Loading...
Backup Documents 06/13/2023 Item #11A ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIPRECEIVE; I A TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE 1 3 2023 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. Risk Management **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 In' ials Date 1. Risk Risk Management 60/23 2. County Attorney Office County Attorney Office /I/ Js L ( 4. BCC Office Board of County Q Commissioners I`S/ 6/1s/23 4. Minutes and Records Clerk of Court's Office NIP r _ r�`JU�5` 5. Procurement Services Procurement Services ' l r 0 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 Patrick O'Quinn/PROCUREMENT Contact Information 239-252-8407 Contact/ Department Agenda Date Item was June 13th, 2023 Agenda Item Number 11.A. Approved by the BCC Type of Document PROFESSIONAL SERVICES Number of Original 1 Attached AGREEMENT Documents Attached PO number or account N/A 22-8006 JACOBS number if document is DESIGN ENGINEERING to be recorded SERVICES FOR GROUP INC. WILSON BLVD WIDENING 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 PRO 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 PRO 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 PRO 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 06/13/2023 and all changes made during S - 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 S o N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for the an option for /OR Chairman's signature. this line. 11A PROFESSIONAL SERVICES AGREEMENT Contract# 22-8006 for Design Services for Wilson Blvd Widening THIS AGREEMENT is made and entered into this (3 day of .) , 20 23 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 JACOBS ENGINEERING GROUP INC. authorized to do business in the State of Florida, whose business address is 6312 S. Fiddler's Green Circle, Suite 300N, Greenwood Village, CO 80111 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT concerning Design Services for Wilson Blvd Widening (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 CONSULTANTS 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 o1'30 PSA_CCNA Single Project Agreement[2022_ver.I] CAO I1A 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 Bill Gramer, PE, AICP 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: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, 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(7o colliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: Page 2 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] CAO 114 • 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 of30 PSA_CCNA Single Project Agreement{2022_ver.1] CAO 11A 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[2022_ver.1] CAO I 1 A 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[2022_ver.1] CAO 1 1 A 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[2022_ver.I] CAO 1 1 A ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the COUNTY for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the COUNTY to the CONSULTANT; and, as a business practice there are no hourly or material invoices presented, rather, the CONSULTANT must perform to the satisfaction of the COUNTY's Project Manager before payment for the fixed price contract is authorized. Time and Materials: The COUNTY agrees to pay the contractor for the amount of labor time spent by the CONSULTANT 's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark-up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and not company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply only to tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1 above. I 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[2022_ver.1] CAO ! IA 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[2022_ver.1] CAO h 1 A 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 CONSULTANTS 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[2022_ver.I] CAO I 1 A 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 o130 PSA_CCNA Single Project Agreement[2022_ver.i] CAO I 1 A the fee earned through the date of termination, together with any retainage withheld and any costs reasonably incurred by CONSULTANT that are directly attributable to the termination, but CONSULTANT shall not be entitled to any other or further recovery against the COUNTY, including, but not limited to, anticipated fees or profits on work not required to be performed. CONSULTANT must mitigate all such costs to the greatest extent reasonably possible. 12.4. Upon termination and as directed by the COUNTY, the CONSULTANT shall deliver to the COUNTY all original papers, records, documents, drawings, models, and other material set forth and described in this Agreement, including those described in Article 6, that are in CONSULTANT's possession or under its control. 12.5. The COUNTY shall have the power to suspend all or any portions of the services to be provided by CONSULTANT hereunder upon giving CONSULTANT two (2) calendar days prior written notice of such suspension. If all or any portion of the services to be rendered hereunder are so suspended, the CONSULTANT's sole and exclusive remedy shall be to seek an extension of time to its schedule in accordance with the procedures set forth in Article Four herein. 12.6. In the event (i) the COUNTY fails to make any undisputed payment to CONSULTANT within forty-five (45) days after such payment is due or such other time as required by Florida's Prompt Payment Act or (ii) the COUNTY otherwise persistently fails to fulfill some material obligation owed by the COUNTY to CONSULTANT under this Agreement, and (ii) the COUNTY has failed to cure such default within fourteen (14) days of receiving written notice of same from CONSULTANT, then CONSULTANT may stop its performance under this Agreement until such default is cured, after giving THE COUNTY a second fourteen (14) days written notice of CONSULTANT's intention to stop performance under the Agreement. If the Services are so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the CONSULTANT or its subconsultant or subcontractor or their agents or employees or any other persons performing portions of the Services under contract with the CONSULTANT, the CONSULTANT may terminate this Agreement by giving written notice to the COUNTY of CONSULTANT's intent to terminate this Agreement. If the COUNTY does not cure its default within fourteen (14) days after receipt of CONSULTANT's written notice, CONSULTANT may, upon fourteen (14) additional days'written notice to the COUNTY, terminate the Agreement and recover from the COUNTY payment for Services performed through the termination date, but in no event, shall CONSULTANT be entitled to payment for Services not performed or any other damages from the COUNTY. ARTICLE THIRTEEN TRUTH IN NEGOTIATION REPRESENTATIONS 13.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. 13.2. In accordance with provisions of Section 287.055, (5)(a), Florida Statutes, the CONSULTANT agrees to execute the required Truth-In-Negotiation Certificate, attached hereto and incorporated herein as Schedule E, certifying that wage rates and other factual unit costs supporting the compensation for CONSULTANT's services to be provided under this Agreement are accurate, complete and current at the time of the Agreement. The CONSULTANT agrees that the original Page 11 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] CAO 1 1 A 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: Jay Ahmad, P.E. Address: 2885 Horseshoe Drive S Naples, FL 34104 Administrative Agent/PM: Dennis McCoy, Project Manager III (Licensed) Telephone: Dennis.McCoy(c�colliercountyfl.gov E-Mail(s): 239-252-5726 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: Jacobs Engineering Group Inc. Address: 5811 Pelican Bay Blvd., Suite 305 Naples, FL 34108 Page 12()IN) PSA_CCNA Single Project Agreement[2022_ver.I] CA© 114 NI Attention Name & Title: Bill Gramer, PE, AICP Telephone: 0: 239-431-9222; C: 239-860-4922 E-Mail(s): BiII.Gramer(a�jacobs.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 Other: N/A Solicitation # 22-8006 , including all Attachment(s), Exhibit(s) & Addendum Consultant's Proposal Page 13 of 30 PSA_CCNA Single Project Agreement[2022_ver.I] CAO 11a 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[2022_ver.1] CAD ' ' A 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[2022_ver.1] CAO 1 1 A 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, Clerk of the Circuit Court and Comptroller ay: By: Rick LoCastro Date: Chairman Attest as to Chairman's signature only A ro ed as t F n Legality: bet % County Attorney Name Consultant: Consultant's Witnesses: Jacobs Engineering Group Inc. By: IL e44,,N;;L, itness l E11eAn cPcAlecsdn Opera.4-intro �l&vtce r Name an. - Name and Title AireirAgrilL Witne Name and Title Page 16 of 30 PSA_CCNA Single Project Agreement(2022_vcr.l C7069" 11A SCHEDULE A SCOPE OF SERVICES 1 following this page (pages through 86 ) Page 17 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] AO 1 1 A TABLE OF CONTENTS 1 PURPOSE 1 2 PROJECT DESCRIPTION 3 3 PROJECT COMMON AND PROJECT GENERAL TASKS 18 4 ROADWAY ANALYSIS 26 5 ROADWAY PLANS 30 6a DRAINAGE ANALYSIS 31 6b DRAINAGE PLANS 34 7 UTILITIES 34 8 ENVIRONMENTAL PERMITS and ENVIRONMENTAL CLEARANCES 38 9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS 43 10 STRUCTURES - BRIDGE DEVELOPMENT REPORT 44 11 STRUCTURES -TEMPORARY BRIDGE—N/A 46 12 STRUCTURES - SHORT SPAN CONCRETE BRIDGE 46 13 STRUCTURES - MEDIUM SPAN CONCRETE BRIDGE—N/A 47 14 STRUCTURES - STRUCTURAL STEEL BRIDGE—N/A 47 15 STRUCTURES - SEGMENTAL CONCRETE BRIDGE—N/A 47 16 STRUCTURES - MOVABLE SPAN -N/A 47 17 STRUCTURES - RETAINING WALLS 47 18 STRUCTURES - MISCELLANEOUS 49 19 SIGNING AND PAVEMENT MARKING ANALYSIS 50 20 SIGNING AND PAVEMENT MARKING PLANS 51 21 SIGNALIZATION ANALYSIS 52 22 SIGNALIZATION PLANS 54 23 LIGHTING ANALYSIS 55 24 LIGHTING PLANS 57 25 LANDSCAPE ANALYSIS 58 26 LANDSCAPE PLANS—N/A 59 27 SURVEY 59 28 PHOTOGRAMMETRY—N/A 63 CAO 1 1 A 29 MAPPING 63 30 TERRESTRIAL MOBILE LiDAR-N/A 66 31 ARCHITECTURE DEVELOPMENT-N/A 66 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT 66 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS 67 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS 70 35 GEOTECHNICAL 72 36 3D MODELING-N/A 81 37 PROJECT REQUIREMENTS 81 38 INVOICING LIMITS 84 CAC) 11A SCOPE OF SERVICES FOR CONSULTING ENGINEERING SERVICES HIGHWAY AND BRIDGE/STRUCTURAL DESIGN This Exhibit forms an integral part of the agreement between the Collier County Board of County Commissioners (hereinafter referred to as the COUNTY) and Jacobs Engineering Group Inc. (hereinafter referred to as the CONSULTANT) relative to the transportation facility described as follows: COUNTY Project Number: 60229 Project Description: Wilson Boulevard Widening Project, Collier County Bridge No(s).: 034032(Cypress Canal Bridge),034056(Cocohatchee Canal Box Culvert) Context Classification: C4-Urban General 1 PURPOSE The purpose of this section is to describe the scope of work and the responsibilities of the CONSULTANT and the COUNTY in connection with the design and preparation of a complete set of construction contract documents and incidental engineering services, as necessary, for improvements to the transportation facility described herein. Major work groups include: • 3.2 Major Highway Design • 4.1.2 Minor Bridge Design Minor work groups include: • 6a Traffic Engineering Studies • 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 • 8.4 Right of Way Mapping • 9.1 Soil Exploration • 9.2 Geotechnical Classification Lab Testing CO 1lA • 9.3 Highway Materials Testing • 9.4 Foundation Studies • 9.5 Geotechnical Specialty Lab Testing • 15.0 Landscape Architect. The general objective is for the CONSULTANT to prepare a set of contract documents, including plans,specifications, supporting engineering analysis,calculations,and other technical documents in accordance with FDOT and COUNTY policy, procedures, and requirements. These Contract documents will be used by the contractor to build the project and test the project components.These Contract documents will be used by the COUNTY or its Construction Engineering Inspection (CEI)representatives for inspection and final acceptance of the project.The CONSULTANT shall follow a system engineering process to ensure that all required project components are included in the development of the Contract Documents and the project can be built as designed and to specifications. The Scope of Services establishes which items of work in the FDOT 2018 Manual of Uniform Minimum Standards for Design,Construction,and Maintenance(Florida Greenbook),2022 FDOT Design Manual(FDM),Collier County Land Development Code(LDC) (updated September 7,2021)and other pertinent manuals are specifically prescribed to accomplish the work included in this contract and also indicate which items of work will be the responsibility of the CONSULTANT and/or the COUNTY. The CONSULTANT shall be aware that certain modifications and/or improvements to the original concepts may be required as a project is developed. The CONSULTANT shall incorporate these refinements into the design and consider such refinements to be an anticipated and integral part of the work. These changes shall not be a basis for any supplemental fee request(s). The CONSULTANT shall demonstrate good project management practices while working on this project. These include communication with the COUNTY and others as necessary, management of time and resources, and documentation. The CONSULTANT shall set up and maintain a contract file in accordance with COUNTY procedures throughout the design of the project. The CONSULTANT is expected to know the laws and rules governing their professions and is expected to provide services in accordance with current regulations, codes and ordinances, and recognized standards applicable to such professional services. The CONSULTANT shall provide qualified technical and professional personnel to perform to COUNTY standards and procedures the duties and responsibilities assigned under the terms of this agreement. The CONSULTANT shall minimize the COUNTY's need to apply its own resources to assignments authorized by the COUNTY to the maximum extent. The COUNTY will provide contract administration, management services, and technical reviews of all work associated with developing and preparing contract documents, including Construction documents. The COUNTY's technical reviews are for high-level conformance and are not meant to be comprehensive reviews. The CONSULTANT shall be fully responsible for all work performed and work products developed under this Scope of Services.The COUNTY may provide job-specific information and/or functions as outlined in this contract,if favorable. It is imperative that all signal, roadway lighting, signing, and pavement marking designs be reviewed and approved by Collier County Traffic Operations at each project phase. Additionally, the designer shall adhere to the latest Collier County Traffic Operations specifications to minimize redesign. 2 CAO 1 1 A 2 PROJECT DESCRIPTION The CONSULTANT shall investigate the status of the project and become familiar with concepts and commitments(typical sections,alignments,etc.)developed from prior studies and/or activities. A Planning Study entitled"Wilson Boulevard Widening Corridor Study" has been completed by Jacobs Engineering Group, Inc. for Collier County. The CONSULTANT shall use the approved concepts as a basis for the design unless otherwise directed by the COUNTY. In addition, Jacobs Engineering Group prepared a Wellfield Infrastructure Impact Assessment report of the existing well houses and raw water main located west of Wilson Boulevard for the Collier County Public Utilities Engineering and Project Management Division(EPMD). It is included in the appendix of the Corridor Study (Appendix H Wilson Boulevard Widening Wellfield Infrastructure Impact Assessment Memorandum). Wilson Boulevard between Golden Gate Boulevard(CR876) and Immokalee Road(CR 846) is a two-lane undivided roadway with two-foot-wide shoulders. The segment length is approximately 3.7 miles. The project proposes urbanizing this Wilson Boulevard segment to a four-lane divided roadway. The proposed typical roadway features will include curbing and gutters, sidewalks, a shared-use path, on-street bike lanes, bus stop enhancements, medians, drainage improvements, limited landscaping,and corridor or intersection lighting. Major Intersections: Total of 3 • Golden Gate Blvd(CR876) • Vanderbilt Beach Road(CR862)and, • Immokalee Road(CR 846). Minor Intersections: Total of 18 • 10th Ave.NW/loth Ave.NE • 12th Ave NW/12th Ave NE • 14th Ave NW/14th Ave NE • 16th Ave NW/l6th Ave NE • Jung Blvd. W/Jung Blvd E • 18th Ave NW/18th Ave NE • 20th Ave NW/20th Ave NE • 22nd Ave NW/22nd Ave NE • 24th Ave NW/24th Ave NE Improvements to 0.5 miles Immokalee Road will be required to accommodate the Wilson Boulevard Project.Immokalee/Wilson Intersection will be designed to accommodate dual left turns lanes onto Wilson Boulevard (WB to SB). Lane reductions and transitions will be required to transition from 12 ft lanes to 11 ft lanes to accommodate the proposed design. Improvements to 1.55 miles of Golden Gate Boulevard will be required from approximately 5th 3 CAO 11A Street NW to 4th Street NE to accommodate the Wilson Boulevard Project and planned development within the area. Minor improvements will be required along the eighteen 08) intersecting side streets to accommodate the new horizontal and vertical geometry of Wilson Boulevard. Limits of Side Street improvements are assumed to be+/-300 feet of Wilson Boulevard. Project shall consider the Vanderbilt Beach Road Extension Project currently under construction. Minor modifications to the Wilson/VBR Intersection will be required to modify the Signing and Marking along Vanderbilt Beach Road as well as the Signalization at the Intersection. Additional project elements include replacing the existing bridge over the Cypress Canal,widening or replacing the existing bridge box culvert over the Cocohatchee Canal, access management changes along the project corridor, and coordinating utility relocations. Also, the project will require Right-of-Way(ROW)acquisition to incorporate the proposed improvements. Note: Improvements to Wilson Boulevard North of Immokalee Road to accommodate the future Randall Boulevard "fly-over" Ramp are not included in this scope of services and will be considered Additional Services if requested by COUNTY. Note: Boat Ramp Design and/or Permitting (including Survey and Geotechnical services) is not included in these Scope of Services and will be considered Additional Services if requested by COUNTY. 2.1 Project General and Roadway(Activities 3,4,and 5) Public Involvement: See Public Involvement Scope, Section 3.1 Other Agency Presentations/Meetings: See Public Involvement Scope, Section 3.1 Joint Project Agreements: N/A. Specification Package Preparation: See Specifications Package Preparation, Section 3.3 Value Engineering:An independent Consultant will conduct Value Engineering/Independent Peer Review services for this project.Please review Section 3.5 for details. Risk Assessment Workshop:N/A. Plan Type:Plan/Profile. The CONSULTANT shall provide all plans and details necessary for the project's construction described herein. The CONSULTANT is expected to follow all design criteria and processes provided in the 2018 FDOT Manual of Uniform Minimum Standards for Design,Construction,and Maintenance (commonly known as the Florida Greenbook). Additional criteria from the Construction Standards Handbook for Work Within the Public Right-of-way Collier County, Florida,and the Collier County Urban Land Development Code(CCULDC)should also be utilized. In addition, the FDOT Design Manual (FDM) criteria and the National Association of City Transportation Officials (NACTO) Urban Bikeway Design Guide should be considered for best practice. The COUNTY must approve deviations from the criteria and processes provided in the FDM in writing. Typical Section: The CONSULTANT shall develop and submit a signed and sealed Typical Section Package. The design controls and criteria will be based on the Corridor Study Report adopted on January 25, 2022. Any deviations from these criteria must be approved in writing by the COUNTY. 4 CAO 1 1 A Typical Section(s): Up to(17) • Wilson Blvd(N of Immokalee)(1) • Cocohatchee Canal Box Culvert Typical Section(1) • Immokalee Road(W of Wilson)(1) • Immokalee Road(E of Wilson)(1) • Wilson Blvd No. 1 (Immokalee Road to Golden Gate Blvd)(1) • Wilson Blvd No. 2(Immokalee Road to Golden Gate Blvd)(1) • Wilson Blvd No. 3 (Immokalee Road to Golden Gate Blvd)(1) • Cypress Canal Bridge Typical Section(1) • Golden Gate Blvd(W of Wilson)(2) • Golden Gate Blvd(E of Wilson)(2) • Wilson Blvd(S of Golden Gate Blvd)(1) • Side Street(s)Typical(s)(Applicable to all 18 Intersecting Streets)(2) • Bus Stop Typical(s)-PTNE and CCPS(1) • Landscaping Typical Sections/Details(1) Pavement Design: The CONSULTANT shall provide all pavement designs required for the project.Flexible Pavement Design will be utilized for all streets.The CONSULTANT shall submit a signed and sealed Pavement Design Package for COUNTY approval before the 30% plan submittal.Pavement Design(s)will be prepared for: • Wilson Boulevard • Immokalee Road • Golden Gate Boulevard • Side Street(s)(Applicable to all 18 Intersecting Streets) Pavement Type Selection Report(s):N/A. Cross Slope: The CONSULTANT shall evaluate any necessary modifications to cross slopes of existing pavement to be retained as part of this project. Access Management Classification: The CONSULTANT shall review the proposed access management changes in the Corridor Study adopted on January 25, 2022, and ensure that these changes meet best access management practices. Any deviations from the Collier County 2013 Resolution 13-257 Table 1 applied to the project shall be coordinated with the COUNTY's Project Manager for review and approval. 5 CAO 1 1 A Transit Route Features: Three Collier Area Transit (CAT) Routes use this Wilson Boulevard segment; CAT Route 19 from Golden Gate Estates to Immokalee, CAT Route 22 (Immokalee Circulator),and CAT Route 28 Golden Gate Estates from Oil Well to Immokalee.There are six(6) existing transit bus stops and eighteen(18)Collier County Public Schools(CCPS)bus stops within the project limits. The CONSULTANT must coordinate with Collier County Public Transit and Neighborhood Enhancements(PINE) and CCPS as the project will impact transit operations and locations. Roadway Alternative Analysis: The CONSULTANT shall evaluate the concept layout,executive summary report,and technical report provided in all supplied Reference Exhibits and make recommendations for any necessary modifications and/or improvements to the concept prior to proceeding with 30%plans. Level of Temporary Traffic Control Plans(TTCP):The CONSULTANT shall provide Temporary Traffic Control Plans as required.Special considerations shall be given to the surrounding residents and business access points. It is anticipated that the project will require Level II Plans. Typical sections depicting TTCP intent will be included with 30%Plans submittal. Temporary Lighting: The CONSULTANT is responsible for any temporary lighting designs necessary for the project(when/if required). Temporary Signals: The CONSULTANT is responsible for any temporary signal designs necessary for the project(when/if required). Temporary Drainage: The CONSULTANT is responsible for any temporary drainage designs necessary for the project(when/if required). Design Variations/Exceptions: Two (2) are anticipated (Bike Lanes 5 ft vs. 7 ft, Shared Use Pathway Offset) Back of Sidewalk Profiles: CONSULTANT shall perform all engineering analysis for the project, even if it is not included in the delivered plans. Selective Clearing and Grubbing: CONSULTANT will coordinate with COUNTY landscaping staff to discuss impacts to median vegetation along Immokalee Road and Golden Gate Boulevard. It is anticipated that these areas will be removed prior to construction(by others). Project Clearing and Grubbing: (approximately 120 acres+/-TBD): For Informational Use Only. Landscaping: CONSULTANT will design irrigation and electrical conduit locations per direction from Collier County Landscape Department along with architectural pavers at median noses where applicable. In addition, any special landscape Median Fill will be specified per direction from Collier County Landscape Department. Landscape details will be shown in Typical Section(s). 2.2 Drainage(Activities 6a and 6b) Drainage System Type: The stormwater system will be designed to meet the permitting requirements of all permitting agencies(South Florida Water Management District and FDEP) as applicable. Stormwater system design will consider best management practices.For this project, it is expected that stormwater management may utilize a closed system, lateral ditches, ponds, etc., or a combination of all. Floodplain compensation may be part of the solution within or outside the existing right-of-way.The design/coordination of all off-site ponds is part of this Scope of Services. A total of seven(7)Pond Sites(Some wet,some dry)are anticipated for this project. 