Backup Documents 03/10/2026 Item #16B 4 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 66 4
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
CCD 3/i 1/ZG.
4. BCC Office Board of County
Commissioners Qk l /0 / 31l2
4. Minutes and Records Clerk of Court's Office
�1 20
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 missing information.
Name of Primary Staff Cole Chandler/Procurement Contact Information 239-252-8987
Contact/Department
Agenda Date Item was March 10th,2026 Agenda Item Number 16.B.f'-(
Approved by the BCC
Type of Document Agreement Number of Original 1
Attached Documents Attached
PO number or account N/A 25-8342"Independent 24-8342
number if document is Peer Review, HighSpans Engineering,
to be recorded Constructability,and Inc.
Bid Support Services"
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 fmal 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 CGD
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 Cta an option for
Attorney's Office has reviewed the changes,if applicable. this line.
9. Initials of attorney verifying that the attached document is the version approved by the N/A is not
BCC,all changes directed by the BCC have been made,and the document is ready for the Ca an option for
Chairman's signature. this line.
1664
PROFESSIONAL SERVICES AGREEMENT
Contract # 25-8342
for
"Independent Peer Review,Constructability and Bid Support Services for Transportation Engineering Design Projects "
fil THIS AGREEMENT is made and entered into this (0 day of Pl eic,k , 20 26 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
HighSpans Engineering, INC. authorized to
do business in the State of Florida, whose business address is
2121 McGregor Blvd.Suite 200 Fort Myers,FL 33901 (hereinafter
referred to as the "CONSULTANT" and/or"CONTRACTOR").
WITNESS ETH:
WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT
concerning Independent Peer Review,Constructability and Bid Support Services for Transportation Engineering Design Projects
(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 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
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 Vince Zaliauskas 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: PublicRecordRequest(c�colliercountvfl.gov
The Contractor must specifically comply with the Florida Public Records Law to:
Page 2 of 30
PSA_CCNA Single Project Agreement[2025_ver.2]
CAO
16B4
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 30
PSA_CCNA Single Project Agreement[2025_ver.2]
1684
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 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
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 30
PSA_CCNA Single Project Agreement[2025_ver.2]
C O
16B4
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 30
PSA_CCNA Single Project Agreement[2025_ver.2]
c4 ti
1 6 B 4
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
,
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 businesc 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. ❑
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 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
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 30
PSA_CCNA Single Project Agreement[2025_ver.2]
CA
1684
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 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
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 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
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
Pale 11 of 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
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: Transportation Engineering
Division Director: JayAhmad
Address: 2885 South Horseshoe Drive
Naples,FL 34104
Administrative Agent/PM: Robert White
Telephone: 239-252-5762
E-Mail(s): robert.white@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: HighSpans Engineering,INC.
Address: 2121 McGregor Blvd.Suite 200
Fort Myers,FL 33901
Page 12 of 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
Attention Name & Title: Michelle Buchholz
Telephone: 239-433-3000
E-Mail(s): sbuchholz@highspans.com
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 AFFIDAVIT REGARDING LABOR AND SERVICES
Schcdulc H Other:
Solicitation # 25-8342 , including all Attachment(s), Exhibit(s) &Addendum
Page 13 of 30
PSA_CCNA Single Project Agreement[2025_ver.2]
1 6B 4
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
convicted vendor list."
Page 14 of 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
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 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
IN WITNESS WHEREOF, the parties hereto have executed this Professional Services
Agreement the day and year first written above.
ATTEST: BOARD OF COUNTY COMMISSIONERS FOR
COLLIER COUNTY, FLORIDA
Crystal K;%Kinzel, Clehk`of-the Circuit
Court and Qomp •ller
By: �. A:d0
1 • By:
Date: k , , . Dan Kowal , Chairman
Attest as to Chairman's
signature only
Appr ved as to Form d Legality:
.,f' County Attorney
Coot
(WA/ . i1k me
Consultant:
Consultant's Witnesses: HighSpans Engineering, INC.
By:
Melody c ulty, Admin. Asst. Michelle L. Buchholz, SVP & CFO
Name and Title Name and Title
Ar-1----1;
Witness
Gindrutis Zaliauskas, Contracts Analyst
Name and Title
Page 16 of 30
PSA_CCNA Single Project Agreement 12025__vcr.21
16B4
SCHEDULE A
SCOPE OF SERVICES
following this page (pages 1 through 1 8)
Page 17 of 30
PSA_CCNA Single Project Agreement[2025 ver.2]
16B4
Schedule A- Scope of Services
#25-8342 Independent Peer Review,Constructability and Bid Support Services
for Transportation Engineering Design Projects
I. PROJECT TITLE
Independent Peer Review, Constructability and Biddability Support Services for Transportation
Engineering Design Projects(as described hereinafter,the"Project")
II. INTRODUCTION
As requested by the Transportation Engineering Division(hereinafter,the "Division"),the Collier County
Board of County Commissioners Procurement Services Division (hereinafter, "County") has issued this
Request for Professional Services(hereinafter,"RPS")with the intent of obtaining proposals from interested
and qualified Consultants in accordance with the terms,conditions and specifications stated or attached.At
a minimum,the Peer Review Consultant(PRC)must achieve the specified Scope of Work requirements.
III. PURPOSE
The PRC shall function as an extension of the County's resources by providing qualified technical and
professional personnel to perform the duties and responsibilities assigned under the terms of this
Agreement.To the maximum extent possible,the PRC shall minimize the County's need to apply its own
resources to authorized assignments.The County,at its option,may elect to modify the extent of each work
element described in this Scope of Services,provided such action does not alter the intent of this Agreement.
In the event the County elects to modify the contract to reduce the review effort of a particular work element
or elements,i.e.,a specific work group or groups,or other scope items of a particular project as identified
in the contracted man hour estimate or scope, the PRC shall reserve the right to amend the final IPR
certification of the project to reflect this reduction.
RESPONSIBILITY OF THE PRC
a. The PRC shall provide and maintain an up-to-date list of staff with agreed-to classifications and
approved hourly rates(subject to the contract basis of compensation Appendix E)that will be available
to be assigned to specific task work orders.No consultant staff,except those expressly agreed to by the
County,shall charge time to that particular task work order.
b.The PRC must specifically request any modifications or additions to the list of available staff before
initiating any work by that individual,agreed to by the County,and if applicable,documented in a task
work order amendment signed by all parties.
