the laws of the State of Florida.
9.4. CONSULTANT, its subconsultants and the COUNTY shall waive all rights against each other
for damages covered by insurance to the extent insurance proceeds are paid and received by the
COUNTY, except such rights as they may have to the proceeds of such insurance held by any of
them.
9.5. All insurance companies from whom CONSULTANT obtains the insurance policies required
hereunder must meet the following minimum requirements:
9.5.1. The insurance company must be duly licensed and authorized by the Department of
Insurance of the State of Florida to transact the appropriate insurance business in the State of
Florida.
9.5.2. The insurance company must have a current A. M. Best financial rating of"Class VI" or
higher.
ARTICLE TEN
SERVICES BY CONSULTANT'S OWN STAFF
10.1. The services to be performed hereunder shall be performed by CONSULTANT's own staff,
unless otherwise authorized in writing by the COUNTY. The employment of, contract with, or use of
the services of any other person or firm by CONSULTANT, as independent consultant or otherwise,
shall be subject to the prior written approval of the COUNTY. No provision of this Agreement shall,
however, be construed as constituting an agreement between the COUNTY and any such other
person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third
party any claim or right of action against the COUNTY beyond such as may then otherwise exist
without regard to this Agreement.
10.2. Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the
Project to perform the Services required hereunder. Such personnel shall be committed to this Project
in accordance with the percentages noted in Schedule F. All personnel, identified in Schedule F shall
not be removed or replaced without the COUNTY's prior written consent.
10.3. CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By
appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor,
to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to
the CONSULTANT by the terms of this Agreement, and to assume toward the
Page 9 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement,
assumes toward the COUNTY. Each subconsultant or subcontract agreement shall preserve and
protect the rights of the COUNTY under this Agreement with respect to the Services to be performed
by the subconsultant or subcontractor so that the sub consulting or subcontracting thereof will not
prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or
subcontractor to enter into similar agreements with its sub-subconsultants or sub-subcontractors.
10.4. CONSULTANT acknowledges and agrees that the COUNTY is a third-party beneficiary of each
contract entered into between CONSULTANT and each subconsultant or subcontractor, however
nothing in this Agreement shall be construed to create any contractual relationship between the
COUNTY and any subconsultant or subcontractor. Further, all such contracts shall provide that, at
the COUNTY's discretion, they are assignable to the COUNTY upon any termination of this
Agreement.
ARTICLE ELEVEN
WAIVER OF CLAIMS
11.1. CONSULTANT's acceptance of final payment shall constitute a full waiver of any and all claims,
except for insurance company subrogation claims, by it against the COUNTY arising out of this
Agreement or otherwise related to the Project, and except those previously made in writing in
accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time
of the final payment. Neither the acceptance of CONSULTANT's services nor payment by the
COUNTY shall be deemed to be a waiver of any of the COUNTY's rights against CONSULTANT.
ARTICLE TWELVE
TERMINATION OR SUSPENSION
12.1. CONSULTANT shall be considered in material default of this Agreement and such default will
be considered cause for the COUNTY to terminate this Agreement, in whole or in part, as further set
forth in this section, for any of the following reasons: (a) CONSULTANT's failure to begin services
under the Agreement within the times specified under the Notice(s) to Proceed, or(b) CONSULTANT's
failure to properly and timely perform the services to be provided hereunder or as directed by the
COUNTY, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by
CONSULTANT or by any of CONSULTANT's principals, officers or directors, or (d) CONSULTANT's
failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT's
failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just
cause. The COUNTY may so terminate this Agreement, in whole or in part, by giving the
CONSULTANT seven (7) calendar days written notice of the material default.
12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is
determined for any reason that CONSULTANT was not in default, or that its default was excusable,
or that the COUNTY otherwise was not entitled to the remedy against CONSULTANT provided for in
paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to
be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies
against the COUNTY shall be the same as and be limited to those afforded CONSULTANT under
paragraph 12.3, below.
12.3. The COUNTY shall have the right to terminate this Agreement, in whole or in part, without
cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination
for convenience, CONSULTANT'S recovery against the COUNTY shall be limited to that portion of
Page 10 of 31
PSACCNA Single Project Agreement[2025 ver.2]
CAO
11B
the fee earned through the date of termination, together with any retainage withheld and any costs
reasonably incurred by CONSULTANT that are directly attributable to the termination, but
CONSULTANT shall not be entitled to any other or further recovery against the COUNTY, including,
but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT
must mitigate all such costs to the greatest extent reasonably possible.
12.4. Upon termination and as directed by the COUNTY, the CONSULTANT shall deliver to the
COUNTY all original papers, records, documents, drawings, models, and other material set forth and
described in this Agreement, including those described in Article 6, that are in CONSULTANT's
possession or under its control.
12.5. The COUNTY shall have the power to suspend all or any portions of the services to be provided
by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of
such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the
CONSULTANT's sole and exclusive remedy shall be to seek an extension of time to its schedule in
accordance with the procedures set forth in Article Four herein.
12.6. In the event (i) the COUNTY fails to make any undisputed payment to CONSULTANT within
forty-five (45) days after such payment is due or such other time as required by Florida's Prompt
Payment Act or (ii) the COUNTY otherwise persistently fails to fulfill some material obligation owed by
the COUNTY to CONSULTANT under this Agreement, and (ii) the COUNTY has failed to cure such
default within fourteen (14) days of receiving written notice of same from CONSULTANT, then
CONSULTANT may stop its performance under this Agreement until such default is cured, after giving
THE COUNTY a second fourteen (14) days written notice of CONSULTANT's intention to stop
performance under the Agreement. If the Services are so stopped for a period of one hundred and
twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or
subcontractor or their agents or employees or any other persons performing portions of the Services
under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving
written notice to the COUNTY of CONSULTANT's intent to terminate this Agreement. If the COUNTY
does not cure its default within fourteen (14) days after receipt of CONSULTANT's written notice,
CONSULTANT may, upon fourteen (14) additional days' written notice to the COUNTY, terminate the
Agreement and recover from the COUNTY payment for Services performed through the termination
date, but in no event, shall CONSULTANT be entitled to payment for Services not performed or any
other damages from the COUNTY.
ARTICLE THIRTEEN
TRUTH IN NEGOTIATION REPRESENTATIONS
13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or
person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this
Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation,
individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee,
commission, percentage, gift or any other consideration contingent upon or resulting from the award
or making of this Agreement.
13.2. In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT
agrees to execute the required Truth-In-Negotiation Certificate, attached hereto and incorporated
herein as Schedule E, certifying that wage rates and other factual unit costs supporting the
compensation for CONSULTANT's services to be provided under this Agreement are accurate,
complete and current at the time of the Agreement. The CONSULTANT agrees that the original
Page 11 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CM)
11B
Agreement price and any additions thereto shall be adjusted to exclude any significant sums by which
the COUNTY determines the Agreement price was increased due to inaccurate, incomplete, or non-
current wage rates and other factual unit costs. All such adjustments shall be made within one (1)
year following the end of this Agreement.