6 CAO h A I 2.3 Utilities Coordination (Activity 7) The CONSULTANT is responsible for certifying that all necessary arrangements for utility work on this project have been made and will not conflict with the physical construction schedule. In addition, the CONSULTANT should coordinate with COUNTY personnel to coordinate transmittals to Utility Companies and meet production schedules. The CONSULTANT shall ensure FDOT standards, policies, procedures, practices, and design criteria are followed concerning utility coordination. The CONSULTANT may employ more than one individual or utility engineering CONSULTANT to provide utility coordination and engineering design expertise. The CONSULTANT shall identify a dedicated person responsible for managing all utility coordination activities. The Utility Coordination Manager shall be responsible for managing all utility coordination, including the following: • Assuring that Utility Coordination and accommodation are in accordance with the COUNTY,FDOT,FHWA,and AASHTO standards,policies,procedures,and design criteria. • Assisting the Engineer of Record (EOR) in identifying all existing utilities and coordinating any new installations.Assisting the EOR with resolving utility conflicts. • Scheduling and performing utility coordination meetings, keeping and distributing minutes/action items of all utility meetings, and ensuring expedient follow-up on all unresolved issues. • Distributing all plans, conflict matrixes, and changes to affected utility owners and ensuring this information is properly coordinated and documented. • Identify and coordinate the completion of any COUNTY or utility owner agreement required for reimbursement or accommodation of the utility facilities associated with the project. • Review and certify to the COUNTY Project Manager that all Utility Work Schedules are correct and in accordance with the COUNTY's standards,policies,and procedures. • Prepare, review, and process all utility-related reimbursable paperwork, including betterment and salvage determination. The CONSULTANT's utility coordination work shall be performed and directed by the Utility Coordination Manager identified and approved by COUNTY's Project Manager. Any proposed change of the approved Utility Coordination Manager shall be subject to review and approval by COUNTY's Project Manager prior to making any change in this contract. Anticipated utilities include: • Florida Power and Light • Comcast • Century Link/Lumen • Summit Broadband,Inc. • TECO Peoples Gas 7 CAO liA � • City of Naples—Water • City of Naples Utilities • Collier County-Road Maintenance • Collier County PUD • Collier County IT • Collier County Traffic Operations Collier County Water Sewer District(CCWSD) is completing a separate design that will relocate the existing raw water main from its existing location adjacent to Wilson Blvd and place the raw water main approximately five (5) feet inside the new westerly right of way. Further, additional improvements to the existing well house/vault piping will need to be completed to connect to the relocated raw water main along with electrical conduit&conductor improvements. Note: CCWSD may also include as part of that separate design,installing a new force main on the east side of Wilson Blvd from Immokalee Road to Golden Gate Boulevard. Except for miscellaneous utility adjustments to grade, all requests by CCWSD for utility design upgrades of pipelines, such as the additional or increased capacity of water, wastewater, and I.Q. water, shall not be a part of this scope and will be included in the CCWSD design project. Note: The utility construction project plans and bidding documents and the roadway widening project construction plans,and bidding documents will remain separate but will be included in one construction solicitation. Right of Way Acquisition services pertaining to the Collier County Utility project (well house improvements)will be included in this Roadway Widening project scope. 2.4 Environmental Permits and Environmental Clearances(Activity 8) The CONSULTANT is responsible for the identifying and applying for all necessary permits for the project. The CONSULTANT shall coordinate with all appropriate regulatory agencies to obtain all necessary permits, including but not limited to: • (1)Individual Environmental Resource Permit(ERP)(SFWMD) • (1) Section 404 Individual Permit(FDEP) • (1)EPP Permit Modification(Golden Gate Blvd): 11-01770-P • (9) SFWMD-BCB ROW Permit(s) — (1) Bridge, (1) Box Culvert, (7) Pond Outfalls (5- Corkscrew Canal,2 Curry Canal). The CONSULTANT is responsible for all permit coordination and revisions necessary to obtain the required permits. The CONSULTANT shall obtain COUNTY review of the plans and application before submitting to the permitting agencies and assist the COUNTY in developing the permitting strategy for the project. All application and processing fees, along with mitigation fees (wetlands, panther mitigation, gopher tortoise recipient site etc, as applicable), associated with permitting activities shall be paid 8 CAO 1 1 A for by the COUNTY directly to each applicable agency. The COUNTY will direct use of mitigation banks as required. 2.5 Structures(Activities 9—18) Bridge(s): • Bridge 034032: Proposed replacement bridge over Cypress Canal: 120 ft.length by 100 ft. width, four, 11-ft travel lanes, 22-ft wide median, 6.5' bike lanes each side, 10-ft shared use pathway,6-ft sidewalk. • Bridge 034056: Bridge Box Culvert over the Cocohatchee Canal, north of Immokalee Road, is to be widened(preferred)or replaced if necessary. Type of Bridge Structure Work Bridge Development Report (BDR): CONSULTANT shall prepare a"Technical Memorandum" summarizing the decisions and recommendations made regarding the type of bridge selected. A FSB(single bridge)is recommended.An analysis of cast in place vs.pre-cast will be performed. • Short Span Concrete Bridge Hydraulic Report(BHR): • Short Span Concrete Retaining Walls: CONSULTANT shall design retaining walls (assumed Gravity Walls) for the areas adjacent to the COUNTY utility well houses/vaults. These eight (8) locations will require plans. Noise Barrier Walls: N/A. Note:Noise Report will be required. • Note: Design of Noise Barrier Walls are not included in these Scope of Services and will be considered Additional Services if requested by COUNTY. Miscellaneous: • Mast Arm Signalization Structures(Immokalee Road Intersection,Golden Gate Boulevard Intersection only) • Special Lighting Foundations(slab footing will be required in certain areas) 2.6 Signing and Pavement Markings(Activities 19&20) The CONSULTANT shall provide all design services and deliver construction documents for all signing and pavement markings required for the project. In addition, the CONSULTANT shall coordinate with COUNTY's Traffic Operations Section to maintain COUNTY's sign asset database integrity.Contractor to follow Traffic Operations Signing and Pavement Markings special provision details, including using a 2.5"x 2.5"galvanized metal square tubular signpost. 2.7 Signalization(Activities 21 &22) Intersections: 9 CAO 1 1 A Existing Signalized Intersections:Golden Gate Blvd(CR876)-Replace,Immokalee Road(CR846) -Replace,and Vanderbilt Beach Road(CR862)-Modify. Note: Improvements/Replacements to the Signalized Intersection of Golden Gate Boulevard and 5th Street NW is not included in these Scope of Services and will be considered Additional Services if requested by COUNTY. Traffic Data Collection: The CONSULTANT shall coordinate with the COUNTY's Transportation Planning and Traffic Operations sections to obtain existing traffic volume counts for Wilson Blvd from Golden Gate Blvd to Immokalee Road, Immokalee Road and Golden Gate Boulevard within the project limits. Traffic Studies:The CONSULTANT shall perform a traffic study at the intersections of Golden Gate Blvd, Vanderbilt Beach Road,and Immokalee Road.The purpose of the traffic study is to provide the intersection configuration needed for proper operations for the projected traffic volumes. Traffic Counts: The CONSULTANT shall perform traffic counts at specific locations(See 21.1). Count Stations: Two count stations will be included in plans. (Between Golden Gate Blvd. and VBR,and between VBR and Immokalee Road). • Traffic Monitoring Sites:—2 Sites,(1)north and(1)south of Vanderbilt Beach Road 2.8 Lighting(Activities 23&24) The CONSULTANT shall provide all design services and deliver construction documents for all lighting required for the project. The CONSULTANT will analyze the luminescence needs for the project and provide recommendations for street lighting compatible with a four-lane configuration for Wilson Blvd. Services include providing a lighting justification report and a lighting design analysis report(as required). The CONSULTANT will assume the entire corridor will be lit for report(s)(Lighting and Voltage Drop)purposes.The COUNTY will provide direction with regards to lighting corridor vs. intersections as design progresses and public input is gathered. Lighting of Intersections only is included in these Scope of Services. • Note: If the entire Wilson Boulevard corridor will be lighted, these services shall be performed as Optional Services No.4(See 37.8). • Note:Lighting for Golden Gate Boulevard and/or Immokalee Road is not included in these Scope of Services. These services shall be considered Additional Services. 2.9 Landscape(Activities 25& 26) Landscape Irrigation or Planting Plans:NOT included as part of this Project. The level of Landscaping required includes proposed conduits and sleeves for future landscaping areas and adding architectural pavers in designated medians locations. The CONSULTANT shall provide adequate landscape topsoil within the medians for future COUNTY use and "Base Level of Landscaping" per Collier County Landscape Beautification Master Plan. Details/Typical Sections shall be included in plans. Outdoor Advertising: N/A io CAO 1 1 A 2.10 Survey(Activity 27) Design Survey: Survey is required for this project, including a detailed topographic and control survey covering the project limits from south of Golden Gate Blvd to the north of Immokalee Road (Approximately 3.70 miles),including all access points within Collier County existing ROW. The 18 intersecting Side Streets will be surveyed(Approximately 500 FT each direction), a 1.55-mile section of Golden Gate Blvd will be surveyed. A 0.5 mile section of Immokalee Road will be Surveyed.Curry Canal and Cocohatcheee Canal will be surveyed to provide sufficient information for design and permitting of new structures. Five (5) Side Streets (Identified as Pond Outfall corridors)(Approximately 1,950 ft x 5=9,750 LF= 1.85 miles) Pond Sites will be surveyed(Phase II)once locations are finalized. Five(5) Side Street swales(Identified as Pond Outfall corridors) will be surveyed(Phase II)once pond locations are finalized.(Approximately 1,950 ft x 5=9,750 LF= 1.85 miles) Boring Layout: Boring locations will be provided for proposed mast arms along Immokalee Road and Golden Gate Blvd.,and the proposed Curry Canal Bridge and Cocohatchee Canal Box Culvert. foundations. Subsurface Utility Exploration:Subsurface Utility Engineering(SUE)per the American Society of Civil Engineers accepted guidelines for the collection and depiction of existing subsurface utility data using Quality Level "A" at any proposed mast arm foundations in an area two (2)times the proposed drilled shaft diameter prior to the final design. Additional SUE locations TBD at the bridge#034032 location. The CONSULTANT shall SUE up to ten(10)eight foot"X"shaped trenches at new underground infrastructure or earthwork excavation (i.e., mast arms, bridges) in areas that work will be performed. CONSULTANT shall provide electronic depths with the designates. Proposed SUE locations must be approved by the COUNTY prior to authorization of this task. Additionally, scope includes up to twenty (20) pothole locations. quantity of 20 underground locates(Vvh's)is anticipated for this project and is included in this Scope of Services. Right of Way Survey:Wilson Boulevard-All Right of Way survey is required for this project from south of Golden Gate Blvd to north of Immokalee Road(Approximately 3.7 miles- See limits). Right of Way Survey:Golden Gate Boulevard-All Right of Way survey is required for this project from approximately 5th Street NW to 46'Street NE(Approximately 1.55 miles- See limits). Right of Way Survey:Five(5)Side Streets(Identified as Pond Outfall corridors)-(Approximately 1,950 ft x 5=9,750 LF= 1.85 miles. Vegetation Survey:N/A 2.11 Photogrammetry(Activity 28)-NA 2.12 Mapping(Activity 29) Control Survey Map: The CONSULTANT is responsible for Control Survey Maps necessary for the project. Right of Way Map: The CONSULTANT is responsible for Right of Way Maps and Technical Memorandums for the right of way acquisitions necessary for the project. Boundary Surveys for right-of-way acquisition. 11 CAO 1 I A Legal Descriptions: The CONSULTANT is responsible for Legal Descriptions necessary for the project. • Approximately 240+/-ROW/Easement Parcels • Approximately 180+/-Temporary Driveway Restoration Easements(TDRE) Note: The needs associated with improvements to the additional 31 side street swales are not included in these Scope of Services. If required, these services shall be considered Additional Services. Maintenance Map:N/A Miscellaneous Items:N/A 2.13 Terrestrial Mobile LiDAR(Activity 30)—N/A. 2.14 Architecture(Activity 31)—N/A. 2.15 Noise Barriers(Activity 32)-N/A(see also 18.20 to 18.26) 2.16 Intelligent Transportation Systems(Activities 33&34)—As requested. 2.17 Geotechnical(Activity 35) The CONSULTANT shall be responsible for all necessary geotechnical activities associated with/required for this project. Types of boring anticipated include roadway, structures,storm pipe, ponds, lighting,and signals. 2.18 3D Modeling(Activity 36)-N/A. (Note:Project will be done in Open Roads Design—ORD) 2.19 Project Schedule The anticipated design schedule for the project is 720 calendar days from the date of Notice to Proceed (NTP). The targeted total contract schedule is 1,800 calendar days from the issuance of the NTP. This will consist of a design phase(720 days), a bid phase (180 days) and a post design phase(900 days). Two (2) Separate NTP's will be issued for the design and post design services phase. Within ten (10) days after the NTP is issued, and prior to the CONSULTANT beginning work, the CONSULTANT shall provide a detailed project activity/event schedule in Microsoft Project for COUNTY and CONSULTANT to meet the completion date for design. The schedule shall indicate each milestone activity/event that is included in the scope of work and, at a minimum, submission dates for 30%Plans, 60%Plans,90%Plans, Final Plans, and SFWMD submittal packages. In addition, the schedule shall allow for a minimum of 21 calendar days for COUNTY reviews of the 30%Plans,60%Plans, 90%Plans, and Final Plans. All fees and price proposals are to be based on a contract schedule of 1800 days for final construction contract documents and post-design services. Contract dates may be extended based on COUNTY procurement and project construction schedule. Periodically, throughout the life of the contract, the project schedule shall be reviewed and, with the COUNTY's approval, adjusted as necessary to incorporate changes in the Scope of Services and progress to date. The approved schedule and schedule status report and progress shall be submitted with the monthly progress report and invoice. 12 CAO 11A 2.20 Submittals The CONSULTANT shall furnish construction contract documents as required by the COUNTY to control adequately, coordinate adequately, and approve the work concepts. The COUNTY prefers to use the Bluebeam Revu software platform to expedite the design reviews. The CONSULTANT shall set up studio project collaboration sessions in Bluebeam at each phase submittal. The CONSULTANT shall manage the marked-up documents so that comments can be tracked and are easily organized for hard copy printouts. All submitted documents shall be digitally signed and sealed in accordance with applicable Florida Statutes. All documents shall be developed and submitted in accordance with the edition of the Greenbook/FDM effective at issuance of the Notice to Proceed unless otherwise directed by the COUNTY in writing. Each submittal shall include one(1)digital copy of all documents required for the submittal as defined herein.Method of delivery must be preapproved by the COUNTY. In addition to the delivery of the files produced during the course of project development,the COUNTY requires the inclusion of Engineering Data files (prepared by or for the CONSULTANT)for critical geometries in the design.These can include the alignments,profiles, cross sections, surfaces,etcetera. Critical roadway geometric items,such as the centerlines and profiles of the proposed mainline,side streets,special ditches,and utilities,must be included.These Engineering Data files are considered"Project Documents"as defined in the contract and shall be provided when requested by the COUNTY.All Engineering Data files shall be compatible with the Bentley MicroStation platform. Drawings files shall be provided in most current versions of a fully functional MicroStation V8i or newer version(.dgn)Plans shall be plotted to an Adobe Acrobat(.pdf)format to facilitate review and digital delivery.In addition,specifications shall be provided in pdf. The comment and review process for all deliverables for this Contract shall utilize Bluebeam Studio Sessions. The CONSULTANT shall be responsible for setup Bluebeam Session for soliciting COUNTY's comments on each submittal.The CONSULTANT's Bluebeam setup shall include comment tracking and response mechanism.The CONSULTANT shall provide Session access to COUNTY's staff(and other independent CONSULTANTs)as identified by COUNTY's Project Manager.The CONSULTANT shall respond to each comment until comment is placed marked with a"CLOSED" status by the Reviewer. The CONSULTANT shall maintain copies of all Session files and submit them to COUNTY as supplementary files to the Final Deliverable.Use of Bluebeam Sessions for submittal reviews(including setup,upload,and maintain comment records) is considered as part of the design approval process;subsequently,no separate payment shall be made for Bluebeam Sessions. The CONSULTANT shall furnish one draft and one final copy of each report, including cost estimates in size 8.5"x II".The final reports shall be signed and sealed by the Engineer of Record, a licensed Professional Engineer in the State of Florida.Each engineering plan sheet shall be size 11"x 17". After the 90%phase comments are resolved,the CONSULTANT shall furnish a camera-ready set of plans,specifications,and the bid schedule to the COUNTY for bidding. All engineering data necessary to recreate proposed surface models includes horizontal and vertical alignments,terrain models,roadway corridors,templates,and superelevation definitions. 13 CAO O 1 1 A All Microstation resource files necessary to reproduce drawing files include line styles,color tables, fonts,cell libraries,pen tables,etc. 2.21 Provisions for Work All work shall be prepared with English units in accordance with the latest editions of standards and requirements utilized by the COUNTY,which include,but are not limited to,publications such as: General: • Title 29, Part 1910, Standard 1910.1001, Code of Federal Regulations (29 C.F.R. 1910.1001) • 29 C.F.R. 1926a101 -Asbestos Standard for Construction,OSHA • 40 C.F.R. 61, Subpart M - National Emission Standard for Hazardous Air Pollutants (NESHAP), Environmental Protection Agency(EPA) • 40 C.F.R.763, Subpart E-Asbestos-Containing Materials in Schools,EPA • 40 C.F.R. 763, Subpart G-Asbestos Worker Protection,EPA • Americans with Disabilities Act(ADA) Standards for Accessible Design • AASHTO-A Policy on Design Standards Interstate System • AASHTO-Roadside Design Guide • AASHTO-Roadway Lighting Design Guide • AASHTO-A Policy for Geometric Design of Highways and Streets • AASHTO-Highway Safety Manual • Rule Chapter 5J-17,Florida Administrative Code(F.A.C.) • Chapter 469,Florida Statutes(F.S.)-Asbestos Abatement • Rule Chapter 62-257, F.A.C.,Asbestos Program • Rule Chapter 62-302,F.A.C., Surface Water Quality Standards • Code of Federal Regulations(C.F.R.) • Florida Administrative Codes(F.A.C.) • Chapters 20, 120,215,455,Florida Statutes(F.S.) • Florida Department of Environmental Protection Rules • FDOT Basis of Estimates Manual • FDOT Computer Aided Design and Drafting(CADD)Manual • FDOT Standard Plans • FDOT Flexible Pavement Design Manual • FDOT-Florida Roundabout Guide • FDOT Handbook for Preparation of Specifications Package • FDOT Standard Plans Instructions • FDOT Manual of Uniform Minimum Standards for Design,Construction and Maintenance for Streets and Highways("Florida Greenbook") • FDOT Materials Manual 14 CAO I 1 A • FDOT Pavement Type Selection Manual • FDOT Design Manual • FDOT Procedures and Policies • FDOT Procurement Procedure 001-375-030 • FDOT Project Development and Environment Manual • FDOT Project Traffic Forecasting Handbook • FDOT Public Involvement Handbook • FDOT Rigid Pavement Design Manual • FDOT Standard Specifications for Road and Bridge Construction • FDOT Utility Accommodation Manual • Manual on Speed Zoning for Highways,Roads, and Streets in Florida • Federal Highway Administration(FHWA) -Manual on Uniform Traffic Control Devices (MUTCD) • FHWA-NCHRP Report 672,Roundabouts:An Informational Guide • FHWA Roadway Construction Noise Model (RCNM)and Guideline Handbook • Florida Fish and Wildlife Conservation Commission - Standard Manatee Construction Conditions • Florida Statutes(F.S.) • Florida's Level of Service Standards and Guidelines Manual for Planning • Asbestos Abatement and Management in Buildings, National Institute for Building Sciences(NIBS) • Quality Assurance Guidelines • Safety Standards • Any special instructions from the COUNTY Roadway: • FDOT-Florida Intersection Design Guide • FDOT-Project Traffic Forecasting Handbook • FDOT-Quality/Level of Service Handbook • Florida's Level of Service Standards and Highway Capacity Analysis for the SHS • Transportation Research Board(TRB)- Highway Capacity Manual Permits: • Chapter 373,F.S. -Water Resources • US Fish and Wildlife Service Endangered Species Programs • Florida Fish and Wildlife Conservation Commission Protected Wildlife Permits • Bridge Permit Application Guide,COMDTPUB P16591.3C • Building Permit 15 CAO 1 1 A • Drainage: • FDOT Drainage Design Guide • FDOT Drainage Manual • State of Florida Erosion and Sediment Control Manual • FDOT Drainage Connection Permit Handbook • FDOT Bridge Scour Manual Survey and Mapping: • All applicable Florida Statutes and Administrative Codes • Applicable Rules,Guidelines,and Codes of other Municipal,COUNTY,State and Federal Agencies. • FDOT Aerial Surveying Standards for Transportation Projects Topic 550-020-002 • FDOT Right of Way Mapping Handbook • FDOT Surveying Procedure Topic 550-030-101 • Florida Department of Transportation Right of Way Procedures Manual • Florida Department of Transportation Surveying Handbook • Right of Way Mapping Procedure 550-030-015 Traffic Engineering and Operations and ITS: • AASHTO-An Information Guide for Highway Lighting • AASHTO-Guide for Development of Bicycle Facilities • FHWA Standard Highway Signs Manual • FDOT Manual on Uniform Traffic Studies(MUTS) • FDOT Median Handbook • FDOT Traffic Engineering Manual • National Electric Safety Code • National Electrical Code Traffic Monitoring: • American Institute of Steel Construction(AISC)Manual of Steel Construction • American National Standards Institute (ANSI) RP-8-00 Recommended Practice for Roadway Lighting • AASHTO AWS D1.1/ANSI Structural Welding Code-Steel • AASHTO D1.5/AWS D1.5 Bridge Welding Code • FHWA Traffic Detector Handbook • FDOT General Interest Roadway Data Procedure • FHWA Traffic Monitoring Guide • FDOT's Traffic/Polling Equipment Procedures Structures: • AASHTO Load and Resistance Factor Design(LRFD) Bridge Design Specifications and Interims 16 CAO 114 • AASHTO LRFD Movable Highway Bridge Design Specifications and Interims • AASHTO Standard Specifications for Structural Supports for Highway Signs,Luminaires and Traffic Signals,and Interims • AASHTO/-AWS-D1. 5M/D1.5:An American National Standard Bridge Welding Code • AASHTO Guide Specifications for Structural Design of Sound Barriers • AASHTO Manual for Condition Evaluation and Load and Resistance Factor Rating (LRFR)of Highway Bridges • FDOT Bridge Load Rating Manual • FDOT Structures Manual • FDOT Structures Design Bulletins(available on FDOT Structures web site only) Geotechnical: • FHWA Checklist and Guidelines for Review of Geotechnical Reports and Preliminary Specifications • Manual of Florida Sampling and Testing Methods • Soils and Foundation Handbook 2.22 Services to be Performed by the COUNTY When appropriate and/or available,the COUNTY will provide project data including: • Numbers for field books. • Preliminary Horizontal Network Control. • Access for the CONSULTANT to utilize the COUNTY's Information Technology Resources. • All COUNTY agreements with Utility Agency Owner(UAO). • All certifications necessary for project letting. • Building Construction Permit Coordination(Turnpike) • All information that may come to the COUNTY pertaining to future improvements. • All future information that may come to the COUNTY during the term of the CONSULTANT's Agreement,which in the opinion of the COUNTY is necessary for the prosecution of the work. • Available traffic and planning data. • All approved utility relocations. • Project utility certification. • Any necessary title searches. • Engineering standards review services. • All available information in the possession of the COUNTY pertaining to utility companies whose facilities may be affected by the proposed construction. • All future information that may come to the COUNTY pertaining to subdivision plans so that the CONSULTANT may take advantage of additional areas that can be utilized as part of the existing right of way. 17 CAO t1A • Systems traffic for Projected Design Year,with K,D,and T factors. • Previously constructed Highway Beautification or Landscape Construction Plans • Landscape Opportunity Plan(s) • Existing right of way maps. • Existing cross slope data for all RRR projects. • Existing pavement evaluation report for all RRR projects. • PD&E Documents • Design Reports • Letters of authorization designating the CONSULTANT as an agent of the COUNTY in accordance with F.S. 337.274. • Phase reviews of plans and engineering documents. • Regarding Environmental Permitting Services: o Approved Permit Document when available. o Approval of all contacts with environmental agencies. o General philosophies and guidelines of the COUNTY to be used in the fulfillment of this contract. o Objectives,constraints,budgetary limitations,and time constraints will be completely defined by the Project Manager. o Appropriate signatures on application forms. 