QUALIFICATIONS OF THE PRC AND/OR SUB-CONSULTANTS
For this Project the PRC and/or Sub-Consultant(s) must be FDOT qualified (Rule Chapter 14-75)to
perform the assigned work and/or services required of the Project.At a minimum,the PRC and/or Sub-
Consultant(s)must be qualified to perform/review the design for the following types of work:
Major work mix includes:
• 0020 New Bridge Construction
• 0221 Widen&Resurface Existing Lanes
Page 1of18
Schedule A—Scope of Services
CAO
16 B 4
• 0205 Sidewalk
• 0715 Traffic Engineering Study
• 0716 Traffic Signals
• 0774 Signing/Pavement Markings
• 0777 Lighting
Major work groups include:
• 3.1 Minor Highway Design
• 4.1 Miscellaneous Structures and Minor Bridge Design
Minor work groups include:
• 4.1 Miscellaneous Structures and Minor Bridge Design
• 6.3.1 ITS Analysis&Design
• 7.1 Signing,Pavement Marking&Channelization
• 7.2 Lighting
• 7.3 Signalization
• 8.1 Control Surveying
• 8.2 Design, Right of Way Construction Surveying
• 8.3 Photogrammetric Mapping
• 8.4 Right of Way Mapping
IV. SERVICES
The PRC shall provide the County with the services of a qualified team to conduct Engineering Evaluation,
Constructability, Biddability, and Miscellaneous Quality Assurance reviews related to the transportation
facilities identified in Appendices A and B. The independent peer review team must be experienced in
designing and constructing highways, bridges, and other FDOT facilities (such as ITS, Architectural, &
Landscape)and CEI.
The nature of these design reviews includes but is not limited to roadway and bridge projects such as bridge
rehabilitation and roadway resurfacing projects,public transportation facility improvements, and others as
deemed appropriate by the County.
The list of Projects to be reviewed is provided in Appendices A and B and will be competitively
solicited for a Consulting Engineer of Record under a separate contract with the County.The PRC
is prohibited from participating on that design team as a prime or subconsultant. The PRC is also
prohibited from participating as or on the CEI team.
A. DESIGN PHASE PLANS REVIEW
1.Perform a review of the construction plans for each project at each submittal phase for all relevant
disciplines(structures,roadway,etc.)within the time period stipulated in Section VI.The PRC shall
ensure that all construction plans,as applicable,are prepared following the latest standards,current
FDOT policies,procedures,manuals,and County guidelines and practices.The PRC shall provide
written comments on the adequacy and accuracy of the phase submittal. In reviewing documents,
certain basic tasks may be carried out as follows:
Page 2 of 18
Schedule A—Scope of Services
CAO
1 6B 4
• Use the Bluebeam application to access the Engineer of Record(EOR) electronic documents
submitted at each design phase, provide review comments, and address the responses within
the allotted time for each project.
• Verify that the submittal meets FDOT requirements for submittal phase (30,60,90,100) in
accordance with FDOT FDM Table 121.14.1.
• Verify that previous comments have been correctly incorporated in the next phase of submittals.
• Identify and report to the County's Project Manager on any design components requiring design
variances or exceptions.
• Review plans and component sets to ensure all items identified in the plans have an appropriate
payment method in accordance with FDOT Basis of Estimates and other relevant contractual
documents.
• Verify that the Project summaries of quantities are accurate,reflect the quantities of the
numerous tabulations and are per the FDOT's Basis of Estimates Manual.
• Review the Engineering Opinion of Construction Cost at each phase and verify consistency
with FDOT Basis of Estimates.
• Review that the proposed maintenance of traffic plans conforms with FDOT criteria and are
constructible.
• Review the design documents and visually inspect the project site to confirm that all above
ground field conditions are generally reflected accurately in the contract documents.
• As part of the 30%phase plans review,provide a risk register that identifies project risks and
quantifies the associated level of risk (high, medium, low) based on likelihood and severity
along with a recommended mitigation strategy. See Appendix C for example risk register.
• Review such items as utilities,traffic control/maintenance of traffic/R/W requirements,transit
requirements, permit requirements, conditions, quantities, third-party agreements, and
equipment requirements.
• Determine the feasibility of construction equipment ingress and egress and placement at the
job site.
• For utility relocations, retaining walls, and bridge construction,determine if the work require
any temporary retaining structures for equipment placement and if failure of a temporary
structure would jeopardize the general public's safety.
• For existing bridges to be widened, particular attention shall be given to the feasibility of
placing construction equipment within the median area of dual bridges.
• Review for completeness and provide written comments on the applicability of the construction
contract's technical and modified special provisions where necessary.
Project reviews shall utilize the team's comprehensive experience and knowledge to provide a review
of the project plans. The review will assess general conformance with design requirements. Each
discipline(Structures,Roadway,etc.)may cover the following general items within each phase review
(as needed,as determined by the PRC):
1. Structures
o Superstructure
o Substructure
Page 3 of 18
Schedule A—Scope of Services
CAO
16B4
o Foundations
o Retaining walls
o Mast arms/strain pole signal structures
o Noise walls
o Box culverts
o Lighting foundations
o Calculations report for miscellaneous structures(walls,mast arms,noise walls,
etc.)
2. Roadway
o Turn lane lengths
o Context classification report and typical section package
o Horizontal,vertical,and cross section alignments
o Pedestrian facilities
o Railroad coordination(Veterans project)
o Pavement design and selection
o Clearing and grubbing/removal/excavation/embankment
o Intersection and geometric studies and evaluation
3. Temporary Traffic Control(TTC)
o Lane closure analysis
o Temporary barriers and lateral clearance
o Phasing,temporary pavement markings,and temporary signage
o Multimodal accommodations
o FDOT Index 600 Series
o Restrictions(such as lane closures times)
o Detours,lane shifts,-diversions,and routing
4. Signalization
o Traffic signal timing and SOP-N/A—N/A
o Collier County Special Provisions
o Vertical and lateral clearance
o Vehicle detection and preemption
o Pedestrian control and accessibility
o Midblock Crossings
5. S&PM
o Standard roadway signage
o Pavement markings
o Special emphasis markings
o Pedestrian and cyclist markings
6. Lighting and ITS
o Lighting luminance/illumination,values,and design
o Intersection and corridor lighting
o Collier County Specifications and Special Provisions
o Network compatibility
7. Utilities
o Conflict review and resolution tracking
Page 4 of 18
Schedule A—Scope of Services
CAO
1 6B 4
o Verified Vertical Height(VvH/SUE)review
o Conformance with FDOT's Utility Accommodation and Procedures Manual
8. Geotechnical
o Borings per FDOT Soil and Foundation Handbook
o Muck inclusions
o Retaining structures
o Limestone or caprock during foundation design
o Soil Characterization and lab testing
o Test Pile Lengths
9. Drainage
o Review Bridge Hydraulics Report (BHR) methodology and assumptions for
general conformance with FDOT's standard procedures.
