Loading...
Backup Documents 11/10/2025 Item #16B 6 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 1 6 B 6 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management 4 2. County Attorney Office County Attorney Office /I 44 1...� 4. BCC Office Board of County Commissioners 4. Minutes and Records Clerk of Court's Office 5. Procurement Services Procurement Services PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing info ation. Name of Primary Staff Deidra De La Cruz/Procurement Contact Information 239-252-8950 Contact/Department Agenda Date Item was November 10,2025 Agenda Item Number 16.B.6 Approved by the BCC Type of Document Agreement Number of Original 1 Attached Documents Attached PO number or account N/A 23-8164 BCC Engineering,LLC number if document is Design Services for to be recorded Goodlette Frank Rd.- Vanderbilt Beach Rd.to Immokalee Rd. 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 dd 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 dd document or the fmal negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's dd 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 November 10,2025,and all changes N/A is not made during the meeting have been incorporated in the attached document. The an option for County Attorney's Office has reviewed the changes,if applicable. this line. 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for the an option for Chairman's signature. this line. 16B6 PROFESSIONAL SERVICES AGREEMENT Contract # 23-8164 for "Design Services for Goodlette Frank Rd.-Vanderbilt Beach Rd to Immokalee Rd." THIS AGREEMENT is made and entered into this I0f day of november , 2025 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 BCC Engineering, LLC authorized to do business in the State of Florida, whose business address is 4901 NW 17th Way,Suite 506,Fort Lauderdale,Florida,33309 (hereinafter referred to as the "CONSULTANT" and/or"CONTRACTOR"). WITNESSETH: WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT concerning#23-8164"Design Services for Goodlette Frank Rd.-Vanderbilt Beach Rd.to Immokalee Rd." (hereinafter referred to as the "Project"), said services in accordance with the provisions of Section 287.055, Florida Statutes being more fully described in Schedule A, "Scope of Services", which is attached hereto and incorporated herein; WHEREAS, the CONSULTANT has submitted a proposal for provision of those services; and; WHEREAS, the CONSULTANT represents that it has expertise in the type of professional services that will be required for the Project. NOW, THEREFORE, in consideration of the mutual covenants and provisions contained herein, the parties hereto agree as follows: ARTICLE ONE CONSULTANT'S RESPONSIBILITY 1.1. CONSULTANT shall provide to COUNTY professional services in all phases of the Project to which this Agreement applies. 1.2. The Basic Services to be performed by CONSULTANT hereunder are set forth in the Scope of Services described in detail in Schedule A. The total compensation to be paid CONSULTANT by the COUNTY for all Basic Services is set forth in Article Five and Schedule B, "Basis of Compensation", which is attached hereto and incorporated herein. 1.3. The CONSULTANT agrees to obtain and maintain throughout the period of this Agreement all such licenses as are required to do business in the State of Florida and in Collier County, Florida, including, but not limited to, all licenses required by the respective state boards and other governmental agencies responsible for regulating and licensing the professional services to be provided and performed by the CONSULTANT pursuant to this Agreement. Page 1 of 30 PSA_CCNA Single Project Agreement[2025_ver.11 16B € 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 Chris Bridges, PE a qualified licensed professional to serve as the CONSULTANT's project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without the COUNTY's prior written approval, and if so removed must be immediately replaced with a person acceptable to the COUNTY. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from the COUNTY to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to the COUNTY. 1.7. The CONSULTANT represents to the COUNTY that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the COUNTY's review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communications, Government and Public Affairs Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequestAcolliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: Page 2 of 30 PSA_CCNA Single Project Agreement(2025_ver.I] 16B6 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify the County in writing. Failure by the Contractor to comply with the laws referenced herein shall constitute a breach of this Agreement and the County shall have the discretion to unilaterally terminate this Agreement immediately. 1.8. In the event of any conflicts in these requirements, the CONSULTANT shall notify the COUNTY of such conflict and utilize its best professional judgment to advise the COUNTY regarding resolution of each such conflict. The COUNTYS approval of the design documents in no way relieves CONSULTANT of its obligation to deliver complete and accurate documents necessary for successful construction of the Project. 1.9. The COUNTY reserves the right to deduct portions of the (monthly) invoiced (task) amount for the following: Tasks not completed within the expressed time frame, including required deliverables, incomplete and/or deficient documents, failure to comply with local, state and/or federal requirements and/or codes and ordinances applicable to CONSULTANT's performance of the work as related to the project. This list is not deemed to be all-inclusive, and the COUNTY reserves the right to make sole determination regarding deductions. After notification of deficiency, if the CONSULANT fails to correct the deficiency within the specified timeframe, these funds would be forfeited by the CONSULTANT. The COUNTY may also deduct or charge the CONSULTANT for services and/or items necessary to correct the deficiencies directly related to the CONSULTANT's non-performance whether or not the COUNTY obtained substitute performance. 1.10. CONSULTANT agrees not to divulge, furnish or make available to any third person, firm or organization, without the COUNTY's prior written consent, or unless incident to the proper performance of the CONSULTANT'S obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the services to be rendered by CONSULTANT hereunder, and CONSULTANT shall require all of its employees, agents, subconsultants and subcontractors to comply with the provisions of this paragraph. CONSULTANT shall provide the COUNTY prompt written notice of any such subpoenas. Page 3 of 30 PSA_CCNA Single Project Agreement[2025_ver.1] 16B6 1.11. As directed by the COUNTY, all plans and drawings referencing a specific geographic area must be submitted in an AutoCAD DWG or MicroStation DGN format on a CD or DVD, drawn in the Florida State Plane East (US Feet) Coordinate System (NAD 83/90). The drawings should either reference specific established Survey Monumentation, such as Certified Section Corners (Half or Quarter Sections are also acceptable), or when implemented, derived from the RTK (Real-Time Kinematic) GPS Network as provided by the COUNTY. Information layers shall have common naming conventions (i.e. right-of-way - ROW, centerlines - CL, edge-of-pavement - EOP, etc.), and adhere to industry standard CAD specifications. ARTICLE TWO ADDITIONAL SERVICES OF CONSULTANT 2.1. If authorized in writing by the COUNTY through a Change Order or Amendment to this Agreement, CONSULTANT shall furnish or obtain from others Additional Services of the types listed in Article Two herein. The agreed upon scope, compensation and schedule for Additional Services shall be set forth in the Change Order or Amendment authorizing those Additional Services. With respect to the individuals with authority to authorize Additional Services under this Agreement, such authority will be as established in the COUNTY's Procurement Ordinance and Procedures in effect at the time such services are authorized. These services will be paid for by the COUNTY as indicated in Article Five and Schedule B. Except in an emergency endangering life or property, any Additional Services must be approved in writing via a Change Order or an Amendment to this Agreement prior to starting such services. The COUNTY will not be responsible for the costs of Additional Services commenced without such express prior written approval. Failure to obtain such prior written approval for Additional Services will be deemed: (i) a waiver of any claim by CONSULTANT for such Additional Services and (ii) an admission by CONSULTANT that such Work is not additional but rather a part of the Basic Services required of CONSULTANT hereunder. If the COUNTY determines that a change in the Agreement is required because of the action taken by CONSULTANT in response to an emergency, an Amendment shall be issued to document the consequences of the changes or variations, provided that CONSULTANT has delivered written notice to the COUNTY of the emergency within forty-eight (48) hours from when CONSULTANT knew or should have known of its occurrence. Failure to provide the forty-eight (48) hour written notice noted above, waives CONSULTANT's right it otherwise may have had to seek an adjustment to its compensation or time of performance under this Agreement. The following services, if not otherwise specified in Schedule A as part of Basic Services, shall be Additional Services: 2.1.1 Preparation of applications and supporting documents (except those already to be furnished under this Agreement) for private or governmental grants, loans, bond issues or advances in connection with the Project. 2.1.2 Services resulting from significant changes in the general scope, extent or character of the Project or its design including, but not limited to, changes in size, complexity, the COUNTY's schedule or character of construction; and revising studies, reports, design documents or Contract Documents previously accepted by the COUNTY when such revisions are required by changes in laws, rules, regulations, ordinances, codes or orders enacted subsequent to and not reasonably anticipated prior to the preparation of such studies, reports or documents, or are due to any other causes beyond CONSULTANT's control and fault. 2.1.3 Providing renderings or models for the COUNTY's use. Page 4 of 30 PSA_CCNA Single Project Agreement[2025_ver.l 16B6 2.1.4 Investigations and studies involving detailed consideration of operations, maintenance and overhead expenses; the preparation of feasibility studies, cash flow and economic evaluations, rate schedules and appraisals; and evaluating processes available for licensing and assisting the COUNTY in obtaining such process licensing. 2.1.5 Furnishing services of independent professional associates and consultants for other than the Basic Services to be provided by CONSULTANT hereunder. 2.1.6 Services during travel outside of Collier and Lee Counties required of CONSULTANT and directed by the COUNTY, other than visits to the Project site or the COUNTY's office. 2.1.7 Preparation of operating, maintenance and staffing manuals, except as otherwise provided for herein. 2.1.8 Preparing to serve or serving as a CONSULTANT or witness for the COUNTY in any litigation, or other legal or administrative proceeding, involving the Project (except for assistance in consultations which are included as part of the Basic Services to be provided herein). 