Backup Documents 02/10/2026 Item #16B 3 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO 16 83
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.
2.
3. County Attorney Office County Attorney Office 42-7 1 /j/101-1(
4. BCC Office Board of County
Commissioners
5. Minutes and Records Clerk of Court's Office � 1
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 Christopher Lienhardt-TMSD- Phone Number 239.252.1008
Contact/Department Transportation Engineering-Stormwater
Agenda Date Item was Agenda Item Number 2026-2;
Approved by the BCC 16.B.3
Type of Document CO #3, Agreement No. 21-7847, Goodlette- Number of Original Documents 1
Attached Frank Road Ditch Improvements Section A, Attached
Water Resource Management Associates,Inc.
(Project 60102.9)
PO number or account Christopher.lienhardt@collier.gov
number if document is Nadine.Dunham@collier.gov
to be recorded Peter.Hayden@collier.gov
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 CL
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 CL
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
document or the final negotiated contract date whichever is applicable.
6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's CL
signature and initials are required.
7. In most cases(some contracts are an exception),the original document and this routing slip N/A
should be provided to the County Attorney Office at the time the item is input into SIRE.
Some documents are time sensitive and require forwarding to Tallahassee within a certain
time frame or the BCC's actions are nullified. Be aware of your deadlines!
8. The document was approved by the BCC on 02/10/2026 and all changes made during CL N/A is not
the meeting have been incorporated in the attached document. The County an option for
Attorney's Office has reviewed the changes,if applicable. this line.
9. Initials of attorney verifying that the attached document is the version approved by the CL N/A is not
BCC, all changes directed by the BCC have been made,and the document is ready for the an option for
Chairman's signature. this line.
I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12
16 83 '
Calker County
Procurement Services Change Order Form
Contract# 21-7847 CO#3 PO# 4500212114 Project#: 60102.9.3
Project Name: Goodlette-Frank Ditch Improvements Design Services-Section A
Contractor/Consultant Name: Water Resources Management Associates, Inc.
Select One: ✓❑ Contract Modification(Construction or Project Specific) ❑Work Order Modification
Project Manager Name: Christopher Lienhardt Division Name: Transportation Engineering
Original Contract/Work Order Amount $598,817.00 07/13/2021 16.A.24 Original BCC Approval Date;Agenda item#
Current BCC Approved Amount $732,498.00 01/24/2023 16.A.11 Last BCC Approval Date;Agenda Item#
Current Contract/Work Order Amount $732,498.00 06/20/2024 SAP Contract Expiration Date(MASTER)
Dollar Amount of this Change $169,202.00 50.58% Total%Change from Original Amount
Revised Contract/Work Order Total $901,700.00 23.10% %Change from Current BCC Approved Amount
Total Cumulative Changes $302,883.00 23.10% %Change from Current Amount
Notice to Proceedr08116/2021
Original NTP Original Final Last Final
Date #of Days 326 Completion Date 07/08/2022 Approved Y .—. p Date
#of Days Added 660 Revised Final Date TBD Current Substantial Completion Date N/A
(includes this change) (if applicable)
Provide responses after each question in box below (Responses should be brief and specific). Attach additional information and/or
documentation from the Design Professional and/or Contractor, if needed, with your submission of this Change Order and complete
summary on next page. Check all that apply to this Change Order request: ❑� Add Time; ✓❑Add funds; 0 Use of Allowance;
0 Modify/Delete existing Task(s);D Add new Task(s); ❑ Reallocate funds; ❑ Other(must be explained in detail below)
1.) This Change Order adds a total of$169,202.00 and 660 days to this contract:
$52,564.00 and 120 days for Task 7 (Final Engineering Design Services)
$74,166.00 for a new Task 10 (Post-Design Support by WRMA) and $42,472.00 for a new Task 11
(Post-Design Support by WGI, Inc.) and 540 days, based on an anticipated 18-month construction
period.
2.) This project is currently on a stop effective 04/11/2024 with a total of 4 days remaining on the
contract. At the time no additional funding was available to continue with this project.
3.) The replacement of the dual 54" culvert pipes south of the Solana Road intersection was not
included in the original scope of work, as the need for replacement was not identified at that time.
Following a comprehensive engineering inspection, it was determined that the existing culverts have
significantly deteriorated due to age and structural degradation. Additionally, previous staff did not
include post-design services in the original contract.
4.) If this change order is not processed, the deteriorating culvert pipes could cause system failure,
leading to flooding and safety hazards along Goodlette-Frank Road. Replacing the pipes now will
prevent further damage. Post-design services are required to provide the necessary oversight during
construction by the Engineer of Record.