ARTICLE FOURTEEN
CONFLICT OF INTEREST
14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either
direct or indirect, which would conflict in any manner with the performance of services required
hereunder. CONSULTANT further represents that no persons having any such interest shall be
employed to perform those services.
ARTICLE FIFTEEN
MODIFICATION
15.1. No modification or change in this Agreement shall be valid or binding upon either party unless
in writing and executed by the party or parties intended to be bound by it.
ARTICLE SIXTEEN
NOTICES AND ADDRESS OF RECORD
16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to
the COUNTY shall be in writing and shall be delivered by hand, email, or by United States Postal
Service Department, first class mail service, postage prepaid, addressed to the following the
COUNTY's address of record:
Board of County Commissioners for Collier County, Florida
Division Name: Engineering and Project Management
Division Director: Matthew McLean
Address: 3339 Tamiami Trail East,Suite 303
Naples,FL 34112
Administrative Agent/PM: Wayne Karlovich
Telephone: 239-252-5372
E-Mail(s): wayne.karlovich@collier.gov
16.2. All notices required or made pursuant to this Agreement to be given by the COUNTY to the
CONSULTANT shall be made in writing and shall be delivered by hand, email or by the United States
Postal Service Department, first class mail service, postage prepaid, addressed to the following
CONSULTANT's address of record:
Company Name: BOWMAN CONSULTING GROUP,LTD., INC.
Address: 12355 Sunrise Valley Drive,Suite 520
Reston,VA 20191
Page 12 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
co
11B
Attention Name &Title: Robert Krallinger
Telephone: 757-561-2785
rkrallinger@bowman.com
E-Mail(s):
16.3. Either party may change its address of record by written notice to the other party given in
accordance with requirements of this Article.
ARTICLE SEVENTEEN
MISCELLANEOUS
17.1. CONSULTANT, in representing the COUNTY, shall promote the best interests of the COUNTY
and assume towards the COUNTY a duty of the highest trust, confidence, and fair dealing.
17.2. No modification, waiver, suspension or termination of the Agreement or of any terms thereof
shall impair the rights or liabilities of either party.
17.3. This Agreement is not assignable, or otherwise transferable in whole or in part, by
CONSULTANT without the prior written consent of the COUNTY.
17.4. Waivers by either party of a breach of any provision of this Agreement shall not be deemed to
be a waiver of any other breach and shall not be construed to be a modification of the terms of this
Agreement.
17.5. The headings of the Articles, Schedules, Parts and Attachments as contained in this
Agreement are for the purpose of convenience only and shall not be deemed to expand, limit or
change the provisions in such Articles, Schedules, Parts and Attachments.
17.6. This Agreement, including the referenced Schedules and Attachments hereto, constitutes the
entire agreement between the parties hereto and shall supersede, replace and nullify any and all prior
agreements or understandings, written or oral, relating to the matter set forth herein, and any such
prior agreements or understanding shall have no force or effect whatever on this Agreement.
17.7. Unless otherwise expressly noted herein, all representations and covenants of the parties shall
survive the expiration or termination of this Agreement.
17.8. This Agreement may be simultaneously executed in several counterparts, each of which shall
be an original and all of which shall constitute but one and the same instrument.
17.9. The terms and conditions of the following Schedules attached hereto are by this reference
incorporated herein:
Schedule A SCOPE OF SERVICES
Schedule B BASIS OF COMPENSATION
Schedule C PROJECT MILESTONE SCHEDULE
Schedule D INSURANCE COVERAGE
Schedule E CCNA Projects: TRUTH IN NEGOTIATION CERTIFICATE
Schedule F KEY PERSONNEL
Schedule G Other: AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED
Page 13 of 31
PSA_CCNA Single Project Agreement 12025_ver.21
11B
Solicitation #25-8335, including all Attachment(s), Exhibit(s) & Addendum Consultant's
Proposal
17.10. Grant Funded Projects (only applicable to Grant funded projects): In the event of any
conflict between or among the terms of any of the Contract Documents and/or the COUNTY's Board
approved Executive Summary, the terms of the Agreement shall take precedence over the terms of
all other Contract Documents, except the terms of any Supplemental Grant Conditions shall take
precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents
cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the
conflict shall be resolved by imposing the more strict or costly obligation under the Contract
Documents upon the CONSULTANT at the COUNTY's discretion.
ARTICLE EIGHTEEN
APPLICABLE LAW
18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida,
and by such laws, rules and regulations of the United States as made applicable to services funded
by the United States government. Any suit or action brought by either party to this Agreement against
the other party relating to or arising out of this Agreement must be brought in the appropriate federal
or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such
matters.
ARTICLE NINETEEN
SECURING AGREEMENT/PUBLIC ENTITY CRIMES
19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or
person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this
Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation,
individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee,
commission, percentage, gift or any other consideration contingent upon or resulting from the award
or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and
deliver to the COUNTY the Truth-In-Negotiation Certificate identified in Article 13 and attached hereto
and made a part hereof as Schedule E. CONSULTANT's compensation shall be adjusted to exclude
any sums by which the COUNTY determines the compensation was increased due to inaccurate,
incomplete, or noncurrent wage rates and other factual unit costs.
19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by
the COUNTY of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes
which read as follows:
"A person or affiliate who has been placed on the convicted vendor list following
a conviction for a public entity crime may not submit a bid, proposal, or reply on
a contract to provide any goods or services to a public entity; may not submit a
bid, proposal, or reply on a contract with a public entity for the construction or
repair of a public building or public work; may not submit bids, proposals, or
replies on leases of real property to a public entity, may not be awarded or
perform work as a contractor, supplier, subcontractor, or consultant under a
contract with any public entity; and may not transact business with any public
entity in excess of the threshold amount provided in s. 287.017 for CATEGORY
TWO for a period of 36 months following the date of being placed on the
Page 14 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CAO
11B
convicted vendor list."
ARTICLE TWENTY
DISPUTE RESOLUTION
20.1. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve
disputes between the parties, the parties shall make a good faith effort to resolve any such disputes
by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full
decision-making authority and by the COUNTY's staff person who would make the presentation of
any settlement reached during negotiations to the COUNTY for approval. Failing resolution, and prior
to the commencement of depositions in any litigation between the parties arising out of this
Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon
Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by
representatives of CONSULTANT with full decision-making authority and by the COUNTY's staff
person who would make the presentation of any settlement reached at mediation to the COUNTY's
board for approval. Should either party fail to submit to mediation as required hereunder, the other
party may obtain a court order requiring mediation under section 44.102, Fla. Stat.