2.1.9 Additional services rendered by CONSULTANT in connection with the Project, not otherwise provided for in this Agreement or not customarily furnished in Collier County as part of the Basic Services in accordance with generally accepted professional practice. ARTICLE THREE THE COUNTY'S RESPONSIBILITIES 3.1. The COUNTY shall designate in writing a project manager to act as the COUNTY's representative with respect to the services to be rendered under this Agreement (hereinafter referred to as the "Project Manager"). The Project Manager shall have authority to transmit instructions, receive information, interpret and define the COUNTY's policies and decisions with respect to CONSULTANT's services for the Project. However, the Project Manager is not authorized to issue any verbal or written orders or instructions to the CONSULTANT that would have the effect, or be interpreted to have the effect, of modifying or changing in any way whatever: a. The scope of services to be provided and performed by the CONSULTANT hereunder; b. The time the CONSULTANT is obligated to commence and complete all such services; or c. The amount of compensation the COUNTY is obligated or committed to pay the CONSULTANT. 3.2. The Project Manager shall: a. Review and make appropriate recommendations on all requests submitted by the CONSULTANT for payment for services and work provided and performed in accordance with this Agreement; b. Provide all criteria and information requested by CONSULTANT as to the COUNTY 's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; c. Upon request from CONSULTANT, assist CONSULTANT by placing at CONSULTANT's disposal all available information in the COUNTY's possession pertinent to the Project, including existing drawings, specifications, shop drawings, product literature, previous reports and any other data relative to the Project; Page 5 of 30 PSA_CCNA Single Project Agreement[2025_ver.1] 16B6 d. Arrange for access to and make all provisions for CONSULTANT to enter the Project site to perform the services to be provided by CONSULTANT under this Agreement; and e. Provide notice to CONSULTANT of any deficiencies or defects discovered by the COUNTY with respect to the services to be rendered by CONSULTANT hereunder. ARTICLE FOUR TIME 4.1. Services to be rendered by CONSULTANT shall be commenced subsequent to the execution of this Agreement upon written Notice to Proceed from the COUNTY for all or any designated portion of the Project and shall be performed and completed in accordance with the Project Milestone Schedule attached hereto and made a part hereof as Schedule C. Time is of the essence with respect to the performance of this Agreement. 4.2. Should CONSULTANT be obstructed or delayed in the prosecution or completion of its services as a result of unforeseeable causes beyond the control of CONSULTANT, and not due to its own fault or neglect, including but not restricted to acts of nature or of public enemy, acts of government or of the COUNTY, fires, floods, epidemics, quarantine regulations, strikes or lock-outs, then CONSULTANT shall notify the COUNTY in writing within five (5) working days after commencement of such delay, stating the specific cause or causes thereof, or be deemed to have waived any right which CONSULTANT may have had to request a time extension for that specific delay. 4.3. No interruption, interference, inefficiency, suspension or delay in the commencement or progress of CONSULTANT's services from any cause whatsoever, including those for which the COUNTY may be responsible in whole or in part, shall relieve CONSULTANT of its duty to perform or give rise to any right to damages or additional compensation from the COUNTY. CONSULTANT's sole remedy against the COUNTY will be the right to seek an extension of time to its schedule provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay" provision. This paragraph shall expressly apply to claims for early completion, as well as claims based on late completion. Provided, however, if through no fault or neglect of CONSULTANT, the services to be provided hereunder have been delayed for a total of 180 calendar days, CONSULTANT's compensation shall be equitably adjusted, with respect to those services that have not yet been performed, to reflect the incremental increase in costs experienced by CONSULTANT, if any, as a result of such delays. 4.4. Should the CONSULTANT fail to commence, provide, perform or complete any of the services to be provided hereunder in a timely manner, in addition to any other rights or remedies available to the COUNTY hereunder, the COUNTY at its sole discretion and option may withhold any and all payments due and owing to the CONSULTANT until such time as the CONSULTANT resumes performance of its obligations hereunder in such a manner so as to reasonably establish to the COUNTY's satisfaction that the CONSULTANT's performance is or will shortly be back on schedule. 4.5. In no event shall any approval by the COUNTY authorizing CONSULTANT to continue performing Work under this Agreement or any payment issued by the COUNTY to CONSULTANT be deemed a waiver of any right or claim the COUNTY may have against CONSULTANT for delay or any other damages hereunder. Page 6 of 30 PSA_CCNA Single Project Agreement[2025_ver.I] CAO 16B6 ARTICLE FIVE COMPENSATION 5.1. Compensation and the manner of payment of such compensation by the COUNTY for services rendered hereunder by CONSULTANT shall be as prescribed in Schedule B, entitled "Basis of Compensation", which is attached hereto and made a part hereof. The Project Manager, or designee, reserves the right to utilize any of the following Price Methodologies: Lump Sum (Fixed Price): A firm fixed total price offering for a project; the risks are transferred from the COUNTY to the CONSULTANT; and, as a business practice there are no hourly or material invoices presented, rather, the CONSULTANT must perform to the satisfaction of the COUNTY's Project Manager before payment for the fixed price contract is authorized. Time and Materials: The COUNTY agrees to pay the contractor for the amount of labor time spent by the CONSULTANT 's employees and subcontractors to perform the work (number of hours times hourly rate), and for materials and equipment used in the project (cost of materials plus the contractor's mark-up). This methodology is generally used in projects in which it is not possible to accurately estimate the size of the project, or when it is expected that the project requirements would most likely change. As a general business practice, these contracts include back-up documentation of costs; invoices would include number of hours worked and billing rate by position (and company (or subcontractor) timekeeping or payroll records), material or equipment invoices, and other reimbursable documentation for the project. 5.2. The hourly rates as set forth and identified in Schedule B, which is attached hereto, shall apply only to tasks procured under the Time and Materials pricing methodology specified in paragraph 5.1 above. -aiaet-identifi r shedute-Brwfa -is ttachect ARTICLE SIX THE OWNERSHIP OF DOCUMENTS 6.1. Upon the completion or termination of this Agreement, as directed by the COUNTY, CONSULTANT shall deliver to the COUNTY copies or originals of all records, documents, drawings, notes, tracings, plans, MicroStation or AutoCAD files, specifications, maps, evaluations, reports and other technical data, other than working papers, prepared or developed by or for CONSULTANT under this Agreement ("Project Documents"). The COUNTY shall specify whether the originals or copies of such Project Documents are to be delivered by CONSULTANT. CONSULTANT shall be solely responsible for all costs associated with delivering to the COUNTY the Project Documents. CONSULTANT, at its own expense, may retain copies of the Project Documents for its files and internal use. 6.2. Notwithstanding anything in this Agreement to the contrary and without requiring the COUNTY to pay any additional compensation, CONSULTANT hereby grants to the COUNTY a nonexclusive, irrevocable license in all of the Project Documents for the COUNTY's use on this Project. CONSULTANT warrants to the COUNTY that it has full right and authority to grant this license to the COUNTY. Further, CONSULTANT consents to the COUNTY's use of the Project Documents to complete the Project following CONSULTANT's termination for any reason or to perform additions to or remodeling, replacement or renovations of the Project. CONSULTANT also acknowledges the COUNTY may be making Project Documents available for review and information to various third parties and hereby consents to such use by the COUNTY. Page 7 of 30 PSA_CCNA Single Project Agreement[2025_ver,1] GAO 1 6 B 6 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 12025_ver.I I CAO 1 6 B 6 9.3.2. Companies issuing the insurance policy or policies shall have no recourse against the COUNTY for payment of premiums or assessments for any deductibles which all are at the sole responsibility and risk of CONSULTANT. 9.3.3. All insurance coverage of CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project, and the "Other Insurance" provisions of any policies obtained by CONSULTANT shall not apply to any insurance or self-insurance program carried by the COUNTY applicable to this Project. 9.3.4. The Certificates of Insurance must read: For any and all work performed on behalf of Collier County, or reference this contract number. 9.3.5. All insurance policies shall be fully performable in Collier County, Florida, and shall be construed in accordance with the laws of the State of Florida. 9.4. CONSULTANT, its subconsultants and the COUNTY shall waive all rights against each other for damages covered by insurance to the extent insurance proceeds are paid and received by the COUNTY, except such rights as they may have to the proceeds of such insurance held by any of them. 9.5. All insurance companies from whom CONSULTANT obtains the insurance policies required hereunder must meet the following minimum requirements: 9.5.1. The insurance company must be duly licensed and authorized by the Department of Insurance of the State of Florida to transact the appropriate insurance business in the State of Florida. 9.5.2. The insurance company must have a current A. M. Best financial rating of"Class VI" or higher. ARTICLE TEN SERVICES BY CONSULTANT'S OWN STAFF 10.1. The services to be performed hereunder shall be performed by CONSULTANT's own staff, unless otherwise authorized in writing by the COUNTY. The employment of, contract with, or use of the services of any other person or firm by CONSULTANT, as independent consultant or otherwise, shall be subject to the prior written approval of the COUNTY. No provision of this Agreement shall, however, be construed as constituting an agreement between the COUNTY and any such other person or firm. Nor shall anything in this Agreement be deemed to give any such party or any third party any claim or right of action against the COUNTY beyond such as may then otherwise exist without regard to this Agreement. 10.2. Attached as Schedule F is a listing of all key personnel CONSULTANT intends to assign to the Project to perform the Services required hereunder. Such personnel shall be committed to this Project in accordance with the percentages noted in Schedule F. All personnel. identified in Schedule F shall not be removed or replaced without the COUNTY's prior written consent. 10.3. CONSULTANT is liable for all the acts or omissions of its subconsultants or subcontractors. By appropriate written agreement, the CONSULTANT shall require each subconsultant or subcontractor, to the extent of the Services to be performed by the subconsultant or subcontractor, to be bound to the CONSULTANT by the terms of this Agreement, and to assume toward the Page 9 of 30 PSA_CCNA Single Project Agreement[2025_ver.1] GAO 16B6 CONSULTANT all the obligations and responsibilities which the CONSULTANT, by this Agreement, assumes toward the COUNTY. Each subconsultant or subcontract agreement shall preserve and protect the rights of the COUNTY under this Agreement with respect to the Services to be performed by the subconsultant or subcontractor so that the sub consulting or subcontracting thereof will not prejudice such rights. Where appropriate, the CONSULTANT shall require each subconsultant or subcontractor to enter into similar agreements with its sub-subconsultants or sub-subcontractors. 