Backup Documents 02/25/2025 Item #16B 1 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 B 1
TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO
THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE
Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office
at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later
than Monday preceding the Board meeting.
** 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 Attomey Office.
Route to Addressee(s) (List in routing order) Office Initials Date
2.
3. County Attorney Office County Attorney Office
4. BCC Office Board of County Commissioners
cv5b,1/16J/ 2/ 5/i2
5. Minutes and Records Clerk of Court's Office
5itof '4 zIzs
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 Bee Thao/Transportation Engineering Phone Number 239-252-5844
Contact/Department
Agenda Date Item was February 25,2025 Agenda Item Number 16.B.1
Approved by the BCC
Type of Document(s) Change Order No. 1 to Agreement No.21- Number of Original 1
Attached 7862 with Kisinger Campo&Associates, Documents Attached
Corp.,to provide optional and new scope
engineering design services for the Airport
Road Widening project.
PO number or account N/A
number if document is
to be recorded
INSTRUCTIONS & CHECKLIST
Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not
appropriate. (Initial) Applicable)
1. Does the document require the chairman's original signature(instead of stamp)? NA
2. Does the document need to be sent to another agency for additional signatures? If yes, NA
provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet.
3. Original document has been signed/initialed for legality. (All documents to be signed by BT
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 BT
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 BT
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 BT
signature and initials are required.
7. In most cases(some contracts are an exception),the original document and this routing slip BT
should be provided to the County Attorney Office at the time the item is uploaded to the
agenda. 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 2/25/2025 and all changes made during BT N/A is not
the meeting have been incorporated in the attached document. The County Attorney an option for
Office has reviewed the changes,if applicable. this l'':'
9. Initials of attorney verifying that the attached document is the version approved by the �
BCC,all changes directed by the BCC have been made,and the document is ready for the 51fl�I /A,!l'Oe'
Chairman's signature.
I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04;Revised 1.26.05;2.24.05;11/30/12;4/22/16;9/10/21
16B1
C,flLltiler County Change Procurement Services Order Form g
Contract# 21-7862 CO# 1 PO# 4500223607 Project#: 60190
Project Name: Design Services for Airport Widening
Contractor/Consultant Name: Kisinger Campo & Associates, Corp.
Select One: 0 Contract Modification(Construction or Project Specific) ❑Work Order Modification
Project Manager Name: Bee Thao Division Name: Transportation Engineering
Original Contract/Work Order Amount 51,900,000.00 02114/2023.11c Original BCC Approval Date;Agenda Item#
Current BCC Approved Amount 51 900.000.00 02/14/2023.11c Last BCC Approval Date;Agenda Item#
Current Contract/Work Order Amount 51,900.000,00 01/14/2027 SAP Contract Expiration Date(MASTER)
Dollar Amount of this Change $195.923.55 10.31% Total%Change from Original Amount
Revised Contract/Work Order Total 52,095,923.55 10.31% %Change from Current BCC Approved Amount
Total Cumulative Changes 5195,923.55 10.31% %Change from Current Amount
Notice to Proceed 03/13/2023 Original NTP 1,330 Original Final 11/02/2026 Last Final 01/14/2027
Date #of Days Completion Date Approved Date
#of Days Added 240 Revised Final Date 09/11/2027 Current Substantial Completion Date N/A
(includes this change) (if applicable)
Provide responses after each question in box below (Responses should be brief and specific). Attach additional information and/or
documentation from the Design Professional and/or Contractor, if needed, with your submission of this Change Order and complete
summary on next page. Check all that apply to this Change Order request:i]Add Time; 0' Add funds; ❑ Use of Allowance;
❑Modify/Delete existing Task(s);El Add new Task(s);❑ Reallocate funds; ❑Other(must be explained in detail below)
This Change Order number 1 will add$195,923.55 and 240 Days to the design process to accomplish the following:
•
1.A)Execute the Level II Contamination Screening(Optional Service per Section 8.16 of original contract).The item will add$35.727.94 to
the Contract.
B)Execute the Structures—Culvert Modification(Optional Services per Sections 2.2,2.5.2.17.6a.14, 17, 18.35.44 of original contract).The
item will add$127,412.11 to the Contract.
C)Improves the westbound approach for Curling Ave.The item will add$32,783.50 to the Contract.
Items 1.A-1.0 will add 240 Days to the design duration of the Contract.
2.)This Contract was on Stop Work from August 26,2024.to November 6,2024.On November 7,2024.a Notice to Start Work letter was
issued. There are 798 days remaining to achieve Final Completion,equating to a new final completion date of January 14,2027.
3.)Items 1.A and 1.B were anticipated but could not be quantified during contract negotiation as the design needed to advance before these
assessments could be discretely determined.The items were included in the contract as optional services—to be negotiated.
Item 1.0 was not contemplated in the original contract because the intent of the project was to widen the roadway to the inside;therefore.
improvements to a side street at crossing was not anticipated.During the data gathering process,the consultant completed the Traffic
Technical Memorandum(TTM).The TTM calls for the Airport Road and Curling Avenue intersection to be signalized.After reviewing the
TTM,Staff decided to perform additional improvements to the westbound approach for Curling Ave.
4.)Item 1.A: If a Level II Screening is not done,the site conditions cannot be determined,and an unknown condition will be carried over to
construction.With the unknown condition,a more costly Change Order may be required during the construction process.
Item 1.6:The structural analysis will determine what is needed to be done at the bridge crossing at Sam's delivery entrance and at Curling
Avenue.Without the structural analysis,the work at the bridge crossing at Sam's delivery entrance and at Curling Avenue cannot be
determined and the design cannot be complete.
Item 1.C:With the new traffic signal at this intersection,if the additional length is not added to the right turn lane,the queue from the left turn
lane will block the right turn traffic,making the intersection inefficient,which could result in another separate project to fix this inefficiency.
Page 1 of 4
Change Order Form(2023_ver.1)
CAO
16B1
Co ler ColGtrttyIP*
Procurement Services Change Order Form
Contract# 21-7862 CO# 1 PO# 4500223607 Project#: 60190
Project Name: Design Services for Airport Widening
Contractor/Consultant Name: Kisinger Campo & Associates, Corp.
Change Order/Amendment Summary
(If additional spaces needed,attached a separate Summary page to this amendment request)
COST TIME
CO# AMD# Description Additive Deductive Days Total New Justification
(+) (-) Added Time
I Level II Contamination Screening 1&2:Optional Services in original contract,Items
Additional Services are needed to complete the design but with no line
2.Structural Analysis badge at Sam's work,cannot quantified items during contract
1 Club and beme,at Curling Avenue. S195,923.55 240 1,570 negotiation.Need line work during the Data
3.Survey b Design tog Curling Gathering process to quantified items.
Avenue I { 3:Additonal Services•Needs were not known
until TTM was completed
❑Check here if additional summary page/s are attached to this Change Order
Page 2 of 4
Change Order Form(2023_ver.1)
CAO
16B1
Copier County
Procurement Services Change Order Form
Contract# 21-7862 CO# 1 PO# 4500223607 Project#: 60190
Project Name: Design Services for Airport Widening
Contractor/Consultant Name: Kisinger Campo & Associates, Corp.
Acceptance of this Change Order shall constitute a modification to contract/work order identified above and will be
subject to all the same terms and conditions as contained in the contract/work order indicated above, as fully as if
the same were stated in this acceptance. The adjustment, if any, to the Contract shall constitute a full and final
settlement of any and all claims of the Contractor/Vendor/Consultant/Design Professional arising out of or related
to the change set forth herein, including claims for impact and delay costs.
Contractor/Consultant/Design Professional signature below must be from an authorized person/officer/director of
the Company or listed as the qualified licensed Professional "Project Coordinator"or Design/Engineer Professional
under the agreement. Signature authority of person signing will be verified through the contract OR through the
Florida Department of State, Division of Corporations (Sun biz) website (https://dos.myflorida.comisunbiz/search/).
If the person signing is not listed, we will require signature authority by one of the listed officers/directors of the
company giving that person signature authority.