Page 1 of 4
Change Order Form (2023_ver.1) GAS}
16 63
Cofer County
Procurement Services Change Order Form
Contract# 21-7847 CO#3 PO#4500212114 Project#: 60102.9.3
Project Name: Goodlette-Frank Ditch Improvements Design Services -Section A
Contractor/Consultant Name: Water Resources Management Associates, Inc.
Change Order/Amendment Summary
(If additional spaces needed, attached a separate Summary page to this amendment request)
COST TIME
CO# AMD# Description Additive Deductive Days Total New Justification
(+) (-) Added Time
Add 30 days to This change order adds additional 30
address issues days to address right-of-way
1 identified during the 30 356 determination along the western
boundary of the project,as identified
design. during the survey.
Adds additional 308 days This CO adds survey necessary to complete ditch
and$133,681.00 to and culvert design and adds additional design,
MOT,and time necessary to complete the mast
2 address design issues $133,681.00 308 664 arm relocation at 22nd Street and Goodlette Frank
and for pre-construction Road.Without this additional time,consultant will
support. not be able to complete the project.
Adds additional 660 days This CO adds necessary time to
and$169,202.00 to complete the additional design and
3 address design issues $169,202.00 660 1,324 post design services of the
and for post-design! replacement of dual 54-inch culvert
construction support. pipes.
❑Check here if additional summary page/s are attached to this Change Order
Page 2 of 4
Change Order Form(2023_ver.1)
GAO
16 83
Co TeY County Procurement Services Change Order Form
Contract# 21-7847 CO#3 PO# 4500212114 Project#: 60102.9.3
Project Name: Goodlette-Frank Ditch Improvements Design Services - Section A
Contractor/Consultant Name: Water Resources Management Associates, Inc.
Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be
subject to all the same terms and conditions as contained in the contract/work order indicated above, as fully as if
the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final
settlement of any and all claims of the Contractor/Vendor/Consultant/Design Professional arising out of or related
to the change set forth herein, including claims for impact and delay costs.
Contractor/Consultant/Design Professional signature below must be from an authorized person/officer/director of
the Company or listed as the qualified licensed Professional"Project Coordinator"or Design/Engineer Professional
under the agreement. Signature authority of person signing will be verified through the contract OR through the
Florida Department of State, Division of Corporations (Sunbiz) website (https://dos.mvflorida.com%sunbiz/search/).
If the person signing is not listed, we will require signature authority by one of the listed officers/directors of the
company giving that person signature authority.
LienhardtChristo her ` Eggt `...= "=.r""'"'� `-"
a:.+.,,��.Yatl.�-„•,,.,v..,.-...«.aW�„P.�.a�,...,..�.. 12/03/2025
Prepared by: p a:;4,,.�t~d..:;�' Date:
Signature-Division Project Manager
Christopher Lienhardt,Project Manager,Transportation Engineering
Printed Name
Michael R. Mercado Digitally signed by Michael R.Mercado
Accepted by: Date:2025.12.08 16:25:01 -05'00' Date: 12/8/2025
Signature-Design/Engineer Professional (if applicable)
Michael Mercado, PE, CFM,Vice-President, Water Resources Management Associates, Inc.
Printed Name/Title/Company Name
Accepted by: Date:
Signature-Contractor/Consultant/Vendor
Printed Name/Title/Company Name
...
Hayden Peter �.�.w.�,r�M�����,:.�a.;�wa�w_�:y.�,
Approved by: tc_, rq ; - o ..., a Date:
Signature-Division Manager or Designee(Optional)
Peter Hayden,P.E.,Supervisor-Project Management,Transportation Engineering
Printed Name
AhmadJay Digitally signed by AhmadJay
Approved by: Date:202.5.12.04 0821:19-05'00' Date:
Signature-Division Director or Designee(Optional)
Jay Ahmed,P.E.,Division Director,Transportation Engineering
Printed Name
SeottTri n it Digitally signed by ScottTrinity
Approved by: Y Date:2025.12.09 09:19:41 -05'00' Date:
Signature-Division Administrator or Designee(Optional)
Trinity Scott,Department Head,Transportation Management Services
Printed Name
Page 3 of 4
Change Order Form (2023_ver.1)
GAO
83
C Leer County
Procurement Services Change Order Form
Contract# 21-7847 CO#3 PO# 4500212114 Project#: 60102.9.3
Project Name: Goodlette-Frank Ditch Improvements Design Services -Section A
Contractor/Consultant Name: Water Resources Management Associates, Inc.