10.4. CONSULTANT acknowledges and agrees that the COUNTY is a third-party beneficiary of each contract entered into between CONSULTANT and each subconsultant or subcontractor, however nothing in this Agreement shall be construed to create any contractual relationship between the COUNTY and any subconsultant or subcontractor. Further, all such contracts shall provide that, at the COUNTY's discretion, they are assignable to the COUNTY upon any termination of this Agreement. ARTICLE ELEVEN WAIVER OF CLAIMS 11.1. CONSULTANT's acceptance of final payment shall constitute a full waiver of any and all claims, except for insurance company subrogation claims, by it against the COUNTY arising out of this Agreement or otherwise related to the Project, and except those previously made in writing in accordance with the terms of this Agreement and identified by CONSULTANT as unsettled at the time of the final payment. Neither the acceptance of CONSULTANT's services nor payment by the COUNTY shall be deemed to be a waiver of any of the COUNTY's rights against CONSULTANT. ARTICLE TWELVE TERMINATION OR SUSPENSION 12.1. CONSULTANT shall be considered in material default of this Agreement and such default will be considered cause for the COUNTY to terminate this Agreement, in whole or in part, as further set forth in this section, for any of the following reasons: (a) CONSULTANT's failure to begin services under the Agreement within the times specified under the Notice(s)to Proceed, or(b) CONSULTANT's failure to properly and timely perform the services to be provided hereunder or as directed by the COUNTY, or (c) the bankruptcy or insolvency or a general assignment for the benefit of creditors by CONSULTANT or by any of CONSULTANT's principals, officers or directors, or (d) CONSULTANT's failure to obey any laws, ordinances, regulations or other codes of conduct, or (e) CONSULTANT's failure to perform or abide by the terms and conditions of this Agreement, or (f) for any other just cause. The COUNTY may so terminate this Agreement, in whole or in part, by giving the CONSULTANT seven (7) calendar days written notice of the material default. 12.2. If, after notice of termination of this Agreement as provided for in paragraph 12.1 above, it is determined for any reason that CONSULTANT was not in default, or that its default was excusable, or that the COUNTY otherwise was not entitled to the remedy against CONSULTANT provided for in paragraph 12.1, then the notice of termination given pursuant to paragraph 12.1 shall be deemed to be the notice of termination provided for in paragraph 12.3, below, and CONSULTANT's remedies against the COUNTY shall be the same as and be limited to those afforded CONSULTANT under paragraph 12.3, below. 12.3. The COUNTY shall have the right to terminate this Agreement, in whole or in part, without cause upon seven (7) calendar days written notice to CONSULTANT. In the event of such termination for convenience, CONSULTANT'S recovery against the COUNTY shall be limited to that portion of Page 10 of 30 PSA_CCNA Single Project Agreement[2025_ver.l] n fit, 16B6 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[2025_ver.I] 1 6 B 6 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 Division Director: Jay Ahmad,PE Address: 2885 Horseshoe Drive South Naples,Florida,34104 Administrative Agent/PM: RagaeyGirgis, PE Telephone: 239-252-5731 E-Mail(s): Ragaey.Girgis@colliercountyfl.gov 16.2. All notices required or made pursuant to this Agreement to be given by the COUNTY to the CONSULTANT shall be made in writing and shall be delivered by hand, email or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT's address of record: Company Name: BCC Engineering,LLC Address: 4901 NW 17th Way,Suite 506 Fort Lauderdale, Florida,33309 Page 12 of 30 PSA_CCNA Single Project Agreement[2025_ver.l 16B6 Attention Name & Title: Victor Herrera,PE-Senior Vice President Telephone: 954-928-1828 E-Mail(s): vherrera@bcceng.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: Affidavit Regarding Labor and Services Solicitation # 23-8164 , including all Attachment(s), Exhibit(s) & Addendum Consultant's Proposal Page 13 of 30 PSA_CCNA Single Project Agreement[2025_ver.1] 16B6 17.10. Graff--1=und y-applioa-I Ie_..to._Gfant-#t deo1--p oieGts) n..mthe_e t f..a y eenf#et--between y-ef-the..Gontfaet-Bee ents--and/er-the--OOUNT—Y2e-Board a revel-€xeebtt e-Agfeen ent-shatlw-take-preeedera eaaef-tie--ter µef alt--ethef-Oentfaet , rr s et ae -Su ementat-..Gfaaft -GeedFttena--e#all-t-ake precedence over-the Agrccmcnt. To the extent--ar y-ceftfliet-+ft-the--tefrne-ef-the-Geetraet-Eaecata efts e- tpple if--any;-ef-the--,A reef ent;-the tnet or costly obligati Contfaet ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to the COUNTY the Truth-In-Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT's compensation shall be adjusted to exclude any sums by which the COUNTY determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by the COUNTY of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." Page 14 of 30 PSA_CCNA Single Project Agreement[2025_ver,1] 16B6 ARTICLE TWENTY DISPUTE RESOLUTION 20.1. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of CONSULTANT with full decision-making authority and by the COUNTY's staff person who would make the presentation of any settlement reached during negotiations to the COUNTY for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed-upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of CONSULTANT with full decision-making authority and by the COUNTY's staff person who would make the presentation of any settlement reached at mediation to the COUNTY's board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under section 44.102, Fla. Stat. 20.2. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE TWENTY-ONE IMMIGRATION LAW COMPLIANCE 21.1. By executing and entering into this agreement, the CONSULTANT is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended, as well as the Florida state law requirements set forth in Florida Statute, §448.095, as may be amended. Failure by the CONSULTANT to comply with the laws referenced herein shall constitute a breach of this agreement and the COUNTY shall have the discretion to unilaterally terminate this Agreement immediately. [Signature page to follow this page] ******Remainder of page intentionally left blank****** Page 15 of 30 PSA_CCNA Single Project Agreement[2025_ver.l1 16B6 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 By: 1CJ By: AtiV/....Ar-416A-- Date: Burt L. Saunders Chairman Attest as to Chairman's signature only A ced to prn,d Legality: P County Attorney Name Consultant: Consultant's Witnesses: BCC Engineering, LLC )/ - By: 16 / Witness Vanessa Aymerich -Corporate Counsel Victor H. Herrera-Senior Vice President Name and Title Name and Title 603\yz.. .7_ Witness Ellie Perez -Contracts Assistant Name and Title Page 16 of 30 PSA_CCNA Single Project Agreement l2025_ver.I] .,AO 16B6 SCHEDULE A SCOPE OF SERVICES following this page (pages 1 through 82) Page 17 of 30 PSA_CCNA Single Project Agreement[2025_ver.l] CAO 16B6 Schedule A- Scope of Services #23-8164 "Design Services for Goodlette Frank Rd.—Vanderbilt Beach Rd to Immokalee Rd." 1 PURPOSE The purpose of this Exhibit is to describe the scope of work and the responsibilities of the CONSULTANT and Collier 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. Provide services as defined in this Scope of Services, which references the Florida Department of Transportation (FDOT) manuals and procedures. For this project, the CONSULTANT and/or Sub- Consultant(s)must be FDOT qualified(Rule Chapter 14-75)to perform the assigned work and/or services required for the project.At a minimum,the CONSULTANT and/or Sub-Consultant(s)must be qualified to perform the following types of work: Major work mix includes: • 0020 New Bridge Construction • 0025 Bridge Rehab and add lanes • 0221 Widen&Resurface Existing Lanes • 0205 Sidewalk • 0715 Traffic Engineering Study • 0716 Traffic Signals • 0774 Signing/Pavement Markings • 0777 Lighting Major work groups include: • 3.2 Major Highway Design • 4.1.2 Minor Bridge Design • 5.1 Conventional Bridge Inspection Minor work groups include: • 4.1.1 Miscellaneous Structures • 7.1 Signing, Pavement Marking& Channelization • 7.2 Lighting • 7.3 Signalization • 8.1 Control Surveying • • 8.2 Design,Right of Way Construction Surveying Page 1 of 82 Schedule A-Scope of Services CAO 16B6 • 8.4 Right of Way Mapping • 9.1 Soil Exploration •9.2 Geotechnical Classification Lab Testing •9.4 Foundation Studies • 9.5 Geotechnical Specialty Lab Testing The Florida Department of Transportation (FDOT) is partnering with Collier County through a Transportation Regional Incentive Program (TRIP) grant. The FDOT will provide the TRIP funds for the construction phase of the project in Fiscal Year 2027. Therefore,the PD&E, design, permitting, and right- of-way phases must be completed by the winter of 2026. The Firms submitting as the PRIME CONSULTANT must be prequalified by the FDOT.In addition,FDOT will review the design documents at each phase. Furthermore, at a minimum the Prime Firm must be pre-qualified through FDOT in the following work groups: • Group 3 -Highway Design—Roadway: 3.2 Major Highway Design • Group 4—Highway Design—Bridges: 4.1.2 Minor Bridge Design Construction contracting methods include: N/A The general objective is for the CONSULTANT to prepare a set of contract documents, including plans, specifications,construction cost estimates,supporting engineering analysis,calculations,permits,and other technical documents in accordance with FDOT and Collier 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 systems 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 per specifications. The Scope of Services establishes which items of work in the FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance (Florida Greenbook), COUNTY Code and other pertinent manuals are specifically prescribed to accomplish the work included in this contract and indicate which items of work will be the responsibility of the CONSULTANT and/or the COUNTY. The CONSULTANT shall be aware that as the project is developed, certain modifications and/or improvements to the original concepts may be required. The CONSULTANT shall incorporate these refinements into the design and consider such refinements to be an anticipated and integral part of the work. This 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 throughout the design of the project a contract file in accordance with COUNTY procedures. The CONSULTANT is expected to know the laws and rules governing the profession 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 to the Page 2 of 82 CA 0 Schedule A-Scope of Services 16B6 maximum extent possible the COUNTY's need to apply its own resources to assignments authorized by the COUNTY. The COUNTY will provide contract administration, management services, and technical reviews of all work associated with the development and preparation of 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, and signing and pavement marking designs be reviewed and approved by Collier COUNTY Traffic Operations at each phase of the project. The designer shall adhere to the current Collier COUNTY Traffic Operations specifications to minimize redesign. 