20.2. Any suit or action brought by either party to this Agreement against the other party relating to
or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier
County, Florida, which courts have sole and exclusive jurisdiction on all such matters.
ARTICLE TWENTY-ONE
IMMIGRATION LAW COMPLIANCE
21.1. By executing and entering into this agreement, the CONSULTANT is formally acknowledging
without exception or stipulation that it is fully responsible for complying with the provisions of the
Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations
relating thereto, as either may be amended, as well as the Florida state law requirements set forth in
Florida Statute, §448.095, as may be amended. Failure by the CONSULTANT to comply with the laws
referenced herein shall constitute a breach of this agreement and the COUNTY shall have the
discretion to unilaterally terminate this Agreement immediately.
[Signature page to follow this page]
******Remainder of page intentionally left blank******
Page 15 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CAO
11B
IN WITNESS WHEREOF, the parties hereto have executed this Professional Services
Agreement the day and year first written above.
BOARD OF COUNTY COMMISSIONERS
ATTESI: �..•� �� Q COLLIER COUNTY, FLORIDA
Crysta . I�i zel„ LE K
BY: BY: _
Attest as to C ao's,DePuty Clerk Dan Kowal, Chairm n
6, signatures only
Approve . to I ti and legality:
-mil pi
• Vining ._
Jeffrey A latz+e , ounty Attorney
Consultant's Witnesses: Consultant:
BOWMAN CONSULTING GROUP, LTD., INC.
1(, /tr/IQ,&1,1 By:
Witness
Nitant Desai,Principal,Director of Engineering Robert Krallinger,Principal,Water Practice Leader
Name and Title Name and Title
Witness
Tina XO,Office Manager
Name and Title
Page 16 of 31
PSA_CCNA Single Project Agreement[2025_ver.2j
CAO
11B
SCHEDULE A
SCOPE OF SERVICES
following this page (pages 1 through 6j
Page 17 of 31 CALF
PSA_CCNA Single Project Agreement[2025_ver.2]
1113
Exhibit A— Scope of Services
25-8335 "CEI Services Golden Gate Wastewater Treatment Plant Expansion"
Collier County Water Sewer District will be expanding the existing WWTP in Golden Gate City from 1.5
MGD to 5.0 MGD.Additionally, it is understood that a separate well drilling and injection well construction
contract will be under construction concurrently with the WWTP construction work. The CEI shall be
responsible for the Construction Engineering Inspection (CEI) Services required for both projects. (where
the word project is used it is understood that the scope applies to both projects).
The CEI team shall provide a Project Administrator whose duties include,but are not limited to the following:
1. Observing the construction project(s)from start to finish. Working with the County Project Manager to
facilitate coordination, meetings, communication and collaboration with all stakeholders including
contractors, engineers,other inspectors, and County staff.
2. Schedule and lead pre-construction and project progress meetings,
3. Ensure that all work is constructed in accordance with the Contract Documents and quality and safety and
security requirements are being met.
4. Provide all document control services.
5. Ensure all Environmental and Regulatory requirements are being met.
6. Organize and maintain project correspondence throughout the project,
7. Coordinate all construction activities with the Engineer of Record and Collier County Project Manager
8. Oversee Construction Inspector(s)including,but not limited to,observe all construction,testing,
and start-up and commissioning activities related to the Project.
9. Shall ensure all daily log reports are:
a. prepared on the same day as the construction activity.
b. Completed and submitted into the document control system by the next business day.
10. Shall ensure all other construction documentation will be properly posted into the document
control system no later than the first working day of the following week or more frequently if
requested by the County.
11. Coordinate all activities with the Public Involvement Officer pertaining to public involvement.
The Construction Engineering and Inspection team will provide the following tasks:
Task l Construction, Engineering and Inspection(CEI)Services
Manage Document Control Software Platform: The CEI will host and configure a Procure license to
serve as the document control system for the project. Services will include:
• Establish workflow with all documents to be tracked in the document control system.
• Identify users from the CONTRACTOR, ENGINEER, COUNTY, and Public Involvement team,
and manage appropriate access and permissions.
• In coordination with the County,establish and assign required response times for users representing
the ENGINEER, CONTRACTOR, COUNTY and others to ensure the timely submission of
documents and responses to submittals such as shop drawings, RFIs and material testing results.
• Conduct up to three teleconference orientation and training sessions of up to 2 hours in length each
to familiarize the planned users with accessing and operating the document control system.
• The document control system will be managed and maintained by the CEI for the duration of the
contract work.
• Review submittal status and required actions. Advise parties that are overdue on required actions
to expedite required responses.
• At the completion of the project, the CEI will close out the project on Procore and upload all
associated documents to a storage location selected by the COUNTY.
Exhibit A—Scope of Services
Page 1 of 6
11B
Construction Observation: The CEI team will conduct on-site observations and inspections of all
construction activities on the Project to ensure that all work is completed in accordance with the Contract
Documents. The CEI team will inform the Engineer of Record (ENGINEER) and County Project
Manager(COUNTY)of any concerns related to conformance of the work with the Contract Documents
(a concern or an issue) as an attempt to resolve any concern or issue on-site and shall inform the
ENGINEER and the COUNTY in writing about the concern or issue within eight(8)business hours,but
not more than one business day after the discovery of any concern or issue. ENGINEER will be
responsible for investigating the concern or issue and resolving the same through a written directive to
the construction contractor and so inform the COUNTY and the CEI in writing. This protocol will be
initiated any time the CEI becomes aware of any construction that is unsatisfactory, faulty or defective,
does not conform to the Contract Documents,does not meet the requirements of any inspections,tests or
approval required to be made, or has been damaged before final payment. The CEI will maintain a
separate Issue Resolution Log documenting any issue or concern that is conveyed in writing to the
ENGINEER, including the written directive resolving the issue or concern.
Daily Log and Construction Documentation: The CEI will prepare a daily log recording activities and
details related to the work on a form approved in advance by the COUNTY. Information will be recorded
in the daily log on each day construction activities occur. The daily log entries will record all aspects of
the construction during that day including but not limited to:construction crew(labor)details,equipment
used, materials used, compliance testing and inspection performed, site conditions, trench conditions,
backfill material used, dewatering methods, compaction methods, location of the work, and all relevant
details related to the Work. The Daily Log will reference the digital photographs and or video taken with
appropriate file names and file locations. In addition to the construction details,the daily log will contain
information related to:time and hours on the job site,weather conditions,data pertaining to questions of
quantities of materials used, extras or deductions, list of visiting officials and representatives of
manufacturers, fabricators, suppliers and distributors, observations in general and specific observations
in more detail as in observing test procedures, conformance inspection of materials and fitting, name
plate data for equipment and material installed, and other information requested by the COUNTY. The
daily log, photograph files and other construction documentation will be provided to the COUNTY by
the CEI on a weekly basis in an electronic file accessible through the document management software
system on the first day of the week following the week the daily logs are created.