FOR PROCURMENT USE ONLY
FY 26 CHO Request# 8 I 1
Approved by:
Signature-Procurement Professional Signature/Date
GiarimoustasViviana Digitally signed by GiarimoustasViviana
Approved by: Date: 2026.01.14 15:11:28-05'00'
Signature-Procurement Manager/Director(OPTIONAL)
APPROVAL TYPE:
❑ Administrative 7 Administrative-BCC Report }i BCC Stand-Alone ES(BCC Approval Required)
BCC APPROVAL
ATTEST:
Crystal K. Kinzel, Clerk of the Circuit Court BOARD OF COUNTY COMMISSIONERS
and Comptroller COLLIER COUNTY, FLORIDA
(,)
1h B4 A±t j 'o:r / i
IL
,.e y fri✓-Ai" Gi By.
Rr� d f '9ZE C�.c
'Attest as to Chairman's
f't , signature only
` S f ;( Z Dan Kowa1, Chairman
O64c,. 2/1o/26
(SEAL) Agenda# 16.f3-3
A road as to Fo n Legali :
Co ty Attorney
gun- i �.zi___
Print Name
Page 4 of 4
Change Order Form(2023_ver.1)
CAO
16 B .
OWRMA
WATER RESOURCES I ENGINEERING
2074 W Indiantown Rd,Suite 200
Jupiter,FL 33458
TRANSMITTAL LETTER p 561 529 2075
f 561 401 9385
www.wrmaeng.com
October 21, 2025
Collier County Transportation Management Services Department
Stormwater
2885 South Horseshoe Drive
Naples,FL 34104
Attn: Eric Ovares, Project Manager
Re:Change Order Request for Additional Engineering Design Services and Construction Phase Engineer of
Record Services for the Goodlette-Frank Ditch Improvements Project
Dear Mr. Ovares,
I am submitting to your office this request for a Change Order to the referenced task order for the
Goodlette-Frank Ditch Improvements Project. Additional time and design scope of services are requested
to accommodate the proposed design requested by Collier County, that being, the replacement of dual
54"inch culvert pipes south of the Solana Rd intersection and terminating at the existing concrete endwall
approximately 290 LF south of Solana Rd. The County has requested the additional design scope,following
a detailed camera inspection of said culverts which indicated an open cut replacement to be the most
cost-effective alternative given the age and condition of the existing 54"dual culvert pipes. WRMA is also
requesting additional scope for its subconsultant surveyor, WGI, to perform a SUE utility designation
Quality Level B, in the immediate vicinity of the dual 54" culvert pipes to ascertain the whereabouts of
existing buried utilities that would be impacted during the open cut dual culvert replacement work.
WRMA also requests aforesaid additional time and budget to re-engage and coordinate with utility
providers and the Collier County school district. Given that 16 months have elapsed,WRMA would need
to re-visit with utility providers to resume coordination and adjust the anticipated schedule for
construction of the project as well as to communicate potential disruptions to utility services during
construction. Coordination with utility providers would include but not be limited to FP&L, Comcast,
CenturyLink, City of Naples Utilities, Gas Utilities, and Collier County Utilities regarding the construction
scope of work and coordination for potential relocations and/or potential deflections, during
construction. Lastly, coordination with the Collier County school district will likewise be required in
relation to the 22nd Avenue box culvert replacement, for which pedestrian detours for northbound
pedestrian traffic on the west side of Goodlette-Frank Rd would be needed to accommodate northbound
pedestrian traffic to the school as well as the residential neighborhoods North of 22"d Avenue and West
of Goodlette-Frank Rd and to comply with American Disabilities Act(ADA)to maintain pedestrian access
to residential streets and sidewalks. Easement exhibits will also be required to provide temporary or
permanent construction easements.
WRMA requests additional time and budget to complete these aforementioned additional design services
under the existing Task Item 7.0 for Final Engineering Design Services.
Additionally,WRMA also requests additional time only,to complete remaining task items on Task 4.0 and
Task 8.0, both of which contain unused remaining budgeted scope items pertaining to various elements
WATER RESOURCES MANAGEMENT ASSOCIATES,INC.
2074 W Indiantown Rd,Suite 200 I Jupiter,FL 33458 1561.529.2075 o 1561.401.9385 f I www.wrmaeng.com
Cp,O
16 33
)WRMA
WATER RESOURCES I ENGINEERING
of design. Furthermore,at the request of the Collier County project manager,WRMA requests additional
time and budget to provide Engineer of Record Post Design Support Services during the construction
phase,under a new proposed Task 10.0. Additionally,WGI,Inc., likewise,will provide EOR services under
a new proposed Task 11.0.