2 PROJECT DESCRIPTION& BACKGROUND The intersection of Goodlette-Frank Road (GFR) and Vanderbilt Beach Road (VBR) may be under construction before the design is completed for this project. Therefore, the CONSULTANT shall incorporate all future improvements by"others" as an existing condition unless otherwise directed by the Project Manager. The CONSULTANT shall investigate the status of any active and/or recently completed projects and become familiar with concepts and commitments (typical sections, alignments, etc.)developed from prior studies and/or activities. The project encompasses approximately a 1.6-mile section of Goodlette-Frank Road from the intersection with Vanderbilt Beach Road (VBR), extending north to the intersection of Immokalee Road. Goodlette- Frank Road bridges over a golf cart pathway and Pelican Marsh Boulevard at approximately 0.6 and 0.8 miles north of Vanderbilt Beach Road, respectively. The improvements proposed will provide roadway enhancements and improve safety along the corridor. The two (2) existing bridge conditions must be evaluated, including developing a load rating. Therefore, inspections and condition ratings must be performed early to determine the needed rehabilitation or replacement for these bridges. The CONSULTANT shall apply for bridge numbers from FDOT as part of the work under this contract. The existing corridor is primarily a hybrid rural two to four-lane roadway. From Immokalee Road to Creekside Boulevard, the four-lane segment is urban, with street lighting and sidewalks on both sides of the roadway. From Creekside Boulevard to Vanderbilt Beach Road, the pavement transitions from a four/five-lane divided rural cross-section to a two-lane rural section. Within this segment,on the west side, there is only a 300-foot segment of sidewalk north of the intersection with VBR. The roadway has varying widths of paved shoulders within the cross-section. Street lighting exists on both sides but not south of the existing bridges. The existing drainage consists of a closed drainage system north of Pelican Marsh Boulevard and roadside ditches on both sides of the roadway to the south. Approximately 30 years ago,Westinghouse Communities(WCI)developed the Pelican Marsh Community Development District(PMCDD)and built the two existing bridges carrying Goodlette-Frank Road. These bridges were never officially made part of the County's assets; however, they are within the public right- of-way. The PMCDD,through a quit claim deed,will transfer ownership of the bridges to the COUNTY. The PMCDD and the county entered into a Landscape Maintenance Agreement (LMA) with the public right-of-way along Pelican Marsh Boulevard.The design should minimize or avoid impacting the landscape Page 3 of 82 CEO Schedule A-Scope of Services 16B6 specified in the LMA and address construction impacts to existing landscaping on Pelican Marsh Boulevard. The proposed roadway improvements for this project consist of expanding the entire corridor to four travel lanes, repairing the existing two bridge structures and constructing new adjacent bridges, completing the closed drainage system and lighting, and providing on-street bicycle lanes, multi-use pathway on the west side only, and sidewalks on both sides. Particular attention should be paid to maintaining traffic along Goodlette-Frank Road and on Pelican Marsh Boulevard while the project is under construction. The Consultant shall design the Traffic Control so that the access to the golf cart path and Pelican Marsh Boulevard are not closed simultaneously and shall investigate alternate ways to minimize the disruption to traffic. 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 Participation Agreements: The Project's construction phase will receive a Transportation Incentive Grant Program funds (TRIP); therefore, the Agreement must be executed prior to the termination of the design phase. The Consultant shall assist the County in reviewing the grant documents and assist with preparing it for approval by the Board of County Commissioners. The consultant may assist the County in preparing and reviewing information, schedules,and budgets prior to submittal to the BCC. In addition, the consultant may prepare presentations and other documents as directed by the County Project Manager and be prepared to present them to the BCC during the meeting. Furthermore, The Consultant may be present during the BCC meeting to respond to all inquiries from the Commissioners or representatives from the public regarding those presentations and documents. This effort is limited to three(3)total BCC meetings. Local Agency Program Agreement: N/A Specification Package Preparation: See Specifications Package Preparation, Section 3.3 Value Engineering: N/A Plan Type:Plan/Profile.The CONSULTANT shall provide all plans and details necessary for construction of the project described herein.The CONSULTANT is expected to follow all design criteria and processes provided in the latest version of the FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance(commonly known as the Florida Greenbook). Additional criteria from the American Association of State Highway and Transportation Officials (AASHTO), 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. The latest 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. Page 4 of 82 0 Schedule A-Scope of Services 16BE Pavement Design: The CONSULTANT shall provide all pavement designs required for the project. The CONSULTANT shall submit a signed and sealed Pavement Design Package before the 30%plan submittal for COUNTY approval. Pavement Type Selection Report(s): N/A. Cross Slope: As needed. The CONSULTANT shall evaluate any necessary modifications to cross slopes of existing pavement to be retained as part of this project. Access Management Classification: To be coordinated with the COUNTY as required. Transit Route Features: N/A Major Intersections/Interchanges: The design shall incorporate the tie-in of the project to the existing conditions at VBR (VBR Widening Project)and Creekside Boulevard. Bridges:The consultant will prepare the necessary Plans,Details,Calculation Quantities and Cost Estimates for the Overpass Bridge expansion at Pelican Marsh Boulevard and the Golf Cart Tunnel Bridge. Typical sections shall be consistent with the features of a four-lane divided urban highway. Incorporating aesthetic features in the Overpass will be discussed during the Bridge Development Report (BDR) activity. New Bridge Numbers will be required from FDOT. The Golf Cart Bridge expansion should be coordinated with the Pelican Marsh Golf Club. Roadway Alternative Analysis: N/A Level of TTCP: The CONSULTANT shall provide Temporary Traffic Control Plans(TTCP) as required for the proposed widening of Goodlette-Frank Road. The TTCP shall include four phases of plan details and one temporary diversion for Goodlette Frank Road at 50 scale. Pelican Marsh Boulevard will include two phases of plan details. The TTCP shall include: 1. One general note sheet 2. One phase note sheet 3. One Advance Warning Scheme sheet. 4. Three TCP typical section sheets(two roadway, one bridge) 5. Three detour detail sheets 6. One temporary lighting notes sheet 7. One temporary lighting structure sheet 8. Three temporary lighting typical section sheets 9. Three pedestrian detour detail sheets. 10. 6 temporary signal sheets(VBR X 3 phases,Innovation Blvd X 3 phases) 11. Sixty two(62)TTC plan detail sheets Appropriate maintenance of traffic during construction is critical to the public's health,safety,and welfare, as well as local businesses and emergency services. The CONSULTANT shall develop maintenance of traffic plans that limit impacts to the public while minimizing the cost and duration of construction. Temporary Lighting: The CONSULTANT is responsible for any temporary lighting designs necessary for the project. Page 5 of 82 Schedule A-Scope of Services CAO 16B6 Temporary Signals The CONSULTANT is responsible for temporary signal designs necessary for the project.Temporary Drainage:The CONSULTANT is responsible for any temporary drainage designs necessary for the project. Design Variations/Exceptions: The CONSULTANT is responsible for design and application for all variances, clearances and waivers. Back of Sidewalk Profiles: As required Selective Clearing and Grubbing: TBD Landscaping: See Section 3.12 2.2 Drainage(Activities 6a and 6b) The latest FEMA Maps(12021C0381J and 12021C0193J dated February 8,2024, show areas of 100-year floodplain adjacent to the existing roadway. These include areas of Zone AE where the elevation varies from 9 to 10 feet in elevation. The widening of Goodlette Frank Road from two to four lanes will include floodplain impacts.These impacts will be minimized by maintaining the existing roadway profile,utilizing guardrail with 1:3 slopes and retaining walls. If the floodplain compensation is determined to not be tidal, cup for cup floodplain compensation will be provided as much as possible within the existing right of way. If the floodplain compensation cannot be provided within the existing right of way, the CONSULTANT will provide the COUNTY the size and location of any required Floodplain Compensation Ponds (FPC) outside of the existing right of way as an additional service. If floodplain compensation ponds are not feasible, as an additional service, a floodplain model will be created to ensure no adverse impacts to the floodplain as a result of the proposed project. A Pond Siting Report is included as an additional service. The COUNTY will prepare the title searches and obtain the necessary right of way. The survey, geotechnical, contamination, archaeological, environmental, protected species and design of any offsite FPC ponds is included in this contract as an additional service. The CONSULTANT will coordinate with Pelican Marsh Development to utilize the existing stormwater ponds within the Pelican Marsh Development for water quality treatment and attenuation. These systems were designed for the proposed widening of Goodlette Frank Road and was permitted under SFWMD permit #11-00820-S, application #940215-5. The CONSULTANT will attend a pre-application meeting with the SFWMD to determine the required floodplain compensation, water quality and water quantity criteria. Depending on project schedule and the existing Pelican Marsh Development stormwater pond conditions, an offsite stormwater pond may be required. If required,the CONSULTANT will provide the COUNTY the size and location of any required stormwater ponds.A Pond Siting Report is included in this Scope as an additional service.The COUNTY will prepare the title searches and obtain the necessary right of way. The survey, geotechnical, contamination archaeological, environmental, protected species and design of any additional stormwater ponds is included as an additional service in this contract. The CONSULTANT shall design a closed stormwater system to discharge into the existing and/or proposed ponds. The stormwater system will be designed according to Collier County, BCB? and FDOT criteria. All existing drainage structures and pipes that are to remain will be visually inspected for erosion, safety,and accumulation of sediments.The CONSULTANT shall coordinate with the COUNTY's Project Manager before adding any needed repairs or maintenance to the Construction Contract Documents. The CONSULTANT will prepare construction plans including Drainage Maps, Summary of Drainage Structures, Optional Materials Tabulation, Drainage Structures, Drainage Details, Erosion Control and Page 6 of 82 Schedule A- Scope of Services CAO 1666 Stormwater Pollution Prevention Plans. The drainage plans will include the proposed stormwater system, any required ditch grading and drainage quantities. A Drainage Design Documentation Report will be submitted to the COUNTY that includes all drainage calculations,field review photos,Pelican Marsh Development correspondence,historic permit information and SFWMD pre-application meeting minutes. The Drainage Design Documentation Report will be used for SFWMD permitting efforts. 