3 PROJECT COMMON AND PROJECT GENERAL TASKS Project Common Tasks Project Common Tasks, as listed below, are work efforts that are applicable to many project activities, 4 (Roadway Analysis)through 36(3D Modeling). These tasks are to be included in the project scope in each applicable activity when the described work is to be performed by the CONSULTANT. Project Research: The CONSULTANT shall perform research of existing PUD and DRI documents for developments adjacent to the project for commitments regarding Right-of-way, Stormwater Management, Roadway Improvements, or any other commitments involving the interests of the COUNTY. Project Research:The CONSULTANT shall research existing engineering Studies,PUD,and DRI documents for developments adjacent to the project for commitments regarding Right-of-way, Stormwater Management, Roadway Improvements, or any other commitments involving the interests of the COUNTY. The CONSULTANT shall anticipate up to ten (10) PUD's or DRI's approved by the COUNTY to be incorporated into the plans before Phase IV plans submittal stage of the contract. Cost Estimates: The CONSULTANT shall be responsible for producing an opinion of probable construction cost estimate and reviewing and updating the cost estimate at project milestones — 18 CA® 1 1 A Phase I(30%),II(60%), III (90%), and IV(100%or final)including the bid schedule. The CONSULTANT shall be responsible for inputting the pay items and quantities into a Summary of Pay Items sheet with all required Plans submittals as required. Technical Special Provisions:The CONSULTANT shall provide Technical Special Provisions for all items of work not covered by the FDOT Standard Specifications for Road and Bridge Construction and the workbook of implemented modifications. A Technical Special Provision shall not modify the Standard Specifications and implement modifications in any way. The Technical Special Provisions shall describe work, materials, equipment, and specific requirements, method of measurement, and basis of payment. Proposed Technical Special Provisions will be submitted to the COUNTY's Project Manager for review and approval before incorporating into the contract documents. The Technical Special Provisions will be reviewed for suitability in accordance with the Handbook for Preparation of Specification Packages. The COUNTY's Project Manager will provide the Technical Special Provisions to the COUNTY Attorney's Office for review and comment. All comments will be returned to the CONSULTANT for correction and resolution. Final Technical Special Provisions shall be digitally signed and sealed in accordance with applicable Florida Statutes Supplemental Terms and Conditions(Exhibit I):The CONSULTANT shall provide Supplemental Terms and Conditions(STC)as required by the project. Supplemental Terms and Conditions are defined as follows: A Supplemental Term and Condition shall not modify the FDOT Standard Specifications for Road and Bridge Construction in any way but shall provide instructions to the contractor regarding the contract documents that are not covered by the FDOT's Standard Specification and are not classified as a Technical Special Provision. STCs are project specific and related to the COUNTY's general procedures and practices and take precedence over any conflicting terms in the order of contract documents. Field Reviews: The CONSULTANT shall make as many trips to the project site as required to obtain necessary data for all elements of the project. Technical Meetings:The CONSULTANT shall attend all technical meetings necessary to execute the Scope of Services of this contract. This includes meetings with the COUNTY and FDOT or other Agency staff, between disciplines and CONSULTANT'S, such as access management meetings,pavement design meetings,local governments,progress review meetings(phase review), and miscellaneous meetings. The CONSULTANT shall prepare, and submit to the COUNTY'S Project Manager for review,the meeting minutes for all meetings attended by them. The meeting minutes are due within five(5)working days of attending the meeting. Quality Assurance/Quality Control: It is the intention of the COUNTY that design CONSULTANTS, including their SUBCONSULTANT(s), are held responsible for their work, including plans review. The purpose of CONSULTANT plan reviews is to ensure that CONSULTANT plans follow the plan preparation procedures outlined in the FDOT Design Manual, that state and federal design criteria are followed with the FDOT concept, and that the CONSULTANT submittals are complete.All SUBCONSULTANT document submittals shall be submitted by the SUBCONSULTANT directly to the CONSULTANT for their independent Quality Assurance/Quality Control review and subsequent submittal to the COUNTY. It is the CONSULTANT'S responsibility to independently and continually QC their plans and 19 CAW 1 1 A other deliverables. The CONSULTANT should regularly communicate with the COUNTY 's Design Project Manager to discuss and resolve issues or solicit opinions from those within designated areas of expertise. The CONSULTANT shall be responsible for the professional quality, technical accuracy, and coordination of all surveys, designs, drawings, specifications, and other services furnished by the CONSULTANT and their SUBCONSULTANT(s)under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all maps, design drawings, specifications, and other documentation prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are documented to verify that the required procedures were followed. The Quality Control Plan shall be one specifically designed for this project. The CONSULTANT shall submit a Quality Control Plan for approval within twenty(20)business days of the written Notice to Proceed. It shall be signed by the CONSULTANT's Project Manager and the CONSULTANT QC Manager. The Quality Control Plan shall include the names of the CONSULTANT's staff that will perform the quality control reviews.The Quality Control reviewer shall be a Florida Licensed Professional Engineer fully prequalified under F.A.C. 14-75 in the reviewed work type. A marked-up set of prints from a Quality Control Review indicating the reviewers for each component (structures, roadway, drainage, signals, geotechnical, signing and marking, lighting, landscape, surveys, etc.) and a written resolution of comments on a point-by- point basis will be required, if requested by the COUNTY, with each phase submittal. The responsible Professional Engineer, Landscape Architect, or Professional Surveyor&Mapper who performed the Quality Control review will sign a statement certifying that the review was conducted and met the required specifications. The CONSULTANT shall, without additional compensation, correct all errors or deficiencies in the designs,maps,drawings, specifications,and/or other products and services. Independent Peer Review:The COUNTY will furnish the Independent Peer Review tasks under a separate contract at 60% and 90% design submittal phases and occur concurrently with COUNTY review.The CONSULTANT shall provide to the Independent Peer Reviewer access to all project plans and documents when requested.The independent peer review does not relieve the CONSULTANT from the responsibility of their internal quality control process and shall remain accountable for the professional quality and technical accuracy of their work product. The Independent Peer Review for design Phase Plans submittals shall ensure the plans meet the FDM, the FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways("Florida Greenbook"), Standard Plans, and FDOT CADD Manual. The Constructability/Biddability Review shall ensure the project can be constructed and paid for as designed. Constructability/Biddability Reviews should be conducted prior to the 90% and Final submittals, using the FDOT Phase Review Checklist(Guidance Document 1-1-A)from the Construction Project Administration Manual (CPAM) as a minimum guideline. The CONSULTANT shall submit this checklist and the "marked-up" set of plans during this review and review comments and_comment responses from any previous Constructability/Biddability reviews. These items will be reviewed by COUNTY's Project Manager. Supervision: The CONSULTANT shall supervise all technical design activities. Coordination: The CONSULTANT shall coordinate with all project disciplines to produce a final set of construction documents. 20 CAO 11A Project General Tasks Project General Tasks, described in Sections 3.1 through 3.14 below, represent work efforts that are applicable to the project and not to any one or more specific project activity. The work described in these tasks shall be performed by the CONSULTANT when included in the project scope. 3.1 Public Involvement The CONSULTANT shall prepare for and attend (2) public meeting(s), after the 30% and 60% Phase plan submittal as directed by the COUNTY. Public involvement includes communicating to all interested persons, groups, and government organizations information regarding the development of the project. The CONSULTANT shall provide to the COUNTY drafts of all Public Involvement documents (i.e., newsletters, property owner letters, advertisements, etc.)associated with the following tasks for review and approval at least five(5)business days prior to printing and/or distribution. The public need will heavily influence the construction schedule, construction phasing, and maintenance of traffic. The CONSULTANT shall develop collaborative project solutions to maintain necessary public access during construction. The public meetings will be scheduled after the 30% and 60% submittals. The goal of the public meeting will be to introduce the design phase of the project to the public and receive feedback.The CONSULTANT shall process the public information received, discuss the results, and integrate the needs of the public into the project if requested by the COUNTY.The CONSULTANT should be mindful of economic feasibility and the needs of the project defined herein when incorporating changes. The CONSULTANT will be expected to develop and provide all necessary exhibits for the public meetings. Collect Public Input: This activity occurs throughout the life of the project, requiring the CONSULTANT to maintain files, newspaper clippings, letters, emails, and any record of direct contact before, during, and after the Public Workshops. Input will be gathered during the Public Workshops, or by other methods, such as personal contact, letters, surveys, visits, phone calls, website comments in response to or following said meeting. Comments and Coordination Report: A comments and coordination report shall be prepared, containing documentation of the public participation accomplished throughout the design period. This report should summarize and respond to the comments received from the public involvement workshops,agency coordination,etc. 3.1.1 Community Awareness Plan At the onset, the CONSULTANT will prepare a written Community Awareness Plan outlining each element of the public involvement projects. The plan shall be updated and amended through the contract and indicate the basic public involvement approach to be taken with the project. It will list the contact persons, media officials, and agencies as well as the means that will be used to involve them in the process. The Public Involvement Plan will be submitted to the COUNTY for approval. 3.1.2 Notifications Upon receipt of the COUNTY's written approval of the Public Involvement Plan, letters shall be 21 CAO 11A prepared and mailed by the CONSULTANT to local government elected officials. The letters shall be consistent with the Public Involvement Plan, introducing the CONSULTANT and informing officials of the project. Additional contacts shall be maintained throughout the design process as designated in the Public Involvement Plan. 3.1.3 Preparing Mailing Lists At the beginning of the project,The CONSULTANT shall identify all impacted property owners and tenants (within a minimum of 300 feet of the project corridor). The CONSULTANT will develop and maintain a computerized database of contacts, beginning with a list of those notified in the Kickoff Notification Process, Public officials, community service organizations, environmental agencies,local and regional transportation officials,and special interest groups shall be identified by the CONSULTANT as those individuals or groups to be affected by the project. The CONSULTANT shall prepare a mailing list of all such entities and shall update the mailing list as needed during the life of the project. 3.1.4 Median Modification Letters—N/A a. Note: The CONSULTANT shall include a Typical Section of Wilson Boulevard in the Public Involvement Meeting Mailing(s)and Project Newsletter(s)and wording related to the proposed roadway modification from a undivided to a divided roadway. 3.1.5 Driveway Modification Letters—N/A • Note: The ROW Agreements will address the driveway modifications. The Sketch and Descriptions for the ROW acquisition and Temporary Driveway Restoration Easements will be available for discussions with individual homeowners effected. The Plans and Public Involvement displays will reflect the required modifications. 3.1.6 Newsletters If requested by the COUNTY, the CONSULTANT shall prepare newsletters for distribution to elected officials, public officials, property owners along the corridor and other interested parties. The letters will be sent by the CONSULTANT. Two(2)Newsletters are anticipated. 3.1.7 Renderings The CONSULTANT shall prepare project renderings for use in public meetings. 3.1.8 PowerPoint Presentations The CONSULTANT shall prepare PowerPoint presentations which demonstrate project intent for use at two(2)public meetings,MPO Meetings,HOA Meetings or Board Meetings. 3.1.9 Public Meeting Preparations The CONSULTANT shall prepare the necessary materials for use in two(2)public meetings.One meeting will be scheduled at the 30%design completion and the second will be scheduled after the 60%plan submittal. The COUNTY will investigate potential meeting sites to advise the CONSULTANT on their suitability. The COUNTY will pay all costs for meeting site rents and insurance. No COUNTY meetings will be held on public school system properties. The COUNTY shall be responsible for all news/press releases coordination and costs. 3.1.10 Public Meeting Attendance and Follow-up 22 CAO 1 1 A The CONSULTANT shall attend up to two(2)public meetings,assist with meeting setup and take down. The CONSULTANT shall also prepare a summary of the public meeting that includes all copies of all materials shown or provided at the public meeting. The summary shall also include a listing of all written comments made during or after the meeting and responses to those written comments. The CONSULTANT will attend the meetings with an appropriate number of personnel to assist the COUNTY'S Project Manager. The CONSULTANT should anticipate two (2) public information meetings during the design process. 3.1.11 Other Agency Meetings In addition to the scheduled public meetings,the CONSULTANT may be required to participate in meetings with local governing authorities and/or Metropolitan Planning Organization (MPO). The CONSULTANT's participation may include, but not be limited to, presentations during the meeting, note taking, and summarizing the meeting in a memo to the file. It is estimated for this project there will be two (2) meetings with local governing authorities and/or MPOs during the design. 3.1.12 Web Site CONSULTANT will provide Public Involvement Graphics to COUNTY for the COUNTY Website. 3.2 Joint Project Agreements—N/A 3.3 Specifications& Estimates 3.3.1 Specifications Package Preparation The CONSULTANT shall prepare and provide a specifications package for those specifications NOT considered FDOT Standard Specifications (ex. Lighting, Traffic Signals etc.). The specifications package shall address all items and areas of work and include any Mandatory Specifications,Modified Special Provisions,and Technical Special Provisions. The specifications package must be submitted for review to the COUNTY's Project Manager along with the 90% plans submittal. This submittal does not require signing and sealing and shall be coordinated through the COUNTY's Project Manager.The CONSULTANT shall coordinate with the COUNTY on the submittal requirements, but at a minimum shall consist of(1)the complete specifications package, and(2)a copy of the 90%project plans. The final submittal of the specifications package must occur along with the Final/100% plan submittal. This submittal shall be signed, dated, and sealed in accordance with applicable Florida Statutes. 3.3.2 Estimated Quantities Report Preparation The CONSULTANT shall develop an Estimated Quantities(EQ)Report beginning with Phase III submittal and for all subsequent submittals. Includes loading category information,pay items,and quantities. 3.4 Contract Maintenance and Project Documentation Contract maintenance includes project management effort for complete setup and maintenance of 23 CAO ' IA files, electronic folders, and documents, developing technical monthly progress reports and schedule updates.Project documentation includes the compilation and delivery of final documents, reports or calculations that support the development of the contract plans; includes uploading files to an FTP server. 3.5 Value Engineering(Multi-Discipline Team) Review CONSULTANT will prepare for and participate in a Value Engineering Review of the Plans after the 30%Plans Submittal. 3.6 Prime CONSULTANT Project Manager Meetings Includes only the Prime CONSULTANT Project Manager's time for travel and attendance at Activity Technical Meetings and other meetings listed in the meeting summary for Task 3.6 on tab 3 Project General Task of the staff hour forms. Staff hours for other personnel attending Activity Technical Meetings are included in the meeting task for that specific Activity. 3.7 Plans Update The effort needed for Plans Update services will vary from project to project, depending on size and complexity of the project and the duration of time spent"on the shelf." Specific services will be negotiated as necessary as a contract amendment. 3.8 Post Design Services Post Design Services may include, but are not limited to, meetings, construction assistance, plans revisions, shop drawing review, specific survey services (shown below), review of as-built drawings.Note: Bridge Load ratings will be done by CEI. • One (1) Public Meeting is anticipated. Requirements are the same as those in Section 3.1 when applicable. • Set R/W monumentation as depicted on final R/W maps for corridor and water retention areas. Post Design Services are not intended for instances of CONSULTANT errors and/or omissions. All CONSULTANT contact with the Contractor shall be made through the COUNTY'S Construction Project Manager. The CONSULTANT shall not contact the Contractor directly unless there is a possible immediate threat to public health and/or safely. The COUNTY'S Construction Project Manager must be contacted immediately thereafter. The COUNTY CEI is responsible for confirming that all quality control testing and requirements of the approved Quality Control Plan have been executed and the results are satisfactory per the design requirements. The CONSULTANT shall visit the construction site at key phases of the project to verify as-built conditions. This will require the CONSULTANT to coordinate with the COUNTY'S Project Manager during construction and attend construction meetings as required or requested by the COUNTY. The CONSULTANT shall meet with the COUNTY'S Project Manager during the Quality Control submittal/review to establish the anticipated stages of construction. The CONSULTANT must notify the COUNTY'S Project Manager of any design related issues as soon as possible. It is important that all significant changes made during construction be documented by the 24 CAO I 1 A CONTRACTOR in the final as-built plans. The CONTRACTOR shall markup sheets requiring minor(non-engineering analysis)as-built changes and show those changes on the Final Signed and Sealed As-Built Signature Sheet(s). Major changes resulting in issuance of revised contract documents must also be included in the as-built package and recorded appropriately on the Final Signed and Sealed As-built Signature Sheet(s). CONSULTANT will provide PDFs of Plans to CONTRACTOR for preparation of As-Built Drawings by CONTRACTOR. Any changes proposed by the Contractor must be signed and sealed by the Contractor's FOR and approved by the Engineer. This may be a Cost Savings Initiative Proposal(CSIP)redesign or an original design of certain components including Shop Drawings. All original documents obtained by the CONSULTANT will be turned over to the COUNTY at the end of the project or upon request by the COUNTY. All documents obtained for inclusion in the Final As-Built Documents Package must be Quality Control reviewed by the CONSULTANT to ensure correctness and legibility. The CONSULTANT shall contact the COUNTY if any deficiencies are identified. The Final As-Built Documents Package Certification(s)must be digitally signed and sealed by the CEI CONSULTANT Quality assurance material testing will be the responsibility of the CONTRACTOR. 3.9 Digital Delivery The CONSULTANT shall deliver final contract plans and documents in digital format(PDF and CAD). The final contract plans,and documents shall be digitally signed,and sealed files delivered to the COUNTY on acceptable electronic media, as determined by the COUNTY. Deliverables shall be provided in both pdf and CADD formats. See Section 2.20 for details 3.10 Risk Management The CONSULTANT shall identify potential risks associated with design and construction of the project. Risks may include but not be limited to environmental conditions, public opposition, economic conditions,material costs,right of way costs,utility involvement,permitting delays,loss of key personnel, etc. The CONSULTANT shall provide to the COUNTY a Risk Management Plan following the procedures outlined in FDOT's Project Management Handbook, Chapter 19, preceding the development of 30%design plans. 3.11 Railroad,Transit and/or Airport Coordination—N/A 3.12 Landscape and Existing Vegetation Coordination Coordinate with the COUNTY'S Project Manager to ensure preservation and protection of existing vegetation. Relocation of existing vegetation may be necessary in some cases. Space for proposed landscape should be preserved and conflicts with drainage, utilities, ITS, and signage should be minimized. Coordination with the COUNTY'S Landscape Architect (Pamela.Lulich@collierCOUNTYfl.gov)may be necessary as defined in 4.12. 3.13 Transit Coordination The CONSULTANT shall coordinate with the COUNTY's Project Manager and Transit Coordinator to include any features needed by the Collier Area Transit(CAT). 25 CAO 11A 3.14 Other Project General Tasks The CONSULTANT shall assist the COUNTY during the construction bidding phase of the project including, but not limited to, attending the pre-bid meeting, addressing addendum, evaluating bids and bidders,and providing written letters of recommendation. 4 ROADWAY ANALYSIS The CONSULTANT shall analyze and document Roadway Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 4.1 Typical Section Package The CONSULTANT shall submit a Typical Section Package for review before the 30°A.plans submittal as described in Section 2.0.Minor modifications(if required)shall be incorporated and resubmitted for final approval by the COUNTY. 4.2 Pavement Type Selection Report-N/A •Note:Flexible Pavement Design will be Utilized. 4.3 Pavement Design Package The CONSULTANT shall provide a Pavement Design Package for review and approval before the 60%plans submittal date. 4.4 Cross-Slope Correction The CONSULTANT shall investigate any existing pavement to be retained within the project limits and include any required correction of existing cross-slopes in the design. Cross slope information will be collected at 100' intervals. After the analysis of the cross slopes a recommendation will be provided as part of the Design Report (Section 4.15). The CONSULTANT will coordinate with Collier County Maintenance to help identify any known locations which may be deficient. 4.5 HorizontalNertical Master Design Files The CONSULTANT shall design the geometries using the most appropriate design standards. Proper consideration shall be given to the design traffic volumes,design speed,capacity and levels of service,functional classification,adjacent land use,design consistency and driver expectancy, aesthetics,existing vegetation to be preserved,pedestrian and bicycle concerns,ADA requirements, Safe Mobility For Life Program,access management,and scope of work. The CONSULTANT shall also develop utility conflict information to be provided to the project Utility Coordinator in the format requested by the COUNTY. 4.6 Access Management The CONSULTANT shall incorporate access management standards for the project as appropriate. The CONSULTANT shall review adopted access management standards and the existing access conditions(signalized intersection spacing,median opening spacing,and connection spacing).New Median openings and altered existing accesses shall be shown on plan sheets and submitted with supporting documentation for review with the first plans submittal. The COUNTY shall provide access management classification information to be used by the CONSULTANT. 26 CAO 1 1 A • Note: Access Management to businesses adjacent to the Wilson Blvd/Golden Gate Blvd Intersection shall be evaluated and alternatives prepared for consideration/discussion with adjacent businesses. Site/Civil improvements to the adjacent business parcels is not included in this scope of services and will be considered Additional Services if requested. 4.7 Roundabout Evaluation—N/A 4.8 Roundabout Final Design Analysis—N/A 4.9 Cross Section Design Files The CONSULTANT shall establish and develop cross section design files in accordance with the FDOT CADD manual. The CONSULTANT shall establish and develop cross section design files in accordance with the applicable FDOT CADD manual sections for the Bentley Microstation platform. In addition, the CONSULTANT shall coordinate with all utility owners to obtain the location of subsurface facilities. All utilities' existing locations and proposed relocations shall be shown on the cross sections. Includes all work required to establish and utilize intelligent/automated methods for creating cross sections including determining the locations for which all cross sections will be shown, existing and proposed features, cross section refinement, placement of utilities and drainage, soil boxes, R/W lines, earthwork calculations,and other required labeling. 4.10 Temporary Traffic Control Plan(TTCP)Analysis The CONSULTANT shall design a safe and effective TTCP to move vehicular and pedestrian traffic during all phases of construction.The design shall include construction phasing of temporary and permanent roadways ingress and egress to existing property owners and businesses, routing, signing and pavement markings, and detour quantity tabulations, roadway pavement, drainage structures, ditches, front slopes, back slopes, drop offs within clear zone, transit stops, and traffic monitoring sites. Special consideration shall be given to the construction of the drainage system when developing the construction phases.Positive drainage must always be maintained.The design shall include construction phasing of roadways to accommodate the construction or relocation of utilities when the contract includes Joint Project Agreements(JPAs).It is anticipated that the plans will be Level II Traffic Control Plans. The CONSULTANT shall investigate the need for temporary traffic signals,temporary lighting, alternate detour roads, and the use of materials such as sheet piling in the analysis. The Traffic Control Plan shall be prepared by a certified designer who has completed training as required by the FDOT. Before proceeding with the Traffic Control Plan,the CONSULTANT shall meet with the appropriate COUNTY personnel. The purpose of this meeting is to provide information to the CONSULTANT that will better coordinate the Preliminary and Final TTCP efforts. The CONSULTANT shall consider the local impact of any lane closures or alternate routes. When the need to close a road is identified during this analysis, the CONSULTANT shall notify the COUNTY's Project Manager as soon as possible. Proposed road closings must be reviewed and approved by the COUNTY. Diligence shall be used to minimize negative impacts by appropriate specifications, recommendations, or plans development. Local impacts to consider will be local events,holidays,peak seasons,detour route deterioration and other eventualities. 