o Review Bridge Hydraulic Recommendation Sheet's conformance with the the
BHR and Scour Calculations.
o Pond siting reports
o Tailwater verification
o Review Scour calculations for general conformance with FDOT's standard
procedures.
o Review Stormwater Management Calculations and Routings Modeling
methodology and assumptions for general conformance with FDOT's standard
procedures.
o Conformance with FDOT's Drainage Manual and Design Guidelines
10. Biddability Review
o Identification of ambiguities/conflicts and missing pay items in contract
documents
o Review for pay item relevance
o Confirm clarity and inclusion of all necessary pay item notes
o Verify quantity tables include and match all work described in the plans
11. Environmental
o Initial permit desktop level QA/QC
o Pond siting reports
2.The PRC members will enter all review comments utilizing a shared Bluebeam Studio Session.
Utilizing a shared Session will allow all disciplines to stay apprised of and review comments by
others. At the end of the review period, the comments will be compiled and finalized with
coordination meetings between PRC members as required. The review files with finalized
comments will then be shared to the Designer and County staff.
3.The Designer will provide written responses to all review comments tabulated in the Bluebeam
Studio Comments Report. The PRC will evaluate these responses, determine acceptance or
rejection, and verify the resolution status for each comment. This evaluation will be performed
promptly upon receipt of the written responses.A Peer Review Certification Letter, signed by the
Independent Review Engineer, will be provided with the review comments, Designer responses,
and resolution status for each phase.
Page 5 of 18
Schedule A—Scope of Services
CAD
16B4
B. INDEPENDENT REVIEW ANALYSIS OF BRIDGES
The PRC will perform independent calculations for all structural components related to the bridges
beginning at the 60% submittal, with the analysis being completed and any issues noted with the
90% comment review phase to validate the design of all bridge structures.A preliminary review
will be performed during the 30%submittal to identify any significant design flaws.Primary tasks
include verification of the following:
o Compatibility of bridge geometry with roadway geometrics, including typical sections,
alignment,clearances.
o Compatibility of the design with the proposed construction phasing and Traffic Control
Plans.
o Identify conflicts with underground and overhead utilities and appropriate mitigation.
o Compliance with AASHTO,FDOT and COUNTY design standards and requirements.
o Independent structural analysis and design of foundations,substructure,and superstructure
thru all phases of construction.
o Global and local analyses of forces, considering all structural members, connections and
boundary conditions consistent with the structure type.
o Design results/recommendations(independent verification of the design).
C. MEETINGS
The PRC may attend the following meetings, as needed/as project dictates,the meetings may
be in person,via MS Teams,WebEx,or similar:
• A kickoff meetingwith the Designer prior to the 30%submittal for each project,
• A design progress meeting with the Designer prior to the 60%submittal for each project
• One design review coordination meeting per phase per Project.
D. DATA COLLECTION AND FIELD REVIEW
The review team will locate and collect information such as plans, specifications,reports,revision
letters, quantity calculations/tabulations,cost estimates,etc.,required to perform a practical phase
review.Also,it may be desirable to meet with the FOR Project Manager in the area of the proposed
Transportation Facility to gather pertinent data about local conditions.
E. EXCLUDED SERVICES
The reviews identified in Sections IV.A and IV.B do not include the following items:
• The design and analysis of permanent and temporary critical retaining walls,mast arms,strain
poles, signal and sign support structures, noise walls, lighting foundations, and other
miscellaneous structures will be verified by reviewing the calculations provided by the
Designer.These components are excluded from the IPR analysis.
• The drainage and hydraulic designs related to the bridges will be verified by reviewing the
calculation reports provided by the Designer, therefore, independent drainage and hydraulic
calculations will not be required.
• Drawings, details, specifications, or estimates will not be developed by the PRC for direction
to the designer or incorporated into the contract documents.Guidance will be limited to review
comments as detailed in this scope.
Page 6 of 18
Schedule A—Scope of Services
CAD
16B4
• Load rating analysis of bridges are excluded from the IPR analysis.
V. GENERAL
Quality Assurance and Quality Control Plan
Within 30 days after receiving the award of this Contract,the PRC shall furnish a Quality Assurance/Quality
Control Plan to the County. The plan shall detail the organization's procedures, evaluation criteria, and
instructions to assure conformance with this Contract.
No payment shall be made until the County approves the PRC's Quality Assurance Plan.Period reviews of
this plan are required to confirm whether changes to the project necessitates revisions of the Plan.The PRC
shall be responsible for keeping the plan current.The Plan shall include,but not be limited to,the following
areas:
1. Organization - A description of the PRC's Quality Control Organization and its functional
relationship to the part of the organization performing the work under the Contract is required.The
authority, autonomy, and responsibilities of the Quality Assurance plan's organization shall be
detailed as well as the names and qualifications of personnel in the quality control organization.
2. Quality Assurance(QA)-The PRC's QA methods used to monitor and assure compliance with the
contract requirements for services and products shall be detailed.
3. Quality Assurance Certification -An officer of the PRC firm will be required to sign and seal a
certification that will have been prepared and checked per FDOT requirements.
4. Continuous improvement opportunities —The PRC's QA plan should monitor and continuously
update its quality focus.
VI.COMPUTER SERVICES
Computations must be based on the County staffs computer programs (i.e., Excel, Microsoft Word,
GEOPAK,MicroStation,AutoCAD,etc.)
VII.SCHEDULE
PLANS REVIEW: Due to the requirements to meet plan review schedules, the PRC shall complete each
individual plans review task within the following number of working days from the phase submittal to the
County for the following projects: 60263 - Everglades Boulevard Widening, 60144 - Oil Well Road
Widening,60268 - Immokalee Road and Livingston Road Overpass,and Goodlette-Frank Road Widening
from VBR to Immokalee Road.