Additional Time Request for the Scheduled Completion of Design Related Services
Task 4.0 Engineering Design (60%) 4 mos. (120 additional calendar days)
Task 7.0 Final Engineering Design (100%) To run concurrently with Task 4.0(120 calendar days)
Task 8.0 Preconstruction Support To run concurrently with Task 4.0(120 calendar days)
Additional Time Request for the Scheduled Completion of Construction Phase Services
Lastly, to provide construction phase support Engineer-of-Record (EOR) services during construction
under the new proposed Tasks 10.0 and 11.0, WRMA is requesting 540 calendar days, based on an
anticipated construction period which is estimated to be 18 months(or 540 calendar days)commencing
from the date indicated on the Collier County Task-Specific Notice to Proceed letter for Construction Phase
(Engineer of Record) Services, anticipated to commence immediately following the completion of the
construction contract procurement process,and terminating at final completion of the construction work.
To Be Issued under a Separate NTP Upon Initiation of Construction Activities
Task 10.0&11.0 EOR Post Design Support Services 18 mos. (540 calendar days)
Additional Budget Request-Task 7.0 Final Engineering Design Services
WRMA
• Task 7.0 Time and Material, Not to Exceed Fees,$28,504.00
WGI, Inc.
• Task 7.0 Time and Material, Not to Exceed Fees, $17,500.00 (up to 10 easement sketches at
$1,750 per easement sketch)
• Task 7.0 Lump Sum, Not to Exceed Fees, $6,560.00(Additional SUE South of Solana Rd)
Additional Budget Request-Task 10.0 and 11.0 Engineer of Record Post-Design Support Services
WRMA
• Task 10.0 Time and Material, Not to Exceed Fees,$74,166.00
WGI, Inc.
• Task 11.0 Time and Material, Not to Exceed Fees, $42,472.00
SUMMARY OF ADDITIONAL FEES BY TASK
TASK ITEM LUMP SUM T&M TOTAL
Subtotal Task 7.0 Additional Fees $6,560.00 $46,004.00 $52,564.00
Subtotal Task 10.0 Additional Fees $74,166.00 $74,166.00
Subtotal Task 11.0 Additional Fees $42,472.00 $42,472.00
Total Additional Fees All Tasks $169,202.00
WATER RESOURCES MANAGEMENT ASSOCIATES,INC.
2074 W Indiantown Rd,Suite 200 I Jupiter,FL 33458 1561.529.2075 o 1561.401.9385 f I www.wrmaeng.com
CAO
16 83
OWRMA
WATER RESOURCES I ENGINEERING
Please see attached proposed additional manhours estimate.
Sincerely,
(1'-° 1j4°
Date:October 21,2025
Raul Mercado,PE,CFM
Principal Engineer
raul.mercado@wrmaeng.com
(561)529-2075 x2002
Enclosed (1):
Manhours Estimate for Task 7.0,Task 10.0, and Task 11.0(WGI, Inc.)
Subconsultant Proposals from WGI, Inc.
WATER RESOURCES MANAGEMENT ASSOCIATES,INC.
2074 W Indiantown Rd,Suite 200 I Jupiter,FL 33458 1561.529.2075 o 1561.401.9385 f I www.wrmaeng.com
GAO
16B3
W R
M A COLLIER COUNTY
GOODLETTE-FRANK DITCH IMPROVEMENTS
CO3-SCOPE OF SERVICES
WATER RESOURCES I ENGINEERING OCTOBER 2025
PROPOSED SCOPE OF SERVICES FOR
COLLIER COUNTY STORMWATER AND TRANSPORTATION MANAGEMENT DIVISION
GOODLETTE-FRANK DITCH IMPROVEMENTS
CHANGE ORDER NO.3
ADDITIONAL DESIGN SERVICES AND ADDITIONAL ENGINEER OF RECORD SERVICES
TASK 7.0 FINAL ENGINEERING DESIGN (100 PERCENT)
7.10 Additional Design Services for Solana Rd Culvert Replacement Design—T&M
ENGINEER shall design a replacement of dual 54" inch culvert pipes south of the Solana Rd intersection
and terminating at the existing concrete enclwall approximately 290 LF south of Solana Rd.
7.11 Additional Coordination with Utility Providers—T&M
ENGINEER shall re-engage and coordinate with utility providers and the Collier County school district.
Given that 16 months have elapsed, ENGINEER shall re-establish communication with utility providers to
resume coordination and adjust the anticipated schedule for construction of the project as well as to
communicate potential disruptions to utility services during construction. Coordination with utility
providers would include but not be limited to FP&L, Comcast, CenturyLink, City of Naples Utilities, Gas
Utilities, and Collier County Utilities regarding the construction scope of work and coordination for
potential relocations and/or potential deflections,during construction.
7.12 Additional Easement Sketches and Legal Descriptions(Up to 10)—T&M
ENGINEER shall procure via its subconsultant surveyor, WGI, up to ten easement sketches and legal
descriptions to procure easements to allow for the construction of box culverts at 3 intersections on
Goodlette-Frank Rd.