27 CAO 1 1 A 4.11 Master TTCP Design Files The CONSULTANT shall develop master TTCP files(Level II)showing each phase of the TTCP. This includes all work necessary for designing lane configurations,diversions, lane shifts, signing and pavement markings,temporary traffic control devices,and temporary pedestrian ways. 4.12 Selective Clearing and Grubbing—N/A Note: CONSULTANT will coordinate with COUNTY landscaping staff to discuss impacts to median vegetation along Immokalee Road and Golden Gate Boulevard. It is anticipated that these areas will be removed prior to construction(by others). 4.13 Tree Disposition/Relocation Plans-N/A 4.14 Design Variations and Exceptions The CONSULTANT shall prepare the documentation necessary to gain COUNTY approval of all appropriate Design Variations and/or Design Exceptions before the first submittal. Up to two(2) Design Variations/Design Exceptions are anticipated. 4.15 Design Report The CONSULTANT shall prepare all applicable report(s) as listed in the Project Description section of this scope. The CONSULTANT shall submit to the COUNTY design notes, data, and calculations to document the design conclusions reached during the development of the contract plans. The design notes, data, and computations shall be recorded on size 8'Y2"xl1" sheets, fully titled, numbered,dated,indexed,and signed by the designer and the checker.Computer output forms and other oversized sheets shall be folded to 81/2"xl 1" size. The data shall be in a hardback folder for submittal to the COUNTY.Digital copies of all paper submittals above shall be provided in pdf or Microsoft Word format. 4.16 Quantities The CONSULTANT shall develop accurate quantities and the supporting documentation. 4.17 Cost Estimate The CONSULTANT shall provide the Engineer's Estimate of Probable Cost at each submittal phase.The Engineer's Estimate of Probable Cost shall be updated and adjusted at each submittal to be maintained up to and including final bid documents submittal. 4.18 Technical Special Provisions and Modified Special Provisions The CONSULTANT shall provide Technical Special Provisions for all items of work not covered by the FDOT Standard Specifications for Road and Bridge Construction and recurring special provisions. Standard Specifications, recurring special provisions, and supplemental specifications should not be modified unless necessary to control project-specific requirements.All modifications to other sections must be justified to the COUNTY to be included in the project's specifications package as Technical Special Provisions. The Technical Special Provisions shall describe work, materials, equipment and specific requirements,method of measurement, and basis of payment. These provisions shall be submitted electronically(PDF's). 28 CAO 1 1 A 4.19 Other Roadway Analyses Project Management Services and Expert Witness Services for ROW Acquisition. 4.20 Field Reviews The CONSULTANT shall include and be available to attend a plans-in-hand field review with the COUNTY at the 60% and 90% submittals. Field reviews will be conducted upon completion of COUNTY reviews of plans submitted by the CONSULTANT for each submittal period. The anticipated format for these meetings will be an in-office review of COUNTY comments in the morning, followed by an afternoon field visit to areas of concern at the project site. This item also includes all trips required to obtain necessary data for all elements of the roadway analysis identified in this scope of work. 4.21 Monitor Existing Structures The CONSULTANT shall perform field observations to visually identify existing structures within the project limits that may require settlement, vibration or groundwater monitoring by the contractor during construction according to FDM Chapter 307. The CONSULTANT shall coordinate with and assist the geotechnical engineer and/or structural engineer in identifying those structures and developing mitigation strategies(when applicable). The CONSULTANT shall identify the necessary pay items to be included in the bid documents to monitor existing structures. 4.22 Technical Meetings Includes meetings with the COUNTY or other Agency staff, between disciplines and CONSULTANTS, such as access management meetings, pavement design meetings, progress review meetings (phase review), road safety audit (A formal Road Safety Audit will not be performed, nor a report prepared as part of these scope of services) and miscellaneous meetings necessary for all elements of the roadway analysis identified in this scope of work. 4.23 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of all surveys, designs, drawings, specifications and other services furnished by the CONSULTANT under this contract. 4.24 Independent Peer Review Please see Section 3.0. 4.25 Supervision Includes all efforts required to supervise all technical design activities. 4.26 Coordination Includes all efforts to coordinate all elements of the roadway analysis to produce a final set of construction documents. 29 CAO i1A 5 ROADWAY PLANS The CONSULTANT shall prepare Roadway, Drainage, TTCP, Utility Adjustment Sheets, plan sheets, notes, and details as shown in the FDM Summary of Phase Submittals Table 301.2.2. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 5.1 Key Sheet 5.2 Typical Section Sheets 5.2.1 Typical Sections 5.2.2 Typical Section Details 5.3 General Notes/Pay Item Notes 5.4 Project Layout 5.5 Plan/Profile Sheet 5.6 Profile Sheet—N/A 5.7 Plan Sheet—N/A 5.8 Special Profile 5.9 Back-of-Sidewalk Profile Sheet—N/A 5.10 Interchange Layout Sheet—N/A 5.11 Ramp Terminal Details(Plan View)—N/A 5.12 Intersection Layout Details 5.13 Special Details 5.14 Cross-Section Pattern Sheets—N/A 5.15 Roadway Soil Survey Sheets 5.16 Cross Sections 5.17 Temporary Traffic Control Plan Sheets 5.18 Temporary Traffic Control Cross Section Sheets 5.19 Temporary Traffic Control Detail Sheets 5.20 Utility Adjustment Sheets 5.21 Selective Clearing and Grubbing Sheets—N/A 5.21.1 Selective Clearing and Grubbing-N/A 5.21.2 Selective Clearing and Grubbing Details- N/A 5.22 Tree Disposition Plan Sheets- N/A 30 CAO 1IA 5.22.1 Tree Disposition Plan Sheets-N/A 5.22.2 Tree Disposition Plan Tables and Schedules—N/A 5.23 Project Control Sheets 5.24 Environmental Detail Sheets —Nine (9) potential Contamination Sites were identified in Corridor Study.These Sites May/will require Environmental Data Sheets. 5.25 Utility Verification Sheets(SUE Data) 5.26 Quality Assurance/Quality Control 5.27 Supervision 6a DRAINAGE ANALYSIS The CONSULTANT shall analyze and document Drainage Tasks in accordance with all applicable manuals,guidelines, standards,handbooks,procedures,and current design memorandums. The CONSULTANT shall make drainage design recommendations to the COUNTY for the type of drainage system that should be used for the project, i.e., closed-drainage system and/or open roadside ditches. Once the drainage system is accepted and approved by the SFWMD and the Notice of Intent to Permit from SFWMD is received, any changes to the system requested by the COUNTY shall be considered as Additional Services. The CONSULTANT is responsible for designing a drainage and stormwater management system that complies with the requirements of the appropriate regulatory agencies(SFWMD)and the FDOT's Drainage Manual. The CONSULTANT shall coordinate fully with the appropriate permitting agencies and COUNTY staff. All activities and submittals should be coordinated through the COUNTY's Project Manager. The work will include the engineering analyses for any or all the following: 6a.1 Drainage Map Hydrology The CONSULTANT shall create a(pre-and/or post-condition)working drainage basin map to be used in defining the system hydrology. This map shall incorporate drainage basin boundaries, existing survey and/or LiDAR, and field observations, as necessary, to define the system. Basin delineations shall also include any existing collection systems in a logical manner to aid in the development of the hydraulic model. Include coordination hours needed to convey drainage hydrologic features onto produced drainage maps. Examine all adjacent property outfall points to determine whether accommodations for offsite drainage must be incorporated into the project drainage system. 6a.2 Base Clearance Calculations The CONSULTANT shall analyze, determine, and document high water elevations per basin which will be used to set roadway profile grade and roadway materials. Determine surface water elevations at cross drains, floodplains, outfalls and adjacent stormwater ponds. Determine groundwater elevations at intervals between the above-mentioned surface waters. Document findings in a Drainage Report. 6a.3 Pond Siting Analysis and Report Evaluate pond sites using a preliminary hydrologic analysis.Document the results and coordination for all the project's pond site analyses. The FDOT Drainage Manual provides specific documentation requirements. 31 CAO hA 6a.4 Design of Cross Drains Analyze the hydraulic design and performance of cross drains. Check existing cross drains to determine if they are structurally sound and can be extended. Document the design as required. Determine and provide flood data as required. • Cocohatchee Canal Box Culvert 6a.5 Design of Ditches Design roadway conveyance ditches. This task includes capacity calculations, longitudinal grade adjustments, flow changes, additional adjustments for ditch convergences, selection of suitable channel lining, design of side drainpipes, and documentation. (Design of linear stormwater management facilities in separate task.) Task shall be limited to Wilson Boulevard, Golden Gate Boulevard within scope limits,and the five(5) Side Street Swales((related to pond outfalls). 6a.6 Design of Stormwater Management Facility(Offsite or Infield Pond) Design stormwater management facilities to meet requirements for stormwater quality treatment, attenuation and aesthetics. Develop proposed pond layout (contributing drainage basin, shape, contours, slopes, volumes, tie-ins, aesthetics, etc.), perform routing, pollutant/nutrient loading calculations, recovery calculations, design the outlet control structure and buoyancy calculations for pond liners when necessary. 6a.7 Design of Stormwater Management Facility (Roadside Treatment Swales and Linear Ponds)—N/A 6a.8 Design of Floodplain Compensation Determine floodplain encroachments, coordinate with regulatory agencies, and develop proposed compensation area layout(shape,contours, slopes,volumes,etc.). Document the design following the requirements of the regulatory agency. Note: It is assumed that the proposed drainage ponds will mitigate the floodplain compensation needs. 6a.9 Design of Storm Drains Delineate contributing drainage areas, determine runoff, inlet locations, and spread. Calculate hydraulic losses (friction, utility conflict, and, if necessary, minor losses). Determine design tailwater and,if necessary,outlet scour protection. 6a.10 Optional Culvert Material Determine acceptable options for pipe materials using the Culvert Service Life Estimator. 6a.11 French Drain Systems—N/A 6a.1 la Existing French Drain Systems—N/A 6a.12 Drainage Wells—N/A 6a.13 Drainage Design Documentation Report Compile drainage design documentation into report format. Include documentation for all the drainage design tasks and associated meetings and decisions, except for stand-alone reports, such as the Pond Siting Report and Bridge Hydraulics Report(s). 32 CAO 1 1 A 6a.14 Bridge Hydraulic Report(s)—One(1)Required Calculate hydrology, hydraulics, deck drainage, scour, and appropriate countermeasures. Prepare report and the information for the Bridge Hydraulics Recommendation Sheet. a. Curry Canal Bridge b. Box Culvert at Immokalee Rd 6a.15 Temporary Drainage Analysis Evaluate and address drainage to adequately drain the road and maintain existing offsite drainage during all construction phases. Provide documentation. 6.a.16 Drainage Quantities for EQ Report 6a.17 Cost Estimate Prepare cost estimates for the drainage components,except bridges and earthwork for stormwater management and flood compensation sites. 6a.18 Technical Special Provisions/Modified Special Provisions 6a.19 Hydroplaning Analysis Perform a hydroplaning analysis to assist in the determination of the appropriate roadway geometry for all necessary locations (both typical sections and critical cross sections) as needed. See the FDOT Hydroplaning Guidance and FDOT Design Manual (FDM)Chapters 210 and 211 for more information. 6a.20 Existing Permit Analysis Data gathering including desktop analysis of local, state,and federal Drainage permits. 6a.21 Other Drainage Analysis a. Side Street Drainage Swale Analysis and Recommendations—The eighteen(18) Intersecting Side Streets may/will require improvements to accommodate the off-site drainage conveyed from Wilson Boulevard off-site swales. As part of the proposed drainage pond outfalls,five(5)swales(1.84 miles)of the thirty-six(36)side street swales (26.42 miles)will be improved.However,the remaining 31 swales(24.57 miles) may/will require improvements.As part of this analysis, survey will be performed along these side streets to identify drainage features such as swales,culverts, outfall structures, etc.that may require improvements.An analysis will be performed based on this survey to evaluate existing conditions and make recommendations for improvements.Analysis will include swale capacity and condition, swale profile, driveway culvert profiles and condition,and outfall structure(if applicable)conditions.A Technical Memorandum will be prepared which documents findings. An exhibit will be prepared which depicts recommendations.The COUNTY will review this data and determine next steps. These services will be performed as Optional Services No.4(See 37.8). b. Note: At this time, Construction Plans, Details, Specifications,Quantities and Estimates associated to the above recommendations are not included in these Scope of Services and may be added as Additional Services by the COUNTY 6a.22 Noise Barrier Evaluation for Drainage Conveyance—N/A Note: A Noise Report will be prepared for Wilson Boulevard(3.7 miles)Improvements. 33 CAO 11A 6.a.23 Erosion Control Plan 6a.24 Field Reviews 6a.25 Technical Meetings Meetings with COUNTY staff, regulatory agencies, local governments such as meetings with the Water Management District, FDEP, etc. 6a.26 Environmental Look-Around Meetings Convene a meeting with COUNTY staff, regulatory agencies, local governments, and other stakeholders to explore watershed-wide stormwater needs and alternative permitting approaches. 6a.27 Quality Assurance/Quality Control N/A 6a.28 Independent Peer Review—N/A 6a.29 Supervision 6a.30 Coordination 6b DRAINAGE PLANS The CONSULTANT shall prepare Drainage plan sheets,notes,and details.The plans shall include the following sheets necessary to convey the intent and scope of the project for the purposes of construction. 6b.1 Drainage Map 6b.2 Bridge Hydraulics Recommendation Sheets 6b.3 Drainage Structures 6b.4 Lateral Ditch Plan/Profile 6b.5 Lateral Ditch Cross Sections—N/A(Incl. in Roadway Cross Sections) 6b.6 Retention/Detention Pond Detail Sheet(s) 6b.7 Retention Pond Cross Sections 6b.8 Erosion Control Plan Sheet(s) 6b.9 SWPPP Sheet(s) 6b.10 Quality Assurance/Quality Control 6b.11 Supervision 7 UTILITIES The CONSULTANT shall identify utility facilities and secure agreements,utility work schedules, and plans from the Utility Agency Owners (UAO), ensuring all conflicts between utility facilities and the COUNTY's construction project are addressed. The CONSULTANT shall follow FDOT and COUNTY standards, policies, procedures and design criteria. COUNTY standards are located at: http://www.colliergov.net/your- government/divisions-s-z/water/util ities-standards-manual 34 CAO 1 1 A 7.1 Utility Kickoff Meeting Before any contact with the UAO(s),the CONSULTANT shall meet with the COUNTY Project Manager to receive guidance,as may be required,to assure that all necessary coordination will be accomplished in accordance with COUNTY procedures. CONSULTANT shall bring a copy of the design project work schedule reflecting utility activities. 7.2 Identify Existing Utility Agency Owner(s) The CONSULTANT shall identify all utilities within and adjacent to the project limits that may be impacted by the project. 7.3 Make Utility Contacts First Contact: The CONSULTANT shall send letters and two sets of plans to each utility, one set for the utility office and one set to the COUNTY Offices as required by the District. Includes contact by phone for meeting coordination.Request type, size, location,easements,and relocation costs if reimbursement is claimed. Request the voltage level for power lines in the project area. Send UAO requests for reimbursement to COUNTY for a legal opinion. Include the meeting schedule (if applicable) and the design schedule. Include typical meeting agenda. If scheduling a meeting,give 3 weeks advance notice. Second Contact:At a minimum of 3 weeks prior to the meeting,the CONSULTANT shall transmit two complete sets of 60% plans and the utility conflict information (when applicable and in the format requested by the COUNTY)to each UAO having facilities located within the project limits, and one set to the COUNTY Offices as required by the COUNTY Project Manager. Third Contact: Identify agreements and assemble packages. The CONSULTANT shall send agreements,letters,the utility conflict information(when applicable and in the format requested by the COUNTY) and one set of plans to the UAO(s) including all component sets, one set for the utility office,one set to construction and maintenance if required.Include the design schedule.Not all projects will have all contacts as described above. 7.4 Exception Processing The CONSULTANT shall be responsible for transmitting/coordinating the appropriate design reports, including,but not limited to,the Preliminary Engineering Report and the Project Scope to each UAO to identify any condition that may require a Utility Exception. The CONSULTANT shall identify and communicate to the UAO any facilities in conflict with their location or project schedule. The CONSULTANT shall assist with processing design exceptions involving Utilities with the UAO and the COUNTY.Assist with processing per the UAM. 7.5 Preliminary Utility Meeting The CONSULTANT shall schedule (time and place), notify participants, and conduct a preliminary utility meeting with all UAO(s) having facilities located within the project limits to present the project, review the current design schedule, evaluate the utility information collected, provide follow-up information on compensable property rights from the COUNTY Legal Office, discuss the utility work by highway contractor option with each utility, and discuss any future design issues that may impact utilities. This is also an opportunity for the UAO(s) to present proposed facilities. The CONSULTANT shall keep accurate minutes and distribute a copy to all attendees. 35 CAO 11A 7.6 Individual/Field Meetings The CONSULTANT shall meet with each UAO as necessary, separately or together, throughout the project design duration to provide guidance in the interpretation of plans,review changes to the plans and schedules, standard or selective clearing and grubbing work, and assist in the development of the UAO(s) plans and work schedules. In addition, the CONSULTANT is responsible for motivating the UAO to complete and return the necessary documents after each Utility Contact or Meeting. 7.7 Collect and Review Plans and Data from UAO(s) The CONSULTANT shall review utility-marked plans and data individually as they are received for content. Ensure information from the UAO (utility type, material, and size) is sent to the designer for inclusion in the plans. Forward all requests for utility reimbursement and supporting documentation to the COUNTY. 7.8 Subordination of Easements Coordination The CONSULTANT, if requested by the COUNTY, shall transmit to and secure from the UAO the executed subordination agreements prepared by the appropriate COUNTY office. 7.9 Utility Design Meeting The CONSULTANT shall schedule (time and place), notify participants, and conduct a Utility meeting with all affected UAO(s). The CONSULTANT shall be prepared to discuss impacts to existing trees/vegetation and proposed landscape, drainage,traffic signalization,temporary traffic control plans(TTCP) (construction phasing), review the current design schedule and letting date, evaluate the utility information collected,provide follow-up information on compensable property rights from COUNTY Legal Office,discuss with each UAO the utility work by highway contractor option, discuss any future design issues that may impact utilities, etc.,to the extent that they may affect existing or proposed utility facilities with particular emphasis on drainage and TTCP with each UAO. This meeting shall assist the UAOs in identifying and resolving conflicts between utilities and proposed construction before completion of the plans, including utility adjustment details. Also, to work with the UAOs to recommend potential resolution between known utility conflicts with proposed construction plans as may be deemed practical by the UAO. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees within three days. See Task 4.5 (HorizontalNertical Master Design File) and Task 4.9 (Cross Section Design Files)for utility conflict location identification and adjustments. 7.10 Review Utility Markups&Work Schedules and Processing of Schedules&Agreements The CONSULTANT shall review utility marked-up plans and work schedules as they are received for content and coordinate review with the designer. Send color markups and schedules to the appropriate COUNTY office(s) such as survey, geotechnical, drainage, structures, lighting, roadway, signals, utilities, landscape architecture, municipalities, maintaining agency, and COUNTY Traffic Operations for review and comment. Coordinate with the COUNTY for execution. Distribute Executed Final Documents. Prepare Work Order for UAO(s). The CONSULTANT shall coordinate with the COUNTY PUD the programming of necessary Work Program funds. 7.11 Utility Coordination/Follow-up The CONSULTANT shall provide utility coordination and follow-up. This includes follow-up, interpreting plans, and assisting the UAOs with the completion of their work schedules and agreements. Includes phone calls, face-to-face meetings, etc.,to motivate and ensure the UAO(s) 36 CAO 1 1 A complete and return the required documents in accordance with the project schedule. In addition, ensure the resolution of all known conflicts. The CONSULTANT shall keep accurate minutes of all meetings and distribute a copy to all attendees. This task can be applied to all phases of the project. 7.12 Utility Constructability Review The CONSULTANT shall review utility schedules against construction contract time and phasing for compatibility,(Cross Section Design Files)for utility conflict identification and adjustments. 7.13 Additional Utility Services—N/A Note: There is no Utility Design Work for COUNTY or City of Naples utilities included in these Scope of Services.Utility Design Services can be added as Additional Services if requested by the COUNTY. 7.14 Processing Utility Work by Highway Contractor(UWHC)—N/A 7.15 Contract Plans to UAO(s) The CONSULTANT shall transmit the contract plans as processed for letting to the UAO(s). Transmittals to UAO(s)may be by certified mail,return receipt requested. 7.16 Certification/Close-Out This includes hours for transmitting utility files to the COUNTY and preparation of the Utility Certification Letter. The CONSULTANT shall certify to the COUNTY Project Manager the following: All utility negotiations (Full execution of each agreement, approved Utility Work Schedules, Technical Special Provisions or Modified Special Provisions written, etc.) have been completed with arrangements made for utility work to be undertaken and completed as required for proper coordination with the physical construction schedule. OR An on-site inspection was made,and no utility work will be involved. OR Plans were sent to the Utility Companies/Agencies and no utility work is required. OR A No Response letter on COUNTY letter, delivered to the UAO via certified mail, return receipt requested, documenting all failed attempts to obtain RGBs, UWS or No Conflict letter from any non-responsive UAO. 7.17 Other Utilities—N/A This scope item is considered an Additional/Optional Service if requested by the COUNTY. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is requested by the COUNTY,the scope and fee will be negotiated at the time. They will be implemented via Change Order or Contract Amendment. When applicable, the staff-hourly rates established in the contract shall be utilized for fee determination. 37 CAO 11A 8 ENVIRONMENTAL PERMITS AND ENVIRONMENTAL CLEARANCES The CONSULTANT shall notify the COUNTY Project Manager and other appropriate COUNTY personnel in advance of all scheduled meetings with the regulatory agencies to allow a COUNTY representative to attend. The CONSULTANT shall copy the COUNTY Project Manager on all permit-related correspondence and meetings. The CONSULTANT shall use current regulatory guidelines and policies for all permits required as identified in Section 2.4. 8.1 Preliminary Project Research The CONSULTANT shall perform preliminary project research and be responsible for regulatory agency coordination to assure those design efforts are properly directed toward permit requirements. The research shall include but should not be limited to a review of the project's Corridor Study. The CONSULTANT shall research any existing easements or other restrictions that may exist both within or adjacent to the proposed project boundary. Project research may include but should not be limited to reviewing available federal, state, and local permit files and databases; and local government information, including COUNTY and property appraiser data. In addition, the CONSULTANT shall determine if any Sovereign Submerged Lands easements need to be modified or acquired. Any applicable information will be shown on the plans as appropriate. 8.2 Field Work 8.2.1 Pond Site Alternatives: The CONSULTANT shall review alternative pond sites as directed by the COUNTY, and information shall be included in the Pond Siting Report. Provide 100 foot Radius to well heads. 