Prepared by: ThaoBee Digitally signed by ThaoBee
I I Date:2025.01.13 12:41:46-05'00' _ Date:
Signature-Division Project Manager
Bee Thao, P.E., Project Manager III—Transportation Engineering
Printed Name
Accepted by: Date:
Signature-Design/Engineer Professional(if applicable)
Printed Name/Title/Company Name
Paul G Foley Date: 2025.01.15 08:11:19 -05'00'
Accepted by: Date:
Signature-Contractor/ConsultantNendor
Paul G. Foley, P.E., CEO/President, Kisinger Campo&Associates. Corp.
Printed Name/Title/Company Name
Approved by: Date:
Signature-Division Manager or Designee(Optional)
Printed Name
AhmadJay Digitally signed by AhmadJay
Approved by: Date:2025.01.14 08:11:34-05'00' Date:
Signature-Division Director or Designee(Optional)
Jay Ahmad, P.E., Director—Transportation Engineering Division
Printed Name
Digdally signed by
ScottTrinityDale 2i25
Dale.20signe 15
Approved by: 14 29 27.0500 Date:
Signature-Division Administrator or Designee (Optional)
Trinity Scott, Department Head,TMSD Department
Printed Name
Page 3 of 4
Change Order Form(2023_ver.1)
CAO
16B1
Cott County Procurement Services Change Order Form
Contract# 21-7862 CO# 1 PO# 4500223607 Project#: 60190
Project Name: Design Services for Airport Widening
Contractor/Consultant Name: Kisinger Campo & Associates, Corp.
FOR PROCURMENT USE ONLY
—
FY 25 CHO Request# 1 556 I — —
' y Bwdeh
BowdenStephanie Digitally Date:2025.01.22 signedb11:46oa5en5t-0500'p anie
Approved by -- -- — — --- —Signature-Procurement Professional Signature/Date
Approved by -----
Signature-Procurement Manager/Director(OPTIONAL)
I
APPROVAL TYPE:
Administrative Administrative-BCC Report X BCC Stand-Alone ES (BCC Approval Required)
BCC APPROVAL
ATTEST:
Crystal K. Kinzel,,Cterk.of the Circuit Court BOARD OF COUNTY COMMISSIONERS
and Comptroller COLLIER COUNTY, FLORIDA
�Jt.
y
By:4 ''' Ae-
By: i
&i \` BurtLSaunders , Chairman
Q Dated: ' ', --_---Attest as to Chat at)s Date: 2/251Z5
signature only. EAL) Agenda#—I4(3
A pr ed s tor an Legality:
Deputy County Attorney
Scott k —73-4 `L____
Print Name
Page 4of4 /l
Change Order Form(2023_ver.1) 4, t
16B1
Airport Road Widening
Change Order Number 1
Sub-Consultants Supporting Cost Estimate
A-Level II Contamination
B-Retaining Walls/Culverts Modifications
C-Curling Improvements
Items Proposal T2 UES, Inc Tierra Prime(KCA)
A $ 35,727.94 $ - $27,112.94 $ 8,615.00
B $127,412.11 $ - $16,223.11 $111,189.00
C $ 32,783.50 $ 2,567.50 $ - $ 30,216.00
$195,923.55 $ 2,567.50 $43,336.05 $150,020.00 $195,923.55
Tierra
$14,000.18
$ 5,378.84 A
$ 7,733.92
$27,112.94
$16,223.11 B
1681
KISINGER CAMPO
sS0c
November 6,2024
Revised November 22, 2024
Bee Thao,P.E.—Project Manager
Marlene Messam, P.E.-Supervisor
Transportation Engineering
Collier County Transportation Management Services
2885 South Horseshoe Drive
Naples, Florida 34104
RE: Professional Services Contract No.21-7862
Change Order No. 1 —Design Services for Airport Road Widening
Level 11 Contamination Testing& Additional Analysis& Design Services
Dear Mr.Thao and Ms. Messam,
Please accept this this letter and corresponding attachments as our Change Order No. I proposal to provide Kisinger
Campo and Associates,Inc.(CONSULTANT)with Level II Contamination screening and Additional Analysis and
Design Services.
BACKGROUND
The approved typical sections for the corridor included 6-foot sidewalks and 4-foot on-street bike
lanes, and these were presented at the 30%Public Information Meeting(PIM)held on December 5,
2023 at the North Collier Regional Park. However, at the PIM the County received overwhelming
requests for wider sidewalks, which if implemented would have required acquiring right-of-way on
the west side and significantly increase the cost of the project. The County agreed with eliminating
the on-street bike lanes to allow wider walking paths to match the other segments of Airport Road. It
should be noted there are currently no bicycle facilities located along the corridor nor bicycle
connectivity at the major intersecting streets.
The proposed design changes include the incorporation of a wider pedestrian sidewalk (8-10-foot
width)along the west side of Airport Road between Vanderbilt Beach Road and Immokalee Road.To
facilitate the wider sidewalk,4-foot bicycle lanes (included in the 30% design plans) are no longer
being proposed. There arc several inherent benefits that will he realized by project stakeholders as a
result of the proposed design changes. Below is a summary of these benefits:
• It addresses public request received during.the 30% Public Meeting for a wider sidewalk
along the west side of Airport Road. The County issued responses to the public stating that
"the County is looking into making the sidewalk wider than 6-foot on the west side of Airport
Road". (Note:Approx. 25%of the comments received during the public meeting requested
a wider sidewalk/path and/or mentioned combining the 4'bike lane with the 6'sidewalk to
provide a wider pedestrian facility.)
• Significantly reduces impacts to the C-31 Canal located along the east side of Airport Road
between Vanderbilt Beach Road and Immokalee Road. which is maintained by the South
13461 Parker Commons Blvd.,Suite 104 Ft.Myers 33912 239.278.5999 I,.x 239.278.1776
C, r
16B1
Design Services for Airport Road Widening
Change Order No. I
November 22,2024
Florida Water Management District Big Cypress Basin.
• Reduces construction costs associated with linear wall construction and pedestrian railing
along the C-31 Canal. (Note: Preliminary construction cost savings associated with
eliminating the need for linear walls, pedestrian handrail and the bike lanes are estimated
between $2-3M. This does not include the added cost of earthwork & erosion control that
would be necessary along the C-31 Canal hank as well.)
• Helps address vital water management needs by providing adequate space for linear water
management treatment facilities, reduces impervious coverage and corresponding
stormwater runoff,thus allowing the water management system to function more efficiently
and effectively. Improved stormwater management design will also benefit the permitting
process with State and Federal permitting agencies.
• Simplifies construction and temporary traffic control resulting in a safer environment for the
construction workers and the traveling public during construction.
• Reduces the number and severity of utility conflicts with the existing Collier County Utilities
(CCU) 16" water main paralleling Airport Road to the west. Per CCU, this main was
previously relocated to account for the future widening of Airport Road but did not account
for bike lanes.
• More efficient design,better final product,and easier to maintain.
Level II Contamination Screening
The CONSULTANT issued a Contamination Screening Evaluation Report(CSER)for the Airport Road Widening
project in August 2023 that identified a total of five contamination sites. Three of these locations were assigned a
low-risk rating and based on the review of conceptual or design plans and/or findings from the Level I evaluation,
it is not likely that there would he any contamination impacts to the project. Two of the sites were assigned a
Medium risk rating and were recommended for Level 11 testing in accordance with Chapter 20 of the Florida
Department of Transportation's Project Development and Environment Manual (refer to Airport Road Widening
Contamination Screening Evaluation Report dated August 2023). The Level Ii testing will be performed to
characterize any soil and groundwater contamination that may be disturbed during construction at the two sites
noted above. Based on the testing results,appropriate plan markings and specifications will be developed.
Additional Analysis&Design Services
The following design changes have been requested by the COUNTY between the 30% and 60% Design Phases
requiring additional analysis and design services.
• Improvements to the westbound approach along Curling Avenue,cast of the intersection with Airport Road
(outside the previous project limits).