7.13 Additional Subsurface Utility Engineering(SUE)for Solana Culverts—Lump Sum
ENGINEER shall procure via its subconsultant surveyor, WGI, a SUE utility designation Quality Level B, in
the immediate vicinity of the dual 54" culvert pipes at Solana Rd to ascertain the whereabouts of
existing buried utilities that would be impacted during the open cut dual culvert replacement work.
TASK 10.0 ENGINEER OF RECORD TIME & MATERIAL CONSTRUCTION PHASE SERVICES
10.1 Project Kickoff Meeting with Contractor—T&M
ENGINEER shall attend the kickoff meeting or pre-construction meeting conference with the County
project management staff and the contractor and construction inititation.
10.2 Monthly Meetings—T&M
ENGINEER shall attend all meetings requiring EOR's attention both in person and virtually at a minimum
of 2 meetings per month.
10.3 RFI Response Generation—T&M
ENGINEER shall provide COUNTY with prepared responses for the Contractor or state/County agencies,
as required, in response to questions or requests for information (RFI) pertaining to engineering plans
interpretations during the construction phase.
1
WATER RESOURCES MANAGEMENT ASSOCIATES,INC.
S
83
OW R M A COLLIER COUNTY
GOODLETTE-FRANK DITCH IMPROVEMENTS
CO3-SCOPE OF SERVICES
WATER RESOURCES I ENGINEERING OCTOBER 2025
10.4 Review Contractor Submittals—T&M
ENGINEER shall provide review of shop drawings from the selected contractor during the submittals
process. Shop drawings deemed to be in accordance with the engineering plans shall be digitally
stamped'Approved'. Otherwise, ENGINEER shall provide formal letter responses for any rejected shop
drawings.
10.5 Field Visits As-Needed—T&M
ENGINEER shall respond to requests from the County or the Contractor regarding in-field visits to
address engineering issues related to the design plans or Contractor questions regarding plans
interpretations or design intent or to troubleshoot unknown existing utility issues which may impact the
design as shown on plans. ENGINEER shall also be present if requested by the County for substantial
Completion or Final Completion site walk-throughs near or prior to the termination of the construction
phase.
10.6 Review As-Built Record Drawings—T&M
ENGINEER shall review As-Built Records when the COUNTY has deemed the Contractor has reached Final
Completion and the Contractor's designated surveyor has prepared As-Built drawings indicating the As-
Built conditions of the improvements as constructed in the field. ENGINEER shall evaluate if the As-Built
condition is compliant with the Contract Plan drawings.
10.7 Engineer's Final As-Built Certification Letter and Permit Closure—T&M
Upon ENGINEER's recommendation,and final acceptance by the COUNTY, ENGINEER shall provide a final
sealed certification letter confirming the completion of the work as specified in the construction plans and
specifications. WRMA shall report to permitting agencies once the work has been completed to notify
said agencies of final completion and to close out the permits, which include e-mail or letter
correspondence, photo documentation of completed work, electronic submittal of as-built records and
statements of certification of completed work.
DELIVERABLES
Task 7 Deliverables
• Design plans for the replacement of the Solana Rd Dual 54"culverts
• Correspondence with utility providers upon request
• Up to 10 easement exhibits.
• SUE utility survey at Solana Rd and Southerly along the G-F ditch
Task 10 Deliverables
• During the construction phase, ENGINEER shall provide the COUNTY with written responses (in
PDF format)in response to RFI's from the Contractor or state agencies.
• ENGINEER to provide copies of stamped approved shop drawings, and/or rejection letters when
necessary.
2
WATER RESOURCES MANAGEMENT ASSOCIATES,INC.
CAO
1683
()W R M A COLLIER COUNTY
GOODLETTE-FRANK DITCH IMPROVEMENTS
CO3-SCOPE OF SERVICES
WATER RESOURCES I ENGINEERING OCTOBER 2025
• ENGINEER to provide written ENGINEER's final sealed certification letter upon final completion
and COUNTY's acceptance of the work.
• ENGINEER to submit post-construction correspondence and/or certifications to permitting
agencies as necessary to notify said agencies of final completion during the closeout period
Exclusions:This Scope of Work specifically excludes work not mentioned above,including, but not limited
to,the following:
a) Construction Management Services and Construction Materials Testing Services
b) It shall not be WRMA's responsibility for scheduling or coordinating construction materials
testing. The CMAR shall be solely responsible for coordinating onsite testing with their
geotechnical subconsultant.
c) Biological/ecological evaluation assistance, including wetlands (delineation), threatened and
endangered species and seagrasses
d) Water sampling and testing
e) Easement/property acquisition
f) Distribution of bid packages to potential bidders.
END OF SCOPE OF SERVICES
FEES
The Not-to-Exceed fee for this project is$169,202.00. This fee includes all direct labor.