8.2.2 Establish Wetland Jurisdictional Lines and Assessments The CONSULTANT shall be responsible for,but not limited to,the following activities: Determine landward extent of wetlands and other surface waters as detailed in Rule Chapter 62- 340, F.A.C., as ratified in Section 373.4211, F.S..; and Rule Chapter 62-331, F.A.0 and the State 404 Program Applicants Handbook. Collect all data and information necessary to determine the jurisdictional boundaries of wetlands and other surface waters as defined by the rules or regulations of each permitting agency processing a COUNTY permit application for the project. Where reasonable and applicable, set seasonal high-water levels in adjacent wetlands with biological indicators. Obtain a jurisdictional determination as defined by the rules or regulations of each permitting agency processing a COUNTY permit application for the project. Prepare aerial maps showing the jurisdictional boundaries of wetlands and other surface waters. Aerial maps shall be reproducible, of a scale of 1" = 400'or more detailed and be recent photography. The maps shall show the jurisdictional boundaries of each agency. Photocopies of aerials are not acceptable. When necessary, a wetland-specific survey will be prepared by a registered surveyor and mapper.All surveyed jurisdictional boundaries are to be tied to the project's baseline of survey. Prepare a written assessment of the current condition and functional value of the wetlands and other 38 CAO 1 1 A surface waters. Prepare data in tabular form, which includes the ID number for each wetland(and other surface water, if necessary) impacted, size of wetland to be impacted, type of impact, and identify any wetland(by ID number and size)within the project limits that will not be impacted by the project. Prepare appropriate agency forms to obtain required permits. Forms may include but are not limited to the State's Chapter 62-340 Wetland Delineation Form and Uniform Mitigation Assessment Method forms and/or project-specific data forms. 8.2.3 Species Surveys: The CONSULTANT shall conduct wildlife surveys as defined by rules or regulations of any permitting agency or commenting agency that is processing a COUNTY permit. This includes a listed species survey across the project corridor per standard Florida Fish and Wildlife Conservation Commission (FWC) and/or U.S. Fish and Wildlife Service (USFWS) protocols. Based upon the project location and prior documentation of listed species and/or habitat types within the project vicinity, additional species-specific surveys beyond standard protocols are also anticipated to be needed for the permitting processes. Additional species-specific surveys during the permitting processes may include but are not limited to the following: acoustic and roost surveys for the Florida bonneted bat (FBB); gopher tortoise surveys in appropriate upland habitat; red-cockaded woodpecker (RCW) cavity tree surveys; crested caracara nesting season survey(s); and inspection/additional surveys of any nest structures identified during standard protocol surveys. Note: If Additional Species Surveys are required by agencies, services can be added as Additional Services if requested by the COUNTY. Note: Additional pre-construction listed species surveys will also likely be required per special conditions included in the ERP and State 404 permit obtained for the project. Pre-construction listed species surveys,if needed,will be performed as Optional Services No.3(See 8.12 and 37.8). 8.3 Agency Verification of Wetland Data The CONSULTANT shall be responsible for verifying wetland and other surface water data identified in Section 8.2 and coordinating regulatory agency field reviews, including finalizing assessments and jurisdictional determinations with applicable agencies. 8.4 Complete and Submit All Required Permit Applications The CONSULTANT shall collect all the data and information necessary to prepare the permit applications and obtain the environmental permits required to construct the project as identified in the Project Description and as described in 8.4.1, 8.4.2,and 8.12(Other Permits). The CONSULTANT shall prepare each permit application in accordance with the rules and/or regulations of the regulatory agency responsible for issuing a specific permit and/or authorization to perform work. The permit application packages must be approved by the COUNTY prior to submittal to regulatory agencies. The CONSULTANT will submit all permit applications,as directed by the COUNTY. All permit applications shall be submitted (as part of the 60% Plans Submittal) and approved by their respective regulatory agency as part of this scope of services. The COUNTY will be responsible for payment of all permit and public noticing fees. 8.4.1 Complete and Submit all Required Wetland Permit Applications: 39 CAO 1 1 A The CONSULTANT shall prepare, complete, and submit required wetland permit (i.e., ERP, Section 404)application packages to the appropriate regulatory agencies. All permit applications shall be submitted(as part of the 60%Plans Submittal)and approved by their respective regulatory agency as part of this scope of services. This includes,but is not limited to,applications submitted to WMDs and DEP for the State 404 permit.The application package may include but is not limited to attachments (i.e. project location map, aerials, affidavit of ownership, pictures, additional technical analysis,etc.),a cover letter with project description,and completion of applicable agency forms. In addition, the CONSULTANT shall prepare and respond to agency Requests for Additional Information (RAIs), including necessary revisions to the application package. The COUNTY must approve all responses and completed application packages prior to submittal to the regulatory agencies. Geotechnical permitting should also be prepared,submitted,and obtained. The COUNTY will be responsible for payment of all permit and public noticing fees. 8.4.2 Complete and Submit all Required Species Permit Applications: The CONSULTANT shall coordinate with the appropriate permitting agencies, including the US Fish and Wildlife Service (USFWS) and Florida Fish and Wildlife Conservation Commission (FWC). In support of agency consultation, the CONSULTANT shall provide supporting documentation,including project location map,aerials,affidavit of ownership,pictures,additional technical analysis, etc. The CONSULTANT shall also prepare, complete, and submit required species permit applications to the appropriate agencies if any are required during the permitting phase of the project. All permit applications shall be submitted(as part of the 60%Plans Submittal) and approved by their respective regulatory agency as part of this scope of services. The work includes completion of application package (i.e. project location map, aerials, affidavit of ownership, pictures, additional technical analysis, etc.), cover letter with project description, and completion of applicable forms. In addition, the CONSULTANT shall respond to agency RAIs, including necessary revisions to the application package. All responses and completed applications must be approved by the COUNTY prior to submittal to the regulatory agency. The COUNTY will be responsible for payment of all permit and public noticing fees. 8.5 Coordinate and Review Dredge and Fill Sketches The CONSULTANT shall review Dredge and Fill Detail sheets to ensure the information on the sketch(es) meets the regulatory agencies' requirements and are appropriate for environmental permit application submittal and acquisition. The CONSULTANT will also provide environmental data/information as needed to support the preparation of the Dredge and Fill sketches. 8.6 Prepare USCG Permit Application—N/A 8.7 Prepare Water Management District or Local Water Control District Right of Way Occupancy Permit Application The CONSULTANT shall be responsible for the preparation of nine(9)ROW Occupancy permit applications in accordance with the regulatory agency requirements. The CONSULTANT shall be responsible for acquiring the ROW Occupancy permit. • Pond Outfalls into Canal(7 anticipated)-(5)Corkscrew Canal(Combine Permit if possible), (2)Curry Canal (Combine Permit if possible) • Curry Canal Bridge(1) • Cocohatchee Canal Box Culvert(1) 40 CAO 1 1 A Note: Boat Ramp Design and/or Permitting is not included in these Scope of Services and may be added as Additional Services by the COUNTY 8.8 Prepare Coastal Construction Control Line(CCCL)Permit Application—N/A 8.9 Prepare USACE Section 408 Application to Alter a Civil Works Project—N/A 8.10 Compensatory Mitigation Plan—N/A If impacts cannot be avoided,the CONSULTANT shall coordinate with the COUNTY appropriate mitigation to offset impacts.Mitigation will be summarized as part of the Environmental Resource Permit and Section 404 permit applications. The COUNTY will direct the CONSULTANT to investigate the mitigation options that meet federal and state requirements in accordance with section 373.4137, F.S. Below are mitigation options: • Purchase of mitigation credits from a mitigation bank—Anticipated • Payment to DEP/WMD for mitigation services—N/A • Monetary participation in offsite regional mitigation plans—N/A • Creation/restoration of wetlands on public lands or on the right of way purchased by the COUNTY or on existing COUNTY right of way—N/A Note: In the event that physical creation or restoration is the only feasible alternative to offset wetland impacts, the CONSULTANT shall collect all the data and information necessary to prepare mitigation plans acceptable to all permitting agencies and commenting agencies who are processing or reviewing a permit application for a COUNTY project. Prior to selection of a final creation/restoration mitigation site,the CONSULTANT will provide the following services in the development of a mitigation plan: • Preliminary jurisdictional determination for each proposed site • Selection of alternative sites • Coordination of alternative sites with the COUNTY/all environmental agencies • Written narrative listing potential sites with justifications for both recommended and non- recommended sites. Note:This scope item above is considered Additional Service(if Mitigation Bank is not an option), if requested by the COUNTY.Fees for this item are not included in the negotiated contract fees. If this item is deemed necessary and requested by the COUNTY,the scope and fee will be negotiated at that time and implemented via Change Order. 8.11 Mitigation Coordination and Meetings The CONSULTANT shall coordinate with COUNTY personnel prior to approaching any environmental permitting or commenting agencies. Once a mitigation plan has been reviewed and approved by the COUNTY,the CONSULTANT will be responsible for coordinating the proposed mitigation plan with the environmental agencies. The CONSULTANT will provide mitigation information needed to update the COUNTY Project Manager. 41 CAO 1 1 A 8.12 Other Environmental Permits This scope item is considered Optional Services if required/requested by the COUNTY. Fees for this item are not included in the negotiated contract fees. If this item is deemed necessary and requested by the COUNTY,the scope and fee will be negotiated at that time and implemented via Change Order. When applicable,the staff-hourly rates established in the contract shall be utilized for fee determination. Pre-construction listed species surveys may be required per special condition of the ERP and State 404 Permit that are obtained for the project. The surveys are generally required to take place no more than 30 days prior to the start of clearing. Based on other projects of similar scope and location,pre-construction surveys are anticipated for the following species: Florida bonneted bat, Big Cypress fox squirrel, gopher tortoise and/or burrowing owl, wading birds. If potentially occupied gopher tortoise burrows are identified within 25' of the project area that cannot be avoided, it will be necessary to obtain a gopher tortoise relocation permit from the FWC. In addition, coordination will also likely be required with the permitting agencies to document compliance with best management practices and/or fulfillment of mitigation requirements for the eastern indigo snake,Florida panther,and Everglades mink. Note: This will be performed as Optional Services No. 3 (See 37.8) 8.13 Technical Support to the COUNTY for Environmental Clearances and Re-evaluations —N/A 8.14 Preparation of Environmental Clearances and Re-evaluations(use when CONSULTANT prepares all documents associated with a re-evaluation) 8.14.1 NEPA of SEIR Reevaluation—N/A 8.14.2 Archaeological and Historical Resources 8.14.3 Wetland Impact Analysis—N/A. 8.14.4 Essential Fish Habitat Impact Analysis—N/A 8.14.5 Protected Species and Habitat Impact Analysis—N/A 8.15 Contamination Impact Analysis The CONSULTANT shall prepare Contamination Screening Evaluation for the project limits, including stormwater ponds and floodplain compensation sites as described in Part 2, Chapter 20, of the PD&E Manual. The appropriate level of analysis and deliverable type will be approved by the COUNTY's Project Manager. The draft Level, 1 Contamination Screening Evaluation document,shall be submitted to the COUNTY's Project Manager for review and final approval.A Level I Contamination Screening Evaluation Report will provide the project impacts, conclusions and recommendations,figures,tables,and appendices. • Level II assessment services are not included in this scope Note:This scope item)Level II Assessments)is considered Additional Service if requested by the COUNTY. Fees for this item are not included in the negotiated contract fees. If this item is deemed necessary and requested by the COUNTY,the scope and fee will be negotiated at that time and implemented via Change Order. When applicable, the staff-hourly rates 42 CAO 1 1 A established in the contract shall be utilized for fee determination. If contamination is identified within the limits of construction, the CONSULTANT shall coordinate with the COUNTY Project Manager to properly mark identified contamination areas in the plans and develop specifications as appropriate. 8.16 Asbestos Survey Asbestos/Lead Based Paint Survey will be required, and will be performed, for the existing Curry Canal Bridge(034032). 8.17 Technical Meetings 8.18 Quality Assurance/Quality Control 8.19 Supervision 8.20 Coordination 9 STRUCTURES-SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS The CONSULTANT shall analyze, design, and develop contract documents for all structures in accordance with applicable provisions as defined in Section 2.19, Provisions for Work. Individual tasks identified in Sections 9 through 18 are defined in the Staff Hour Estimation Handbook and within the provision defined in Section 2. 20, Provisions for Work. Contract documents shall display economical solutions for the given conditions. The CONSULTANT shall provide Design Documentation to the COUNTY with each submittal consisting of structural design calculations and other supporting documentation developed during the development of the plans. The design calculations submitted shall adequately address the complete design of all structural elements. These calculations shall be neatly and logically presented on digital media or, at the COUNTY's request,on 8 '/2"xl 1"paper, and all sheets shall be numbered. The final design calculations shall be signed and sealed by a Florida-licensed professional engineer. A cover sheet indexing the contents of the calculations shall be included, and the engineer shall sign and seal that sheet. All computer programs and parameters used in the design calculations shall include sufficient backup information to facilitate the review task. 9.1 Key Sheet and Index of Drawings 9.2 Project Layout 9.3 General Notes and Bid Item Notes 9.4 Miscellaneous Common Details 9.5 Incorporate Report of Core Borings 9.6 Standard Plans-Bridges 9.7 Existing Bridge Plans—if available 9.8 Structures Quantities for EQ Report 9.9 Cost Estimate 43 CAO 1 1 A 9.10 Technical Special Provisions and Modified Special Provisions 9.11 Field Reviews 9.12 Technical Meetings 9.13 Quality Assurance/Quality Control 9.14 Independent Peer Review 9.15 Supervision 9.16 Coordination 10 STRUCTURES- BRIDGE DEVELOPMENT REPORT(TECHNICAL MEMORANDUM) The CONSULTANT shall prepare a limited Bridge Development Report(BDR). The BDR shall be submitted as part of the Phase I Roadway Submittal, General Requirements. CONSULTANT shall prepare a "Technical Memorandum" summarizing the decisions and recommendations made regarding the type of bridge selected. A FSB (single bridge) is recommended. An analysis of cast in place vs.pre-cast will be performed. General Requirements 10.1 Bridge Geometry 10.2 Ship Impact Data Collection - NA 10.3 Ship Impact Criteria-NA Superstructure Alternatives 10.4 Short-Span Concrete 10.5 Medium-Span Concrete—N/A 10.6 Long Span Concrete-NA 10.7 Structural Steel-NA Foundation and Substructure Alternatives 10.8 Pier/Bent 10.9 Shallow Foundations/GRS Abutments—N/A 10.10 Deep Foundations Movable Span - NA 10.11 Data Collection and Design Criteria—N/A 10.12 Movable Span Geometries and Clearances—N/A 10.13 Deck System Evaluation—N/A 44 CAO 1 1 A 10.14 Framing Plan Development—N/A 10.15 Main Girder Preliminary Design—N/A 10.16 Conceptual Span Balance/Counterweight—N/A 10.17 Support System Development—N/A 10.18 Drive Power Calculations—N/A 10.19 Drive System Development—N/A 10.20 Power and Control Development—N/A 10.21 Conceptual Pier Design—N/A 10.22 Foundation Analysis(FL PIER)—N/A 10.23 Tender Visibility Study—N/A Other BDR Issues 10.24 Aesthetics—N/A 10.25 TTCP/Staged Construction Requirements—N/A 10.26 Constructability Requirements—N/A 10.27 Load Rating for Damaged/Widened Structures—N/A 10.28 Quantity and Cost Estimates 10.29 Quantity and Cost Estimates- Movable Span-NA 10.30 Wall Type Justification Report Preparation 10.31 Exhibits 10.32 Exhibits- Movable Span-NA 10.33 Report Preparation 10.34 Report Preparation-Movable Span-NA 10.35 BDR Submittal Package Preliminary Plans(To be included as an appendix to the BDR) 1. General Notes Sheet(s) 2. Plan and Elevation Sheets 3. Construction Staging 4. Bridge Hydraulics Recommendation Sheet 5. Superstructure Typical Section Sheets 45 CAO 1 1 A 6. Framing Plan 7. Substructure Section Sheets 8. Report of Core Borings 9. Preliminary Foundation Layouts 10. Wall Layout Sheets 11. Existing Bridge Plans—If available for Bridge Nos. 034056 and 034032 Preliminary Geotechnical investigations Report shall be included as part of the BDR preparation. 11 STRUCTURES-TEMPORARY BRIDGE—N/A 12 STRUCTURES- SHORT SPAN CONCRETE BRIDGE The CONSULTANT shall prepare plans for Short Span Concrete Bridge(s) at the location(s) specified in Section 2.5. General Layout Design and Plans 12.1 Overall Bridge Final Geometry 12.2 Expansion/Contraction Analysis 12.3 General Plan and Elevation 12.4 Construction Staging 12.5 Approach Slab Plan and Details 12.6 Miscellaneous Details End Bent Design and Plans 12.7 End Bent Geometry 12.8 End Bent Structural Design 12.9 End Bent Plan and Elevation 12.10 End Bent Details Intermediate Bent Design and Plans 12.11 Bent Geometry 12.12 Bent Stability Analysis 12.13 Bent Structural Design 12.14 Bent Plan and Elevation 12.15 Bent Details 46 CAO I Miscellaneous Substructure Design and Plans 12.16 Foundation Layout Superstructure Design and Plans 12.17 Finish Grade Elevation Calculation 12.18 Finish Grade Elevations Cast-In-Place Slab Bridges 12.19 Bridge Deck Design 12.20 Superstructure Plan 12.21 Superstructure Sections and Details Prestressed Slab Unit Bridges 12.22 Prestressed Slab Unit Design 12.23 Prestressed Slab Unit Layout 12.24 Prestressed Slab Unit Details and Schedule 12.25 Deck Topping Reinforcing Layout 12.26 Superstructure Sections and Details Reinforcing Bar Lists 12.27 Preparation of Reinforcing Bar List Load Rating 12.28 Load Rating—Review of data only(Provided by CEI) 13 STRUCTURES- MEDIUM SPAN CONCRETE BRIDGE—N/A 14 STRUCTURES- STRUCTURAL STEEL BRIDGE—N/A 15 STRUCTURES- SEGMENTAL CONCRETE BRIDGE—N/A 16 STRUCTURES- MOVABLE SPAN—N/A 17 STRUCTURES- RETAINING WALLS The CONSULTANT shall prepare plans for Retaining Wall(s)as specified in Section 2.5. Retaining Walls: CONSULTANT shall design retaining walls (assumed Gravity Walls) for the areas adjacent to the COUNTY utility well houses/vaults. These eight (8) locations will require plans. General Requirements 47 CAO I 1 A 17.1 Key Sheet 17.2 Horizontal Wall Geometry Permanent Proprietary Walls—N/A 17.3 Vertical Wall Geometry 17.4 Semi-Standard Drawings 17.5 Wall Plan and Elevations(Control Drawings) 17.6 Details Temporary Proprietary Walls—N/A • Wire Mesh Walls for TTCP in median Note: This scope item is considered Additional Service if requested by the COUNTY. Fees for this item are not included in the negotiated contract fees. If this item is deemed necessary and requested by the COUNTY, the scope and fee will be negotiated at that time and implemented via Change Order. When applicable, the staff-hourly rates established in the contract shall be utilized for fee determination 17.7 Vertical Wall Geometry 17.8 Semi-Standard Drawings 17.9 Wall Plan and Elevations(Control Drawings) 17.10 Details Cast-In-Place Retaining Walls—Eight(8)Anticipated 17.11 Design 17.12 Vertical Wall Geometry 17.13 General Notes 17.14 Wall Plan and Elevations(Control Drawings) 17.15 Sections and Details 17.16 Reinforcing Bar List Other Retaining Walls and Bulkheads—N/A 17.17 Design 17.18 Vertical Wall Geometry 17.19 General Notes,Tables and Miscellaneous Details 17.20 Wall Plan and Elevations 17.21 Details 48 CAO / IA 18 STRUCTURES- MISCELLANEOUS The CONSULTANT shall prepare plans for Miscellaneous Structure(s)as specified in Section 2.5. Concrete Box Culverts—Cocohatchee Canal Box Culvert Widening/Replacement(Bridge 034056) 18.1 Concrete Box Culverts 18.2 Concrete Box Culverts Extensions 18.3 Concrete Box Culvert Data Table Plan Sheets 18.4 Concrete Box Culvert Special Details Plan Sheets Strain Poles-NA 18.5 Steel Strain Poles 18.6 Concrete Strain Poles 18.7 Strain Pole Data Table Plan Sheets 18.8 Strain Pole Special Details Plan Sheets Mast Arms 18.9 Mast Arms Includes design of FDOT standard mast arm assemblies per FDOT Index for each location identified under Activity 23. A total of eight(8)Assemblies have been identified. 18.10 Mast Arms Data Table Plan Sheets 18.11 Mast Arms Special Details Plan Sheets if required Overhead/Cantilever Sign Structure-NA 18.12 Cantilever Sign Structures 18.13 Overhead Span Sign Structures 18.14 Special(Long Span)Overhead Sign Structures 18.15 Monotube Overhead Sign Structure 18.16 Bridge Mounted Signs(Attached to Superstructure) 18.17 Overhead/Cantilever Sign Structures Data Table Plan Sheets 18.18 Overhead/Cantilever Sign Structures Special Details Plan Sheets High Mast Lighting-NA 18.19 Non-Standard High Mast Lighting Structures 18.20 High Mast Lighting Special Details Plan Sheets Noise Barrier Walls(Ground Mount)-NA 49 CAO I 1 A 18.21 Horizontal Wall Geometry 18.22 Vertical Wall Geometry 18.23 Summary of Quantities—Aesthetic Requirements 18.24 Control Drawings 18.25 Design of Noise Barrier Walls Covered by Standards 18.26 Design of Noise Barrier Walls not Covered by Standards 18.27 Aesthetic Details Special Structures—N/A 18.28 Fender System 18.29 Fender System Access 18.30 Special Structures as needed 18.31 Other Structures -N/A 18.32 Condition Evaluation of Signal and Sign Structures,and High Mast Light Poles—N/A 18.33 Condition Evaluation of Signal and Sign Structures and High Mast Light Poles(No As built or Design Plans Available)—N/A 18.34 Analytical Evaluation of Signal and Sign Structures,and High Mast Light Poles—N/A 18.35 Ancillary Structures Report—N/A 19 SIGNING AND PAVEMENT MARKING ANALYSIS The CONSULTANT shall analyze and document Signing and Pavement Markings Tasks in accordance with all applicable manuals, guidelines, standards,handbooks, procedures,and current design memorandums. 19.1 Traffic Data Analysis The CONSULTANT shall review the approved typical section package and proposed geometric design alignment to identify proposed sign placements and roadway markings. Perform queue analysis. 19.2 No Passing Zone Study—N/A 19.3 Reference and Master Design File The CONSULTANT shall prepare the Signing & Marking Design file to include all necessary design elements and all associated reference files. 19.4 Multi-Post Sign Support Calculations The CONSULTANT shall determine the appropriate column size from the COUNTY's/FDOT's Multi-Post Sign Program(s). 50 CAO 11A 19.5 Sign Panel Design Analysis Establish sign layout, letter size, and series for non-standard signs. 19.6 Sign Lighting/Electrical Calculations—N/A 19.7 Quantities 19.8 Cost Estimate 19.9 Technical Special Provisions and Modified Special Provisions 19.10 Other Signing and Pavement Marking Analysis—N/A 19.11 Field Reviews 19.12 Technical Meetings 19.13 Quality Assurance/Quality Control 19.14 Independent Peer Review-N/A By Others 19.15 Supervision 19.16 Coordination 20 SIGNING AND PAVEMENT MARKING PLANS The CONSULTANT shall prepare a set of Signing and Pavement Marking Plans in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums that includes the following. 20.1 Key Sheet 20.2 General Notes/Pay Item Notes 20.3 Project Layout—N/A 20.4 Plan Sheet 20.5 Typical Details 20.6 Guide Sign Special Details Work Sheet(s) Advance Street Signs for Immokalee Road,Wilson Boulevard,Golden Gate Boulevard,Vanderbilt Beach Road. 20.7 Traffic Monitoring Site-2 Sites, (1)north and(1)south of Vanderbilt Beach Road 20.8 Cross Sections 20.9 Special Service Point Details—N/A 20.10 Special Details 20.11 Interim Standards—N/A 51 CAO 1 1 A 20.12 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy, and coordination of traffic design drawings, specifications, and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all design drawings, specifications, and other services prepared as a part of the contract.In addition,the CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan may be utilized by the CONSULTANT as part of their normal operation,or it may be specifically designed for this project. 20.13 Supervision 21 SIGNALIZATION ANALYSIS The CONSULTANT shall analyze and document Signalization Analysis Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 21.1 Traffic Data Collection—as required The CONSULTANT shall perform all effort required for traffic data collection, including crash reports,24 hr.machine counts, 8 hr.turning movement counts, 7-day machine counts. Traffic Counts • Wilson at Immokalee Road(By Others)—Provided to CONSULTANT • Wilson at Golden Gate Blvd Crash Studies—Within Project Limits • Wilson Boulevard • Immokalee Road • Golden Gate Boulevard 21.2 Traffic Data Analysis The CONSULTANT shall determine,intersection geometry. 21.3 Signal Warrant Study-N/A 21.4 Systems Timings The CONSULTANT shall assist the COUNTY staff with determining proper coordination timing plans including splits,force offs,offsets,and preparation of Time Space Diagram.Timings will be performed by the COUNTY. 21.5 Reference and Master Signalization Design File The CONSULTANT shall prepare the Signalization Design file to include all necessary design elements and all associated reference files. 52 CAO 1 1 A 21.6 Reference and Master Interconnect Communication Design File The CONSULTANT shall prepare the Interconnect Communication Design file to include all necessary design elements and all associated reference files. Interconnect Plans will connect: Immokalee Road, Wilson Boulevard, Vanderbilt Beach Road, Golden Gate Boulevard. CONSULTANT will coordinate with COUNTY Traffic Department. 21.7 Overhead Street Name Sign Design The CONSULTANT shall design Signal Mounted Overhead Street Name signs for the following Intersections: Wilson/Immokalee, Wilson/Golden Gate(Wilson/VBRX will be existing). 