• The CONSULTANT shall include the Optional Service of Cast-in-Place Retaining walls from
approximately STA 597+00 RT to STA 598+50 RT. The design requires modification to the existing box
culverts at the entrances to Sam's Club from Airport Road. Structural details will be provided to modify
the walls of the existing box culverts and provide details of the connection from the retaining walls to the
modified culvert walls.
2
13461 Parker Commons Blvd.,Suite 104 I Ft.Myers 33912 I 239.278.5999 I 239.278.1776
CAn
,l 6 B
Design Services for Airport Road Widening
Change Order No. I
November 22,2024
• Based upon recent coordination with the South Florida Water Management District Big Cypress Basin staff,
modification to the box culvert headwalls within the C-31 canal will require additional hydraulic modeling
of the canal due to the proposed culvert modifications as well as a modification to the existing culvert
permit(BCB ROW Permit#9533).
PROPOSED CHANGES TO PROJECT SCHEDULE
Project Schedule duration shall he increased by a total of 240 Calendar Days.
CHANGE ORDER NO. 1 -FEE SUMMARY TABLE
Adjustment(%)by all Adjustments) Total Compensation Tasks/Item Description tSorNTF. Original Contract
previous CO(i) due to this CO per Task
3tr;,Design Submittal LS S 712'r4 I I - S -2.2S4 I
2 wrio Design Submittal LS S 525,37005
S S ;-x(Lc
3 9(Vi1 Design Submittal LS S 29666s or
4 Final Des S 2t, c: u
� ES S 162.53;tJ S 162•53'.li
5 3.8 Post DesignServices N)L S '4."".2 n S 74 si,2
8.14 Preparation of Environmental Clearances and
6 Reevaluations(Optional Server) LS S 62595no S - S 62,59510)
7 27,10 Underground Utilities(SUE)(Optional Service) LS S 65,0S(a) S . S 65,675.00
COI-A Level II Contamination(Optional Service) LS S S 35,727.94 5 35,727.94
COI-13 Retaining WaDs%Culvert Modifications(Optional Service) LS S - 5 127412.11 S 127.412.11
COI-C Curling Avenue(Outside Project Links) LS S - 5 32.703 50 S 37.783.50
Project Total: S 1,900,000.00 IP'S - S 195,923,55 S 2.095.923.55
•
A scope of services and estimated budget to be utilized for the above tasks has been established and is shown as
Exhibit A—Change Order No. I—Level II Contamination Testing&Additional Analysis&Design which includes
staff hour estimates and distribution of staff hours within each Task in order to remain consistent with the original
contract scope of services.
Thank you for the opportunity to provide professional services for this project.
Sincerely,
KISINGER CAMPO AND ASSOCIATES, INC.
Jesse E.Gill,P.E.
Project Manager
3
13461 Parker Commons Blvd.,Suite 104 Ft.Myers 33912 239.278.5999 I 239.278.1776 I
CAO
16B1
EXHIBIT A
CHANGE ORDER NO. 1 —LEVEL II CONTAMINATION TESTING &
ADDITIONAL ANALYSIS & DESIGN SERVICES
To
PROFESSIONAL SERVICES AGREEMENT
For
DESIGN SERVICES FOR AIRPORT ROAD WIDENING
CONTRACT 21-7862
(Vanderbilt Beach Road to Immokalee Road)
County Project No. 60190
Purchase Order No. 4500223607
November 2024
CAU
1 6 B 1
TABLE OF CONTENTS
I. BACKGROUND
II. OBJECTIVES 4
IILSERVICES 5
3 PROJECT COMMON AND PROJECT GENERAL TASKS S
4 ROADWAY ANALYSIS 5
5 ROADWAY PLANS 6
6a DRAINAGE ANALYSIS 7
6b DRAINAGE PLANS S
8 ENVIRONMENTAL PERMITS and ENVIRONMENTAL CLEARANCES 8
9 STRUCTURES - SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS 10
17 STRUCTURES - RETAINING WALLS 11
18 STRUCTURES—MISCELLANEOUS 12
19 SIGNING AND PAVEMENT MARKING ANALYSIS 12
20 SIGNING AND PAVEMENT MARKING PLANS 13
23 LIGIITING ANALYSIS 13
27 SURVEY 13
32 HIGHWAY TRAFFIC NOISE STUDY AND NOISE BARRIER DESIGN 15
35 GEOTECHNICAL 15
IV.EXCLUSIONS/ASSUMPTIONS 18
V. PROJECT SCHEDULE 18
VI.COMPENSATION 18
CO No. 1 Scope of Services Page A-2 Project Number: 60190
CPO
a6F )
I. BACKGROUND
The CONSULTANT was retained by the COUNTY under contract 21-7862 to provide plan
preparation and specifications for the widening of Airport Road from Vanderbilt Beach Road to
Immokalee Road(PROJECT 60190).
Included in the Original Agreement under Schedule A - Scope of Services and Article Two -
Additional Services of Consultant are provisions which allow the COUNTY to authorize optional
and/or additional services. Design changes have been requested by the COUNTY between the 30%
and 60%Design Phases as a result of public input requiring Additional Services of the Consultant.
The approved typical sections for the corridor included 6-foot sidewalks and 4-foot on-street bike
lanes,and these were presented at the 30%Public Information Meeting(PIM). however,at the PIM
the County received overwhelming requests for wider sidewalks,which if implemented would have
required acquiring right-of-way on the west side and significantly increase the cost of the project.
The County agreed with eliminating the on-street bike lanes to allow wider walking paths to match
the other segments of Airport Road. It should be noted there are currently no bicycle facilities
located along the corridor nor bicycle connectivity at the major intersecting streets.
The proposed design changes include the incorporation of a wider pedestrian sidewalk(8-10' width)
along the west side of Airport Road between Vanderbilt Beach Road and Immokalee Rd. To
facilitate the wider sidewalk,4'bicycle lanes(included in the 30%design plans)are no longer being
proposed. There are several inherent benefits that will he realized by project stakeholders as a result
of the proposed design changes. Below is a summary of these benefits:
• It addresses public request received during the 30% Public Meeting for a wider sidewalk
along the west side of Airport Road. The County issued responses to the public stating that
"the County is looking into making the sidewalk wider than 6-foot on the west side of Airport
Road". (Note: Approx. 25%of the comments received during the public meeting requested
a wider sidewalk/path and/or mentioned combining the 4'hike lane with the 6'.sidewalk to
provide a wider pedestrian facility.)
• Significantly reduces impacts to the C-31 Canal located along the east side of Airport Road
between Vanderbilt Beach Road and lmmokalee Rd. which is maintained by the South
Florida Water Management District Big Cypress Basin.
• Reduces construction costs associated with linear wall construction and ped railing along the
C-31 Canal. (Note: Preliminary construction cost savings associated with eliminating the
need for linear walls, pedestrian handrail and the bike lanes are estimated between $2-3M.
This does not include the added cost of earthwork&erosion control that would be necessary
along he C-31 Canal bank as well.)
• Helps address vital water management needs by providing adequate space for linear water
management treatment facilities, reduces impervious coverage and corresponding
stormwater runoff,thus allowing the water management system to function more efficiently
and effectively. improved stormwater management design will also benefit the permitting
process with State and Federal permitting agencies.
• Simplifies construction and temporary traffic control resulting in a safer environment for the
CO No. 1 Scope of Services Page A-3 Project Number: 60190
CAS)
16 1 III 4.
traveling public during construction.
• Reduces the number and extent of utility conflicts with the existing Collier County Utilities
(CCU) 16" water main paralleling Airport Road to the west. Per CCU, this main was
previously relocated to account for the future widening of Airport Road but did not account
for bike lanes.
• More efficient design,better final product and easier to maintain.
II. OBJECTIVES
The purpose of this Exhibit is to describe modifications to the scope of work and the responsibilities
of the CONSULTANT and the COUNTY in connection with additional engineering services for
Collier County Project No. 60190 Airport Road Widening (Vanderbilt Beach Road to Immokalee
Road).