Photographic Record: The CEI will provide a comprehensive digital photographic record of all
construction activities related to the Project. The digital file names will be referenced in the daily
log along with a brief description of the photograph,the date and time of the photograph and the name
of the photographer. The digital files will be uploaded to the documents management system on a
minimum of a weekly basis to facilitate access by the COUNTY along with the construction
documentation. The photographs will be digitally saved in high resolution color in jpg file format and/or
pdf format. Photos will have data to identify the time, date, location and photographer information
associated with it. The electronic photographic files will be uploaded by the CEI and made available to
the COUNTY. Video data will be provided in digital format and uploaded for electronic access.
•
General Coordination: CEI will oversee the entire construction project in coordination with the
ENGINEER and COUNTY and prepare and maintain all required documentation to ensure all items are
corrected and/or completed. CEI will coordinate all activities of the Project, between the construction
contractor,the ENGINEER and the COUNTY.
Observe Regulatory Agency Inspections: The CEI will accompany visiting inspectors representing any
regulatory agencies having jurisdiction over the Project and will record the name and agency associated
with visitors and document the discussions and the outcome of these regulatory inspections and site visits
in the daily logs.
Permit Tracking: The CEI will prepare a permit tracking document for all regulatory/governmental
permits included on this project. The permit tracking system will be integrated into the document
management system for the project.
Exhibit A—Scope of Services
Page 2 of 6
CAO
11B
Pre-Construction Meeting: The CEI will organize and lead the pre-construction meeting with the
construction contractor,design engineer, and the COUNTY to review project objectives, project scope,
project contract, COUNTY's requirements and identify issues that may affect the Project. Pre-
Construction agenda will be submitted to the County Project Manager at least 5 days prior to pre-
construction meeting. Pre-Construction meeting minutes will be submitted to the project team no later
than 2 days after the meeting.
Construction Progress Meetings: The CEI will organize and lead weekly progress meetings with the
construction contractor,design engineer, and the COUNTY to review project status and identify issues
that may affect the Project. Meeting minutes will be submitted to the project team no later than 2 days
after the meeting.
Other Project Meetings:The CEI will organize and lead other meetings with the construction contractor,
design engineer,and the COUNTY as required to review project status and identify issues that may affect
the Project. Meeting minutes will be submitted to the project team no later than 2 days after the meeting.
Project Schedule: The CEI shall be responsible for the review of the CONTRACTOR's progress
schedule, and recommendations to the ENGINEER and OWNER regarding acceptance. The CEI shall
review the schedule to ensure that all general work efforts are addressed, that the schedule is following
a logical approach to the job,that it is following sound engineering and construction practices and that
it identifies all critical path work. The CEI shall monitor the schedule on a monthly basis, and after a
review with the CONTRACTOR, advise the County Project Manager of any areas where the
CONTRACTOR appears to be falling behind and evaluate any corrective actions.
Project Pay Applications: The CEI shall review and recommend to the ENGINEER any payment
requested by the contractor in an Application for Payment before the pay application is submitted to the
Clerk's office.The CEI's recommendation of any payment requested in an application for payment shall
constitute a representation by the CEI to the COUNTY & ENGINEER as an experienced and qualified
professional,that based on CEI's onsite observations and inspections of construction in progress;that the
construction quantities in the applications for payment accurately reflects the progress of the work and
that the work is constructed in accordance with the Contract Documents. The CEI will process pay
requests in accordance with the Florida Prompt Payment Act
Request for Information: CEI shall review, send to ENGINEER, and distribute after receiving
ENGINEER's response to all Requests for Information (BFI's)that the Contractor submits. If required
by PUD staff, CEI shall confirm that ENGINEER revises construction plans based on response to RFI.
CEI shall maintain a complete log of all RFIs,noting the dates of first submittal and subsequent reviews
and resubmittals,approval,etc.
Change Orders&Work Directives: Working with the ENGINEER,CEI shall prepare all Change Orders,
Work Directive Changes, and Design Change Notices during the project for the County Project
Manager's review and approval. A log of all change orders and work directives will be maintained and
provided at every construction progress meeting. The CEI shall participate with the ENGINEER in the
review of Change Orders and Claims to provide opinions regarding the cost reasonableness associated
with each. Time and staffing performing the work by the CONTRACTOR will be documented in the
daily reports for validation of the associated labor and costs.The CEI will also render opinions to validate
if an activity affects the project's critical path.
Field & Material Testing: The CEI will confirm all required field testing by the Contractor is being
completed in accordance with the Contract Documents and verify that all materials, equipment and
supplies installed or utilized on the Project are in full accordance with the Contract Documents and
approved Shop Drawings provided by the ENGINEER. Maintain records of all density, sampling and
testing accomplished and analyze such records required to ascertain acceptability of materials and
completed work items.The field reports for records of work and testing results shall be submitted within
one week to the County Project Manager.
Exhibit A—Scope of Services
Page 3 of 6
CA-0
11B
Preparation of Monthly Report: CEI shall prepare a monthly report of all the construction activity
completed.Sections in the report should include,but not be limited to, Executive Summary,Contract Cost
Status, Project Schedule, Critical Issues, RFI Status, Submittal Status, Allowance Log, Project Payment
Application, Permit Log, Observation Reports and Project Photos.
Plant Shutdown Plans: The CEI shall be responsible for the review and recommended acceptance of the
Contractor's shutdown plans for this project. The CEI will conduct an onsite review meeting with
COUNTY to review the scope and nature of the shutdown and incorporate COUNTY comments into the
review of the plan. It is anticipated that up to two reviews of each Shutdown Plan may occur before
approval is granted. It is assumed that up to 10 shutdown plans may need to be reviewed.
Coordination of Shop Drawings, Contract Interpretations and Clarifications: The CEI will coordinate
with the ENGINEER regarding the issuance of interpretations and clarifications of Contract Documents
during construction. The ENGINEER shall be responsible for technical review and decisions regarding
interpretation and clarification of Contract Documents. The CEI shall coordinate the ENGINEER's
decisions and responses with the construction contractor.
Monitor Project Records: The CEI shall maintain all required Project records, including but not limited
to meeting minutes, pay applications, change orders, project schedules, permits, delivery schedules,
inventories and construction reports.
As Constructed Field Drawings: The CEI shall maintain their own red pencil "mark-up" notations and
sketches on full size construction plans that reflect the actual details of constructed facilities. These
Constructed Field Drawings will be used by the CEI to validate the"As Built"documentation provided
by the construction contractor. The CEI will notify the ENGINEER and the construction contractor of
any differences in the documents maintained by the general contractor and the CEI on a weekly basis for
resolution by the ENGINEER.