21.8 Pole Elevation Analysis—Eight(8)Pole Locations 21.9 Traffic Signal Operation Report—N/A 21.10 Quantities 21.11 Cost Estimate 21.12 Technical Special Provisions and Modified Special Provisions The CONSULTANT shall meet the latest version of the Collier County Signalization Technical Special Provisions. 21.13 Other Signalization Analysis The CONSULTANT is required to incorporate into the project the following elements: Closed Circuit Television(CCTV)Cameras(as necessary)—the specification for these devices can be found on Collier County's website at http://www.colliergov.net/your-government/divisions-s- z/traffic-operations/traffic-technical-special-provi sions • Vehicle Detection(Inductive loops);web address for these specifications is above. • Queue Analysis—Determine auxiliary lanes capacity • Any additional Technical Special Provisions (must be approved by Traffic Operations Engineers) 21.14 Field Reviews—N/A All existing equipment being replaced(Immokalee and Golden Gate) 21.15 Technical Meetings 21.16 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy, and coordination of traffic design drawings, specifications, and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all design drawings, specifications, and other services prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented 53 CAO 1 1 A to verify that the required procedures were followed. The CONSULTANT may utilize the Quality Control Plan as part of their normal operation,or it may be specifically designed for this project. 21.17 Independent Peer Review—N/A by others 21.18 Supervision 21.19 Coordination 22 SIGNALIZATION PLANS The CONSULTANT shall prepare a set of Signalization Plans in accordance with all applicable manuals,guidelines, standards, handbooks, procedures,and current design memorandums, for the following intersections Existing Signalized Intersections: Golden Gate Blvd(CR876)—Replace Immokalee Road(CR846)—Replace Vanderbilt Beach Road(CR862)—Modify VBR Signalization(Add/relocate signal heads) Note: Improvements/Replacements to the Signalized Intersection of Golden Gate Boulevard and 5'Street NW is not included in these Scope of Services and will be considered Additional Services if requested by COUNTY. Services include the following: 22.1 Key Sheet/Signature Sheet 22.2 General Notes/Pay Item Notes 22.3 Plan Sheets 22.4 Interconnect Plans 22.5 Traffic Monitoring Site-2 Sites,(1)north and(1)south of Vanderbilt Beach Road 22.6 Guide Sign Worksheet 22.7 Special Details 22.8 Special Service Point Details—as required 22.9 Mast Arm/Monotube Tabulation Sheet 22.10 Strain Pole Schedule—N/A 22.11 TTCP Signal (Temporary)—N/A 22.12 Temporary Detection Sheet 22.13 Utility Conflict Sheet 22.14 Interim Standards—N/A 54 CAO 1 1 A 22.15 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy, and coordination of traffic design drawings, specifications, and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all design drawings, specifications, and other services prepared as a part of the contract. In addition,the CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan may be utilized by the CONSULTANT as part of their regular operation,or it may be specifically designed for this project. 22.16 Supervision 23 LIGHTING ANALYSIS The CONSULTANT shall analyze and document Lighting Tasks in accordance with all applicable manuals,guidelines,standards,handbooks,procedures,and current design memorandums. 23.1 Lighting Justification Report The CONSULTANT shall prepare a Lighting Justification Report. The report shall be submitted under a separate cover with the 30%plans submittal,titled Lighting Justification Report. The report shall provide analyses for mainlines and arterial roads and shall include all backup data such that the report stands on its own. Back-up data shall include current ADTs,general crash data average cost from the Florida Highway Safety Improvement Manual, crash details data from the last three years,and preliminary lighting calculations. The report shall address warrants to determine if lighting warrants are met and shall include a benefit-cost analysis to determine if lighting is justified. The report shall include calculations for the night-to-day crash ratio as well as a table summarizing the day-time and the night-time crashes. The report shall follow the procedures outlined in the FDOT Manual on Uniform Traffic Studies (MUTS)manual, which utilize ADT, Three Year Crash Data,night/day crash ratio, percentage of night ADT,etc. Note: Lighting Justification Report will assume complete corridor coverage as opposed to intersections only. 23.2 Lighting Design Analysis Report The CONSULTANT shall prepare a Preliminary Lighting Design Analysis Report. The report shall be submitted under a separate cover with the 60% plans submittal. The report shall provide analyses for each signalized intersection lighting design and each typical section of the mainline and arterial roads.Each lighting calculation shall be properly identified as to the area that it covers. The report shall include the Lighting Design Criteria that will be used. For projects with corridor lighting, the report shall include the evaluation of at least three lighting design alternatives. The report shall provide a recommendation on the alternative to use. Each alternative shall be properly described; the alternatives shall consider different pole heights, lamp wattage, and arm lengths. Each alternative shall be provided with a cost estimate that includes initial cost in addition to operations and maintenance cost for one year. After approval of the preliminary report,the CONSULTANT shall submit a revised report for each submittal. The Lighting Design Analysis Report shall include: 55 CAO 1 1 A • Lighting Calculations • Structural calculations for special conventional pole concrete foundations if required • Letter to the power company requesting service • Power company confirmation letter on the requested services • Voltage drop calculations • Load analysis calculations for each branch circuit Note: Lighting Design Analysis Report will assume complete corridor coverage as opposed to intersections only. 23.3 Voltage Drop Calculations The CONSULTANT shall submit voltage drop calculations showing the equation or equations used along with the number of luminaries per circuit,the length of each circuit,the size conductor or conductors used and their ohm resistance values.The voltage drop incurred on each circuit(total volts and percentage of drop) shall be calculated, and all work necessary to calculate the voltage drop values for each circuit should be presented in such a manner as to be duplicated by the COUNTY. The Voltage Drop Calculations shall be submitted as part of the Lighting Design Analysis Report. Note: Voltage Drop Calculations will assume complete corridor coverage as opposed to intersections only. 23.4 FDEP Coordination and Report—N/A 23.5 Reference and Master Design Files The CONSULTANT shall prepare the Lighting Design file to include all necessary design elements and all associated reference files. 23.6 Temporary Lighting—N/A, by the CONTRACTOR, if required 23.7 Design Documentation-N/A, included in LDAR 23.8 Quantities 23.9 Cost Estimate 23.10 Technical Special Provisions and Modified Special Provisions 23.11 Other Lighting Analysis—N/A 23.12 Field Reviews The CONSULTANT shall collect information from the maintaining agencies and conduct a field review. The review should include but is not limited to the following: • Existing Lighting Equipment • Load Center,Capabilities,and Condition/Age 56 CAO 1 1 A • Condition of Lighting Structure(s) • Verification of horizontal clearances • Verification of breakaway requirements 23.13 Technical Meetings 23.14 Quality Assurance/Quality Control 23.15 Independent Peer Review—N/A By Others 23.16 Supervision 23.17 Coordination 24 LIGHTING PLANS The CONSULTANT shall prepare a set of Lighting Plans in accordance with all applicable manuals,guidelines,standards,handbooks,procedures,and current design memorandums. The CONSULTANT shall provide all design services and deliver construction documents for all lighting required for the project. The CONSULTANT will analyze the luminescence needs for the project and provide recommendations for street lighting compatible with a four-lane configuration for Wilson Blvd. Services include providing a lighting justification report and a lighting design analysis report(as required). The CONSULTANT will assume the entire corridor will be lit for report(s)(Lighting and Voltage Drop)purposes.The COUNTY will provide direction with regards to lighting corridor vs. intersections as design progresses and public input is gathered. Lighting of Intersections only is included in these Scope of Services. • Note: If the entire Wilson Boulevard corridor will be lighted, these services shall be performed as Optional Services No. 4(See 37.8). • Note:Lighting or modifications to lighting along Golden Gate Boulevard and/or Immokalee Road is not included in these Scope of Services. These services shall be considered Additional Services. Services include the following: 24.1 Key Sheet/Signature Sheet 24.2 General Notes/Pay Item Notes 24.3 Pole Data,Legend &Criteria 24.4 Service Point Details 24.5 Project Layout- N/A 24.6 Plan Sheet 24.7 Special Details 24.8 Temporary Highway Lighting Detail Sheets—N/A 24.9 Temporary Highway Lighting Plan Sheets—N/A 57 CAO 11A 24.10 Interim Standards—N/A 24.11 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy, and coordination of traffic design drawings, specifications, and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all design drawings, specifications, and other services prepared as a part of the contract. In addition,the CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan may be utilized by the CONSULTANT as part of their regular operation, or it may be specifically designed for this project. 24.12 Supervision 25 LANDSCAPE ANALYSIS The CONSULTANT shall analyze and document Landscape Architecture Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, and current design memorandums. 25.1 Data Collection—N/A 25.2 Site Inventory and Analysis for Proposed Landscape- N/A 25.2a Selective Clearing and Grubbing Site Inventory—(see 4.12)—N/A Note: CONSULTANT will coordinate with COUNTY landscaping staff to discuss impacts to median vegetation along Immokalee Road and Golden Gate Boulevard. It is anticipated that these areas will be removed prior to construction(by others). 25.2b Inventory and Analysis—(see 4.12)—N/A 25.2c Vegetation Disposition Plan-Mainline- N/A 25.3 Planting Design—N/A 25.3a Conceptual Planting Design—N/A 25.3b Final Planting Design—N/A 25.4 Irrigation Design—N/A 25.4a Conceptual Irrigation Design N/A 25.4b Final Irrigation Design—N/A 25.5 Hardscape Design 25.5a Conceptual Hardscape Design Landscape/Irrigation Plans are not included in this Scope of Services. 25.5b Final Hardscape Design 58 CAO 1 1 A The CONSULTANT shall provide "base level of landscaping" in the roadway plans as follows: electrical and irrigation sleeving, clean median backfill with landscape quality soil, non-mountable Type F curbing and brick pavers at the median ends. Specification and references in"Landscape and Irrigation Specifications for Beautification Improvements"are found in the Collier COUNTY's Right of Way Manual. Plans will be reviewed by Collier COUNTY Landscape Design and Maintenance Staff 25.6 Roll Plots Task includes any roll plots for the project to aid in developing plans (by others.) (landscape opportunity,disposition, site inventory and analysis,etc.) 25.7 Quantities 25.8 Cost Estimates 25.9 Technical Special Provisions and Modified Special Provisions 25.10 Inspection Services—N/A 25.11 Other Landscape Services—N/A 25.12 Outdoor Advertising—N/A 25.13 Field Reviews 25.14 Technical Meetings/Public Meetings 25.15 Quality Assurance/Quality Control 25.16 Independent Peer Review—N/A 25.17 Supervision 25.18 Project Coordination 25.19 Interdisciplinary Coordination 26 LANDSCAPE PLANS—N/A 27 SURVEY The CONSULTANT shall perform survey tasks in accordance with all applicable statutes, manuals,guidelines,standards,handbooks,procedures,and current design memoranda. The CONSULTANT shall submit survey notes and computations to document the surveys. Field survey work shall be recorded in approved media and submitted to the COUNTY. Field books submitted to the COUNTY must be of an approved type. The field books shall be certified by the surveyor in responsible charge of work being performed before the final product is submitted. The survey notes shall include documentation of decisions reached from meetings, telephone conversations or site visits. All like work (such as bench lines, reference points, etc.) shall be recorded contiguously. The COUNTY may not accept field survey radial locations of section corners, platted subdivision lot and block corners, alignment control points, alignment control 59 CAO h 1A reference points and certified section corner references. The COUNTY may instead require that these points be surveyed by true line, traverse or parallel offset or Global Positioning Systems (GPS)procedures 27.1 Horizontal Project Control(HPC) Establish or recover HPC, for the purpose of establishing horizontal control on the Florida State Plane Coordinate System or datum approved by the COUNTY Project Manager; may include primary or secondary control points. Includes analysis and processing of all field collected data, and preparation of forms. 27.2 Vertical Project Control(VPC) Establish or recover VPC, for the purpose of establishing vertical control on datum approved by the COUNTY Project Manager;may include primary or secondary vertical control points.Includes analysis and processing of all field collected data,and preparation of forms. 27.3 Alignment and/or Existing Right of Way(R/W) Lines Establish, recover or re-establish project alignment. Also includes analysis and processing of all field collected data, existing maps, and/or reports for identifying mainline, offset, or secondary alignments. Depict alignment and/or existing R/W lines (in required format) per COUNTY R/W Maps,platted or dedicated rights of way. 27.4 Aerial Targets-NA 27.5 Reference Points Reference Horizontal Project Control (HPC) points, project alignment, vertical control points, section, 'A section,center of section corners and General Land Office(G.L.O.)corners as required. 27.6 Topography/Digital Terrain Model(DTM)(3D) Locate all above ground features and improvements for the limits of the project by collecting the required data for the purpose of creating a DTM with sufficient density. Shoot all break lines,high and low points. Effort includes field edits, analysis and processing of all field collected data, existing maps,and/or reports. 27.7 Planimetric(2D) Locate all above ground features and improvements. Deliver in appropriate electronic format. Effort includes field edits,analysis and processing of all field collected data,existing maps,and/or reports. 27.8 Roadway Cross Sections/Profiles Perform cross sections or profiles. May include analysis and processing of all field-collected data for comparison with DTM. 27.9 Side Street Surveys Refer to tasks of this document as applicable. 500 Ft East/West of Wilson within Project Limits. Side Street Swales along one side of road for 5 pond outfalls only. Note: Five (5) of the 36 Ditches will be improved to allow for pipe outfalls from ponds to Corkscrew Canal.If plans are developed for the other 31,additional survey/ROW will be required. 60 CAO � 1A It can be assumed that all improvements would remain within existing ROW Note:Driveway impacts and reconstruction will require TDRE's. 27.10 Underground Utilities The CONSULTANT's approach to practicing SUE shall be consistent with the American Society of Civil Engineers (ASCE) Standard (Cl/ASCE 38-02) entitled "Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data". Designation includes 2-dimensional collection of existing utilities and selected 3-dimensional verification as needed for designation. Designation shall include electronic depths. Location includes non-destructive excavation to determine size, type and location of existing utility, as necessary for final 3-dimensional verification. Survey includes collection of data on points as needed for designates and locates. Includes analysis and processing of all field collected data,and delivery of all appropriate electronic files. The CONSULTANT shall SUE up to ten(10)eight foot"X"shaped trenches at new underground infrastructure or earthwork excavation (i.e., mast arms, bridges) in areas that work will be performed. CONSULTANT shall provide electronic depths with the designates. Proposed SUE locations must be approved by the COUNTY prior to authorization of this task. Additionally, scope includes up to twenty(20)pothole locations. A Professional Land Surveyor, registered in the State of Florida, shall sign and seal the data provided and included in the Verified Utility Locate Plan Sheets.All information shall be provided in the format requested by the COUNTY. 27.11 Outfall Survey Locate above ground features and improvements for the limits of the project by collecting the required data for the purpose of a DTM. Survey with sufficient density of shots. Shoot all break lines,high and low points. Includes field edits, analysis and processing of all field collected data, existing maps,and/or reports.—7 Locations Assumed. 27.12 Drainage Survey Locate underground data (XYZ, pipe size, type, condition and flow line) that relates to above ground data. Includes field edits, analysis and processing of all field collected data,existing maps, and/or reports. 27.13 Bridge Survey(Minor/Major) Locate required above ground features and improvements for the limits of the bridge.Includes field edits,analysis and processing of all field collected data,existing maps,and/or reports. • Cypress Canal Bridge • Cocohatchee Canal Box Culvert 27.14 Channel Survey Locate topographic features and improvements for the limits of the project by collecting the required data. Includes field edits,analysis and processing of all field collected data,maps,and/or reports. 61 CAO I 1 A • For Cypress Canal Bridge Hydraulics Report • For Cocohatchee Canal Box Culvert Hydraulics Report 27.15 Pond Site Survey Refer to tasks of this document as applicable. • Assumes 7 Pond Locations 27.16 Mitigation Survey—N/A 27.17 Jurisdiction Line Survey Perform field location (2-dimensional) of jurisdiction limits as defined by respective authorities, also includes field edits,analysis and processing of all field collected data,preparation of reports. 27.18 Geotechnical Support Perform 3-dimensional (X,Y,Z) field location, or stakeout, of boring sites established by geotechnical engineer.Includes field edits,analysis and processing of all field collected data and/or reports. 27.19 Sectional/Grant Survey-NA 27.20 Subdivision Location—N/A 27.21 Maintained R/W Perform field location (2-dimensional) of maintained R/W limits as defined by respective authorities, if needed. Also includes field edits, analysis and processing of all field collected data, preparation of reports. 27.22 Boundary Survey Perform boundary survey as defined by COUNTY standards. Includes analysis and processing of all field-collected data, preparation of reports. 27.23 Water Boundary Survey Perform Mean High Water, Ordinary High Water and Safe Upland Line surveys as required by FDOT and COUNTY standards. 27.24 Right of Way Staking,Parcel/Right of Way Line Perform field staking and calculations of existing/proposed R/W lines for on-site review purposes as needed. Note: Scope assumes up to 40 Hours of 2-Person Survey Field Crew Time. 27.25 Right of Way Monumentation—N/A Set R/W monumentation as depicted on final R/W maps for corridor and water retention areas. Note: To be completed as part of Post Design Services. 27.26 Line Cutting Perform necessary efforts required to clear vegetation from the line of sight. 62 CAO 1 1 A 27.27 Work Zone Safety Provide work zone as required by FDOT standards. 27.28 Vegetation Survey-N/A 27.29 Tree Survey-N/A 27.30 Miscellaneous Surveys Refer to tasks of this document,as applicable,to perform surveys not described herein.The percent for Supplemental will be determined at negotiations. This item can only be used if authorized in writing by the COUNTY Project Manager. 27.31 Supplemental Surveys Supplemental survey days and hours are to be approved in advance by COUNTY Project Manager. Refer to tasks of this document, as applicable,to perform surveys not described herein. 27.32 Document Research Perform research of documentation to support field and office efforts involving surveying and mapping. 27.33 Field Review Perform verification of the field conditions as related to the collected survey data. 27.34 Technical Meetings Attend meetings as required and negotiated by the Surveying and Mapping COUNTY. 27.35 Quality Assurance/Quality Control(QA/QC) Establish and implement a QA/QC plan. Also includes SUBCONSULTANT review, response to comments and any resolution meetings if required,preparation of submittals for review,etc. 27.36 Supervision Perform all activities required to supervise and coordinate project. These activities must be performed by the project supervisor, a Florida P.S.M. or their delegate as approved by the COUNTY Project Manager. 27.37 Coordination Coordinate survey activities with other disciplines. These activities must be performed by the project supervisor, a Florida P.S.M. or their delegate as approved by the COUNTY Project Manager. 28 PHOTOGRAMMETRY- NA 29 MAPPING The CONSULTANT will be responsible for the preparation of control survey maps,right of way maps, maintenance maps, sketches, other miscellaneous survey maps, and legal descriptions as required for this project in accordance with all applicable COUNTY Manuals, Procedures, 63 CAO I 1 A • Handbooks, District specific requirements, and Florida Statutes. All maps, surveys and legal descriptions will be prepared under the direction of a Florida Professional Surveyor and Mapper (PSM)to COUNTY size and format requirements utilizing COUNTY approved software and will be designed to provide a high degree of uniformity and maximum readability. The CONSULTANT will submit maps, legal descriptions, quality assurance check prints, checklists, electronic media files and any other documents as required for this project to the COUNTY for review at stages of completion as negotiated. The Sketch and Description shall meet the Accuracy Standards as adopted by ALTA and ACSM and the Minimum Technical Standards of the State of Florida in effect on the date of certification.A Closure Report will be certified by the licensed land surveyor and submitted with or on the Sketch and Description. All Sketches accompanying Descriptions shall include a graphical depiction of the location of all utility easements that encumber the described parcel. Sketches shall also include a reference to the Official Records Book and page number of each utility easement depicted thereon. Master CADD File 29.1 Alignment 29.2 Section and 1/4 Section Lines 29.3 Subdivisions/Property Lines 29.4 Existing Right of Way 29.5 Topography 29.6 Parent Tract Properties and Existing Easements 29.7 Proposed Right of Way Requirements The ENGINEER OF RECORD (EOR) will provide the proposed requirements. The PSM is responsible for calculating the final geometry. Notification of Final Right of Way Requirements along with the purpose and duration of all easements will be specified in writing. 29.8 Limits of Construction The limits of construction DGN file as provided by the EOR will be imported or referenced to the master CADD file. Additional labeling will be added as required. The PSM is required to advise the EOR of any noted discrepancies between the limits of construction line and the existing/proposed right of way lines, and for making adjustments as needed when a resolution is determined. 29.9 Jurisdictional/Agency Lines These lines may include, but are not limited to, jurisdictional, wetland, water boundaries, and COUNTY limit lines. Sheet Files 29.10 Control Survey Cover Sheet 29.11 Control Survey Key Sheet 29.12 Control Survey Detail Sheet 29.13 Right of Way Map Cover Sheet 64 CAO 1 1 A 29.14 Right of Way Map Key Sheet 29.15 Right of Way Map Detail Sheet 29.16 Maintenance Map Cover Sheet 29.17 Maintenance Map Key Sheet 29.18 Maintenance Map Detail Sheet 29.19 Reference Point Sheet This sheet(s) will be included with the Control Survey Map, Right of Way Map and Maintenance Map. 29.20 Project Control Sheet This sheet depicts the baseline,the benchmarks,the primary and secondary control points and their reference points including the type of material used for each point, their XYZ coordinates, scale factors and convergence angles.This sheet(s)may be included with the Control Survey Map, Right of Way Map and Maintenance Map. 29.21 Table of Ownerships Sheet—N/A 29.22 Parcel Sketches 29.23 TIITF Sketches 29.24 Other Specific Purpose Survey(s) 29.25 Boundary Survey(s) Map 29.26 Right of Way Monumentation Map The CONSULTANT is responsible for all Right of Way Maps or Sketches for right of way acquisitions necessary for the project 29.27 Property Information Reports—N/A Obtaining any Property Information Reports that may be required is the responsibility of the COUNTY. Copies of Property Information Reports shall be furnished to the CONSULTANT by COUNTY upon receipt. 29.28 Title Search Report—N/A 29.29 Legal Descriptions The CONSULTANT is responsible for Legal Sketch and Descriptions for the right of way acquisitions necessary for the project(Fee/RDUE/TCE etc). CONSULTANT will provide a ROW Acquisition Report necessary for the Project. 29.30 Final Map/Plans Comparison The PSM will perform a comparison of the final right of way maps with the available construction plans to review the correctness of the type of parcel to be acquired and the stations/offsets to the 65 CAO 11A required right of way. The PSM will coordinate with the FOR to resolve any conflicts or discrepancies and provide documentation of the review. 29.31 Field Reviews 29.32 Technical Meetings 29.33 Quality Assurance/Quality Control 29.34 Supervision 29.35 Coordination 29.36 Supplemental Mapping This task is to cover efforts resulting from major design and/or development changes after 60% map development that affect the right of way requirements/parent tract property lines and may include any number of tasks.Request and approval to utilize the Supplemental Mapping hours will be in writing and approved by the COUNTY Project Manager prior to any work being done under this task. 30 TERRESTRIAL MOBILE LIDAR—N/A 31 ARCHITECTURE DEVELOPMENT—N/A 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THE DESIGN PHASE Note: Noise Barrier Design is not included in these Scope of Services and will be considered Additional Services if requested by COUNTY. 