8.16 Level I1 Contamination Screening(Optional Services to be negotiated)
The CONSULTANT issued a Contamination Screening Evaluation Report (CSER) for the Airport
Road Widening project in August 2023 that identified a total of five contamination sites. Two of the
sites were assigned a Medium risk rating and were recommended for Level II testing in accordance
with Chapter 20 of the Florida Department of Transportation's Project Development and
Environment Manual. The two sites recommended for Level II testing as noted in the CSER are:
• Map ID 3: 7-Eleven Store#34805, 10861 Airport Pulling Road,North Naples, and
• Map ID 4: Sam's Gas#6364, 2550 Immokalee Road,Naples.
The Level II testing will be performed to characterize any soil and groundwater contamination that
may be disturbed during construction at the two sites noted above. Based on the testing results,
appropriate plan markings and specifications can be developed.
Additional Design Services
The following design changes have been requested by the COUNTY between the 30% and 60%
Design Phases requiring additional analysis and design services.
• Improvements to the westbound approach along Curling Avenue,east of the intersection
with Airport Road which(outside the previous project limits).
• The CONSULTANT shall include the Optional Service of Cast-in-Place Retaining walls
from approximately STA 597+00 RT to STA 598+50 RT. The design requires
modification to the existing box culverts at the entrances to Sam's Club from Airport
Road. Structural details will be provided to modify the walls of the existing box culverts
and provide details of the connection from the retaining walls to the modified culvert
walls.
• Based upon recent coordination with the South Florida Water Management District Big
Cypress Basin staff,modification to the box culvert headwalls within the C-31 canal will
require additional hydraulic modeling of the canal due to the proposed culvert
modifications as well as a modification to the existing culvert permit(BCB ROW Permit
#9533).
CO No. 1 Scope of Services Page A-4 Project Number: 60190
CA)
1681
The services listed above were requested by Collier County Transportation Management Services
Department, Transportation Engineering Division. The staff-hour estimates and negotiations for
this Change Order shall follow the numerical hierarchy found in Sections 3 through 35 of the
Original Agreement Exhibit A (Scope of Services). Only those services impacted by this Change
Order are identified within Section III Services. Sections not identified below are assumed not
applicable (N/A).
The CONSULTANT shall provide the following services:
III. SERVICES
3 PROJECT COMMON AND PROJECT GENERAL TASKS
Project General Tasks
The COUNTY is responsible for establishing communication with Sam's Club connected with Box Culvert
Modifications. This includes obtaining authorization from the appropriate Sam's Club representative for
modification of the existing BCB permit. KCA will provide technical support for use by the COUNTY.
Technical meetings with are accounted for within the respective disciplines.
3.3.1 Specifications Package Preparation
Includes preparation of Technical Special Provisions and/or Modified Special Provisions in coordination
with Level II Contamination Testing.
3.4 Contract Maintenance and Project Documentation
Contract Maintenance and Project Documentation (Additional 8 months).
3.6 Prime Consultant Project Manager Meetings
Includes additional 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.
3.8 Post Design Services
Task includes additional Post Design Services for Task 17.0 Retaining Walls and Task 18.0
Miscellaneous Structures, including site visits, construction progress meeting attendance, and
responding to RFI/RFM/RFC requests.
Task also includes additional Post Design Services for areas outside the previous project limits
along Curling Ave. and due to Level II Contamination screening, including RFI/RFM/RFC
requests, Shop Drawing Review and Record Drawing Review.
3.13 Other Project Tasks—OPTIONAL SERVICE (To be negotiated)
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. Task
CO No. 1 Scope of Services Page A-5 Project Number: 60190
CAC)
includes the following: 1 6
4.5 Horizontal/Vertical Master Design Files
Add design along Curling Ave.
4.8 Cross Section Design Files
Additional cross sections along Curling Ave.
4.10 Master TTCP Design Files
Incorporate improvements along Curling Ave.
4.15 Roadway Quantities
Curling Ave quantities.
4.17 Technical Special Provisions and Supplemental Terms and Conditions
Add TSP for Contamination based on Level II Screening(if necessary)
4.21 Technical Meetings
• One(2)Virtual BCB Meetings
• One(1)Virtual Contamination Meeting w!County
• Eight(8) Additional virtual progress meetings for time extension (8 months assumed).
4.22 Quality Assurance/Quality Control
4.24 Supervision
4.25 Coordination
5 ROADWAY PLANS
The CONSULTANT shall prepare Roadway, TTCP, Utility Adjustment Sheets, 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. Task includes the following:
5.3.2 Typical Section Details
Add two new typical section details for pavement widening along Curling Ave. and canal protection at the
two Sams Club Entrances.
5.4 General Notes/Pay Items Notes
Add/update the general notes sheet based on the results of the Level II screening.
5.6 Project Layout
Additional project limits for along Curling Ave.
5.9 Plan Sheet
CO No. 1 Scope of Services Page A-6 Project Number: 60190
t",?1t_
16B1
One(1) new plan sheet along Curling Ave. Identify potential contamination locations(pending Level II
Screening)on two(2) Plan Sheets.
5.18 Cross Sections
Additional project limits along Curling Ave.
5.19"Temporary Traffic Control
Additional project limits along Curling Ave.
5.22 Utility Adjustment Sheets
Additional project limits along Curling Ave.
5.28 Quality Assurance/Quality Control
5.29 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,approved,and permitted by the SFWMD,any changes
to the drainage 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 services listed in this supplemental agreement are assumed to be
completed and permitted during the grace period before the newly implemented Statewide
Stormwater Rule Ratification Bill(SB 7040)comes into full effect.If the CONSULTANT is required
to meet the SB 7040 criteria, additional services (to be negotiated) will be required. The
CONSULTANT shall coordinate fully with the appropriate permitting agencies and the COUNTY's
staff. All activities and submittals should he coordinated through the COUNTY's Project Manager.
The work will include the engineering analyses for any or all of the following:
6a.4 Design of Cross Drains
Hydraulic Modelling of the (2) existing Airport Rd Canal Box Culverts near Sam's Club.
Analyze the hydraulic design and performance of cross drains for existing and proposed drainage
conveyance capacity. Document the design as required. Determine and provide flood data as
required.
6a.4a Inspection of Cross Drains—N/A
6a.7 Design of Stormwater Management Facility (Treatment Swales and Linear Ponds)
Revise linear treatment cells along west side of Airport-Pulling Rd. to meet requirements for
stormwater quality treatment, attenuation, and aesthetics. Develop linear treatment cells along
CO No. 1 Scope of Services Page A-7 Project Number: 60190
GAO
16B1
Curling Avenue. Develop proposed pond layout (drainage basin, shape, contours, slopes,
volumes, tie-ins, aesthetics, etc.), perform routing, pollutant/nutrient loading calculations,
recovery calculations and design the outlet control structure.
6a.13 Drainage Design Documentation (DDD) Report
Revise DDD for box culvert modification. Compile drainage design documentation into report
format. Include documentation for all the drainage design tasks and associated meetings and
decisions.
6a.25 Technical Meetings
• Three(3)Virtual BCB Meetings (Box Culvert Ext.)
• Three(3)County Meetings (Box Culvert Ext.)
• Eight(8) Additional virtual progress meetings tbr time extension(8 months assumed).
6a.27 Quality Assurance/Quality Control
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.4 Lateral Ditches(Linear Ditches)
Revise ditch plan/profile and ditch cross sections along Curling Avenue.
6b.6 Erosion Control Plan Sheets
Revise erosion control due to Curling Avenue improvements.
6b.8 Quality Assurance/Quality Control
6b.9 Supervision
8 ENVIRONMENTAL PERMITS and ENVIRONMENTAL CLEARANCES
It is assumed that the increase in project area will not result in the clearing of mature trees and therefore no
additional wildlife surveys are included. Any additional wildlife surveys required as a result of the
increased project limits would be considered additional services to be negotiated.
8.7 Prepare Water Management District or Local Water Control District Right of Way Occupancy
Permit Application
It is anticipated that a permit modification for the existing Big Cypress Basin Right of Way permit will be
required for modifications to the two existing box culvert end walls at Sam's Club truck entrance and main
entrance. The CONSULTANT shall be responsible for the preparation of the Right of Way Occupancy
permit modification application in accordance with the regulatory agency requirements. Additionally, the
CONSULTANT will address one potential RAI associated with the permit modification.