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.The CONSULTANT should coordinate with COUNTY personnel to coordinate transmittals to Utility Companies and meet production schedules. The CONSULTANT shall ensure FDOT, and COUNTY 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. This person shall be contractually referred to as the Utility Coordination Manager and shall be identified in the CONSULTANT's proposal. The Utility Coordination Manager shall be required to satisfactorily demonstrate to the COUNTY's Project Manager that they have the following knowledge, skills, and expertise: A minimum of 4 years of experience performing utility coordination in accordance with FDOT, Federal Highway Administration (FHWA), and American Association of State Highway and Transportation Officials(AASHTO)standards,policies,and procedures. Thorough knowledge of the FDOT plans production and Collier County Water and Sewer District (CCWSD) coordination processes thorough knowledge of FDOT agreements, standards, policies, and procedures. 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 FDOT, FHWA, and AASHTO standards,policies,procedures,and design criteria. Assisting the engineer of record in identifying all existing utilities and coordinating any new installations. Assisting the Engineer of Record with resolving utility conflicts. Scheduling and performing utility coordination meetings, keeping and distribution of 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 Agency Owners (UAO's) and making sure this information is properly coordinated and documented. Identifying and coordinating the completion of any COUNTY or utility owner agreement that is required for reimbursement or accommodation of the utility facilities associated with the project. Page 7 of 82 CAO Schedule A-Scope of Services 16B6 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 inclusive of betterment and salvage determination. The CONSULTANT's utility coordination work shall be performed and directed by the Utility Coordination Manager that was 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 at least 30 days prior to that change. Anticipated utilities include but not limited to: •CenturyLink/Lumen • City of Naples-Water • Comcast •Florida Power and Light • Crown Castle • Summit Broadband, Inc. • TECO Peoples Gas • Collier COUNTY IT • Collier COUNTY Water and Sewer District •Collier COUNTY Traffic Operations 2.4 Environmental Permits and Environmental Clearances(Activity 8) The CONSULTANT shall coordinate with all appropriate regulatory agencies to obtain all necessary environmental permits, anticipated permits for this project include: •Environmental Resource Permit(SFWMD) •USACE 404 Permit The CONSULTANT is responsible for identifying, applying and obtaining the above environmental permits for the project. The CONSULTANT is responsible for all permit coordination and revisions necessary to obtain the above listed permits. The CONSULTANT shall obtain COUNTY review of the plans and applications before submitting to the permitting agencies and assist the COUNTY in developing the permitting strategy for the project. All application and processing fees associated with permitting activities shall be paid for by the COUNTY directly to each applicable agency. The COUNTY will direct the use of mitigation banks as required. 2.5 Structures(Activities 9—18) Page 8 of 82 ����t1 Schedule A-Scope of Services 16B6 Bridge: The CONSULTANT shall provide all necessary load ratings, design services, obtain new bridge numbers from the FDOT,and deliver construction documents for the new bridge defined below with a new structure. Inspections by the CONSULTANT are limited to review of the existing structures and project site to facilitate design, while a full inspection shall be the responsibility of FDOT as detailed in Section 2.0 of this Scope of Services.Field review by the CONSULTANT includes collection of measurements and data for development of repair details for the existing bridges.The length of the new structure is dependent on-site constraints,the requirements defined herein and the requirements to be established by the permitting agencies. Bridge Numbers: The CONSULTANT shall apply for bridge numbers through FDOT for both existing and proposed bridges. Please see section 2.1 for typical section requirements Type of Bridge Structure Work: • Bridge Development Report(BDR) • Temporary Bridge—N/A • Short Span Concrete Structures activities also include repair details and load rating calculations for the existing bridges as detailed through the Bridge Inspection Report. Retaining Walls:The CONSULTANT shall provide all design services and deliver construction documents for temporary and/or permanent retaining walls anticipated for the project. Anticipated retaining walls include mechanically stabilized earth (MSE)walls for the bridge approaches and temporary critical walls for construction of the bridge foundations, bridge approaches, and TTCP phasing. The design of Gravity Walls along the roadway and bridge approaches due to ROW constraints, if applicable, is included as an Additional Service. Noise Barrier Walls: Miscellaneous: The CONSULTANT shall provide all design services and deliver construction documents for miscellaneous structures anticipated for the project. 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. The CONSULTANT shall coordinate with COUNTY's Traffic Operations Section to maintain integrity of COUNTY's sign asset database. The CONSULTANT shall include the following notes in the contract documents, "Contractor to follow Traffic Operations Signing and Pavement Markings special provision details which include but not limited to using a 2.5"x 2.5"galvanized metal square tubular signpost." 2.7 Signalization(Activities 21 &22) The Consultant shall analyze the need for signal upgrades at the Immokalee Road, Creekside Boulevard and Vanderbilt Beach Road intersections.It is anticipated that the signal poles will not be impacted at these locations. Traffic Data Collection: The CONSULTANT shall collect 12-hour turning movement volumes and 24- hrs approach counts at the intersections of Goodlett Frank Road with Creekside Boulevard and Vanderbilt Beach Road. Page 9 of 82 Schedule A-Scope of Services Ct\1-t 16B6 Traffic Studies: The CONSULTANT shall conduct a traffic study to determine turn lane lengths at the intersections of Goodlett Frank Road with Creekside Boulevard and Vanderbilt Beach Road. Count Stations: N/A Traffic Monitoring Sites: N/A 2.8 Lighting(Activities 23 &24) The CONSULTANT shall include lighting analysis and design within the project limits per current FDOT and County criteria. The CONSULTANT shall prepare lighting plans to support the proposed roadway design. 2.9 Landscape(Activities 25&26)—See Section 3.12 2.10 Survey(Activity 27) Design Survey: The CONSULTANT shall provide all survey services necessary for the project. It is anticipated this will include a detailed topographic and control survey for the project limits extending approximately 1000 feet east to 1000 feet west of the edge of the existing Goodlett Frank Road including all access points in between, beyond or within Collier COUNTY existing ROW. Subsurface Utility Exploration: The CONSULTANT is responsible for designating all utilities within the project limits. If applicable, 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 locations to be determined prior to the final design. Proposed SUE locations must be approved by the COUNTY prior to authorization of this task. Right of Way Survey: The CONSULTANT is responsible for all Right of Way Surveys and defining all official County maintained right of ways necessary for the project. Pond Site and Floodplain Compensation Area: Prepare a topographical survey for the proposed floodplain compensation area and outfall to the proposed pond. Spot elevations will be collected on a 100' +/-grid. Vegetation Survey: Bathymetric Survey: N/A 2.11 Photogrammetry(Activity 28)(N/A) 2.12 Mapping(Activity 29) R/W mapping is anticipated for the project. 2.13 Terrestrial Mobile LiDAR(Activity 30)—N/A. 2.14 Architecture(Activity 31)-N/A. 2.15 Noise Barriers(Activity 32)—N/A 2.16 Intelligent Transportation Systems(Activities 33 &34)- Coordinate and design extension of existing fiber to Vanderbilt Beach Road. No ITS devices are needed. Page 10 of 82 Ct-Q, Schedule A-Scope of Services 16B6 2.17 Geotechnical(Activity 35) The CONSULTANT shall be responsible for all necessary geotechnical activities associated with/required for this project. Soil sampling and types and depths of borings anticipated for roadway,structures,drainage, storm pipe, lighting, and signals. 2.18 3D Modeling(Activity 36) 2.19 Project Schedule The anticipated design schedule for the project is 540 calendar days (approx.18 months) from the date of Notice to Proceed(NTP). The targeted total contract schedule is 1,710 calendar days(approx. 57 months) from the issuance of the NTP. This will consist of a design phase(540 days),a construction bid phase(360 days-12 months)and a post design phase(810 days-27 months).A separate NTP will be issued for the post design services phase.This schedule is based on a 90 days-3 months of Consultant inactivity as the County is processing the Grant Agreements. 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(s)for all phases of design. The CONSULTANT shall indicate each milestone activity/event that is included in the scope of work and at a minimum, submission dates for Bridge Inspection Report, BDR, 30% plans, 60% plans, 90% plans, Final plans,and SFWMD submittal packages.The schedule shall allow for a minimum of 30 calendar days for FDOT/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 1,710 calendar days for final construction contract documents and post design services. In no event shall the contract deadline exceed 1,710 calendar days from the date of initial Notice to Proceed. An independent consulting firm hired by the COUNTY will conduct a constructability review between the 60%and 90%plan submittals.The Bid Plans shall be submitted after obtaining a notice of intent to permit from the governing permitting agencies,which may include USACE and SFWMD. Periodically, throughout the life of the contract, CONSULTANT shall review the project schedule and, with the approval of the COUNTY, adjust as necessary to incorporate changes in the Scope of Services and progress to date. The approved schedule and schedule status report and progress report shall be submitted with the monthly progress report and invoice. 2.20 Submittals& Deliverables The CONSULTANT shall furnish construction contract documents as required by the COUNTY to adequately control, coordinate, and approve the project concepts. At each submittal phase, the CONSULTANT shall provide all sheets pertaining to the roadway design, and those of the other component plans in strict conformance to the FDOT Design Manual sequence of plans preparation. Partial phase deliverables will not be accepted. To expedite the design reviews,the COUNTY prefers to use the Bluebeam Revu Studio software platform. The CONSULTANT shall set up studio project collaboration sessions in Bluebeam at each phase submittal if the CONSULTANT is accustomed to and uses this platform. The CONSULTANT shall manage the marked-up documents so that comments can be tracked and are easily organized for hard copy print outs. Page 11 of 82 CA Schedule A-Scope of Services 16B6 The comment and review process for all deliverables for this Contract shall utilize Bluebeam Studio Sessions. The CONSULTANT's Bluebeam setup shall include comment tracking and a 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 provide a response to each comment until the comment is identified and marked with a "CLOSED" status by the Reviewer. The CONSULTANT shall maintain copies of all Session files and submit 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. If the CONSULTANT does not have the use of Bluebeam,a File Transfer server should be used to submit deliverables in Adobe PDF format. 