Start-up and Commissioning Support: The CEI will lead and assist the COUNTY, the ENGINEER and
the construction contractor during start-up of each segment and the entire project designated for
Beneficial Use by the COUNTY, including but not limited to coordinating and supporting the issuance
of required permits and providing general coordination between the ENGINEER, COUNTY and
construction contractor. The CEI team shall have a person leading this effort to have extensive knowledge
of starting up and commissioning wastewater treatment plants.
O&M and Asset Management Data Management: For equipment being commissioned, the CEI will
organize and review available documentation including the manufacturer's O&M manual, the shop
drawings,training information and video records,and wiring diagrams. The CEI will create QR codes to
access the collected data to enable facility staff to electronically access the data for the use in supporting
operations and maintenance of the equipment.QR codes will be created for major components associated
with each process unit. The QR code will link to a data repository location as specified and approved by
the COUNTY.
The CEI will also coordinate with the COUNTY regarding the tagging and numbering of the assets
associated with the COUNTY's asset management system.Each asset will have an assigned number and
shall be tagged by the COUNTY as part of the commissioning process. Coordination includes assessing
if tags have been assigned for each asset and identifying a list of assets that are lacking tags or have
incomplete tags.
Substantial Completion Inspections: The CEI will conduct substantial completion inspections when
requested by the construction contractor and the ENGINEER recommends that the work is sufficiently
complete to warrant a substantial completion inspection. During the substantial completion inspection,
the CEI's Construction Inspector and Project Administrator will prepare a punch list of items requiring
completion or correction to the satisfaction of the ENGINEER and the COUNTY. The CEI will be
responsible to ensure all substantial completion requirements are fulfilled by the Contractor as detailed
Exhibit A—Scope of Services
Page 4 of 6
CAO
11B
in the construction agreement and will maintain the punch-list and issuing updates to the punch-list on a
weekly basis.The CEI will coordinate and participate in the final walk-through to ensure that the punch-
list items are completed to the satisfaction of the ENGINEER and the COUNTY. The CEI will also obtain
the warranty information for equipment and ensure that the warranty start date matches the date that the
equipment has been accepted by the COUNTY to be placed into full time operation.
Final Completion Inspection: Upon the request of the construction contractor and concurrence of the
ENGINEER and the COUNTY,the CEI will conduct final inspections of portions of the project,as they
are finished to determine if construction has been completed in accordance with the Contract Documents
and the construction contractor has fulfilled all obligations therein. Based on the results of the final
inspection,the CEI will judge if the work is complete or not complete. If the work is judged complete,
the CEI will issue a"notice of final acceptance and recommendation for final payment". If the work is
judged not complete,the CEI will issue written instructions to the construction contractor identifying the
work judged not complete. Upon provision of the construction contractor evidence or assurance that the
deficiencies noted above have been corrected or completed,a second final inspection will be scheduled
to verify that the outstanding issues have been resolved and the CEI can issue a "notice of final
acceptance and recommendation for final payment".
Technical Services: Provide technical support such as conducting technical review and/or preparation
of operational and facility maintenance documents, field surveying, and providing peer review services
for operation and control strategies and SOPs. Field surveying services will include coordination with
the Contractor's survey team to review the as-built information that is submitted monthly to the County
and providing supplemental survey information for periodically validating as constructed information
and to survey where supplemental field information is needed to support construction and/or address
unforeseen conditions and utility conflicts in the field.
Warranty Services: The CEI will provide warranty services for one(1)year after the final completion of
the project construction as listed below. Work under this item is to include, but not be limited to, the
following:
• Post Construction Warranty Support: Once construction has been completed, equipment and
associated facilities will be reviewed for its performance and operational status. A list of potential
warranty issues will be generated for items to be investigated and corrected and that list will be
coordinated with the COUNTY, ENGINEER, and CONTRACTOR until the issues are resolved.
• Review the post construction video and pictures provided by the contractor.
• Keep a log of all warranty issues.
• Subsequent to the plant being placed into operation, the CEI, or a subconsultant under contract by
the CEI shall take bimonthly noise readings from properties immediately adjacent to the plant over
a six- month period to confirm that the noise levels of the plant are at or below Collier County's
Noise Ordinance requirements.
• One(1)Year Warranty Walk through with the ENGINEER,CONTRACTOR and COUNTY Staff.
Public Relations: CEI and their subconsultant(s), if any, shall complete all required public involvement
services throughout the construction project. The CEI team shall have a Public Involvement person who
can demonstrate extensive experience providing public involvement services of similar size and type to
this utility project. Work under this item is to include, but not be limited to,the following:
• Preparing a comprehensive mailing list for all property and business owners who will be affected by
the construction with limits as shown on the most current set of construction documents. Mail
notices through the project duration, as directed by the County Project Manager.
Exhibit A—Scope of Services
Page 5 of 6
CAO
11B
• Preparing project contact cards with the project's logo, hotline, email address and website. Project
contact cards will be given to the County's contractor to provide to residents/entities inquiring about
the project.This will allow the contractor to continue working uninterrupted and will ensure that the
public and media are receiving the most timely and accurate information. Politically sensitive issues
would be immediately brought to the attention of the project manager.
• Prepare informational newsletter(s) which describes the project and addresses frequently asked
questions. This task may require coordination with the County public relations officers. All
notifications and materials for distribution must be approved by the County project manager.
• Coordinating, meeting, and working in conjunction with County's Public Information Staff for all
facets of the public relations scope described herein.
• Coordination with property owners and public services affected by construction, (e.g. garbage
pickup,USPS, public schools(buses), development of road closure notices by GMD staff, etc.).
• Press releases as necessary for notification to the public.
• Contacting businesses individually, including other contractors in the project area,either personally
or by phone,as necessary to inform those businesses closely affected by the construction activities.
• As directed by the County's Project Manager,distribute notices door to door within the project limits
and nearby communities that will be affected by the construction zone and road closures. Within a
week of a door-to-door distribution, The CEI Public Involvement Person (PIP) should inspect and
remove any door hangers that have not been picked up by the resident.
• Manage and maintain a public"Hotline".All messages and phone calls should be logged.
• Maintaining the Project Customer Service Log using PUD's provided template.
• Respond to public concerns in coordination with the project manager. This includes phone calls, e-
mails, site visits, meetings, and special reports. All messages left by residents should be answered
within the next 24 hours.
• Attending construction progress meetings,as needed,for the duration of construction.
• Attending other meetings as needed.
• Develop and provide assistance in preparing presentations and materials for the Golden Gate Civic
Association, Commission town hall meetings, and other public information meetings.
• Secure site and develop meeting materials for any public meeting. Assist the County Project
Manager to set-up of the room and materials for these meetings.