CO No. I Scope of Services Page A-8 Project Number: 60190
CAtj
16B1
8.1.6.1 Contamination Impact Analysis (Level II Contamination Testing and Reporting)
Soil borings, well installation, and field sampling activities will follow Florida Department of
Environmental Protection Standard Operating Procedure DEP-SOP-001/01. Soil and groundwater samples
will be analyzed by a laboratory certified by NELAP (National Environmental Laboratory Accreditation
Program). To provide the requested information,the following tasks will be performed:
• Secure a Collier County right-of-way permit to complete soil borings,
• Provide and set-up maintenance-of-traffic devices according to appropriate FDOT index,
• Utilizing hand augers and/or direct push technology(Geoprobe), four soil borings will be advanced
to two feet below the existing water table elevation at each site(eight borings in total), estimated at
10 feet below land surface,
• The borings will be performed within the right-of-way along the property boundary common with
each site(boring locations arc illustrated on the attachment),
• Soil samples will be collected at one-foot intervals for field screening using an Organic Vapor
Analyzer(OVA) equipped with a Photoionization Detector,
• Two discrete soil samples will be collected at each site(four samples in total) for laboratory
analysis of BTEX/MTBE by EPA Method 8260, Polynuclear Aromatic Hydrocarbons by EPA
Method 8270, and Total Recoverable Petroleum Hydrocarbons by the FL-PRO Method,
• The laboratory samples from each boring will he collected at the interval with the highest OVA
response or, in the case of no OVA responses,the samples will be collected from the"smear"zone
(defined as the zone of soil subjected to annual water table tluctuations),
Using direct push technology(Geoprobe), install two temporary monitoring wells at each site(four wells
in total),
• The wells will be installed at the borings with the highest OVA response,
• The wells will be installed on a temporary basis using 1"diameter PVC to a maximum depth of 15
feet below land surface,
• The wells will be constructed with 10 feet of pre-packed well screen coupled to solid riser to land
surface,
• Each well will he developed upon installation by removing at least 10 gallons of groundwater or
until the groundwater appears relatively clear and free of suspended solids, whichever occurs first,
• Groundwater will be discharged directly to the ground surface in the immediate vicinity of the well
and allowed to evaporate,
• Approximately 24-hours after installation, groundwater samples will be collected from each well
using slow purge techniques and FDEP stabilization criteria,
• Groundwater samples will be collected for laboratory analysis of BTEX/MTBE by EPA Method
8260,Polynuclear Aromatic Hydrocarbons by EPA Method 8270, and Total Recoverable
Petroleum Hydrocarbons by the FL-PRO Method,
CO No. I Scope of Services Page A-9 Project Number: 60190
CAO
16B1
• After groundwater sample collection, all temporary wells will he removed from the sites,
• Laboratory samples will he transported under chain-of-custody documentation; testing will require
on the order of 10 business days,
• A report will be prepared to document the findings and include text, tables, maps, appendices, field
logs(soil boring, well construction, calibration, etc.),the laboratory analytical reports,and chain-
of-custody forms. The report will be provided approximately 3 to 4 weeks after receipt of the final
laboratory analytical report, and
• If contamination is identified in any of the soil or groundwater samples, the Contamination
Subconsultant will assist the CONSULTANT to mark the plans with appropriate language.
8.18 Technical Meetings
It is anticipated that additional meetings with SFWMD, BCB, and Sam's Club/Walmart will be required
for the additional project area and scope changes. The CONSULTANT shall coordinate and prepare an
agenda and meeting minutes for each meeting described below as necessary. Additional meetings include:
• One(1) SFWMD meeting to address additional project area and scope changes from previous
meeting.
• One(1) BCB meeting to discuss Right of Way Occupancy Permit modification.
• Two(2) meetings with the COUNTY and Sam's Club/Walmart for coordination efforts on the BCB
Right of Way Occupancy Permit modification associated with existing culvert modifications.
• Eight(8)Additional progress meetings for time extension (8 months assumed).
8.19 Quality Assurance/Quality Control
8.20 Supervision
8.21 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 2.21, Provisions for Work. Individual
tasks identified in Sections 9 through 18 are defined in the FDOT 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 Yz"x 11" paper and all sheets shall he 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.
CO No. 1 Scope of Services Page A-10 Project Number: 60190
CM)
1
16B1
9.1 Key Sheet and Index of Drawings
9.3 General Notes and Bid Item Notes
9.5 Incorporate Report of Core Borings
9.6 Standard Plans—Bridges
9.8 Quantities
9.9 Cost Estimate
9.11Field Reviews
9.12 Technical Meetings
• Two(2) Phase Review meetings.
• Two(2) BCB meetings to discuss Right of Way Occupancy Permit modification.
• Two(2) meetings with the COUNTY and Sam's Club/Walmart for coordination efforts on the BCB
Right of Way Occupancy Permit modification associated with existing culvert modifications.
• Eight(8)Additional progress meetings for time extension(8 months assumed).
9.13 Quality Assurance/Quality Control
9.15Supervision
9.16 Coordination
17 STRUCTURES - RETAINING WALLS
The CONSULTANT shall prepare plans for Retaining Wall(s)as specified in Section 2.5.
Anticipated retaining walls include eight(8)temporary critical walls for construction of modified
box culvert wingwalls, and one(1)gravity wall from approximately Sta. 597+50 to Sta. 598+50.
17.2 Horizontal Wall Geometry
Cast-In-Place Retaining Walls
Cast-In-Place Retaining Walls sections applicable to proposed gravity wall.
17.12 Vertical Wall Geometry
17.14 Wall Plan and Elevations (Control Drawings)
17.1.5 Sections and Details
Other Retaining Walls and Bulkheads
Other Retaining Walls and Bulkheads sections applicable to proposed temporary critical walls for box
culvert wingwall construction.
17.17 Design
17.18 Vertical Wall Geometry
17.19 General Notes, Tables and Miscellaneous Details
17.20 Wall Plan and Elevations
CO No. 1 Scope of Services Page A-1 1 Project Number: 60190
CAO
r
E
16B1
18 STRUCTURES— MISCELLANEOUS
The CONSULTANT shall prepare plans for Miscellaneous Structure(s)as specified in Section 2.5.
Concrete Box Culverts
Concrete Box Culverts sections applicable to box culvert wingwalls being modified at the Sam's Club
Main Entrance and Sam's Club Truck Entrance. New box culverts and box culvert extensions are not
proposed.
18.1 Concrete Box Culverts
18.3 Concrete Box Culvert Data Table Plan Sheets
18.4 Concrete Box Culvert Special Details Plan Sheets
Special Structures
18.5 Fender System--N/A
18.6 Fender System Access—N/A
1
18.30 Special Structures
Modified junction slab to be designed for use at Curling Avenue driveway due to minimal till height above
box culvert top slab. Details included for ADA ramp and shall be a modification of FDOT Standard Plans
Index 521-620.
18.31 Other Structures
General design details for custom flume, in coordination with Drainage and Geotechnical Engineers.
Custom flume details will be typical and applicable to various locations along project. Custom flumes
required for steep slopes and slope stability.
19 SIGNING AND PAVEMENT MARKING ANALYSIS
The signing and pavement marking design will be revised to meet the modified roadway geometry
and typical section. Tasks include the following:
19.3 Signing and Pavement Marking Master Design File
Intersection signing and pavement marking changes for the widened area at Curling Ave.
19.7 Signing and Pavement Marking Quantities
Intersection signing and pavement marking changes for the widened area at Curling Ave.
19.11 Field Reviews
Field review for the widened area at Curling Ave.
19.12 Technical Meetings
Eight(8)Additional progress meetings for time extension (8 months assumed).