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 latest edition of the FDOT Greenbook and FDM 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. The method of delivery must be preapproved by the COUNTY. In addition to the delivery of the files produced during project development, the COUNTY requires the inclusion of Engineering Data files(prepared by or for the CONSULTANT) for critical geometrics in the design. These can include the alignments,profiles,cross sections, surfaces,etcetera necessary to create the corridor model(s). 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. Drawings files shall be provided in most current versions of a fully functional MicroStation V8i(.dgn) or AutoCAD 2019(.dwg) or later software format and plotted or scanned to an Adobe Acrobat (.pdf) format in individual sheets. Specifications shall be provided in Microsoft Word 2003 or later. The CONSULTANT shall use the most current FDOT CADD Manual to produce engineering plans preparation.The CADD Manual addresses the requirements to utilize Computer Aided Design and Drafting (CADD)for the production and delivery of digital project data. 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 o Title 29, Part 1910, Standard 1910.1001, Code of Federal Regulations (29 C.F.R. 1910.1001) — Asbestos Standard for Industry, U.S. Occupational Safety and Health Administration(OSHA) o 29 C.F.R. 1926.1101 —Asbestos Standard for Construction, OSHA o 40 C.F.R. 61, Subpart M - National Emission Standard for Hazardous Air Pollutants (NESHAP),Environmental Protection Agency(EPA) o 40 C.F.R. 763, Subpart E—Asbestos-Containing Materials in Schools, EPA Page 12 of 82 • �? Schedule A-Scope of Services 16B6 o 40 C.F.R. 763, Subpart G—Asbestos Worker Protection,EPA o Americans with Disabilities Act(ADA) Standards for Accessible Design o AASHTO—A Policy on Design Standards Interstate System o AASHTO—Roadside Design Guide o AASHTO—Roadway Lighting Design Guide o AASHTO—A Policy for Geometric Design of Highways and Streets o AASHTO—Highway Safety Manual o Rule Chapter 5J-17, Florida Administrative Code (F.A.C.), Standards of Practice for Professional Surveyors and Mappers o Chapter 469, Florida Statutes(F.S.)—Asbestos Abatement o Rule Chapter 62-257,F.A.C.,Asbestos Program o Rule Chapter 62-302,F.A.C., Surface Water Quality Standards o Code of Federal Regulations(C.F.R.) o Florida Administrative Codes(F.A.C.) o Chapters 20, 120, 215, 455, Florida Statutes (F.S.)—Florida COUNTY of Business & Professional Regulations Rules o Florida COUNTY of Environmental Protection Rules o FDOT Basis of Estimates Manual o FDOT Computer Aided Design and Drafting(CADD)Manual o FDOT Standard Plans o FDOT Flexible Pavement Design Manual o FDOT-Florida Roundabout Guide o FDOT Handbook for Preparation of Specifications Package o FDOT Standard Plans Instructions o FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways("Florida Greenbook") o FDOT Materials Manual o FDOT Pavement Type Selection Manual o FDOT Design Manual o FDOT Procedures and Policies Page 13 of 82 Schedule A-Scope of Services CAO 16 e 6 o FDOT Procurement Procedure 001-375-030,Compensation for CONSULTANT Travel Time on Professional Services Agreements o FDOT Project Development and Environment Manual o FDOT Project Traffic Forecasting Handbook o FDOT Public Involvement Handbook o FDOT Rigid Pavement Design Manual o FDOT Standard Specifications for Road and Bridge Construction o FDOT Utility Accommodation Manual o Manual on Speed Zoning for Highways,Roads, and Streets in Florida o Federal Highway Administration(FHWA)-Manual on Uniform Traffic Control Devices (MUTCD) o FHWA — National Cooperative Highway Research Program (NCHRP) Report 672, Roundabouts: An Informational Guide o FHWA Roadway Construction Noise Model(RCNM)and Guideline Handbook o Florida Fish and Wildlife Conservation Commission - Standard Manatee Construction Conditions 2005 o Florida Statutes(F.S.) o Florida's Level of Service Standards and Guidelines Manual for Planning o Model Guide Specifications — Asbestos Abatement and Management in Buildings, National Institute for Building Sciences(NIBS) o Quality Assurance Guidelines o Safety Standards o Any special instructions from the COUNTY • Roadway o FDOT—Florida Intersection Design Guide o FDOT-Project Traffic Forecasting Handbook o FDOT-Quality/Level of Service Handbook o Florida's Level of Service Standards and Highway Capacity Analysis for the SHS o Transportation Research Board(TRB)-Highway Capacity Manual • Permits o Chapter 373,F.S.—Water Resources o US Fish and Wildlife Service Endangered Species Programs Page 14 of 82 Schedule A-Scope of Services 1666 o Florida Fish and Wildlife Conservation Commission Protected Wildlife Permits • Drainage o FDOT Drainage Design Guide o FDOT Drainage Manual o FDOT Erosion and Sediment Control Manual • o Survey and Mapping o All applicable Florida Statutes and Administrative Codes o Applicable Rules, Guidelines Codes, and authorities of other Municipal, COUNTY, State and Federal Agencies. o FDOT Aerial Surveying Standards for Transportation Projects Topic 550-020-002 o FDOT Right of Way Mapping Handbook o FDOT Surveying Procedure Topic 550-030-101 o Florida COUNTY of Transportation Right of Way Procedures Manual o Florida COUNTY of Transportation Surveying Handbook o Right of Way Mapping Procedure 550-030-015 • Traffic Engineering and Operations and ITS o AASHTO-An Information Guide for Highway Lighting o AASHTO-Guide for Development of Bicycle Facilities o FHWA Standard Highway Signs Manual o FDOT Manual on Uniform Traffic Studies(MUTS) o FDOT Median Handbook o FDOT Traffic Engineering Manual o National Electric Safety Code o National Electrical Code • Traffic Monitoring o American Institute of Steel Construction(AISC)Manual of Steel Construction,referred to as"AISC Specifications" o American National Standards Institute (ANSI) RP-8-00 Recommended Practice for Roadway Lighting o AASHTO AWS D1.1/ANSI Structural Welding Code—Steel o AASHTO D1.5/AWS D1.5 Bridge Welding Code o FHWA Traffic Detector Handbook Page 15 of 82 Schedule A-Scope of Services 1 6 E 6 o FDOT General Interest Roadway Data Procedure o FHWA Traffic Monitoring Guide o FDOT's Traffic/Polling Equipment Procedures • Structures o AASHTO Load and Resistance Factor Design(LRFD)Bridge Design Specifications and Interims o AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals,and Interims. o AASHTO/-AWS-D1. 5M/D1.5: An American National Standard Bridge Welding Code o AASHTO Guide Specifications for Structural Design of Sound Barriers o AASHTO Manual for Condition Evaluation and Load and Resistance Factor Rating (LRFR)of Highway Bridges o FDOT Bridge Load Rating Manual o FDOT Structures Manual o FDOT Structures Design Bulletins(available on FDOT Structures web site only) • Geotechnical o FHWA Checklist and Guidelines for Review of Geotechnical Reports and Preliminary Specifications o Manual of Florida Sampling and Testing Methods o Soils and Foundation Handbook • Landscape Architecture o Florida COUNTY of Agriculture and Consumer Services Grades and Standards for Nursery Plants • Architectural—Other o Rule Chapter 64E-6, F.A.C., Standards for On Site Sewage Disposal Systems (Septic Tanks) o Rule Chapter 62-600,F.A.C., Domestic Wastewater Facilities o Rule Chapter 62-761,F.A.C.,Underground Storage Tank Systems o American Concrete Institute o American Institute of Architects-Architect's Handbook of Professional Practice o American Society for Testing and Materials-ASTM Standards o Brick Institute of America o DMS - Standards for Design of State Facilities Page 16 of 82 ; Schedule A-Scope of Services C.`' '` 16E6 o Florida Concrete Products Association o FDOT—ADA/Accessibility Procedure o FDOT—Building Code Compliance Procedure o FDOT—Design Build Procurement and Administration o LEED(Leadership in Energy and Environmental Design)Green Building Rating System o National Concrete Masonry Association o National Electrical Code o Portland Cement Association-Concrete Masonry Handbook o United State Green Building Council(USGBC) 2.22 Services to be Performed by the COUNTY when appropriate and /or available,the COUNTY will provide project data including: • All certifications necessary for project letting. • 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. • 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 CONSULTANT may take advantage of additional areas that can be utilized as part of the existing right of way. • Previously constructed Highway Beautification or Landscape Construction Plans • Existing right of way maps(if available) • PD&E Documents • Design Reports(if available) • 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 Payment for permitting and mitigation fees o General philosophies and guidelines of the COUNTY to be used in the fulfillment of this contract. Objectives, constraints, budgetary limitations, and time constraints will be completely defined by the Project Manager. o Appropriate signatures on application forms. Page 17 of 82 Schedule A-Scope of Services OS) 163 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 38 (Utility Design Services). 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 PD&E Studies, DCA,PUD and DRI documents that are applicable 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. 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 — 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 recurring special provisions. Standard Specifications, recurring special provisions and supplemental specifications should not be modified unless necessary to control project-specific requirements. The first nine sections of the FDOT standard specifications,recurring special provisions,and supplemental specifications shall be modified with written approval of the COUNTY. The Technical Special Provisions shall provide a description of work, materials, equipment, and specific requirements, method of measurement, and basis of payment. When printed or copied, these provisions shall be formatted on 8-1/2"x 11" sheets. Technical Special Provisions will be developed using Microsoft Word (.doc). Furnishing electronic copy in a format other than Microsoft Word or Adobe Acrobat (.pdf) will not be accepted. If the COUNTY requests another format than specified herein, it shall be considered an additional service. Field Reviews: Includes all trips required to obtain necessary data for all elements of the project identified in this scope of work. Technical Meetings: The CONSULTANT shall attend all technical meetings necessary to execute the Scope of Services of this contract. This includes meetings with COUNTY and FDOT or other Agency staff, between disciplines and subconsultants, such as access management meetings, pavement design meetings, local governments, railroads, airports, 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:The CONSULTANT shall be accountable for their work's professional quality, technical accuracy, and quality. CONSULTANT-prepared surveys, construction plans, and contract documents that contain errors or omissions,and results in cost and time overruns on a construction Page 18 of 82 Ci'.° Schedule A-Scope of Services 1686 project may result in a claim against the CONSULTANT per F.S.337.015(3).The CONSULTANT shall, through all stages of design and project construction,without additional compensation, correct all errors or deficiencies in the designs, maps, drawings, specifications and/or 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 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 to be 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 and it shall be signed by the CONSULTANT's Project Manager and the CONSULTANT's 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 work type being reviewed. 