30%Engineering Phase 21 Working Days
60%Engineering Phase 21 Working Days
90%(Constructability)Phase Review 30 Working Days
100%(Biddability)Phase Review 21 Working Days
Page 7 of 18
Schedule A—Scope of Services
CA
16B 4
The review of the remaining seven projects identified in Exhibit A shall be executed within the following
number of working days.
30%Engineering Phase 15 Working Days
60%Engineering Phase 15 Working Days
90%(Constructability)Phase Review 21 Working Days
100%(Biddability)Phase Review 15 Working Days
Please note that the times shown are maximum time limits.Any work requiring earlier submittals will be
detailed in the authorization letter.
VIII. COUNTY RESPONSIBILITIES
The County, through its EOR Consultant, will furnish all items necessary for the performance of the
required services. It is the responsibility of the PRC to look for additional documents needed to complete
the assigned task that the County did not initially provide. However,the PRC shall provide the services as
stated herein within the established time frame,regardless of such data's
availability.The COUNTY shall provide electronic plans and documentation for markup at the 30%,60%,
90%,and 100% submittals through Bluebeam Studio Revu or via a Microsoft-supported application(One
Drive).
The County will provide traffic study and design-related documentation,as needed/if available,as requested
by the PRC to aid in the plans review process, such as project traffic studies and traffic data, turning
movement counts/studies, safety and crash studies, signal warrants reports, and intersection control
evaluation reports.
Under normal circumstances, the plans and documents to be supplied will conform to all the Florida
Department of Transportation Manuals,Specifications,and Guidelines,including the Florida Green Book.
Right-of-way maps and documents may be obtained at each phased submittal when necessary. The PRC
review team may obtain additional information directly from the EOR, informing the County's Project
Manager of these efforts.
Page 8 of 18
Schedule A—Scope of Services
CAD
16B4
Appendix A
BACKGROUND
The County is interested in receiving qualifications and proposals from experienced Design,
Construction Engineering,and Inspection teams to provide independent design peer review
services for the following transportation facilities:
1. 33890-Four-Point Roundabout: (FDOT Grant Funding)
This Project encompasses the realignment of Immokalee Road and Camp Keais Road,which will
converge to form a new roundabout intersection. The proposed roadway improvements will
enhance traffic movement and safety at this four-point intersection, providing motorists with a
safer,more efficient traffic pattern.
Immokalee Road and Camp Keais Road intersect in unincorporated Collier County,approximately
three miles south of Immokalee,FL.The growing number of motorists from local development has
fueled traffic delays and crashes.The COUNTY seeks a roundabout design for this intersection in
order to improve traffic capacity and safety,lower crash severity,and reduce maintenance costs.
This transportation facility,as proposed,will relocate and reconstruct the intersection of Immokalee
Road (CR 846) and Camp Keais Road into a roundabout configuration. The Consultant must
evaluate alternatives such as constructing the roundabout on Immokalee Rd at Camp Keais Rd
existing location or at a new alignment to the south.The design should include all the components
required for a complete intersection.
Information to be considered shall include but not be limited to existing Level Of Service(LOS),
traffic patterns, turning movement counts, crash data, and traffic volume projections in order to
determine the roundabout placement and design. The CONSULTANT shall review current
roundabout design guides and guidelines on operational analysis,design characteristics,and safety
studies to plan the geometry of the approach lanes and the roundabout.
The roundabout design should consider stage construction and be designed as small as needed for
the near term,with an expansion option to accommodate the future addition of the approach lanes
and a second circulatory lane.
2. 60263-Everglades Boulevard Widening:
This Project encompasses a three-mile section of Everglades Boulevard from Oil Well Road to
Vanderbilt Beach Road Extension. The proposed roadway improvements will widen Everglades
from a two-lane undivided road to a four-lane divided arterial.These improvements shall increase
connectivity and traffic capacity for the Estates community. The improvements proposed will
provide other roadway enhancements such as turn lanes,bicycle lanes,pedestrian facilities, signal
upgrades,and improved stormwater drainage.
The proposed roadway improvements for this Project consist of additional lane width and shoulders
by widening to the west of the existing Roadway, stormwater drainage and ponds, and traffic
signals.The new typical roadway section will have four 11-foot wide travel lanes with 7-foot bike
Page 9 of 18
Schedule A—Scope of Services
GAO
16E34
lanes on each side along the entire length of the Project.On the west side of the Roadway,a 6-foot
concrete sidewalk will be constructed to connect paths from Oil Well Road to Vanderbilt Beach
Road Extension.
Traffic signals are installed at the intersections of Everglades Boulevard and the following streets:
• Randall Boulevard
• 18th Avenue NE,and
• Vanderbilt Beach Road Extension Phase II(currently under design)
New signals and intersection improvements shall be designed for Randall Boulevard and 18th
Avenue.Design and construction efforts will be coordinated at the intersection with the Vanderbilt
Beach Road Extension in the future.
The project design will tie in to all major and minor roadway intersections.
3. 60144-Oil Well Road Widening: (FDOT Grant Funding)
This Project encompasses a 3.5-mile section of Oil Well Road from the intersection with Everglades
Boulevard, extending east past the intersection of Oil Well Grade Road. The proposed roadway
improvements will provide connectivity and enhancements to future planned communities and
rural roads.The Roadway will be four lanes constructed in a six-lane footprint.The improvements
proposed will enhance roadway conditions and further traffic safety along the corridor.
Previously, a design for Oil Well Road Segment 3 was completed and permitted in 2007 but was
not constructed. Segments 2 and 4, to the west and east respectively, were constructed. The
CONSULTANT shall use the approved concepts from the previous design and construction plans
as a basis for the new design of Segment 3 unless otherwise directed by the COUNTY.New plan
elements for this design will include the intersections of the future Big Cypress Parkway and the
entrances to the new communities,their town centers and business parks currently in planning or
under construction.
The proposed roadway improvements for this Project consist of additional lane width and shoulders
by widening to the north of the existing Roadway, a new bridge over the Faka Union Canal
matching the proposed roadway footprint, stormwater drainage and ponds, a box culvert type
animal crossing and traffic signals.
The new typical roadway section will have four 11-foot wide travel lanes with 7-foot bike lanes on
each side along the entire length of the Project. This shall be designed within a future six-lane
footprint. On the north side of the Roadway a 10-foot multiuse path will be constructed to connect
paths from Segments 2 and 4.