19.13 Quality Assurance/Quality Control
19.15 Supervision
CO No. 1 Scope of Services Page A-12 Project Number: 60190
CAO
16B 1t
19.16 Coordination
20 SIGNING AND PAVEMENT MARKING PLANS
The CONSULTANT shall prepare Signing and Pavement Marking Plan sheets, Guide Sign
Worksheets, 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. Tasks includes the following:
20.4 Plan Sheet
Add new plan sheet for Curling Ave.
20.9 Quality Assurance/Quality Control
20.10 Supervision
23 LIGHTING ANALYSIS
23.13 Technical Meetings
Eight(8)Additional progress meetings for time extension(8 months assumed).
27 SURVEY
1
PROJECT CORRIDOR
• Curling Avenue
o East of Airport Pulling approximately 190 feet east of right-of-way
o Survey 10 feet outside of Curling rights of way.
o No additional Quality Level B
TOPOGRAPHIC AND DESIGN DATA
• Survey Effort- Office
o Assemble record plats,deeds, maps,and other documents.
• Identify corners for establishing approximate street rights-of-way.
• Identify status of streets and easements shown on plats or referenced in other
documents.
o Research available horizontal & vertical control.
• Make copies of nearest control for use on this design survey.
• Find at least two independent control points to tie into.
o Review assembled land records with field and office staff.
o Process control field notes.
• Run closures on level runs. Balance and finalize project benchmark elevation.
• Review GPS check on published control marks.
o Process property and right-of-way ties.
• Compute and establish approximate road rights-of-way and easements based on field
located monumentation. Property lines will not be surveyed but shall he shown for
informational purposes.
• Calculate project base line and stationing.
o Process field collected data.
CO No. 1 Scope of Services . Page A-13 Project Number: 60190
CAC)
16B1
• Register and analyze laser scan data.
• Process conventional data collection tiles.
o Map features from field collected data.
• Above ground features will be mapped between the rights-of-way
• Add symbols for all located above ground utilities.
o Develop unified base map.
• Map right-of-way and known easements.
• Label plat information, parcel identification and address for properties located along
project corridor.
o Generate DTM from field data.
• Establish DTM limits.
• Create DTM from elevation data and format for design engineer. Topographic points
will be provided along corridor at approximately 50-foot intervals.
o Perform office Quality Assurance and Quality Control checks of mapping.
o Deliverable
• Deliverable will be a digital AutoCAD file and Surveyor's Report
o Management and supervision
• Survey Effort- Field
o Set project control points.
• Establish horizontal control using RTK GPS procedures. All horizontal data will be
in the North American Datum of 1983 (2011 adjustment). Florida State Plane
Coordinates, East Zone.
• Level run through project control points based on published National Geodetic
Survey benchmarks. All values will be in the North American Vertical Datum of
1988.
o Recover and locate existing right-of-way, property. and land monumentation to re-establish
approximate rights-of-way and easements.
o Locate drainage structures and driveway culverts
• Horizontal location will be mapped with inverts and pipe sizes.
o Locate above ground visible utilities.
o Laser scan
• Laser scanning will be utilized to collect the design data throughout the project.
o Conventional data collection
• Conventional data collection methods may be utilized to supplement laser scan data
if required in obscured areas.
o Geotechnical support
• Locate four(4) borings and provide coordinates
o Reference survey base line.
• Base line will be referenced by station and offset and tied to the project control.
o Field review
• A field review will be conducted comparing final survey base map data to existing
project conditions.
• Map mark-ups will be created noting any changes or differences. Any missed items
will be field collected at the time of field review.
Project management and field crew supervision
CO No. 1 Scope of Services Page A-14 Project Number: 60190
CA()
16B1 ►.
SUBSURFACE UTILITY ENGINEERING (SUE)—N/A
DELIVERABLES
• Digital CAD file containing survey base map and design data.
• Digital surface of project corridor.
• Surveyors Report signed and sealed by a Professional Surveyor and Mapper registered in the State
of Florida.
BASIS AND ASSUMPTIONS
Unless specifically stated otherwise in the Scope of Services, this proposal is conditioned on the
following. Differences may result in necessary changes to the proposed scope and fee.
• Project corridor has been accurately defined in this scope of services.
• No MOT or permit fees have been included in this scope of services and fees
• Right-of-way and ownership data provided is approximate and for informational purposes only. No
right-of-way survey is included in this scope of services and fee.
• No Subsurface Utility Exploration.
32 HIGHWAY TRAFFIC NOISE STUDY AND NOISE BARRIER DESIGN
32.6 Technical Meetings
Eight(8) Additional progress meetings for time extension (8 months assumed).
35 GEOTECHNICAL
The CONSULTANT shall be responsible for a complete geotechnical investigation. All work performed by the
CONSULTANT shall he in accordance with FDOT and COUNTY standards.
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's Project Manager to review the
project scope 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.
All Geotechnical work shall meet the minimum requirements of the FDOT Soils and Foundations Handbook.
Structures
The CONSULTANT shall be responsible for coordination of all geotechnical related supplemental
fieldwork activities. The CONSULTANT shall retain all samples until acceptance of the project criteria
package. CONSULTANT shall perform specialized field-testing as required by project needs and as
directed in writing by the COUNTY's Project Manager.
All laboratory testing and classification will be performed in accordance with applicable FDOT and
COUNTY standards, ASTM Standards or AASHTO Standards, unless otherwise specified in the Contract
Documents.
The supplemental staff hour tasks for structural foundations for proposed box culvert wing-walls, and
CO No. I Scope of Services Page A-15 Project Number: 60190
',At)
16B1
temporary critical walls include the following:
35.27 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.
• Perform four(4) Standard Penetration Test borings to a depth of 35 feet below grades at the
locations of the box culvert wingwalls and temporary critical walls.
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
FDOT Standard Plans Index 102 series.
35.32 Collection of Corrosion Samples
Collect corrosion samples for determination of environmental classifications at the box culvert locations.
35.33 Coordination of Field Work
Coordinate all supplemental 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.
35.41 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
Analyze sheet pile walls as directed by the COUNTY.
35.44 Box Culvert Analysis
• Provide the design soil profile(s)that include the soil model/type of each layer and all soil
CO No. 1 Scope of Services Page A-16 Project Number: 60190
CAO
16B1
properties required by the Engineer of Record for foundation design. Review design for
geotechnical compatibility and constructability.
• Estimate differential and total (long term and short term) settlements.
• Evaluate wingwall stability.
35.47 Final Reports-Signs,Signals, Box Culvert,Walls, and High Mast Lights
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 or COUNTY
Standard specifications.
• 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. The final report and special provisions will be signed and sealed by a Professional
Engineer licensed in the State of Florida. These reports will be submitted to the COUNTY for review prior
to project completion. After review by the COUNTY, the reports will be submitted to the COUNTY in
final form and will include the following:
• All original plan sheets (I t" 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
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 FDOT Soils and Foundations Handbook.
35.52 Technical Meetings
•
35.53 Quality Assurance/Quality Control
CO No. I Scope of Services Page A-17 Project Number: 60190
CAO
16B1
35.54 Supervision
35.55 Coordination
IV. EXCLUSIONS/ASSUMPTIONS
The following tasks are not included in the Scope of Work for this Change Order:
1. Services other than those specifically listed above.
2. Services requiring more effort than that listed in the Fee Schedule.
3. Utility design services. 1
4. Permitting services other than those mentioned above.
V. PROJECT SCHEDULE
Modification to Project Schedule
• Project Schedule duration shall be increased by a total of 240 Calendar Days.
• A detailed project schedule with updated project milestones will be prepared in conjunction with
the County Project Manager.
• Increased project schedule duration assumes NIP for services authorized by this change order by
January 20, 2025.
VI. COMPENSATION
An estimated budget to be utilized for the above tasks has been established and is shown as Attachment A
—Estimate of Work Effort and Cost. A staff hour estimate for the above Scope of Services has been
prepared for the sole purpose of establishing the maximum upset limit for this Task Work Order not to
exceed$195,923.55.