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, 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 that performed the Quality Control review will sign a statement certifying that the review was conducted and found to meet the required specifications. Independent Peer Review: The COUNTY will furnish the Independent Peer Review tasks under a separate contract at 30%, 60%, and 90% design submittal phases and occur concurrently with ERC/COUNTY review. The CONSULTANT shall provide 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, as well as 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 disciplines of the project to produce a final set of construction documents. Project General Tasks Page 19 of 82 Schedule A-Scope of Services 'rLQ% 16B6 Project General Tasks, described in Sections 3.1 through 3.7 below, represent work efforts that are applicable to the project as a whole 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 meetings plus one public hearing after the 30% and 60% Phases\ as directed by the COUNTY, and in coordination with FDOT to support the State Environmental Impact Report(SEIR) process. 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. Public input will heavily influence construction schedule, construction phasing and maintenance of traffic for the project defined herein. The CONSULTANT shall develop coordinated project solutions that will maintain necessary public access during construction. The public meetings will be scheduled after the 30% and 60% submittals and may be a public workshop. The goal of the public meeting will be to show all the design components of the project to the public and receive feedback The CONSULTANT shall process the public information received, discuss the results with the Project Manager, and advise the County of the economic, cultural, and social feasibility of implementing the request.If approved,the Consultant will integrate the needs of the public into the project. The CONSULTANT shall develop and provide all necessary exhibits for the public meetings, meeting agenda,boards,presentations, sign-in sheets,comment forms,and meeting minutes. 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 Meetings(including one public hearing).Input will be gathered during the Public Meetings or by other methods, such as personal contact, letters, surveys, visits, phone calls, and website comments in response to or following said meeting. Comments and Coordination Report: The CONSULTANT shall prepare a comments and coordination report containing documentation of the public participation accomplished throughout the design period. This report should summarize and respond to the comments from the public involvement meetings (including one public hearing), agency coordination, etc. 3.1.1 Public Involvement Plan Within 30 calendar days after receiving Notice to Proceed, the CONSULTANT shall prepare a written Public Involvement Plan(PIP) outlining each element of the project's public involvement strategy. The plan shall be updated and amended throughout 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 shall include providing the COUNTY with public meeting exhibits and handouts in a file size and format suitable for posting on the COUNTY's project website. The Public Involvement Plan shall be submitted to the COUNTY for approval. 3.1.2 Notifications Page 20 of 82 CAD Schedule A-Scope of Services .16s 6 Upon receipt of the COUNTY's written approval of the Public Involvement Plan, letters shall be prepared and mailed by the CONSULTANT to local government elected officials, the Pelican Marsh CDD Board, and the Pelican Marsh Golf Club Board. 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 study process as designated in the Public Involvement Plan.Three newsletter mailouts are anticipated(kick-off,two public meetings, one will be a public hearing).Notifications will be required in the Local Newspaper and the Florida Administrative Record (FAR). The cost of these required notifications will be paid by the COUNTY. The CONSULTANT will also provide a press releases to be reviewed and distributed by the COUNTY. 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 and pond sites in all directions) The CONSULTANT shall 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) The CONSULTANT shall prepare a median modification letter to be sent to property owners along the corridor. In addition, the CONSULTANT shall prepare a sketch of each proposed median modification for inclusion in the letter. The letters will be sent on COUNTY letterhead. 3.1.5 Driveway Modification Letters(N/A) The CONSULTANT shall prepare a driveway modification letter to be sent to property owners along the corridor. In addition, the CONSULTANT shall prepare a sketch of each proposed driveway modification for inclusion in the letter. The letters will be sent on COUNTY letterhead. 3.1.6 Newsletters If requested by the COUNTY, the CONSULTANT shall prepare and mail a newsletter on COUNTY Letterhead for distribution to elected officials, public officials, property owners along the corridor, and other interested parties. An email providing the newsletter will also be sent to elected and appointed officials and agencies. 3.1.7 Renderings and Fly-Throughs— Renderings for Public Involvement limited to 2D renderings. 3.1.8 PowerPoint Presentations If requested by the COUNTY,the CONSULTANT shall prepare PowerPoint presentations for use in public meetings. A PowerPoint will be required for the Public Hearing. 3.1.9 Public Meeting Preparation Page 21 of 82 Schedule A-Scope of Services 1686 The CONSULTANT shall prepare the necessary materials for use in all public meetings. 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. 3.1.10 Public Meeting Attendance and Follow-up The CONSULTANT shall attend the public meetings (including one Hybrid Public Hearing), assist with meeting setup, and take down. The CONSULTANT shall also prepare a summary of each 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 shall attend the meetings with an appropriate number of personnel to assist the COUNTY'S, Project Manager. The CONSULTANT shall anticipate two public information meetings and, including one public hearing. In addition to scheduled public meetings the CONSULTANT may be required to participate in meetings with local governing authorities and/or Metropolitan Planning Organization (MPO), Homeowner's Associations, Community Development District Board, and Golf Club Board. 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 that for this project there will be two (2)meetings with each of the entities mentioned earlier(8 meetings total). The COUNTY will select and schedule the appropriate venue for the public meetings and public hearing. The meeting room and layout will be provided to the CONSULTANT. The COUNTY will schedule the law enforcement for the public meetings.The COUNTY will coordinate the court reporter and all meeting materials. 3.1.11 Web Site CONSULTANT shall provide Public Involvement Graphics and information to the COUNTY for its Website. 3.2 Joint Project Agreements-See Section 2.1 3.3 Specifications Package Preparation The CONSULTANT shall prepare and provide a specifications package for those specifications NOT considered FDOT Standard Specifications. The CONSULTANT shall obtain Lighting and Traffic Signal Specifications from the COUNTY's Traffic Operations website. 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 at least 30 days prior to 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, (2) a copy of the marked-up workbook used to prepare the package, and (3) a copy of the final project plans. Page 22 of 82 Schedule A-Scope of Services C .° 1686 Final submittal of the specifications package must occur at least 10 working days prior to the Final 100% plan submittal. This submittal shall be signed, dated, and sealed in accordance with applicable Florida Statutes. 3.4 Contract Maintenance and Project Documentation The CONSULTANT shall be responsible for contract maintenance includes project management effort for complete setup and maintenance of files,electronic folders, and documents, developing technical monthly progress reports and schedule updates. Project documentation includes but not limited to the compilation and delivery of final documents,reports or calculations that support the development of the contract plans, it includes uploading files to an FTP server. 3.5 Value Engineering(Multi-Discipline Team)Review-N/A 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 that specific activity's meeting task. 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, as well as the duration of time spent"on the shelf'. Specific services for plans updates will be negotiated as necessary as a contract amendment. 3.8 Post Design Services 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. Post Design Services are included in this contract and may include, but are not limited to, meetings, construction assistance (responding to RFI's), plans revisions, shop drawing review services, survey services, as-built drawings review, completing As-Built Certification form through SFWMD, construction progress meetings and load ratings. The CONSULTANT shall provide the COUNTY the following services during the construction,including but not limited to: •Provide project contract administration during construction. •Attendance of one(1)pre-construction meeting by each of the major disciplines. • Provide contract document interpretation and assistance in addressing requests for information (RFI)and unforeseen conditions when requested by the COUNTY. • Assist COUNTY with South Florida Water Management(SFWMD) as-built certification Form 62-330.310(1), including reviewing contractor's as-built plans, preparing certification form and submittal to the agency. Page 23 of 82 Schedule A-Scope of Services 1686 • Periodic meeting attendance(assumes one(1)meeting per month during construction.)and field visits(as required to respond to RFI's and review construction progress). •Assist COUNTY with shop drawing review(s). •Review and assist in field changes, including minor redesign, as requested by the COUNTY. •Perform a review of contractor's final as-built drawings. •Assist COUNTY with Bridge Load Rating Certification. •Attend one(1) substantial completion walk through and(1) one final completion meeting in the field. 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 safety. 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 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 the 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 electronic 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 CONSULTANT. 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 project's close-out 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 Document Package Certification(s) must be digitally signed and sealed by the CEI CONSULTANT. Page 24 of 82 CPO Schedule A-Scope of Services 1 6 B 6 Quality assurance material testing shall 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. 3.10 Risk Management—N/A 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. 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). 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 addendums, 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—See Section 2.1 4.2 Pavement Type Selection Report-N/A 4.3 Pavement Design Package The CONSULTANT shall provide an approved Pavement Design Package at the 30%plan submittal.The COUNTY shall approve the Pavement Design prior to proceeding with the 60%design. 4.4 Cross-Slope Correction The CONSULTANT shall investigate the existing pavement to be retained as part of the project and include in the design any required correction of existing cross-slopes. 