The typical section of the proposed bridge consists of four 11-foot wide travel lanes, 7-foot bike
lanes on each side,and a 10-foot multiuse path on the north side of the bridge,all within a six-lane
footprint. A bridge development report should be completed to determine the proposed bridge
geometric parameters.
Page 10 of 18
Schedule A—Scope of Services
CAA
16B4
The previous design incorporated several ponds for stormwater treatment.In place of some of those
ponds, the new design will provide stormwater connection points to convey the water into the
planned communities' lake systems.
The CONSULTANT shall design a wildlife crossing consisting of a 20'x 6'x 170'box culvert with
wingwalls.These are the assumed dimensions per the DCA.The CONSULTANT will provide the
final geometry of this structure after evaluation.
The Project will add a new traffic signal system at Oil Well Road and DeSoto Boulevard N.The
CONSULTANT shall include a traffic signal warrant study at the intersection with DeSoto
Boulevard N for COUNTY approval prior to the 30%plan submittal.This Plan will consider the
proximity of the future Big Cypress Parkway.
The Project will add a new traffic signal at the community entrances to Rivergrass (N) and
Esplanade (S).The CONSULTANT shall include a traffic signal warrant study at the intersection
for COUNTY approval prior to the 30%plan submittal.
The CONSULTANT shall design the elevation of the Roadway at the future Big Cypress Parkway
and Oil Well Road intersection to facilitate future roadway expansion.
4. 60198-Veterans Memorial Boulevard Phase II:
Veterans Memorial Boulevard(VMB)Extension,Phase II is an unimproved corridor extending
from US 41 (Tamiami Trail)to the terminus of VMB Phase I improvements,Aubrey Rogers High
School, approximately 1.25 miles. The new roadway alignment crosses Old 41 Rd. (north/south
direction — approximately 0.25 miles east of US 41) and Seminole Gulf Railway (north/south
direction—approximately 0.45 miles east of Old 41 Rd.). It is anticipated that new traffic signals
will be installed at the intersection with Old 41,US 41,and the Aubrey Rogers High School's west
entrance.Also, a railroad crossing gate system will be anticipated at the Seminole Gulf Railway
crossing.
Project Location:
at is .., # r,,. _, ,1
• w... !a rti IjI'
'�'. , '"" ."I t I - - rr'r '(•,' (j
�'� 6 1 y r -0 • -
'r^
4
t t1. i,- Phase 7 _ - g g ' - �. ...,..aril I
`i? - P.uyn..J♦.yv P,oy f '�.• / •'` VMn 'h I \0n.Bar.vr Nall.
' �{ `ii i Barr.r%%a:I , R N '- �lt3 I. • ` 1 �.� . 333
{.• I }. �. I (' a „g,, / �*.. • • 411E
r �1...fY Xltool ♦I}Z)`C,IMyr6 • I.!
%
,!� 0� Colf Esrnr • serwa
�tclif y
.i/�� .`,�,j r • f� i.
4; irartarrx,,,
Page 11 of 18
Schedule A—Scope of Services
CA v
16B4
The new roadway geometry will be a four-lane urban divided arterial with on street bike lanes,
and a six-foot sidewalk on the southside of the roadway and a 10-foot sidewalk on the northside
of the roadway.The new roadway will align with the Phase I improvements,which ends at Aubrey
Rogers High School's east entrance.
Typical:
.in,me a..Pn.nn.f a,rl..,.rnr r.... ..a„W,a .f a rM,f,.P•.»r >sre.lP CIS.rrf PP M&M.....f
- can
POMP U P. t
.M Wua...m P.
r+ V.
JI + IT
1,1
m ,J J ... .. U n a... 7 "�tlM a.t i Iw!L..
be
/ N. -
\Th.
K 1sfrK.tww.J /
csxr.W welrM. \�. nK!orP.r.r. nK!n.l.aJa rr / cornrow,SWUM.
la as
CV..0 MM. TYPICAL SECTION nK AMP.....W.
np I
VETERANS MEMORIAL BOULEVARD EXTENSION
STA. 1038.00.00 TO STA. 7087.58.45
The Project will have the following features:
-Streetlights
-On-Street Bike Lanes
-Sidewalks
-Traffic Signals(at US 41 and Old 41 intersections with Veterans Memorial Blvd.)
-Drainage Improvements
-Ponding
-Noise Wall(behind Landmark Naples)
-Railroad Crossing Gate System
5. 60268-Immokalee Road and Livingston Road Overpass:
Collier County Transportation Planning Division had completed the Immokalee Road Corridor
Congestion Study (Study) in August 2021 to identify and evaluate potential improvements to
reduce congestion and delays along a segment of Immokalee Road (County Road 846) in
unincorporated Collier County. One of the Study's recommendations is to construct a four-lane,
grade-separated overpass with Livingston Road bridging over Immokalee Road. The full study
report is incorporated as part of the design considerations.
Page 12 of 18
Schedule A—Scope of Services
CAD
1 6 B 4
Livingston Road and Immokalee Road Intersection
Intersection Plan View Proposed Conceprt;.
ts - 3 - �•
�.� MP.•ddo.v.re.. '' , + a
gnaw
f ® bvLe laR� � � � � I
gip
M6...IG.d. umli :•?•; y.
II souMLwurd Tn wyA Lan. • ::1 A L!•
1
• 7F .an Turn ' .1...taw. • .
Immokalee Rd
OrM Men Turn lane.
Traffic Sigma N 11116,
.. ` _.._�~ .r; m.�.rs.
� 1
. 'move Alt-Grade mound La..,
tlntla.: Above Wad,Manea1 - I 1hb.,ond Through Lane
A.
1111
:Wooly P.vem.rt .roae11l0ertrl.re ^ft.. et•
q Lanes to Mee t_Oo.W Leh Torn LOW
w 4 • ww. _a... I +r
•
Figure 4-6.Proposed Concept of Oveipass at Livingston Road Intersection
The FDOT is providing funding for the design phase of this project. For the County to encumber
these funds,the FDOT and the County will enter into a Joint Participation Agreement(JPA).
The project encompasses the intersection of Immokalee Road and Livingston Road, extending far
enough in each direction to accommodate the length necessary to construct the improvements.The
intersection shall be modified to include new turn lanes and restriped for the new traffic pattern.