Note that monthly progress billings are not tied to deliverables.Some tasks will require multiple-billing
periods prior to the provision of 100%complete deliverables. Progress billings will be allowed prior to
the submission of completed deliverables.
A task-by-task breakdown of fees is provided for services.
3
WATER RESOURCES MANAGEMENT ASSOCIATES,INC. 042)
�
Water Resources Management Reealatee,Mc COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS OCTOBER 2025
DESIGN SERVICES FOR GOODLETTE-FRANK DITCH IMPROVEMENTS
BREAKDOWN OF RATES AND ESTIMATED MANHOURS
Water Resources Management Assalates,Mc.
Senbr
TASK ITEM SU6TASK Project Senior Fn&lnear Total Total
Manager Engineer Total Rows Lump Sold Time l Materdtls Sob-Task
TASK ITEM ANDDESCMPOON $ 207.00 $ 175.00 5 13600 pus) NoUOdaceed Not.to-Eaceed Total Task Teal
7.0 FINAL ENGINEERING DESIGN(100PERCTNT) S 24,50400
7.10 Addkional Design Semites for Satan.Rd(Moen Replacement Design 2 74 40 66 S - S 10,04200 S 10,042.00
7.11 Addhlontl CoadMR l0n with UIIFly Proelde0 2 24 60 106 $ - $ 15,447.00 $ 15.487.00
7.12 Additional Easement Sketches andleml Description lOp to 10) 2 B 10 $ - $ 7,490.00 5 1,49000
7.13 Additional Subsurface U1RRy1nglneerksg(SUE)for Solana Culverts2 0 10 $ - $ 1.49000 S 1,410.00
10.0 ENGINEER OF11EC010114IEB MAMMAL CONSTRUCTION PHASE SERVICES 5 74,166.00
10.1 Project Kkkot1 Mee0ngwhh Contractor 6 16 $ - $ 3,008.00 $ 3,003.00
10.2 Monthly Meetings 24 24 44 S - 5 9,074.00 $ 9,024.00
10.3 RFI Response Gen./Tian 4 40 44 5 • S 7,80400 5 7,801.00
10.4 ReNew COntmctor Submittal 2 60 - 62 $ - 5 10,902.00 $ 10,902.00
10.5 Fisk:Watts lid-Needed 16 170 136 $ - 5 74,216.00 5 24,216.00
10.6 Reuinw Besad Dr4wbp I 40 II S • 5 15.60800 $ 15,608.00
10.7 TORAs1l Cerldkatb rm n and PeR Closure Se*. 4-Bu 16 20 S - S 5,601.00 $ 3,014A0
SUBTOTALS 406 $ - $ 101,170.00 $ 102,670.00
TOTAL FEE $ 107.670.00
WGI,lost.
Senior
TASK ITEM SUB-TASK Prole. Senior Engineer Taal Total
Manager Genes Total Hours Lump Sum Time&Maleulals Sub-Task
TASK ITEM ANDDESC41PT10N $ 20100 $ 17500 5 13600 (hat) Nato-Eaeed N,PlaEaceed Total Task Total
7.0 FINAL ENGINFOIIN6057077(100Pg0045) $ 24,06000
7.12 Add0bnal Easement Sketches and legal Dewipllons(Up to 10) 0 $ • $ 17,500.00 5 17,500.00
7.13 Additional Subsurface Utlty Engineering 15UE)Ior Solana Rd Dual CuheOs 0 S 6,56000 S - 5 6,160.00
11.0 SUBCONSULTANT TIMOI MATERIAL CONSTRUCTION BLASE SERVK1S 5 42A72.00
11.1 Project Kickoff Meeting with Contractor a 4 16 $ - $ 3,001.00 $ 3,00303
11.2 Monthly Mee0ings 24 24 5 - $ 4,424.00 5 4,42400
11.3 MI Response Generation 16 40 $6 5 • $ 10,216.W $ 10,116.00
11.4 Repbw Controller 5u0mRtal 4 40 40 S - $ 8,60200 5 4,604.00
11.5 1leidVAlts As•Needed 4 40 44 S - 5 4,608.00 S 11,604.00
11.6 Reekew RecantOtawkys 4 31 40 $ - 5 7,208.00 $ 7,204.00
SUBTOTALS 232 3 4,360110 $ 59A71.00 $ 44,53200
TOTAL FEE $ 64,572.00
GRAND TOTAL $ 169,202.001
cAO
1. 6 f37
Sub-Consultant Fee Proposal
WGI, Inc.
CAO
16 B3
WGi.
February 4, 2025
Revised March 19, 2025
Revised October 21, 2025
Michael Mercado, PE
Water Resources Management Associates, Inc.