Taskeltem Description I S or NTE Original Contract
Adjustments)bvall Adjustment(s) Total Compensation
previous CO(s) due to this CO per Task
I 3(Y'.Design Submittal I' $ -I,.2S4I I i - 5 712.284.11
6(r,1Design Submttal 1.S $ 525.375 lb - i 525.37A.tb
9onx,Design Submittal LS $ 296.64tt04
4 Final Design LS S 162517.15 S 162.537I'
5 1.8 Post Design Services NTE $ 7062.67 i 7,S6:.,
8.14 Preparation of Environmental C'karances and
0 Reevaluations(Optimal Service) LS S 62595.00 5 - S 62,595.06
7 27,10 Undertound Utilities(SUE)(Optional Service I LS S 65.675.00 S - $ 65,675.00
COI-A Level II Contamination(Optional Service) LS S - S 35,727,94 S 35,727,94
•
COI-13 _Retaining Walls C'ultcrt Modifications(Optional Service) LS $ - S 12'412.11 S 127.412 II
COI-C Curling Avenue(Outside Project Limits) LS S - $ ;_,7st Si) S 32,7a0 54
Project Total: S 1,900,000,00 S - S 1'45.921.55 S 2,1)95,923.55
The hourly rates shown for staff reflect the Rate Schedule agreed upon and match those approved under
Contract 21-7862.
CO No. I Scope of Services Page A-18 Project Number: 60190
CAO
ovp 1 6 B 1
. . .. .„
.. . . „
I lit . ' '': : ', •:. - , ; ; 1
fi L.,
,1, li 1 1
... 4 1 ii..1---14-.
i ,
-1- - IT
. ,
1 TA t. t
I i 1.: • .
, 1
- - 1
i i 13 i -.11
- +-1-1-- in
-„,,
'1-` •
' - "; - .., •-r,r.,-1- -, ,- • -,— 1
1e
- 14frl 7 ft
• . . ... —- 1.-1.41. 1. — .... . ri.„ ,
1.,i, .: ..,.....,._.:.. _ .. .v.t... • .,..." ...:r,....,.411..
i
..,
s
. .
•s .... ,.. . . ,..t.i..,. .,... ,..„.fr4,,.r,„
- f .
i-4 ; ••-• i
1.;*!Tele,e1,1...
It
y.....„1-. .. .1. .1 , 4 i ....,.. 1..—
., , 1., ki 1 0 i 1.4 1 I I
!.. ..!.. •!. , .. .1. .....i.•Z ,....„,
.—. .,.
r7•U 1 i .
— -
.,...... . .
,,- 1.- : ; • i 1 1 ,-tar, ,
rL
d.....,, , 14.J..1 1
7.1— i
..1.141.1.1.1..1....` , . j41.:.",..71-4-i
--.1 1- i IT
. . I !NI L. . 41 I , 17-1-
' .- . I' ''
. 1
I
i
1 1.11 r .i. ,..f.._ 1.,...1..41 , !
1 Lit—i li• 1 .ir ..1.• if.' —ILI . .1..-.744t-...IL. ..i... . i.„„riii i rirf
i
-1- ---'4- -f/ ' ' +t—t—i i , 1 i f -1-4'
' I .. ' . . • , , , ,
1 L; ' .L L.41-44---- 6 4-61
• ..,,
rrii1 ,,I i !,, I •,
fi --t-ittr t, f 4 t' 1
• ...,•__,.
k't.. 1 :, ,., i..;..1.L..' .4. ' ' ..p.,..
1 'If
-*1.'1 i' i hl 1
. .
rit---4.11 -f r '
1
1 I , ., i 11..-
' , II 1 1111 ,1- I' I, il- 1,-1. ,•,..41-, H-,,-7,,Itl,,, ,.- ",-,-,,r-,,. .t
1. , , , , ,
1.-
I; • 1! ,: - L. ', I 1 4 1... : . ,
.
1
1
I 1 - '
.14111 1 Willit41,
. 1 Hi !—' '....!.. ,1 J .., i •T. -,. •l',V,Ii10,,It =, .--,'., i ' • , ---- : 1'.'' :""' n:: :.-,-7.;fI I
,
, .
7iin7,---Ti; I
iL' 414' I 1-1-I 1 1 i° 1 14 1./.1 1--,,f-- !•i•4144*, , 'it, ,°-[,-*.,-rr , , , , , 1 ,
.. !.... '.',,, , , ,,,,, , ,, ,,,,,,,,,,,,,,,,-1 -111, '1''
ik , ' . .
. , s
' - if
:, 11 :
. , -„....,.Ai i
j
,!Ir. -: l ' ! ' l ili • : 1 ' , It ' 1 ' ' ' i ' ' ' i
11r '.
---
A I" TIER1 , 16B1
UEC CUN CAL. 'ulna's I
t 'r�ZNYIRONMEWAL• II401NEERt(3p
November 10, 2023
Kisinger Campo&Associates
13461 Parker Commons Boulevard, Suite 104
Fort Myers, Florida 33912
Attn: Jesse E. Gill, P.E.
Team Leader—Roadway Design
Re: Scope/Fee Estimate for Level II Contamination Testing
Airport Road Widening
Collier County, Florida
RPS No.: 21-7862
County Project No.: 60190
FPID No.: 440441-1-34-01
KCA Project No.: 1202147.00
Tierra Project No. 6511-22-258E
Mr. Gill:
Tierra has developed this scope and fee to provide Level II soil and groundwater contamination
testing services for the above-referenced project. Project background information, our scope of
services, fee estimate, and schedule are provided below.
PROJECT BACKGROUND
Tierra issued a Contamination Screening Evaluation Report for the Airport Road Widening project
in August 2023 that identified a total of five contamination sites. Two of the sites were assigned a
Medium risk rating and were recommended for Level II testing in accordance with Chapter 20 of
the Florida Department of Transportation's Project Development and Environment Manual. The
two sites recommended for Level II testing are:
• Map ID 3: 7-Eleven Store #34805, 10861 Airport Pulling Road, North Naples, and
• Map ID 4: Sam's Gas#6364, 2550 Immokalee Road, Naples.
The Level II testing will be performed to characterize any soil and groundwater contamination that
may be disturbed during construction. Based on the testing results, appropriate plan markings
and specifications can be developed.
SCOPE OF SERVICES
Soil borings, well installation, and field sampling activities will follow Florida Department of
Environmental Protection Standard Operating Procedure DEP-SOP-001/01. Soil and
groundwater samples will be analyzed by a laboratory certified by NELAP (National
Environmental Laboratory Accreditation Program). To provide the requested information, the
following tasks will be performed:
• Secure a Collier County right-of-way permit to complete soil borings,
• Provide and set-up maintenance-of-traffic devices according to appropriate FDOT index,
• Utilizing hand augers and/or direct push technology (Geoprobe), four soil borings will be
advanced to two feet below the existing water table elevation at each site (eight borings
in total), estimated at 10 feet below land surface,
CA_<
16B1
Airport Road Widening November 6,2023
Soil/groundwater testing services Page 2 of 3
• The borings will be performed within the right-of-way along the property boundary common
with each site (boring locations are illustrated on the attachment),
• Soil samples will be collected at one-foot intervals for field screening using an Organic
Vapor Analyzer(OVA) equipped with a Photoionization Detector,
• Two discrete soil samples will be collected at each site(four samples in total)for laboratory
analysis of BTEX/MTBE by EPA Method 8260. Polynuclear Aromatic Hydrocarbons by
EPA Method 8270, and Total Recoverable Petroleum Hydrocarbons by the FL-PRO
Method,
• The laboratory samples from each boring will be collected at the interval with the highest
OVA response or, in the case of no OVA responses, the samples will be collected from
the"smear"zone(defined as the zone of soil subjected to annual water table fluctuations),
• Using direct push technology (Geoprobe), install two temporary monitoring wells at each
site (four wells in total),
• The wells will be installed at the borings with the highest OVA response,
• The wells will be installed on a temporary basis using 1" diameter PVC to a maximum
depth of 15 feet below land surface,
• The wells will be constructed with 10 feet of pre-packed well screen coupled to solid riser
to land surface,
• Each well will be developed upon installation by removing at least 10 gallons of
groundwater or until the groundwater appears relatively clear and free of suspended
solids, whichever occurs first,
• Groundwater will be discharged directly to the ground surface in the immediate vicinity of
the well and allowed to evaporate,
• Approximately 24-hours after installation,groundwater samples will be collected from each
well using slow purge techniques and FDEP stabilization criteria,
• Groundwater samples will be collected for laboratory analysis of BTEX/MTBE by EPA
Method 8260, Polynuclear Aromatic Hydrocarbons by EPA Method 8270, and Total
Recoverable Petroleum Hydrocarbons by the FL-PRO Method,
• After groundwater sample collection, all temporary wells will be removed from the sites,
• Laboratory samples will be transported under chain-of-custody documentation; testing will
require on the order of 10 business days,
• A report will be prepared to document the findings and include text, tables, maps,
appendices, field logs (soil boring, well construction, calibration, etc.), the laboratory
analytical reports, and chain-of-custody forms. The report will be provided approximately
3 to 4 weeks after receipt of the final laboratory analytical report, and
• If contamination is identified in any of the soil or groundwater samples, Tierra will assist
the Consultant to mark the plans with appropriate language.