Traffic signals shall be relocated.
The Livingston overpass shall span the width of Immokalee Road and the Cocohatchee Canal.
Livingston Road will be modified to fit the new overpass and turn lanes.
6. 60212.2-47th Ave NE Bridge:
The Project encompasses approximately a 3.06-mile section of 47th Avenue NE from the
intersection with Immokalee Road west extending east to Everglades Boulevard.47th Avenue NE
intersects with a series of narrow dead-end streets west of the Golden Gate Main Canal. The
improvements proposed will provide connectivity and roadway enhancements to those dead-end
streets and improve emergency response times and safety along the corridor.
The proposed roadway improvements shall be designed for a minimum design speed of 35 mph
with posted speed of 30 mph. The Project also consists of adding a new bridge over the Golden
Gate Main Canal, widening of the existing two-lane rural roadway width from 9-ft to 11-ft and
adding a 6-ft shoulder (4-ft paved, 2-ft unpaved) in each direction.A 6-foot sidewalk (6" thick)
shall be constructed along one side of the roadway.All driveways/turnouts along the corridor shall
Page 13 of 18
Schedule A—Scope of Services
CAO
16B4
be reconstructed.The limits of the driveway reconstruction shall terminate at the right-of way and
shall match the existing driveway.
A new strain pole traffic signal is proposed at the intersection with Immokalee Road(CR 846)
and shall include required turn lanes with the intersection improvements.
The typical section of the proposed bridge shall be similar to the previously constructed 8th Street
NE bridge,which consists of two 12-ft travel lanes,6-ft shoulders on each side,and a 6-ft sidewalk.
7. 60212.3 Wilson Boulevard S. Bridge:
This 1.3-mile project will extend from Tobias Street north to Wilson Boulevard South.The Golden
Gate Main Canal divides the existing two rural roadways approximately one mile south of the
intersection of Wilson Boulevard and Golden Gate Boulevard West.
Tobias Street consists of two, 8-ft travel lanes,narrow unpaved shoulders,and roadside ditches on
both sides. Wilson Boulevard S. consists of two, 9-ft travel lanes and 1-ft paved shoulders with
pavement markings.There are no sidewalks or bike lanes on either side of the existing roadway.
The proposed roadway improvements for this project consist of constructing a new bridge over the
Golden Gate Main Canal connecting Wilson to Tobias,resurfacing,widening,storm drainage,and
providing new intersections with Wilson Blvd. S.to the north and Tobias St. and Frangipani Ave.
south of the canal. Additional roadway improvements shall be explored as part of the design
process.The improvements proposed shall provide connectivity to the future widening of Wilson
Boulevard, access for Collier County utilities opposite Frangipani Ave, and other projects in the
area.
There are no signalized intersection improvements included within this section.
A new Maintenance Access Ramp(MAR)will be designed for this canal in Big Cypress Basin.
8. 60212.4 13th Street NW Bridge:
13th Street NW is a north-south local road within the Golden Gate Estates. The 13th Street NW
project limits encompass approximately a 1.37-mile section of 13th Street NW from Golden Gate
Boulevard to Vanderbilt Beach Road Extension.This segment of 13th Street NW roadway consists
of two 9-ft travel lanes,narrow unpaved shoulders,and roadside swales on both sides.The existing
bridge currently has no sidewalks or bike lanes within the project limits.
13th Street NW will be extended to Vanderbilt Beach Road Extension,a project which is currently
under construction.The project shall include the demolition and replacement of the existing bridge
over the Cypress Canal,resurfacing and widening of the roadway,adding bike lanes and sidewalks.
There will be stormwater swale and drainage improvements. Existing Collier County utilities
within the project footprint and future South Florida Water Management District improvements to
the canal will affect the design.
Page 14 of 18
Schedule A—Scope of Services
16B4
The design of a signalized intersection at 13th Street NW&VBR Extension is included and will
accommodate the current construction.There will be a signal modification at the south end of 13th
Street at GGB with southbound (SB) to westbound (WB) right dedicated lane. Lighting shall be
provided at the intersection of 13th Street NW&VBR Extension
9. 60212.5 62nd Avenue NE Bridge:
62nd Avenue NE is an east-west local road within the Golden Gate Estates.The 62nd Avenue NE
project limits encompass approximately a 2.17-mile section of 62nd Avenue NE SE from
Everglades Boulevard to 40th Street NE. This segment of 62nd Avenue NE roadway consists of
two 9-ft travel lanes, narrow unpaved shoulders, and roadside ditches on both sides. Within the
project limits, approximately 1.1 miles east of Everglades Boulevard,lies the Faka Union Canal,a
north-south direction canal which 62nd Avenue NE dead-ends into from either direction.There are
currently no sidewalks or bike lanes within the project limits.
A new bridge shall be constructed over the Faka Union Canal connecting both segments of 62nd
Avenue NE.Roadway and intersection improvements are included at Everglades Blvd.at 62nd Ave.
NE and Desoto Blvd. at 62nd Ave. 40th Street NE will be extended to intersect with 62nd Ave.NE
as a 3-way stop. Milling,resurfacing and minor widening will be performed from
Everglades Boulevard to Desoto Blvd.
There are no signalized intersection improvements included within this section.
A new Maintenance Access Ramp(MAR)will be designed for this canal in Big Cypress Basin.
10. 60212.6 10th Avenue SE Bridge:
The 10th Avenue SE project limits encompass approximately a 1.8-mile section of 10th Avenue SE
from Everglades Boulevard S to Desoto Boulevard S. 10th Avenue SE is an east-west local road
within the Golden Gate Estates.The road is split in two sections by the Faka Union Canal. These
segments of 10th Avenue SE roadway consist of two 9-ft travel lanes, narrow unpaved shoulders,
and roadside ditches on both sides.There are currently no sidewalks or bike lanes within the project
limits.
A bridge shall be constructed over the Faka Union Canal connecting the two segments of 10th
Avenue SE. Roadway improvements such as milling, resurfacing, shoulder widening and swale
grading will be performed from Everglades Boulevard S to Desoto Boulevard S. Storm drainage
and ponds shall be constructed.
There are no signalized intersection improvements included within this section.
New westbound to northbound right turn lane will be designed at Everglades Boulevard.
A new Maintenance Access Ramp(MAR)will be designed for this canal in Big Cypress Basin.