250 Tequesta Dr Ste 302
Tequesta, FL 33469
RE: Goodlette Frank Ditch Improvements- Construction Phase Services
Dear Mr. Mercado,
WGI, Inc. (WGI) is pleased to provide this proposal to Water Resources Management Associates, Inc.
(CLIENT) for professional engineering on the above-referenced project. Our scope of services and
corresponding fees are detailed below. In addition, it is agreed that WGI's services will be performed
pursuant to the terms and conditions agreed upon by both parties in CLIENT's Subcontract for
Professional Services.
PROJECT UNDERSTANDING
Collier County has requested WGI (Engineer of Record) to professional services for the Construction
Phase during construction. The construction is for the improvements to approximately 2.0 miles of
existing ditch located on the west side of Goodlette Road between Golden Gate Parkway and Pine Ridge
Road. Elements of the services to be provided shall include:
TASK 11.0 ENGINEERING CONSTRUCTION PHASE SERVICES
Construction services are highly dependent on the Contractor selected to perform the work. The
services indicated below do not anticipate multiple reviews or observations of the same work,
scheduled inspections of incomplete sections of the work, or structural design and re-engineering to
correct poor construction workmanship. Any construction work observed to be substandard will be
brought to the CLIENT's attention and associated services will be invoiced on a time and material
basis. The construction observation services provided are dependent on notification by the
Contractor for work that will be covered such as underground foundations, reinforcing within
concrete forms to be cast, driven or cast piles, or structural steel covered by finishes or other
substrates. The engineer cannot provide certifications of components beyond those specifically
observed during the duration of our site visit.
The Construction Services will consist of:
11.1 Project Kickoff Meeting with Contractor Hourly Not to Exceed: $3,008.00
11.2 Monthly Meetings on an as-needed basis Hourly Not to Exceed: $4,824.00
11.3 Response to up to 15 RFIs Hourly Not to Exceed: $10,216.00
2035 Vista Parkway, West Palm Beach, FL 33411 t: 561.687.2220 f: 561.687.1110 WGlnc.com CRO
16 B3
WRMA—Collier County Goodlette-Frank Road Ditch Improvements
Page 2 of 2
11.4 Review Contractor Submittals for up to two rounds. The submittals consist of shop
drawings of box culvert, steel sheet pile, reinforcing bar for the retaining walls, and
concrete mix design
Hourly Not to Exceed: $8,608.00
11.5 Field Visits on a Needed Basis Hourly Not to Exceed: $8,608.00
11.6 Review Record Drawings Hourly Not to Exceed: $7,208.00
TOTAL FEE: $42,472.00
BASIS OF THIS PROPOSAL
1. Significant scope modifications will require an amendment to this contract. WGI will submit a
separate proposal for those services;
2. Additional submittals and coordination with permitting agencies not due to WGI's work will be
invoiced on an hourly basis.
3. Coordination and design of proposed electrical, telephone, television, and gas utilities shall be
completed by others. WGI will exchange drawings with these utilities for coordination purposes
and to incorporate their existing and proposed features into our plans for conflict resolution and
information purposes.
4. The project will be design and permitted under one phase;
5. Services not included: Landscape Architecture, Architectural, Irrigation, Lighting, Title Search,
Traffic, Survey, Environmental, and Geotechnical.
Any additional optional services requested by CLIENT will be provided in accordance with the rate
schedule in effect at the time of service or a fixed fee to be negotiated once a scope of services is
defined.
Respectfully Submitted,
WGI, Inc.
I �j/•
Jeffrey Bergmann, PE- Su ,ep•i Widjaja, PE, SI
Director, Specialty Structures Project Manager
(DWGIm GAO
WGlnc.com
B31
CSI WGi.
October 21, 2025
Michael R. Mercado, PE
Water Resources Management Associates, Inc.
250 Tequesta Drive, Suite 302
Tequesta, Florida 33469
mike.mercado a(�wrmaenq.com
Re: Goodlette-Frank Ditch— Easement Sketch's and SUE Survey
Naples, FL
Dear Mr. Mercado,
WGI, Inc. (WGI) is pleased to provide this scope of services to Water Resources Management
Associates, Inc. (CLIENT) for professional services on the above-referenced project. Our scope of
services and corresponding fees are detailed below. In addition, it is agreed that WGI's services will be
performed pursuant to WGI's Contract Terms and Conditions, associated with the original contract
between WGI and CLIENT, dated October 31, 2023.
SCOPE OF SERVICES
SURVEYING SERVICES
7.12 Easement Sketch and Legal Description(s) $1,750.00/sketch
1. Research public records for plats, R/W maps, and other information.
2. Coordination with Client for verification of easement limits.
3. Prepare sketch and legal description for easement.
7.13 Utility Designating Lump Sum$6,560.00
1. WGI is to provide a utility investigation to depict the horizontal alignment of existing
utilities within Project Limits, as shown in red in Exhibit "A".