• Create a web page for the project and update it weekly. The updates should include details of the
construction and any notification that has been distributed door-to-door or mailed out.
The CEI PIP is expected to monitor the e-mail and phone Monday through Friday from 7:00am
through 7:00pm and Saturdays from 8:00 am through 12:00 pm.
Miscellaneous Reimbursable Expenses
The allocation for funds under this line item are associated with the costs of cellular data plans for mobile laptop
and tablet
Exhibit A—Scope of Services
Page 6 of 6
CAO
11B
SCHEDULE B
BASIS OF COMPENSATION
1. MONTHLY STATUS REPORTS
B.1 .1 . As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its
monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to
be required for the completion of the Basic Services and any authorized Additional Services, as of the last
day of the subject monthly billing cycle. Among other things, the report shall show all Service items and
the percentage complete of each item.
2. COMPENSATION TO CONSULTANT
B,2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments
to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with
the following Schedule; however, the payment of any particular line item noted below shall not be due until
services associated with any such line item have been completed or partially completed to the COUNTY's
reasonable satisfaction. Lump sum payments will be made upon the percentage complete. In no event
shall such Time and Materials compensation exceed the amounts set forth in the table below.
Tasks/Item Description Lump Sum Time and
Materials
Not-To-Exceed
1 Construction Engineering and Inspection(CEI) Services $ 5,952.00 $4,961,051.55
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
Total Lump Sum Fee $ 5,952.00
Total Time and Materials Fee $ 4961051.55
GRAND TOTAL FEE $ 4,967,003.55
Page 18 of 31
PSA_CCNA Single Project Agreement[2025_vcr.2]
eM)
11B
B.2.2. ** Time and Material Fees: The fees noted in Section B.2.1. shall constitute the amounts to be paid
to CONSULTANT for the performance of the Basic Services. Direct Labor Costs mean the actual salaries
and wages (basic, premium and incentive) paid to CONSULTANT's personnel, with respect to this Project,
including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of
the rates set forth in the Attachment 1 to this Schedule B. With each monthly Application for Payment,
CONSULTANT shall submit detailed time records, and any other documentation reasonably required by
the COUNTY, regarding CONSULTANT's Direct Labor Costs incurred at the time of billing, to be reviewed
and approved by the COUNTY. There shall be no overtime pay without the COUNTY's prior written
approval.
B.2.2.1. Notwithstanding anything herein to the contrary, in no event may CONSULTANT's monthly
billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed
task(s) limits by the percentage the COUNTY has determined CONSULTANT has completed such task as
of that particular monthly billing.
B.2.3. ■ * Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be
paid to CONSULTANT for the performance of the Basic Services. There shall be no overtime pay without
the COUNTY's prior written approval.
B.2.3.1 CONSULTANT shall submit, with each of the monthly status reports provided for under
Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and
Additional Services during the subject billing month.
B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees
to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be
provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall
be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall
comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services
without the COUNTY's prior written approval.
B.2.5. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and
complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions
of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket
expenses incurred in the performance of all such services.
B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and
agrees that in the event of a dispute concerning payments for Services performed under this Agreement,
CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by
the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to
CONSULTANT all amounts that the COUNTY does not dispute are due and payable.
3. SCHEDULE OF PAYMENTS
B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one
invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices
shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a
form and manner required by the COUNTY.
B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and
approval of invoices submitted on the date of services or within six (6) months after completion of contract.
Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under
the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to
the timely submission of invoices under this Agreement.
B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no
signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on
Page 19 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CAO
11B
CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not
be submitted more than one time monthly.
B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for
reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting
documentation.
B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B,
CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by
CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum
markup of five percent (5%) on the fees and expenses associated with such subconsultants and
subcontractors.
B.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the
Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following
items:
B.3.4.1.1. Cost for reproducing documents that exceed the number of documents
described in this Agreement and postage and handling of Drawings and Specifications.
B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project
related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the
COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with
§112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips
that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties
are expressly excluded.
B.3.4.1.3. Permit Fees required by the Project.
B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in
advance and in writing by the COUNTY.
B.3.4.1.5. Expense of models for the County's use.
B.3.4.1.6. Other items on request and approved in writing by the COUNTY.
B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except
for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services.
B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized
accounting basis.
B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any
reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be
deemed to be a reimbursable expense.
Page 20 of 31
PSA_CCNA Single Project Agreement[2025_ver.21
(TAG
SCHEDULE B - ATTACHMENT 1
CONSULTANT'S HOURLY RATE SCHEDULE
Title Hourly Rate
Senior Principal $365.70
Principal $339.20
Department Executive $286.20
Senior Project Manager $259.70
Project Manager $222.60
Project Coordinator $127.20
Senior Surveyor $259.70
Engineer 1 $143.10
Engineer 2 $153.70
Engineer 3 $174.90
Planner 1 $137.80
Planner 2 $148.40
Planner 3 $190.80
Designer 1 $137.80
Designer 2 $148.40
Designer 3 $159.00
CADD Drafter 1 $100.70
CADD Drafter 2 $127.20
CADD Drafter 3 $137.80
Construction Inspector $127.20
Landscape Architect 1 $137.80
Landscape Architect 2 $153.70
Landscape Architect 3 $196.10
GIS Developer 1 $137.80
GIS Developer 2 $180.20
GIS Developer 3 $217.30
Senior Environmental Scientist $212.00
Environmental Scientist 1 $132.50
Environmental Scientist 2 $164.30
Environmental Scientist 3 $196.10
Survey Technician 1 $116.60
Survey Technician 2 $137.80
Survey Technician 3 $159.00
Project Surveyor $201.40
Survey Field Crew-1 Man $164.30
Survey Field Crew-2 Man $206.70
Survey Field Crew-3 Man $265.00
3D Scanning Crew $302.10
Survey Field Technician $106.00
3D/UAV Modeling Technician $190.80
The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be
all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual
agreement in advance and in writing by the parties. For Grant Funded Projects, the above hourly
rates are for purposes of providing estimate(s), as required by the grantor agency.
Page 21 of 31
PSA_CCNA Single Project Agreement[2025_ver.21
CAO
11B
SCHEDULE B —ATTACHMENT 2
CONSULTANT'S HOURLY RATE SCHEDULE
Title Hourly Rate
UAV Operation $339.20
SUE Field Crew-1 Man $164.30
SUE Field Crew-2 Man $212.00
SUE Field Crew-3 Man $275.60
SUE Field Crew-4 Man $312.70
SUE Utility Coordinator $212.00
SUE Technician 1 $127.20
SUE Technician 2 $143.10
SUE Technician 3 $169.60
Machine Control Technician $286.20
Administrative Professional $106.00
Remote Sensing Technician 1 $116.60
Remote Sensing Technician 2 $137.80
Remote Sensing Technician 3 $159.00
The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be
all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual
agreement in advance and in writing by the parties. For Grant Funded Projects,the above hourly
rates are for purposes of providing estimate(s), as required by the grantor agency.