11. Goodlette-Frank Road Widening from Vanderbilt Beach Road to Immokalee Road:
Page 15 of 18
Schedule A—Scope of Services
1 6 B 4
The project encompasses approximately a 1.6-mile section of Goodlette-Frank Road from the
intersection with Vanderbilt Beach Road(VBR),extending north to the intersection of Immokalee
Road. Goodlette-Frank Road bridges over a golf cart pathway and Pelican Marsh Boulevard at
approximately 0.8 and 0.7 miles north of Vanderbilt Beach Road.The improvements proposed will
provide roadway enhancements and improve safety along the corridor.
The existing corridor is primarily a hybrid rural two to four-lane roadway.From Immokalee Road
to Creekside Boulevard,the four-lane segment is urban,with street lighting and sidewalks on both
sides of the roadway. From Creekside Boulevard to Vanderbilt Beach Road, the pavement
transitions from a four/five-lane divided rural cross-section to a two-lane rural section. Within this
segment, on the west side, there is only a 300 foot segment of sidewalk north of the intersection
with VBR. The roadway has varying widths of paved shoulders within the cross-section. Street
lighting exists on both sides but not beyond the existing bridges.The existing drainage consists of
a closed drainage system north of Pelican Marsh Boulevard and roadside ditches on both sides of
the roadway to the south.
Approximately 30 years ago, Westinghouse Communities(WCI)developed the Pelican Marsh
Community Development District(PMCDD)and built the two existing bridges carrying Goodlette-
Frank Road.The PMCDD,through a quit claim deed,will transfer ownership of the
bridges to the county. The PMCDD and the county entered into a Landscape Maintenance
Agreement(LMA)with the public right-of-way along Pelican Marsh Boulevard.
The proposed roadway improvements for this project consists of expanding the entire corridor to
four travel lanes,replacing or expanding the existing two bridge structures, completing the closed
drainage system and lighting, and providing on-street bicycle lanes, multi-use pathway and
sidewalks. Particular attention should be paid to maintaining traffic along Goodlette Road and on
Pelican Marsh Boulevard while the project is under construction.
Page 16 of 18
Schedule A—Scope of Services
16B4
Appendix B
Estimated
Design Rural or Utility
TASKR Protect Name Schedule Urban Length MI) *lanes Drainage Bridges Signals Ughting Relocation 1TCP Proposed Bridge Structures
1 33890-Four-Point Roundabout
FOOT Grant Funding Now25 simple roundabout medium
Rural 2.5 2 or a 1-2 ponds no no 8 approaches complex complexity N/A
Apr-27
2 60263-Everglades Boulevard
Sep-25
Widening complex side street
• Urban 4.3 a no 2 dium temple complex N/A
7-10 ponds intersections
Aug-27
3 60144-OIIWelJ Road Widening: medium
Apr-26 One replacement 1001[multispan
FDOTGrant Funding complexity medium
Urban 3.5 d 2 2 corridor simple bridge over canal
Mar-28 developer complexity One new 20Kx6ttconcrete box culvert
connections
4 60198-Veterans Memorial
Jun-26 medium
Boulevard Phase II Urban 1.1 4 complexity no 2 corridor simple simple N/A
Aug-28 2 ponds
5 60268-Immokalee Road and Feb.26 One new4001t multispan complex steel
Livingston Road Overpass Urban 1.2 6 complex 1to3 complex corridor complex complex bridge over intersection and canaL
Jan-28 2-4 ponds system One BOK bridge widening over canal
6 60212.2-47th Ave NE Bridge Feb-25 medium
Rural 3.1 2 complezhy 1 1 onlyone medium simple One new 120K multispan bridge over
Ian-27 2 ponds intersection complexity canal
7 60212.3 Wilson Boulevard S. Feb-25 medium
Bridge
Rural 1.3 2 complexity 1 no no complex simple One new 120ttmu0ispan bridge over
Jan-27 2 ponds canal
8 60212.413th Street NW Bridge Feb-25 medium
• Rural 1.4 2 complexity 2 intersection simple medium One replacement 80K multispan bridge
Jan-27 2pands VBRTo bridge complexity over canal
9 60212.562nd Avenue NE Bridge Feb-25 medium
Rural 2.2 2 complexity1 no no simple simple One replacement eOKmultispan bridge
Jan-27 2 ponds over canal
10 60212.6 10th Avenue SE Bridge Feb-25 medium
Rural • 1.8 2 complexity1 no no simple simple One new 120ttmultispan bridge over
Jan-27 2 ponds canal
11 Goodlette-Frank Road Widening complex 2new or
Oct-25 One 110tt bridge widening or
from VBR to Immokalee Road Urban 1.6 q shared use 2ezistlng no corritlor complex medium replacement over roadway
ponds, with minor complexity
May-27 One 40K bridge widening over roadway
existing mods
Page 17 of 18
Schedule A—Scope of Services
16B4
APPENDIX C
RISK REGISTER
LikeN1 Consequences
LIKELIHOOD Store CONSEQUENCE Score 00d 1 2 3 4 5
Almost Certain 5 Catastrophic 5 5 H HHEE
Likely 4 Major 4 4 M HHEE
Possible 3 Moderate 3 3 L MHHE
Unlikely 2 Minor 2 2 L L MHH
Rare 1 Insignificant 1 1 L L MHH
Level of Risk e.g H,L,M or E
u a c
No. Area Ref Sub Description Modeling Note = m ` qo - Action/Mitigation
m c 1 a
J u J O
Page 18 of 18
Schedule A—Scope of Services
16B4
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 #33890 - Four-Point Roundabout Review $ 61,414.00 $
2 #60263 - Everglades Blvd Widening $ 73,778.00 $
3 #60144 - Oil Well Road Widening $ 135,506.00 $
4 #60198 -Veterans Memorial Blvd Phase II $ 78,034.00 $
5 #60268 - Immokalee Rd & Livingston Rd Overpass $ 272,543.00 $
6 #60212.2 - 47th Ave NE Bridge $ 82,277.00 $
7 #60212.3 - Wilson Blvd S Bridge $ 91,229.00 $
8 #60212.4 13th Street NW Bridge $ 97,138.00 $
9 #60212.5 62nd Avenue NE Bridge $ 83,930.00 $
10 #60212.6 - 10th Avenue SE Bridge $ 78,674.00 $
11 #60259 - Goodlette-Frank Road Widening $ 151,931.00 $
$ $
$ $
$ $
$ $
$ $
$ $
$ $
Total Lump Sum Fee $ 1,206,454.00
Total Time and Materials Fee $
GRAND TOTAL FEE $ 1,206,454.00
Page 18 of 30
PSA_CCNA Single Project Agreement[2025 ver.2]
16B4
8.2.2. ❑*Time and Material Fccs: The fees,notcd 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. Thcrc 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. 0* 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"lathes" 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 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
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 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
SCHEDULE B —ATTACHMENT 1
CONSULTANT'S HOURLY RATE SCHEDULE
Title Hourly Rate
Principal $287
Chief Engineer/Project Manager $264
Senior Engineer $215
Engineer $134
Senior Designer $128
CEI Senior Project Engineer $182
Senior Professional $205
•
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 Protects, the above hourly
rates are for purposes of providing estimate(s), as required by the grantor agency.