32.1 Noise Analysis The noise analysis shall be performed in accordance with the FDOT's Noise Policy(Part 2,Chapter 17 of the FDOT's PD&E Manual) and the FDOT's Traffic Noise Modeling and Analysis Guidelines. The noise analysis and noise abatement evaluation shall be performed by or supervised/reviewed by a person(s)who has attended the FDOT's Traffic Noise Analysis training course or has attended and successfully completed the National Highway Institute's Highway Traffic Noise Course (FHWA-NHI-142051). The Federal Highway Administration (FHWA) approved noise model,the Traffic Noise Model(TNM)Version 2.5(or most current version)shall be used for the noise analysis,unless otherwise directed by the COUNTY. • Limits shall be approximately 3.7 Miles of Wilson Boulevard within project limits. • Note: Noise Analysis will not be performed along: Immokalee Road, VBR, Golden Gate Blvd, Side Streets. 32.2 Noise Barrier Evaluation—N/A 32.3 Public Involvement—N/A 32.4 Outdoor Advertising Identification—N/A 32.5 Noise Study Report(NSR)Addendum—N/A 32.6 Technical Meetings Prior to proceeding with the noise barrier analysis, the CONSULTANT shall discuss and 66 CAO I 1 A coordinate with the appropriate District Environmental Management Office staff and the COUNTY Project Manager. The purpose of this discussion will be for the COUNTY to provide the CONSULTANT with all pertinent project information and to confirm the methodologies to be used to conduct the noise analysis. This meeting is mandatory and should occur after the Notice to Proceed is given to the CONSULTANT. It is the responsibility of the CONSULTANT to undertake the necessary action (i.e. phone calls, meetings, correspondence, etc. to ensure that COUNTY Project Manager is kept informed of the noise analysis efforts so that these tasks are accomplished in a manner that will enhance the overall success of the project. 32.7 Quality Assurance/Quality Control 32.8 Supervision 32.9 Coordination 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS The CONSULTANT shall analyze and document Intelligent Transportations System (ITS) Analysis Tasks in accordance with all applicable manuals, guidelines, standards, handbooks, procedures, existing ITS standard operating procedures, strategic plans, Florida's SEMP guidelines,National and regional ITS architectures,and current design memoranda. The CONSULTANT shall determine the exact location of the field devices to meet the desired coverage and functional requirements of vehicle detectors. The detector and associated cabinet locations shall be identified by the CONSULTANT. The CONSULTANT will coordinate and perform a detailed site survey with a factory trained and certified representative of the detection system manufacturer being proposed in their design. The site survey must confirm that the design does not exceed the operational capabilities of the proposed detection technology or device. The CONSULTANT shall be responsible for the design of a two-vehicle detection system that allows travel times to be automatically calculated for roadway facilities. One vehicle detection system to be located north and one south of Vanderbilt Beach Road extension. The travel time system may utilize microwave. The system shall utilize the project communications fiber optic backbone in order to collect and distribute travel time data to the TMCs. The vehicle detection system utilized shall comply with the latest version of FDOT Standard Specifications for Road and Bridge Construction, Specification 660. 33.2 Communications The CONSULTANT shall be responsible for the development of a communications plan to determine the optimal communications medium for the project corridor. The plan shall be developed prior to submittal of Phase I plans. The CONSULTANT shall design and install 48 strand signal mode fiber optic cable along the inter project length with provisions to connect the fiber optic cable to the COUNTY back bone network at Immokalee Rd and Wilson at Vanderbilt Beach Road Extension and Wilson Blvd and at Golden Gate Blvd and Wilson Blvd. 33.6 Design Documentation The CONSULTANT shall submit a Design Documentation Book with each plan submittal under separate cover and not part of the roadway documentation book. At a minimum, the design documentation book shall include: 67 CAO 11A • Computation books for all applicable items on plans. • Phase submittal checklist. • Three-way quantity check list • Structural calculations for all structures 33.7 Existing ITS The CONSULTANT shall research any required legacy system or system components that may be impacted by new work, such as: existing communications; existing types, numbers, locations, models,manufacturers,and age of ITS devices;as-built plans;existing operating software;existing center-to-field devices;and C2C communications and capabilities. 33.8 Queue Analysis-N/A 33.9 Reference and Master ITS Design File The CONSULTANT shall prepare the ITS design file to include all necessary design elements and the reference files for topo, R/W roadway, utilities files, etc. This effort includes the design and layout of proposed ITS devices, including but not limited to: CCTV / Detection poles, DMS, detection devices, advanced traffic controllers, conduit, cabinet-related pull boxes, service points, fiber optic sizing, and communications hubs. All existing ITS infrastructure shall be referenced to the new ITS plan sheets(if applicable). 33.10 Reference and Master Communications Design File The CONSULTANT shall prepare the communication design file to include all necessary design elements and all associated reference files as well as reference files of topo,R/W,roadway,utilities files, existing ITS communications infrastructure, etc. This effort includes design and layout of proposed communications conduit, cabinet, pull boxes, splice boxes, standard route markers, communications plan overview, fiber optic splicing,connections, communications hubs,etc. 33.11 Pole Elevation Analysis The CONSULTANT shall evaluate pole elevation requirements and design pole heights to meet the Project requirements including field of view; elimination of occlusion; site access for maintenance vehicles and personnel; access to pole mounted equipment, such as CCTV cameras, traffic detectors,and cabinets;and probability of lightning strike. 33.12 Sign Panel Design Analysis—N/A 33.13 Quantities The CONSULTANT shall include all work required to determine the quantities for all items, including ITS structures and devices,interconnect,and infrastructure(such as conduits,pull boxes, splice boxes, fusion splices, splice enclosures, etc.). This work effort shall include generating accurate quantities for computing the engineer's estimate as required by the District. Use digital submittal of plans as required by the COUNTY. 33.14 Cost Estimate The CONSULTANT shall prepare an engineer's cost estimate for the project using historical data from the FDOT or from other Industry sources.The CONSULTANT shall also load the pay items 68 CAO 1 1 A and quantities into AASHTOWare Project Preconstruction for generating the Summary of Pay Items and the FDOT's in-house estimates. 33.15 Technical Special Provisions and Modified Special Provisions The CONSULTANT shall develop Technical Special Provisions (TSP) and Modified Special Provisions (MSP) for the specific items or conditions of the project that are not addressed in the FDOT's Standard Specifications, Supplemental Specifications and Special Provisions. 33.16 Other ITS Analyses—N/A 33.17 Field Reviews The CONSULTANT shall conduct a field review for the required phase submittals. The review shall identify necessary data for all elements of the project including, but not limited to, the following: • Existing ITS Field Devices as compared with the latest FDOT standards and COUNTY requirements • Device Make,Model,Capabilities,Condition/Age,Existence of SunGuide Software Driver • Condition of Structure(s),cabinets,and other above-ground infrastructure and devices • Type of Detection as Compared with Current COUNTY Standards • Underground Infrastructure • Proximity of other utilities • Traffic Operations • Any other field reconnaissance as necessary to develop a complete ITS design package 33.18 Technical Meetings The CONSULTANT shall attend meetings as necessary support the project. 33.19 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality, technical accuracy and coordination of designs, drawings, specifications, and other services and work furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check, and review all design drawings, specifications, and other documentation prepared as a part of the contract. The CONSULTANT shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The Quality Control Plan may be one utilized by the CONSULTANT as part of their normal operation or may be one specifically designed for this project. The CONSULTANT shall utilize the District's quality control checklist.The responsible Professional Engineer that performed the Quality Control review shall sign a statement certifying that the review was conducted. The CONSULTANT shall, without additional compensation, correct all errors or deficiencies in their works. 69 CAO 1 1 A 33.20 Supervision The CONSULTANT shall provide all efforts required to supervise all technical design activities. 33.21 Coordination The CONSULTANT shall coordinate with Survey, Geotech, Drainage, Structures, Lighting, Roadway Design,Utilities,municipalities,maintaining agencies and Traffic Operations to produce a final set of construction contract documents and to ensure that a high degree of accuracy for the design plans is achieved. 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS The CONSULTANT shall prepare a set of ITS Plans in accordance with the FDOT Design Manual that includes the following: 34.1 Key Sheet The CONSULTANT shall prepare the key sheet in accordance with the latest format depicted in the FDOT Design Manual,MUTCD, Standard Specs,and Standard Plans. 34.2 Summary of Pay Items Including Designer Interface Quantity Input The CONSULTANT shall include quantity input into Designer Interface and create the CADD generated sheet. 34.3 Tabulation of Quantities The CONSULTANT shall place pay item numbers,descriptions,quantities and grand totals on the tabulation sheet(s) and provide updating of the tabulation of quantities sheets during the design period. 34.4 General Notes/Pay Item Notes The CONSULTANT shall include all pertinent general notes and pay item notes as deemed fit and as established by the COUNTY. 34.5 Project Layout—N/A 34.6 Typical and Special Details The CONSULTANT shall prepare typical and/or special details for conditions in the project not addressed by the COUNTY's Standard Plans for Design, Construction, Maintenance, and Utility Operations on the State Highway System. The CONSULTANT shall prepare special details not addressed by FDOT Standard Plans,including block diagrams,hub cabinets,wiring diagrams,solar power service,and special mounting details. 34.7 Plan Sheet The CONSULTANT shall prepare the ITS plan sheets utilizing the Design file to include all necessary information related to the project design elements and all associated reference files. The plan sheets shall include general and pay item notes and pay items. The plans shall depict the location of pull boxes,splice boxes,conduit runs and device locations with setbacks from the travel way. Devices shall be located by station and offset. CAO 70 1 1 A 34.8 ITS Communications Plans The CONSULTANT shall prepare plans for the communications network. These plans shall consist of block diagrams, splicing diagrams, port assignments, wiring diagrams, and all other information necessary to convey the design concept to the contractor.These plans shall be included in the ITS plan set and be prepared in a manner consistent with immediately adjacent ITS project installations(planned or installed). The communication system shall be an open-architecture, non-proprietary, real-time, multimedia communications network. The communication system design must be compatible and completely interoperable with the existing systems. The CONSULTANT shall be responsible for preparing plans to preserve communications connectivity during construction The CONSULTANT's design shall include protecting and maintaining the existing ITS infrastructure. For locations where existing ITS infrastructure is impacted,the CONSULTANT's design shall include mitigation to minimize the downtime of existing system as per the COUNTY requirements. The CONSULTANT is responsible for the design of the communication infrastructure and its integration with the COUNTY's communication system. Additionally,the CONSULTANT shall determine the most cost effective, best performing, communication connectivity option. The communication system must allow command and control as well as data and video transmission between the field devices and the TMC. And shall provide communication to the existing info structure with no down time unless approved by the engineer. The CONSULTANT shall produce fiber optic cable splicing diagrams to show the connectivity of the fiber optic cable from its termini at field devices to the TMC. The diagrams shall denote new and existing fiber routes, splices, and terminations involved in the work. The diagrams shall identify cables by size,tube color/number and stand colors/numbers.All cables shall be identified either by numbering system identified either by numbering system identified on the plans or by bounding devices. The diagrams shall denote the types of connectors in the patch panels. 34.9 Fiber Optic Splice Diagrams The CONSULTANT shall produce fiber optic cable splicing diagrams to show the connectivity of the fiber optic cable from its termini at field devices to the TMC. The diagrams shall denote new and existing fiber routes, splices, and terminations involved in the work. The diagrams shall identify cables by size,tube color/number and stand colors/numbers.All cables shall be identified either by numbering system identified either by numbering system identified on the plans or by bounding devices. The diagrams shall denote the types of connectors in the patch panels. 34.10 Grounding and Lightning Protection Plans 34.11 Cross Sections 34.12 Guide Sign Work Sheet(s)—N/A 34.13 Special Services Point Details 34.14 Strain Pole Schedule CAO 71 I 1 A 34.15 Overhead/Cantilever Sign Structure—N/A 34.16 Other Overhead Sign Structures(Long Span, Monotube,etc.)—N/A 34.17 Temporary Traffic Control Plans—N/A 34.18 Interim Standards—N/A 34.19 GIS Data and Asset Management Requirements—N/A 34.20 Quality Assurance/Quality Control-N/A 35 GEOTECHNICAL The CONSULTANT shall, for each project, be responsible for a complete geotechnical investigation.All work performed by the CONSULTANT shall be in accordance with COUNTY standards,or as otherwise directed by the District Geotechnical Engineer.The District Geotechnical Engineer will make interpretations and changes regarding geotechnical standards, policies and procedures and provide guidance to the CONSULTANT. Before beginning each phase of investigation and after the Notice to Proceed is given, the CONSULTANT shall submit an investigation plan for approval and meet with the COUNTY Project Manager to review the project scope and FDOT and COUNTY requirements. The investigation plan shall include, but not be limited to, the proposed boring locations and depths, and all existing geotechnical information from available sources to generally describe the surface and subsurface conditions of the project site. Additional meetings may be required to plan any additional field efforts, review plans, resolve plans/report comments, resolve responses to comments,and/or any other meetings necessary to facilitate the project. The CONSULTANT shall notify the COUNTY in adequate time to schedule a representative to attend all related meetings and field activities. A subsoil investigation plan shall be submitted to the COUNTY for approval prior to site investigation. Muck and cap rock conditions are typical to Southwest Florida. Not encountering muck and cap rock is outside the norm in Collier County. The presence of both must be identified and quantified in the soils report for the project. To do this may require additional hand holes in muck and deeper drill holes to penetrate the cap rock and identify the soil layers below than was originally shown in the investigation plan. The Soils Report shall contain a signed statement by the Geotechnical Engineer that they have walked the project site and verified to the best of their ability that information provided in the report is representative of what the surface conditions and vegetation suggest would exist below. Where cap rock is expected to be encountered in the installation of stormwater pipe and other structures,the pay items "Rock Trench Excavation" and"muck removal" (if encountered)shall be provided. All Geotechnical work shall meet the minimum requirements of the FDOT Soils and Foundations Handbook. 35.1 Document Collection and Review CONSULTANT will review printed literature including topographic maps,COUNTY agricultural maps, aerial photography (including historic photos), ground water resources, geology bulletins, 72 CAO i1 * potentiometric maps, pile driving records, historic construction records and other geotechnical related resources.Prior to field reconnaissance,CONSULTANT shall review U.S.G.S.,S.C.S.and potentiometric maps,and identify areas with problematic soil and groundwater conditions. The CONSULTANT shall perform specialized field-testing including but not limited to the following: • Roadway auger borings every 100 feet to a depth of 6 feet. • LBR sampling and testing at 3 per mile. • Pavement core sampling and testing at 1 sample per 1,000 feet. • Corrosion series testing at sample per abundant stratum per 1,000 feet • Buried storm sewer system SPT borings to a depth of 20 feet every 500 feet • SPT borings on all corners of intersection for all new signals and/or mast arm to a depth of 25 feet. • Two corrosion series tests at each intersection location • Two SPT borings to a depth of 25 feet at each wet/dry detention pond location (Assume 7 Ponds) • Two borehole permeability tests at each wet/dry detention pond location(Assume 7 Ponds) • Piezometer installations at 1 per pond for Seasonal High Groundwater Level (SHGWL) determinations(Assume 7 Ponds) If required by the COUNTY Project Manager, a preliminary roadway exploration shall be performed before the 30%plans submittal.The preliminary roadway exploration will be performed, and results provided to the Engineer of Record to assist in setting roadway grades and locating potential problem areas. The preliminary roadway exploration shall be performed as directed in writing by the COUNTY Project Manager. CONSULTANT shall perform specialized field-testing as required by project needs and as directed in writing by the COUNTY Project Manager. All laboratory testing and classification will be performed in accordance with applicable FDOT standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents. • Note:Geotechnical Exploration will be done in 2 Phases.Ponds will be done as part of Phase II once locations are determined. 35.2 Develop Detailed Boring Location Plan Develop a detailed boring location plan. Meet with COUNTY Project Manager for boring plan approval. If the drilling program expects to encounter artesian conditions, the CONSULTANT shall submit a methodology(s) for plugging the borehole to the COUNTY for approval prior to commencing with the boring program. 35.3 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. Perform two corrosion series tests at each intersection 73 CAO 11A location. 35.4 Muck Probing Probe standing water and surficial muck in a detailed pattern sufficient for determining removal limits to be shown in the Plans. 35.5 Coordinate and Develop TTCP for Field Investigation Coordinate and develop Temporary Traffic Control Plan(TTCP).All work zone traffic control will be performed in accordance with the FDOT's Standard Plans Index 102 series. 35.6 Drilling Access Permits Obtain all State, COUNTY, and Water Management District permits for performing geotechnical borings,as needed. 35.7 Property Clearances Notify property tenants in person of drilling and field activities, if applicable. Written notification to property owners/tenants is the responsibility of the CONSULTANT.The CONSULTANT shall be responsible for assembling a list of all property owners where access is required for conducting geotechnical investigations. A standardized letter shall be prepared by the CONSULTANT for review and approval by the COUNTY prior to notifying affected property owners. 35.8 Groundwater Monitoring Monitor groundwater,using piezometers. 35.9 LBR/Resilient Modulus Sampling Collect appropriate samples for Limerock Bearing Ratio(LBR)testing.Deliver Resilient Modulus samples to a location as directed by the COUNTY. 35.10 Coordination of Field Work Coordinate all field work required to provide geotechnical data for the project. 35.11 Soil and Rock Classification—Roadway Refine soil profiles recorded in the field,based on results of laboratory testing. 35.12 Design LBR Determine design LBR values from the 90%and mean methods when LBR testing is required by the COUNTY. 35.13 Laboratory Data Tabulate laboratory test results for inclusion in the geotechnical report, the report of tests sheet (Roadway Soil Survey Sheet),and for any necessary calculations and analyses. 35.14 Seasonal High-Water Table Review the encountered ground water levels and estimate seasonal high ground water levels. Estimate seasonal low ground water levels,if requested. 35.15 Parameters for Water Retention Areas 74 1 1 A Calculate parameters for water retention areas,exfiltration trenches,and/or swales. 35.16 Delineate Limits of Unsuitable Material Delineate limits of unsuitable material(s) in both horizontal and vertical directions. Assist the Engineer of Record with detailing these limits on the cross-sections. If requested, prepare a plan view of the limits of unsuitable material. 35.17 Electronic Files for Cross-Sections Create electronic files of boring data for cross-sections. 35.18 Embankment Settlement and Stability Estimate the total magnitude and time rate of embankment settlements. Calculate the factor of safety against slope stability failure. 35.19 Monitor Existing Structures Coordinate with EOR and structural engineer(when applicable)to identify and develop mitigation strategies for sensitive structures and facilities which require special considerations for settlement, vibration and/or groundwater monitoring by the contractor during construction. When there is risk of damage to the structure or facility, provide recommendations in the geotechnical report addressing project specific needs and coordinate those locations with the EOR. See PPM Volume I Chapter 34 and Chapter 9 of the Soils and Foundations Handbook. 35.20 Stormwater Volume Recovery and/or Background Seepage Analysis Perform stormwater volume recovery analysis in consultation with the EOR. 35.21 Geotechnical Recommendations Provide geotechnical recommendations regarding the proposed roadway construction project including the following:description of the site/alignment,design recommendations and discussion of any special considerations (i.e., removal of unsuitable material, consolidation of weak soils, estimated settlement time/amount, groundwater control, high groundwater conditions relative to pavement base, etc.) Evaluate and recommend types of geosynthetics and properties for various applications,as required. 35.22 Pavement Condition Survey and Pavement Evaluation Report—N/A If a pavement evaluation is performed, submit the report in accordance with Section 3.2 of the Materials Manual: Flexible Pavement Coring and Evaluation. Enter all core information into the Pavement Coring and Reporting(PCR)system. 35.23 Preliminary Roadway Report If a preliminary roadway investigation is performed, submit a preliminary roadway report before the Phase I plans submittal. The purpose of the preliminary roadway report will be to assist in setting road grades and locating potential problems. • Copies of U.S.G.S.and S.C.S.maps with project limits shown. • A report of tests sheet that summarizes the laboratory test results,the soil stratification(i.e. soils grouped into layers of similar materials)and construction recommendations relative to Standard Plans Indices 120-001 and 120-002. 75 CAO 1 1 A • The results of all tasks discussed in all previous sections regarding data interpretation and analysis. • An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment settlement and stability calculations,design LBR calculation/graphs,and other pertinent calculations. The CONSULTANT will respond in writing to any changes and/or comments from the COUNTY and submit any responses and revised reports. 35.24 Final Report The Final Roadway Report shall include the following: • Copies of U.S.G.S. and S.C.S. maps with project limits shown. • A report of tests sheet that summarizes the laboratory test results,the soil stratification(i.e. soils grouped into layers of similar materials)and construction recommendations relative to Standard Plans Indices 120-001 and 120-002. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis. • An appendix that contains stratified soil boring profiles, laboratory test data sheets, sample embankment settlement and stability calculations, design LBR calculation/graphs,and other pertinent calculations. The CONSULTANT will respond in writing to any changes and/or comments from the COUNTY and submit any responses and revised reports. 35.25 Auger Boring Drafting The auger borings shall be every 100 feet to a depth of 6 feet. 35.26 SPT Boring Drafting Prepare a complete set of drawings to include all SPT borings, auger borings and other pertinent soils information in the plans. Include these drawings in the Final Geotechnical Report. Draft borings, location map, S.C.S. map and U.S.D.A. map as directed by the COUNTY. Soil symbols must be consistent with those presented in the latest Florida Department of Transportation Soils and Foundations Handbook. Structures The CONSULTANT shall be responsible for coordination of all geotechnical related fieldwork activities.The CONSULTANT shall retain all samples until acceptance of 100%plans.Rock cores shall be retained as directed in writing by the COUNTY Project Manager. CONSULTANT shall perform specialized field-testing as required by needs of project and as directed in writing by the COUNTY Project Manager. All laboratory testing and classification will be performed in accordance with applicable FDOT standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract Documents. The staff hour tasks for high embankment fills and structural foundations for bridges,box culverts, 76 CAO 1 1 A walls, high-mast lighting, overhead signs, mast arm signals, strain poles, buildings, and other structures include the following: • Curry Canal Bridge • Cocohatchee Canal Box Culvert • (4)Mast Arms Immokalee Road Intersection • (4)Mast Arms Golden Gate Blvd. Intersection 35.27 Develop Detailed Boring Location Plan Develop a detailed boring location plan. Meet with THE COUNTY Project Manager for boring plan approval. If the drilling program expects to encounter artesian conditions, the CONSULTANT shall submit a methodology(s) for plugging the borehole to the COUNTY for approval prior to commencing with the boring program. 