Page 22 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CAO
11B
SCHEDULE C
PROJECT MILESTONE SCHEDULE
Number of Calendar Days
Task/Item For Completion of Task
Description from Date of Notice to
Proceed
1 Construction Engineering and Inspection (CEI) Services 1.600
Page 23 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CAC
11B
SCHEDULE D
INSURANCE COVERAGE
1 . The amounts and types of insurance coverage shall conform to the following minimum
requirements with the use of Insurance Services Office (ISO) forms and endorsements or their
equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below
listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the
nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of
financial responsibility for such obligations. All self-insured retentions or deductibles will be
CONSULTANT's sole responsibility.
2. The insurance required by this Agreement shall be written for not less than the limits specified
herein or required by law, whichever is greater.
3. Coverages shall be maintained without interruption from the date of commencement of the
services until the date of completion and acceptance of the Project by the COUNTY or as specified in
this Agreement, whichever is longer.
4. Certificates of insurance acceptable to the COUNTY shall be filed with the COUNTY within ten
(10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that
CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder.
In addition, certified, true and exact copies of all insurance policies required shall be provided to the
COUNTY, on a timely basis, if requested by the COUNTY. Such certificates shall contain a provision
that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty
(30) days prior written notice has been given to the COUNTY. CONSULTANT shall also notify the
COUNTY, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration,
cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from
its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide
notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT
hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the
full extent permitted under such policy.
5. All insurance coverages of the CONSULTANT shall be primary to any insurance or self-
insurance program carried by the COUNTY applicable to this Project.
6. The acceptance by the COUNTY of any Certificate of Insurance does not constitute approval
or agreement by the COUNTY that the insurance requirements have been satisfied or that the
insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this
Agreement.
7. CONSULTANT shall require each of its subconsultants to procure and maintain, until the
completion of the subconsultant's services, insurance of the types and to the limits specified in this
Section except to the extent such insurance requirements for the subconsultant are expressly waived
in writing by the COUNTY.
8. Should at any time the CONSULTANT not maintain the insurance coverages required herein,
the COUNTY may terminate the Agreement or at its sole discretion shall be authorized to purchase
such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails
to reimburse the COUNTY for such costs within thirty (30) days after demand, the COUNTY has the
right to offset these costs from any amount due CONSULTANT under this Agreement or any other
agreement between the COUNTY and CONSULTANT. The COUNTY shall be under no obligation to
Page 24 of 31
PSA_CCNA Single Project Agreement[2025_ver2]
CAO
11B
purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance
company or companies used. The decision of the COUNTY to purchase such insurance coverages
shall in no way be construed to be a waiver of any of its rights under the Agreement.
9. If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion
of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish
to the COUNTY, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three
(3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the COUNTY
with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and the
COUNTY may terminate the Agreement for cause.
Sections checked ( ■ ) are required by this Agreement.
10. ■ WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY. Workers' Compensation
and Employers' Liability Insurance shall be maintained by the CONSULTANT during the term of this
Agreement for all employees engaged in the work under this Agreement in accordance with the laws
of the State of Florida. The amounts of such insurance shall not be less than:
a. Worker's Compensation - Florida Statutory Requirements
b. Employers' Liability - The coverage must include Employers' Liability with a minimum limit of
$500,000 for each accident.
The insurance company shall waive all claims rights against the COUNTY and the policy shall be so
endorsed.
1 n Un to tales-Longshererna 's and--k arbe+r--Worker-'s--Ac eve e--shall--k e- ai mail ed
where--apptic-able---te-the--c-empletion-__o f_._the-__.wor-k---GeveFage--shalt----have_..minima Fieafts- e#
$ -.--Per Glairn/9ee rense-
Maritime Couecage-Edones--Ao-ty-shaft-be-maintained-where-applicable-to-the--oo ►plot+on--ef
t-he-we+k,-Goverage s all haver ►in+raau if tts o€-$— Per Glaimi-Goeuffervoe,
13. I■I COMMERCIAL GENERAL LIABILITY.
A. Commercial General Liability Insurance, written on an "occurrence" basis, shall be
maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Property
Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad
Form Property Damage including Completed Operations and Products and Completed Operations
Coverage. Products and Completed Operations coverage shall be maintained for a period of not less
than five (5) years following the completion and acceptance by the COUNTY of the work under this
Agreement. Limits of Liability shall not be less than the following:
Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,000
aggregate.
Page 25 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CAO
11B
B. The General Aggregate Limit shall apply separately to this Project and the policy shall be
endorsed using the following endorsement wording. "This endorsement modifies insurance provided
under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under
LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or
rented to you." Applicable deductibles or self-insured retentions shall be the sole responsibility of
CONSULTANT. Deductibles or self-insured retentions carried by the CONSULTANT shall be subject
to the approval of the Risk Management Director or his/her designee.
14. Collier County Board of County Commissioners shall be listed as the Certificate Holder and
included as an "Additional Insured" on the Insurance Certificate for Commercial General Liability where
required. The insurance shall be primary and non-contributory with respect to any other insurance
maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall
be endorsed accordingly. Contractor shall ensure that all subcontractors comply with the same
insurance requirements that the Contractor is required to meet.
15. P1 Waterer-aft Liability. Coverage &ha e- -GO-N-SLLTANT -ef---the
bits o#-eet-I� a-Ger rye oral-Ceeeral-Liabiiity l+r +t s ew�a- fe
subparagraph (1) above-if-appl+eeble-te-the-sompletie ndeF-tla4&--Agreemervt
16 (l Aircraft—Liability. -Coverage shall---be carried by the---GONSULTANTT-----aF- the
Sk BG -}NSULTAN-T--411---limits-of-riot-cress--lay -$5; 00TGG9--each-eceurrense--+f--applicable-to-,the
sempletioh-ef-the-Serv-ises-4.4pder-th-is-Agreernent
17. n BUSINESS AUTOMOBILE LIABILITY INSURANCE. Coverage shall have minimum limits
of$500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property
Page 26 of 31 PSA_CCNA Single Project Agreement[2025_ver.2]
ICAO
I18
Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and
Employee Non-The ownership.
8: H TECH NOLOG-Y-E-RRORS-AN ISSIONS--INSURANCE:-GeveFage--staalthave
+e+re + a I+rifts e � Per Oeeurrenee:
19. Li GYB€-R-INSURANCE--Dever-age-sia4144ave--r inim it _Rer-
QeearreRee."
-- 20. UMBRELLA LIABILITY.