Page 21 of 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
SCHEDULE C
PROJECT MILESTONE SCHEDULE
Number of Calendar Days
Task/Item For Completion of Task
Description from Date of Notice to
Proceed
1 #33890-Four-Point Roundabout Review 730
2 #60263-Everglades Blvd Widening 900
3 #60144-Oil Well Road Widening 900
4 #60198-Veterans Memorial Blvd Phase II 730
5 #60268-Immokalee Rd&Livingston Rd Overpass 900
6 #60212.2-47th Ave NE Bridge 730
7 #60212.3-Wilson Bl\d S Bridge 730
8 #60212.4 13th Street NW Bridge 730
9 #60212.5 62nd Avenue NE Bridge 730
10 #60212.6- 10th Avenue SE Bridge 730
11 #60259-Goodlette-Frank Road Widening 900
Page 22 of 30
PSA_CCNA Single Project Agreement[2025_ver.2]
GAO
1 6 B 4
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 23 of 30
PSA_CCNA Single Project Agreement[2025_ver.2]
C A0
16B4
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.
where applicable to the corRpletiefr of the wefk. Cevcragc shall have minimum limits of
$ Pcr Claim/Occurrence.
❑Maritime Coverage (Jones Act)shall be maintained where applicable to the completion of
the work. Coverage shall have minimum limits of$ Pcr Claim/Occurrence.
13. ❑■ 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 $i,000,00o Per Occurrence, $2,000,000
aggregate.
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.
Page 24 of 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
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.
Watercraft Liability. Coverage shall be carried by the CONSULTANT or the
SUBCONSULTANT in limits of not less than the Commercial Ceneral Liability limit shown in
4 ❑ Aircraft Liability. Coverage shall be carried by the CONSULTANT or the
SUBCONSULTANT in limits of not less than $5,000,000 each occurrence if applicable to the
completion of the Services under this Agreement.
17. ■❑ BUSINESS AUTOMOBILE LIABILITY INSURANCE. Coverage shall have minimum limits
of$500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property
Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and
Employee Non-The ownership.
48, ❑ T€CHNOLOG-Y ERRORS AND OMISSIONS INSURANCE. Cov a hall have
minimum limits of$ Pcr Occurrence.
4-9, ❑CYB€R INSURANCE. Coverage shall-hay m limits of$ PeF
Occurrence.
❑ UMBRELLA I IAB11 ITY.
A. Umbrella Liability may be maintained as part of the+iabi.lity wceranc -of the CONSULTANT
and, if so, such policy shall be excess of the Employers' Liability, Commercial Ccncral Liability, and
Automobile Liability coverages required herein and shall include all coverages on a "following form"
basis.
B. The policy shall contain wording to the effect that, in the event of the exhaustion of any
insurance.
21. • 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
Page 25 of 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
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.
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 26 of 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
SCHEDULE E
TRUTH IN NEGOTIATION CERTIFICATE
In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida
Statutes, HighSpans Engineering. Inc. (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
" Independent Peer Review, Constructability and Biddability Support Services for Transportation
Engineering Design Projects "project" is
accurate, complete and current as of the time of contracting.
- _
BY:
• /Or `
TITLE: SV CFO
DATE: 01/28/2026
{
(Ft
rC
t�t
Ii
Page 27 of 30
. PSA_CCNA Single Project Agreement[2025_ver.2)
16B4
SCHEDULE F
KEY PERSONNEL
Name Personnel Category Percentage of
Time
Vincent A.Zaliauskas,PE, SE Principal Engineer 5%
Tom Waits,PE Chief Engineer(Project Manager) 5%
Eli Enders,PE,PTOE Sr. Engineer 5%
Mica Jackson,PE Sr. Engineer 5%
Jason Hock,PE, SE Engineer 5%
Page 28 of 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
SCHEDULE G
AFFIDAVIT REGARDING LABOR AND SERVICES
Following this page
Page 29 of 30
PSA_CCNA Single Project Agreement[2025_ver.2]
16B4
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: HighSpans Engineering, Inc.
Address: 2121 McGregor Blvd Ste 200 Fort Myers, FL 33901
Phone Number: 239-433-3000
Authorized Representative's Name: Michelle L. Buchholz
Authorized Representative's Title: SVP&CFO
Email Address: SBuchholz@HighSpans.corn
I, Michelle L. Buchholz (Name of Authorized Representative), as authorized representative attest under
penalty of perjury that HighSpans Engineering, inc. (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 under the laws of or has its principal place of business in a foreign country of
concern,ail as prohibited under§287.138,Florida Statutes.
Under penalty of duly, are that I have rea the foregoing Affidavit and that the facts stated in it arc true.
01/28/2026
° (Signatur f a thorized representativ Date
STATE OF Florida
COUNTY OF Lee
Sworn to(or affirmed)and subscribed before me,by means of El physical presence or 0 online notarization this
28th day of Janua ,20 26 ,by Michelle L.Buchholz (Name of Aibianl),who produced his Florida Driver's License as
identifi ti
Comm:HH 665580
-t\ Expires:Apr. 16,202s
r, °f.ri Notary Public•State of Florida
Commission Expires
Personally Known El OR Produced Identification 0
Typc of Identification Produced: Personally known
II
16B4
SCHEDULE H
Other:
(Description)
❑ following this page (pages through )
❑� this schedule is not applicable
Page 30 of 30
PSA_CCNA Single Project Agreement[2025_ver.2]