2. Eight utility owners with fifteen facilities were identified in the SSOCOF 811 Design
Ticket.
3. This utility investigation includes direct induction of toneable subsurface utility facilities
from surface accessible features and Ground Penetrating Radar sweeps for non-
toneable facilities.
4. WGI will mark designated facilities according to the American Public Works
Association (APWA) color codes using flags, water-based paint, or washable chalk.
5. WGI will perform a survey of designated utilities using network corrected GNSS
surveying methods.
2035 Vista Parkway, West Palm Beach, FL 33411 t: 561.687.2220 f: 561.687.1110 WGInc.com
CAO
16 83
Water Resources Management Associates, Inc. (WRMA)
October 21, 2025
Page 2 of 9
Deliverables:
1. CADD file with the utility and vacuum excavation investigations drafted in plan view.
2. Digitally Signed & Sealed PDF of the Sketch and Legal Descriptions.
3. Autodesk Civil3D CAD eTransmit of the drawing files.
BASIS OF THIS PROPOSAL
1. Access to the subject project shall be granted upon prior notice if restricted, gated, and/or
locked. In the event that the surveyor is not allowed on site to perform the above survey
services after access has been coordinated, the client shall be invoiced at the hourly rates
quoted on WGI's current Fee Schedule.
2. This proposal does not include addressing comments from municipal, district, or state reviews.
Revisions that are required based on these reviews shall be invoiced at the hourly rates
quoted on WGI's current Fee Schedule
3. Geophysical designating techniques, although highly reliable, are subject to outside
interference with are beyond the control of WGI, and may impede the effectiveness of
subsurface utility investigations. Soil conditions, utility materials, size, depth, salt water and
conductivity may prevent the location of some subsurface utilities. No guarantee is hereby
expressed that all facilities will be detected.
4. If WGI doesn't have access to sub-surface infrastructures from the surface features, the
likelihood of a successful investigation is greatly diminished. The sub-surface investigation
will be concluded at the sole discretion of WGI after the determination that reasonable
resources, means, and methods have been exhausted.
5. Basic work zone safety includes safety road signs and traffic cones.
6. Utility records research and the evaluation of is not included in this proposal.
7. No Quality Level A (ASCE 38-22) utility investigation of existing utilities will be provided.
8. Invert elevations of storm drainage manholes, culverts, catch basins, and outfalls including
pipe sizes and types are not included.Permits and permit fees, if needed, are not included and
are the responsibility of the CLIENT.
9. Street lighting and irrigation investigation are not included.
10. Off-duty police are not included.
11. Meeting attendance is not included in these scope of services.
12. Survey will be based on a Horizontal Datum of NAD83/2011 and a Vertical Datum of NAVD88.
Any additional optional services requested by CLIENT will be provided in accordance with WGI's hourly
fee schedule in effect at the time of service, or a fixed fee to be negotiated once a scope of service is
defined.
WGI ry CAO
WGlnc.com
1683
Water Resources Management Associates, Inc. (WRMA)
October 21, 2025
Page 3 of 9
PROPOSAL ACCEPTANCE
We appreciate the opportunity to be of service to WRMA. Upon acceptance of this proposal, please sign
and return an executed copy to this office. Please note that the Contract Terms and Conditions are an
integral part of this contract, are hereby incorporated by reference, and are controlling unless both parties
expressly waive them in writing prior to commencement of work.
Respectfully submitted,
WGI, Inc.
Eric Matthews, PSM
Senior Operations Manager
•
WGI cAO
WGlnc.com
16 83
Water Resources Management Associates, Inc. (WRMA)
October 21, 2025
Page 9 of 9
EXHIBIT A
" 1"/[kI,:pi•' „[. r
r .' `. _So hna 1:al
a
!- f-nl K j. .d..
h
�,..—t ' s . 31 , I 5o anal;.I
,14
.�. F; 1..5 'fy. .1�,
"
• ;
• it > 40,
•
ll . i ! , . - A, ..
> I 4,4i*
� +� r S ,,
ilii
A
.,v,
. , . . ,,
• i ,.
I. .IT
„ r%1
f� 1.
0. 44- 1 I V
I, r . , i 1 ' , ,e
1
•
i
. . ds R
b t1; Yo'Ic
ht ff 1. I ye M i
1. 1i . , �► w ' N M
,q
. 1.4s....
M'Ir. a �Pl- �L + f I r ' 1
In ill too) try,\. �, •
i
{��" II Ito a irr I•:1•.^
01 WGL
WGInc.co caa