A,-gmbrelia-1=iability-rna-y-lie-ra aintaioed-as-paf e€-the-liabitit-y s-e ace-ef-the-GBN ULTAN-T
and, if se--st eh--pelioy-shaf--bc xcoss-ef-the€rnpleyers' Liab+Nty;-Gemmereiat-Genefal-L-iaaility, and
Aeter obile--Lability-beverages-r-egeired-herein-and--salt-inn rdc all--oeverages-an-a"fellewing--ferraa'
basis-:
B--The pef+cy shaft-eontaira wending--tee-the-effect that, in The event-ef--the--eachaastien-e any
underying-limitAtie-to-mtne-payment-ef-elaims;tne-U rbrella-petiey-will-"drop-dewn!Lte-appty-a&-primary
inseranee:
21 . n PROFESSIONAL LIABILITY INSURANCE.
A. Professional Liability: Shall be maintained by the CONSULTANT to ensure its legal
liability for claims arising out of the performance of professional services under this Agreement.
CONSULTANT waives its right of recovery against COUNTY as to any claims under this insurance.
Such insurance shall have limits of not less than $ 1,000,000 each claim and aggregate.
B. Any deductible applicable to any claim shall be the sole responsibility of the
CONSULTANT. Deductible amounts are subject to the approval of the COUNTY.
C. The CONSULTANT shall continue this coverage for this Project for a period of not less
than five (5) years following completion and acceptance of the Project by the COUNTY.
D. The policy retroactive date will always be prior to the date services were first performed
by CONSULTANT or the COUNTY, and the date will not be moved forward during the term of this
Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of
Insurance providing for an unqualified written notice to the COUNTY of any cancellation of coverage
or reduction in limits, other than the application of the aggregate limits provision. In addition,
CONSULTANT shall also notify the COUNTY by certified mail, within twenty-four (24) hours after
receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or
limits received by CONSULTANT from its insurer. In the event of more than a twenty percent (20%)
reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the
aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly
submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy
if requested by the COUNTY.
22. VALUABLE PAPERS INSURANCE.
In the sole discretion of the COUNTY, CONSULTANT may be required to purchase valuable
papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints,
and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing
valuable papers or records utilized during the term of this Agreement.
23. PROJECT PROFESSIONAL LIABILITY.
PSACCNA Single Project Agreement[2025_ver.2]
CA-0
11B
A. If the COUNTY notifies CONSULTANT that a project professional liability policy will be
purchased, then CONSULTANT agrees to use its best efforts in cooperation with the COUNTY and
the COUNTY's insurance representative, to pursue the maximum credit available from the
professional liability carrier for a reduction in the premium of CONSULTANT's professional liability
policy. If no credit is available from CONSULTANT's current professional policy underwriter, then
CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal
occurs during the term of the project policy (and on any subsequent professional liability policies that
renew during the term of the project policy). CONSULTANT agrees that any such credit will fully
accrue to the COUNTY. Should no credit accrue to the COUNTY, the COUNTY and CONSULTANT,
agree to negotiate in good faith a credit on behalf of the COUNTY for the provision of project-specific
professional liability insurance policy in consideration for a reduction in CONSULTANT's self-insured
retention and the risk of uninsured or underinsured consultants.
B. The CONSULTANT agrees to provide the following information when requested by the
COUNTY or the COUNTY's Project Manager:
1. The date the professional liability insurance renews.
2. Current policy limits.
3. Current deductibles/self-insured retention.
4. Current underwriter.
5. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is
replaced by an individual project policy.
6. Cost of professional insurance as a percent of revenue.
7. Affirmation that the design firm will complete a timely project errors and omissions
application.
C. If the COUNTY elects to purchase a project professional liability policy, CONSULTANT
to be insured will be notified and the COUNTY will provide professional liability insurance, naming
CONSULTANT and its professional subconsultants as named insureds.
[END OF SCHEDULE D]
Page 27 of 31
PSA_CCNA Single Project Agreement[2025ver.2]
CAO
11B
SCHEDULE E
TRUTH IN NEGOTIATION CERTIFICATE
In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida
Statutes, Bowman Consulting Group, Ltd (company's name)
hereby certifies that wages, rates and other factual unit costs supporting the compensation for the
services of the CONSULTANT to be provided under the Professional Services Agreement, concerning
CEI Services for the Golden Gate Wastewater Treatment Plant (WWTP) Extenstion
"project" is
accurate, complete and current as of the time of contracting.
BY: Robert Krallinger
I ,
TITLE: Principal, Water Practice Lea r
DATE: 1 5 a(�2 G
Ij
Page 28 of 31
PSA_CCNA Single Project Agreement(202S_ver.2]
CAO
SCHEDULE F
KEY PERSONNEL
Name Personnel Category Percentage of
Time
Robert Krallinger,P.E. Principal 10%
Nitant Desai,P.E. Principal 10%
Jared Mellein, P.E. Project Manager 40%
Bill Boetta Inspector 100%
Page 29 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CAO
1 1 B
SCHEDULE G
AFFIDAVIT REGARDING LABOR AND SERVICES
Following this page
Page 30 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]
CAO
11B
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 1,2025,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: Bowman Consulting Group, Ltd
Address: . 263 Mcl aws Cir, Suite 205, Williamsburg, VA
Phone Number: 757-229-1776
Authorized Representative's Name: Robert Krallinger
Authorized Representative's Title: Principal,Water Practice Leader
Email Address: rkrallinger@bowman.com
I Robert Krallinger (Name of Authorized Representative), as authorized representative attest under
penalty of perjury that Bowman Consulting Group, Ltd (Name of Nongovernmental Entity) does not: (I) 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 trader the laws of or has its principal place of business in a foreign country of
concern,all as prohibited under§287.138,Florida Statutes.
Unde• enalty of er jury,I declare that 1 have read the foregoing Affidavit and that the facts stated in it are true.
4 1202
( ignature o authorized resentative) Date
STATE OF U:raj•�w�o
COUNTY OF Saws C.\,,
Sn to(or affirmed)and subscribed before me,by means of N1f3hysical presence or 0 online notarization this
S'wpr day of‹,,, 20�,by V—nbar``L&A ; r (Name of Affiant),who produced his Florida Driver's License as
identification.
, pFtlA KAT Notary Public �0 PRY Po 9•/4
REG# � '9 t.
v3 2\\(7Ud ^'t = CO8045336
4 S3 I 0
M SFON
Commis ion Expires = Ot. EXPIRES f Q
.•. 03/31/2027
Personally Known 0 OR Produced Identification tai' •o'I'IyEA�fiH'�F•1�� ;``
�a,111„1
Type of Identification Produced: C S L CI5t
CAO
11B
SCHEDULE H
Other:
(Description)
1 I following this page (pages through )
this schedule is not applicable
Page 31 of 31
PSA_CCNA Single Project Agreement[2025_ver.2]