COST/SCHEDULE
Based upon the scope of work outlined herein, the total cost for providing these services is
estimated to be $27,112.94 which consists of the following tasks: drilling/soil sampling and
testing/well installation ($14,000.18), groundwater sampling/testing ($5,378.84), and
reporting/plan markings ($7,733.92). Fee schedules for each task are attached.
('A(►
16B1
Airport Road Widening
Soil/groundwater testing services November 6,2023
Page 3 of 3
Tierra will initiate the planning phase of the project within 3 to 5 business days upon receipt of written
authorization to proceed. Fieldwork will be subject to drilling availability. Thank you for allowing
Tierra the opportunity to propose our services on your project.
Respectfully Submitted,
TIERRA, INC.
Michael J. Bair, ASP, LEP
Chief Scientist
1
TIERRA 16B1
November 19, 2024
Kisinger Campo&Associates
13461 Parker Commons Boulevard E
Fort Myers, Florida 33912
Attn: Jesse E. Gill, P.E.
Team Leader—Roadway Design
Re: Geotechnical Services Proposal—SA No. 1
Widening of Airport Road from Vanderbilt Beach Road to Immokalee Road
Collier County, Florida
RPS No.: 21-7862
County Project No.: 60190
KCA Project No.: 1202147.00
Tierra Project No. 6511-22-258
Mr. Gill:
Tierra has developed this scope and fee to provide supplemental geotechnical services (SA No. 1)
for the above-referenced project.
Scope of Services
All Geotechnical work shall meet the minimum requirements of the FDOT Soils and Foundations
Handbook and Collier County requirements. SA No. 1 includes geotechnical services to support
two box culvert locations along the existing canal that will require wingwall modification and
temporary critical walls.
Based on the required scope of services to support the design of the box culvert improvements
and temporary critical walls, the following tasks will be performed:
• Develop a detailed boring location plan.
• Stake boring locations in the field and obtain utility clearance.
• Coordinate and develop TTCP plans to perform the fieldwork. All work zone traffic control
will be performed in accordance with FDOT Standard Plans Index 102 series.
• Perform four (4) Standard Penetration Test borings to a depth of 35 feet below grades at
the locations of the box culvert wingwalls and temporary critical walls.
• Collect corrosion samples for determination of environmental classifications at the box
culvert locations.
• Perform laboratory test results to support necessary calculations and analyses.
• Evaluate the external stability of conventional retaining walls and retained earth wall
systems.
• Provide soil parameters for sheet pile wall design.
TIERRA.Inc.
7351 Temple Terrace /Tampa,Fl.33637
813-989-1354
('ACf
16B1
Geotechnical Services Proposal—SA No. 1
Widening of Airport Road from Vanderbilt Beach Road to Immokalee Road
RPS No.:21-7862
County Project No.: 60190
Page 2 of 2
• Prepare geotechnical engineering reports as applicable for each submittal phase.
Proposed Geotechnical Fee
Based upon the scope of work outlined herein, the total cost for providing these services is
estimated to be $16,223.11. Tierra's Standard Fee Schedule for the project is attached to this
letter.
Thank you for allowing Tierra the opportunity to provide geotechnical services for the project.
Respectfully Submitted,
TIERRA,INC.
Thomas E. Musgrave, P.E.
Geotechnical Engineer
CA(
16B1
kg:. T2
December 20,2024
T2 UES,Inc.
Kisinger Campo&Associates 5670 Zip Drive
Fort Myers.FL 33905
Attn:Jesse Gill,P.E. USA
13461 Parker Commons Blvd,Suite 104
Ft Myers, Florida 33912 Phone +1 239 277 0722
RE: Add Survey Services www.T2ue.com
Project name—Airport Pulling Widening
Dear Mr.Gill:
We are pleased to submit this proposal for the above reference project in Collier County. Please
accept this letter as our official scope of services and fee.
TASK 1 —TOPOGRAPHIC AND DESIGN DATA
•
PROJECT CORRIDOR:
• Curling Avenue
0 East of Airport Pulling approximately 190 feet east of right-of-way
• Survey 10 feet outside of Curling rights of way.
o No additional Quality Level B
TOPOGRAPHIC AND DESIGN DATA
• Survey Effort-Office
Assemble record plats.deeds,maps,and other documents.
• Identify corners for establishing approximate street rights-of-
way.
• Identify status of streets and easements shown on plats or
referenced in other documents.
• Research available horizontal&vertical control.
• Make copies of nearest control for use on this design survey.
• Find at least two independent control points to tie into.
Review assembled land records with field and office staff.
Process control field notes.
• Run closures on level runs.Balance and finalize project
benchmark elevation.
• Review GPS check on published control marks.
Process property and right-of-way ties.
• Compute and establish approximate road rights-of-way and
easements based on field located monumentation.Property
lines will not be surveyed but shall be shown for informational
purposes.
• Calculate project base line and stationing.
0 Process field collected data.
• Register and analyze laser scan data.
• Process conventional data collection files.
Map features from field collected data.
• Above ground features will be mapped between the rights-of-
way
• Add symbols for all located above ground utilities.
Develop unified base map.
• Map right-of-way and known easements.
• Label plat information, parcel identification and address for
properties located along project corridor.
16B
k.g. T2
., Generate DTM from field data.
• Establish DTM limits.
• Create DTM from elevation data and format for design engineer.Topographic points will be
provided along corridor at approximately 50-foot intervals.
Perform office Quality Assurance and Quality Control checks of mapping.
Deliverable
• Deliverable will be a digital AutoCAD file and Surveyor's Report
Management and supervision
• Survey Effort-Field
Set project control points.
• Establish horizontal control using RTK GPS procedures.All horizontal data will be in the North
American Datum of 1983(2011 adjustment), Florida State Plane Coordinates, East Zone.
• Level run through project control points based on published National Geodetic Survey
benchmarks.All values will be in the North American Vertical Datum of 1988.
Recover and locate existing right-of-way,property,and land monumentation to re-establish
approximate rights-of-way and easements.
Locate drainage structures and driveway culverts
• Horizontal location will be mapped with inverts and pipe sizes.
.D Locate above ground visible utilities.
o Laser scan
• Laser scanning will be utilized to collect the design data throughout the project.
Conventional data collection
• Conventional data collection methods may be utilized to supplement laser scan data if
required in obscured areas.
o Geotechnical support
• Locate four(4)borings and provide coordinates
Reference survey base line.
• Base line will be referenced by station and offset and tied to the project control.
Field review
• A field review will be conducted comparing final survey base map data to existing project
conditions.
• Map mark-ups will be created noting any changes or differences.Any missed items will be
field collected at the time of field review.
o Project management and field crew supervision
FEES
Lump Sum:$2,567.50
Thank you for considering us to provide you with these services. Please feel free to contact me with any
questions you may have.
Sincerely,
Scott R. Urquhart
Scott Urquhart, PSM
BRANCH MANAGER
www.T2ue.com
CAU