35.28 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. 35.29 Coordinate and Develop TTCP for Field Investigation Coordinate and develop TTCP plan.All work zone traffic control will be performed in accordance with the FDOT's Standard Plans Index 102 series. 35.30 Drilling Access Permits Obtain all State, COUNTY, and Water Management District permits for performing geotechnical borings,as needed. 35.31 Property Clearances Notify property tenants in person of drilling and field activities, if applicable. Written notification to property owners/tenants is the responsibility of the CONSULTANT. 35.32 Collection of Corrosion Samples Collect corrosion samples for determination of environmental classifications. 35.33 Coordination of Field Work Coordinate all field work required to provide geotechnical data for the project. 35.34 Soil and Rock Classification—Structures Soil profiles recorded in the field should be refined based on the results of laboratory testing. 35.35 Tabulation of Laboratory Data Laboratory test results should be tabulated for inclusion in the geotechnical report and for the necessary calculations and analyses. 35.36 Estimate Design Groundwater Level for Structures Review encountered groundwater levels, estimate seasonal high groundwater levels, and evaluate groundwater levels for structure design. 77 CAD 1 1 A 35.37 Selection of Foundation Alternatives(BDR) Evaluation and selection of foundation alternative, including the following: • GRS-IBS • Spread footings • Prestressed concrete piling-various sizes • Steel H-piles • Steel pipe piles • Drilled shafts Foundation analyses shall be performed using approved FDOT methods. Assist in selection of the most economical,feasible foundation alternative. 35.38 Detailed Analysis of Selected Foundation Alternate(s)—N/A 35.39 Bridge Construction and Testing Recommendations—N/A 35.40 Lateral Load Analysis(Optional)-N/A 35.41 Walls Provide the design soil profile(s), which include the soil model/type of each layer and all soil engineering properties required by the Engineer of Record for conventional wall analyses and recommendations.Review wall design for geotechnical compatibility and constructability. Evaluate the external stability of conventional retaining walls and retained earth wall systems.For retained earth wall systems,calculate and provide minimum soil reinforcement lengths versus wall heights, and soil parameters assumed in analysis. Estimate differential and total (long term and short term)settlements. Provide wall construction recommendations. 35.42 Sheet Pile Wall Analysis(Optional)—N/A 35.43 Design Soil Parameters for Signs, Signals, and Strain Poles and Geotechnical Recommendations Provide the design soil profile(s)that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation design. Review design for geotechnical compatibility and constructability. 35.44 Box Culvert Analysis Bridge Culvert over Cocohatchee Canal,Bridge No. 34056 • Provide the design soil profile(s) that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation design. Review design for geotechnical compatibility and constructability. • Provide lateral earth pressure coefficients. 78 CAO 1 1 A • Provide preliminary box culvert construction and design recommendations. • Estimate differential and total (long term and short term)settlements. • Evaluate wingwall stability. 35.45 Preliminary Report—BDR The preliminary structures report shall contain the following discussions as appropriate for the assigned project: • Copies of U.S.G.S.and S.C.S.maps with project limits shown. • Summary of structure background data, S.C.S.,U.S.G.S.,geologic and potentiometric data. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis). • Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction that are not addressed in the FDOT's Standard specification. • An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list,pile driving records(if available),and any other pertinent information. 35.46 Final Report-Bridge and Associated Walls The final reports shall include the following: • Copies of U.S.G.S. and S.C.S.maps with project limits shown. • Summary of structure background data, S.C.S.,U.S.G.S.,geologic and potentiometric data. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis). • Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction that are not addressed in the FDOT's Standard specification. • An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list,pile driving records(if available),and any other pertinent information. Final reports will incorporate comments from the COUNTY and contain any additional field or laboratory test results, recommended foundation alternatives along with design parameters and special provisions for the contract plans. These reports will be submitted to the COUNTY Project Manager for review prior to project completion.After review by the COUNTY,the reports will be submitted to the COUNTY Project Manager in final form and will include the following: • All original plan sheets(11"x 17") 79 CAO 11A • One set of all plan and specification documents,in electronic format,according to COUNTY requirements • All reference and support documentation used in preparation of contract plans package The final reports, special provisions, as well as record prints, will be signed and sealed by a Professional Engineer licensed in the State of Florida. Draft the detailed boring/sounding standard sheet, including environmental classification, results of laboratory testing, and specialized construction requirements,for inclusion in final plans. 35.47 Final Reports- Signs,Signals The final reports shall include the following: • Copies of U.S.G.S. and S.C.S.maps with project limits shown. • Summary of structure background data, S.C.S.,U.S.G.S.,geologic and potentiometric data. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis). • Recommendations for foundation installation, or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction that are not addressed in the FDOT's Standard specification. • An Appendix which includes SPT and CPT boring/sounding profiles, data from any specialized field tests, engineering analysis, notes/sample calculations, sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts, a complete FHWA check list,pile driving records(if available),and any other pertinent information. Final reports will incorporate comments from the COUNTY and contain any additional field or laboratory test results, recommended foundation alternatives along with design parameters and special provisions for the contract plans.These reports will be submitted to the COUNTY Project Manager for review prior to project completion.After review by the COUNTY,the reports will be submitted to the COUNTY Project Manager in final form and will include the following: • All original plan sheets(11"x 17") • One set of all plan and specification documents,in electronic format,according to COUNTY requirements • All reference and support documentation used in preparation of contract plans package The final reports, special provisions, as well as record prints, will be signed and sealed by a Professional Engineer licensed in the State of Florida. Draft the detailed boring/sounding standard sheet, including environmental classification, results of laboratory testing, and specialized construction requirements, for inclusion in final plans. 35.48 SPT Boring Drafting Prepare a complete set of drawings to include all SPT borings, auger borings and other pertinent soils information in the plans. Include these drawings in the Final Geotechnical Report. Draft borings, location map, S.C.S. map and U.S.D.A. map as directed by the COUNTY. Soil symbols must be consistent with those presented in the latest Florida Department of Transportation Soils and Foundations Handbook. 80 CAO 1 1 A 35.49 Other Geotechnical Other geotechnical effort specifically required for the project as determined by the COUNTY and will be considered Additional Services,if requested by the COUNTY. 35.50 Technical Special Provisions and Modified Special Provisions 35.51 Field Reviews Identify and note surface soil and rock conditions, surface water conditions and locations, and preliminary utility conflicts. Observe and note nearby structures and foundation types. 35.52 Technical Meetings 35.53 Quality Assurance/Quality Control 35.54 Supervision 35.55 Coordination 36 3D MODELING—N/A 37 PROJECT REQUIREMENTS 37.1 Liaison Office The COUNTY and the CONSULTANT will designate a Liaison Office and a Project Manager who shall be the representative of their respective organizations for the Project.While it is expected the CONSULTANT shall seek and receive advice from various state,regional,and local agencies, the final direction on all matters of this project remain with the COUNTY Project Manager. 37.2 Key Personnel The CONSULTANT's work shall be performed and directed by the key personnel identified in the proposal presentations by the CONSULTANT. Any changes in the indicated personnel shall be subject to review and approval by COUNTY. 37.3 Progress Reporting The CONSULTANT shall meet with the COUNTY as required and shall provide a written monthly progress report that describes the work performed on each task along with approved schedule and schedule status. The Project Manager will make judgment on whether work of sufficient quality and quantity has been accomplished by comparing the reported percent complete against actual work accomplished. 37.4 Correspondence Copies of all written correspondence between the CONSULTANT and any party pertaining specifically to this contract shall be provided to the COUNTY for their records within one(1)week of the receipt or mailing of said correspondence. 37.5 Professional Endorsement The CONSULTANT shall have a Licensed Professional Engineer in the State of Florida sign and seal all reports, documents, Technical Special Provisions and Modified Special Provisions, and plans as required by FDOT and COUNTY standards. 81 CAO 11A 37.6 Computer Automation The project will be developed utilizing Computer Aided Drafting and Design(CADD)systems. It is the responsibility of the CONSULTANT to meet the requirements in the FDOT CADD Manual. The CONSULTANT shall submit final documents and files as described therein or as amended by this Scope of Services 37.7 Coordination with Other CONSULTANTs The CONSULTANT is to coordinate his work with any and all adjacent and integral CONSULTANTs so as to effect complete and homogenous plans and specifications for the project(s)described herein. 37.8 Optional/Additional Services Optional Services: At the COUNTY's option,the CONSULTANT may be requested to provide Optional Services included in the Contract Documents and listed in Schedule B(See Schedule B,Tasks 6 thru 10 for Optional Services 1 thru 5). Optional Services: Include the following: • Optional Services No. 1: Side Street Drainage Survey (24.36 Miles). CONSULTANT shall obtain topographic survey along the side street swales. Cross sections will be taken at 500-foot intervals. Data to be obtained includes: Edge of roadway, top and bottom of ditches,driveways,drainage structures(Inlets/MES),pipe sizes,ROW,fences,mailboxes, utility valves(above ground only). o Deliverable: A DTM will be provided of survey data. • Optional Services No. 2: Side Street Drainage Analysis and Recommendations (24.36 miles). CONSULTANT will evaluate survey data and prepare a technical memorandum and exhibits documenting and depicting problem areas and defining recommended solutions. Profiles of existing side swales (including driveway culvert MES inverts) will be prepared to assist with identifying problem areas. o Deliverables: Technical Memorandum Summarizing Findings,Exhibits depiction analysis area and recommended improvements. Note: On-site/Off-site Drainage Modeling will not be performed as part of this task and will be considered Additional Services if requested/required. • Optional Services No.3: Environmental Surveys Pre-Construction.CONSULTANT shall (if required by Permitting Agencies), perform pre-construction species surveys. Pre- construction listed species surveys may be required per special condition of the ERP and State 404 Permit that are obtained for the project. The surveys are generally required to take place no more than 30 days prior to the start of clearing. Based on other projects of similar scope and location, pre-construction surveys are anticipated for the following species: Florida bonneted bat,Big Cypress fox squirrel,gopher tortoise and/or burrowing owl,wading birds.If potentially occupied gopher tortoise burrows are identified within 25' of the project area that cannot be avoided, it will be necessary to obtain a gopher tortoise relocation permit from the FWC (Fees to be paid for by COUNTY). In addition, coordination will also likely be required with the permitting agencies to document 82 CPO I 1 A compliance with best management practices and/or fulfillment of mitigation requirements for the eastern indigo snake, Florida panther,and Everglades mink. o Deliverables: Pre-Construction Listed Species Technical Memorandum documenting environmental survey findings. • Optional Services No. 4: Lighting Plans (Complete Wilson Boulevard). CONSULTANT shall prepare Lighting Plans, Details, Quantities and Estimates for a complete Wilson Boulevard Lighting Plan (Golden Gate Blvd to Immokalee Road) as opposed to lighting intersections only. o Deliverables: Final Wilson Boulevard Lighting Design Plans • Optional Services No. 5: ROW Acquisition/Expert Witness. CONSULTANT shall provide support services to COUNTY ROW Department and Legal Department, as requested,to assist with the ROW acquisition process.Services may include reviewing and responding to property owner/lawyer/engineer inquiries, preparation of exhibits, preparation for,and attendance at,depositions and ROW acquisition court hearings. o Deliverables: As requested/required by COUNTY Additional Services: Fees for Additional Services are not included in the negotiated contract fees. If these items are determined necessary and are requested by the COUNTY,scope and fee will be negotiated at that time and will be implemented via Change Order.When applicable,the staff hourly rates established in the contract shall be utilized for fee determination. Additional Services may be authorized by Change Order or supplemental amendment in accordance with the COUNTY's Procurement Policy. The additional services may include any services requested/required by the COUNTY associated with the project. Additional Services: May include,but are not limited to the following: • Side Street Drainage Ditches Survey, ROW and Design Plans for 31 Side Street Swales will be considered Additional Services if requested by COUNTY. • Environmental Phase II Assessments will be considered Additional Services if requested by COUNTY. • Improvements to Immokalee Road or Wilson Boulevard North of Immokalee Road to accommodate the future Randall Boulevard"fly-over"Ramp are not included in this scope of services and will be considered Additional Services if requested by COUNTY. • Boat Ramp Design and/or Permitting(including Survey and Geotechnical services) is not included in these Scope of Services and will be considered Additional Services if requested by COUNTY. • Noise Barrier Wall Designs are not included in these Scope of Services and will be considered Additional Services if requested by COUNTY. • Improvements/Replacements to the Signalized Intersection of Golden Gate Boulevard and 5th Street NW is not included in these Scope of Services and will be considered Additional 83 CAO 1 1 A Services if requested by COUNTY. • Additional Traffic Counts(Other than those shown in 21.1)are not included in these Scope of Services and will be considered Additional Services if requested by COUNTY. • Lighting for Golden Gate Boulevard and/or Immokalee Road is not included in these Scope of Services and will be considered Additional Services if requested by COUNTY. • Site/Civil improvements to the adjacent business parcels at the Wilson Blvd/Golden Gate Blvd Intersection is not included in this scope of services and will be considered Additional Services if requested by COUNTY. • COUNTY or City of Naples Utility Design Work included in these Scope of Services. Utility Design Services can be added as Additional Services if requested by the COUNTY. • Additional Species Surveys or Phase II Species Surveys are required by agencies,services can be added as Additional Services if requested by the COUNTY. 38 INVOICING LIMITS Payment for the work accomplished shall be in accordance with Method of Compensation of this contract. Invoices shall be submitted to the COUNTY, in a format prescribed by the COUNTY. The COUNTY Project Manager and the CONSULTANT shall monitor the cumulative invoiced billings to ensure the reasonableness of the billings compared to the project schedule and the work accomplished and accepted by the COUNTY. The CONSULTANT shall provide a list of key events and the associated total percentage of work considered to be complete at each event.This list shall be used to control invoicing.Payments will not be made that exceed the percentage of work for any event until those events have occurred and the results are acceptable to the COUNTY END 84 CAO 11A 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 Task 1 30% - Design Plans $1,516,307.35 $ Task 2 60% - Design Plans, Permits (Submitted) $1,887,957.75 $ Task 3 90% - Design Plans $1,007,581.25 $ Task 4 100% - Design Plans $403,153.65 $ Task 5 Post Design Services $ $140,000.00 Task 6 Optional Services. 1 - Side Street Drainage Surveys $125,000.00 $ Task 7 Optional Services. 2 - Side Street Drainage Analysis $165,000.00 $ Task 8 Optional Services. 3 - Environmental Surveys Pre-Constr. $75,000.00 $ Task 9 Optional Services. 4 - Lighting Plans $40,000.00 $ Task 10 Optional Services. 5 - ROW Acquisition/Expert Witness $ $40,000.00 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Page 18 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] CAO 1 1 A $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total Lump Sum Fee $ 5,220,00.00 Total Time and Materials Fee $180,000.00 GRAND TOTAL FEE $5,400,000.00 B.2.2. El* Time and Material Fees: The fees noted in Section B.2.1. shall constitute the amounts to be paid to CONSULTANT for the performance of the Basic Services. Direct Labor Costs mean the actual salaries and wages(basic, premium and incentive) paid to CONSULTANT's personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment 1 to this Schedule B. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by the COUNTY, regarding CONSULTANT's Direct Labor Costs incurred at the time of billing, to be reviewed and approved by the COUNTY. There shall be no overtime pay without the COUNTY's prior written approval. B.2.2.1. Notwithstanding anything herein to the contrary, in no event may CONSULTANT's monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed task(s) limits by the percentage the COUNTY has determined CONSULTANT has completed such task as of that particular monthly billing. Page 19 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] CPO 1 1 A B.2.3. [* Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. There shall be no overtime pay without the COUNTY's prior written approval. B.2.3.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any,the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.5. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"'aches" 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 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: Page 20 o130 PSA_CCNA Single Project Agreement[2022_ver.1] CAO 114 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. [END OF SCHEDULE B] REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Page 21 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] CO 11A SCHEDULE B —ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Principal $238.00 Senior Project Manager $201.00 Senior Technologist $190.00 Senior Engineer $175.00 Project Manager $165.00 Senior Planner $164.00 Engineer $136.00 Planner $130.00 Senior Designer $128.00 Designer $109.00 Senior Technican $102.00 Clerical/Administrative $73.00 Technician $83.00 Environmental Specialist $120.00 Senior Environmental Specialist $156.00 Scientist/ Geologist $115.00 Senior GIS Specialist $149.00 GIS Specialist $114.00 Surveyor and Mapper $142.00 CADD Technician $95.00 Survey Crew - 2 Man $152.00 Survey Crew - 3 Man $185.00 Survey Crew - 4 Man $218.00 Mid-Level Engineer $156.00 The above hourly rates are applicable to Time and Materials task(s) only. The above list may not be all inclusive. Additional hourly rates for other personnel may be added via an Amendment upon mutual agreement in advance and in writing by the parties. , rates arc for purposes of providing estimate(s), as required by the grantor agency. Page 22 of 30 PSA_CCNA Single Project Agreement[2022_ver.l] CAO 1I SCHEDULE C PROJECT MILESTONE SCHEDULE Number of Calendar Days Task/Item For Completion of Task Description from Date of Notice to Proceed Task 1 30% Design Plans 240 Task 2 60% Design-Build Plans/Permits (Submitted) 450 Task 3 90% Design Plans 600 Task 4 100% Design Plans 720 Task 5 Post Design Services 1 ,800 Task 6 Optional Services 1 - Side Street Drainage Surveys 240 Task 7 Optional Services 2-Side street Drainage Analysis and Recommendations 450 Task 8 Optional Services 3 — Environmental Surveys 1 ,000 Task 9 Optional Services 4 - Lighting Plans 720 Task 10 Optional Services 5— ROW Acquisition/Expert Witness 1 ,000 *A separate NTP will be issued for Post Design Services. Page 23 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] CPO 11 * SCHEDULE D INSURANCE COVERAGE 1. The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT's sole responsibility. 2. The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. 3. Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the COUNTY or as specified in this Agreement, whichever is longer. 4. Certificates of insurance acceptable to the COUNTY shall be filed with the COUNTY within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance policies required shall be provided to the COUNTY, on a timely basis, if requested by the COUNTY. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the COUNTY. CONSULTANT shall also notify the COUNTY, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 5. All insurance coverages of the CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project. 6. The acceptance by the COUNTY of any Certificate of Insurance does not constitute approval or agreement by the COUNTY that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. 7. CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the COUNTY. 8. Should at any time the CONSULTANT not maintain the insurance coverages required herein, the COUNTY may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse the COUNTY for such costs within thirty (30) days after demand, the COUNTY has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between the COUNTY and CONSULTANT. The COUNTY shall be under no obligation to Page 24 of 30 PSA_CCNA Single Project Agreement[2022_ver.I] CO 1 1 A 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 $ 1,000,000 for each accident. The insurance company shall waive all claims rights against the COUNTY and the policy shall be so endorsed. 11. United States Longshoreman's and Harbor Worker's Act coverage shall be maintained where applicable to the completion of the work. Coverage shall have minimum limits of $ Per Claim/Occurrence. 12. n Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. Coverage shall have minimum limits of$ Per Claim/Occurrence. 13. n COMMERCIAL GENERAL LIABILITY. A. Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the COUNTY of the work under this Agreement. Limits of Liability shall not be less than the following: Coverage shall have minimum limits of $ 1,000,000 Per Occurrence, $2,000,00 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 25 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] ICAO 11A 14. Collier County Board of County Commissioners shall be listed as the Certificate Holder and included as an "Additional Insured"on the Insurance Certificate for Commercial General Liability where required. The insurance shall be primary and non-contributory with respect to any other insurance maintained by, or available for the benefit of, the Additional Insured and the Contractor's policy shall be endorsed accordingly. Contractor shall ensure that all subcontractors comply with the same insurance requirements that the Contractor is required to meet. 15. I I Watercraft Liability. Coverage shall be carried by the CONSULTANT or the SUBCONSULTANT in limits of not less than the Commercial General Liability limit shown in subparagraph (1) above if applicable to the completion of the Services under this Agreement. 16. I I 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$500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-The ownership. 18. ❑ TECHNOLOGY ERRORS AND OMISSIONS INSURANCE. Coverage shall have minimum limits of$ Per Occurrence. 19. I I CYBER INSURANCE. Coverage shall have minimum limits of$ Per Occurrence. 20. I I UMBRELLA LIABILITY. A. Umbrella Liability may be maintained as part of the liability insurance of the CONSULTANT and, if so, such policy shall be excess of the Employers' Liability, Commercial General 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 underlying limit due to the payment of claims, the Umbrella policy will "drop down" to apply as primary 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 26 of 30 PSA_CCNA Single Project Agreement[2022_ver.I] CPO 1 1 A 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 27 of 30 PSA_CCNA Single Project Agreement[2022_ver.I] CO I 1 A SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, Jacobs Engineering Group 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 Design Services for Wilson Blvd Widening "project" is accurate, complete and current as of the time of contracting. BY: 27/64,La ate3271:49) TITLE ©'PeCC; a(v Olav)CL DATE: M y _(30 a3 v Page 28 of 30 PSA_CCNA Single Project Agreement(2022_ver.1) CAS 11A SCHEDULE F KEY PERSONNEL Name Personnel Category Percentage of Time Bill Beddow Principal 3.5% Bill Cramer Senior Project Manager 11.0% Velvet Bridges Senior Technologist 1.0% Randy Mock Senior Technologist 1.0% Colleen Ross Project Manager 6.0% Eric Bridges Senior Engineer 6.5% Chris Braden Senior Engineer 6.0% Tara Jones Senior Planner 5.0% Justin White Mid-Level Engineer 12.5% Kevin Heldorfer Engineer 12.5% Felicia Kirby Senior Designer 16.0% Michael Baker Planner 2.0% Sonal Dodia Designer 10.0% Nathan Kindle Senior Technician 5.0% Vanessa Davis Clerical/Administrative 2.0% Page 29 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] cAO 1 1 A SCHEDULE G Other: (Description) ❑ following this page (pages through ) this schedule is not applicable Page 30 of 30 PSA_CCNA Single Project Agreement[2022_ver.1] CI 0