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 pavement report. The CONSULTANT shall coordinate with Collier COUNTY Maintenance Division to help identify any known locations which may be deficient. 4.5 Horizontal/Vertical Master Design Files Page 25 of 82 Schedule A-Scope of Services The CONSULTANT shall design the geometrics using the design standards that are most appropriate with proper consideration 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, PD&E documents, 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 each project in coordination with COUNTY staff.The CONSULTANT shall review adopted access management standards and the existing access conditions (interchange spacing, signalized intersection spacing, median opening spacing, and connection spacing).Median openings that will be closed,relocated,or substantially altered shall be shown on plan sheets and submitted with supporting documentation for review with the first plan's submittal. 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 applicable FDOT CADD manual sections for the Bentley Microstation platform. The CONSULTANT shall Coordinate with all utility owners to obtain the location of subsurface facilities. The cross sections will show both existing locations and proposed relocations of all utilities. 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 the 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. This meeting aims 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 Page 26 of 82 Schedule A-Scope of Services C h(—) 66 6 seasons, detour route deterioration, and other eventualities. CONSULTANT shall be responsible for obtaining local authorities' permission for the use of detour routes not on state highways. 4.11 Master TTCP Design Files The CONSULTANT shall develop master TTCP files 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 4.13 Tree Disposition Plans 4.14 Design Variations and Exceptions The CONSULTANT shall prepare the documentation necessary to gain COUNTY and FDOT approval of all appropriate Design Variations and/or Design Exceptions before the first submittal. 4.15 Design Report The CONSULTANT shall prepare an 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'/2"xl 1" 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 8'/2"xl 1" size.Digital copies of all paper submittals above shall be provided in pdf or Microsoft Word format for submittal to the COUNTY. 4.16 Quantities The CONSULTANT shall develop accurate quantities and the supporting documentation, including construction days when required. 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 document 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. The CONSULTANT shall justify all modifications to other sections to the COUNTY and 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). Page 27 of 82 Schedule A-Scope of Services CO 16B6 4.19 Other Roadway Analyses 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,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. 4.20 Field Reviews Field reviews will be conducted upon completion of COUNTY and Independent Peer Reviewer 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 and may be followed by an afternoon field visit if there are 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 which may require settlement,vibration or groundwater monitoring by the contractor during construction in accordance with 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), 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 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. Page 28 of 82 Schedule A-Scope of Services 16B6 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. Summary of Pay Items 5.3. Typical Section Sheets 5.3.1 Typical Sections 5.3.2 Typical Section Details 5.4. General Notes/Pay Item Notes 5.5. Summary of Quantities Sheets 5.6.Project Layout Sheets 5.7.Plan/Profile Sheet 5.8.Profile Sheet-N/A 5.9. Plan Sheet—N/A 5.10. Special Profile—N/A 5.11. Back-of-Sidewalk Profile Sheet 5.12.Interchange Layout Sheet—N/A 5.13.Ramp Terminal Details (Plan View)—N/A 5.14.Intersection Layout Details 5.15. Special Details 5.16. Cross-Section Pattern Sheets—N/A 5.17.Roadway Soil Survey Sheets(by Geotechnical Engineer) 5.18. Cross Sections 5.19.Temporary Traffic Control Plan Sheets 5.20.Temporary Traffic Control Cross Section Sheets 5.21. Temporary Traffic Control Detail Sheets (General Notes, Typical Sections & Typical Signage Layout) 5.22.Utility Adjustment Sheets(SUE Data) 5.23. Selective Clearing and Grubbing Sheets 5.23.1 Selective Clearing and Grubbing — (per COUNTY) Page 29 of 82 Schedule A-Scope of Services 1686 5.23.2 Selective Clearing and Grubbing Details—(per COUNTY)5.24. Tree Disposition Plan Sheets —(per COUNTY)5.24.1 Tree Disposition Plan Sheets—(per COUNTY) 5.24.2 Tree Disposition Plan Tables and Schedules—N/A 5.25.Project Control Sheets(furnished by Surveyor) 5.26.Environmental Detail Sheets—(if applicable) Preparation of detail sheets for potential environmental issues such as, underground fuel tanks and monitoring wells, septic tanks within the proposed right of way.All piping and pumps in association with the above referenced issues shall also be located and identified by the survey. The CONSULTANT shall relay to the COUNTY any findings of contaminated soil, monitoring wells, or any features (particularly springs or sinks)relating to contamination or hazardous material. Coordination with Permits/Environmental staff and preparing Dredge&Fill Detail sheets where applicable. 5.27.Utility Verification Sheets(SUE Data) 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 be responsible for designing a closed stormwater system.All design work shall comply with the requirements of the appropriate regulatory agencies and the FDOTs Drainage Manual. The CONSULTANT shall coordinate fully with the appropriate permitting agencies, Pelican Marsh Development, and the COUNTY's 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 of the following: 6a.1 Drainage Map Hydrology 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. 6a.2 Base Clearance Calculations Analyze,determine,and document high water elevations per basin which will be used to determine 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 the Drainage Design Documentation Report. 6a.3 Pond Siting Analysis and Report(Additional Service) Page 30 of 82 ti.t) Schedule A-Scope of Services 68 6 If we are unable to submit permits prior to the new stormwater rule, or it is determined the existing stormwater ponds in the Pelican Marsh Development does not have the capacity to accept the runoff from the Goodlette-Frank Road widening an offsite pond will be required. The CONSULTANT shall evaluate one stormwater pond site using a preliminary hydrologic analysis and provide pond siting analysis and report as required, document the results and coordination for all the project's pond site analyses. The Drainage Manual provides specific documentation requirements. 6a.3A Floodplain Compensation Pond Siting Analysis and Report(Additional Service) If the floodplain compensation cannot be provided within the existing right of way, the CONSULTANT shall evaluate one floodplain compensation pond site using a preliminary hydrologic analysis and provide pond siting analysis and report as required,document the results and coordination for all the project's pond site analyses. The Drainage Manual provides specific documentation requirements. 6a.4 Design of Cross Drains The CONSULTANT shall analyze the hydraulic design and performance of the four existing cross drains. The CONSULTANT shall check existing cross drains to determine if they are structurally sound and can be extended. The CONSULTANT shall document the design as required. Determine and provide flood data as required. 6a.5 Design of Ditches The CONSULTANT shall design roadway conveyance and outfall ditches. This task includes capacity calculations, longitudinal grade adjustments, flow changes, additional adjustments for ditch convergences, selection of suitable channel lining, design of side drain pipes, and documentation. (Design of linear stormwater management facilities in separate task.) 6a.6 Design of Stormwater Management Facility(Offsite or Infield Pond) The Pelican Marsh community SFWMD permit allows for the Goodlette-Frank stormwater to be conveyed, treated, and attenuated in the offsite Pelican Marsh community stormwater management facility. The CONSULTANT shall coordinate with the Pelican Marsh Community and SFWMD to tie into the existing stormwater management systems. This scope excludes providing any analysis, modifications, or redesign of the Pelican Marsh community's stormwater management system. 6a.6A Design of Stormwater Management Facility(Offsite or Infield Pond)(Additional Service) If we are unable to submit permits prior to the new stormwater rule, or it is determined the existing stormwater ponds in the Pelican Marsh Development does not have the capacity to accept the runoff from the Goodlette-Frank Road widening an offsite pond will be required. The offsite pond will be required to meet the new SFWMD stormwater rules. The COUNTY will obtain the right of way for any required stormwater ponds. The CONSULTANT shall design a stormwater management facility to meet requirements for stormwater quality treatment and attenuation. The CONSULTANT shall develop proposed pond layout (contributing 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.7 Design of Stormwater Management Facility (Roadside Treatment Swales and Linear Ponds)- N/A Page 31 of 82 Schedule A-Scope of Services ! 4 y 16B6 6a.8 Design of Floodplain Compensation The CONSULTANT shall determine floodplain encroachments, coordinate with regulatory agencies, and provide cup for cup floodplain compensation, if required, within the existing right of way. The CONSULTANT shall document the floodplain compensation calculations within the Drainage Design Documentation Report design following the requirements of the regulatory agency. 6a.8A Design of Floodplain Compensation Pond Sites (Additional Services) If it is determined the floodplain compensation cannot be provided within the existing right of way, an offsite floodplain compensation pond will be required. The COUNTY will obtain the right of way for any required floodplain ponds after the CONSULTANT provides sketches and descriptions for the proposed ROW. The CONSULTANT shall design the offsite floodplain compensation pond. The CONSULTANT shall document the floodplain compensation calculations within the Drainage Design Document Report design following the requirements of the regulatory agency. 6a.8B Floodplain Modeling(Additional Services) If it is determined the floodplain compensation cannot be provided within the existing right of way and there are no feasible alternative floodplain compensation pond sites, a floodplain model will be created, calibrated, and run for the 100 year FEMA Floodplain with the proposed project impacts to evaluate the floodplain stages and ensure no rise or adverse impacts to the 100 year FEMA Floodplain. If the model determines impacts from the proposed project, areas will need to be evaluated and excavated to provide floodplain compensation. 6a.9 Design of Storm Drains The CONSULTANT shall delineate contributing drainage areas, determine runoff, inlet locations, and spread. The CONSULTANT shall calculate hydraulic losses (friction, utility conflict and, if necessary, minor losses). The CONSULTANT shall 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.11a Existing French—N/A 6a.12 Drainage Wells—N/A 6a.13 Drainage Design Documentation Report The CONSULTANT shall 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 Analysis Report and Bridge Hydraulics Report. 6a.14 Bridge Hydraulic Report—N/A 6a.15 Temporary Drainage Analysis Page 32 of 82 Schedule A-Scope of Services 16B6 The CONSULTANT shall evaluate and address drainage to adequately drain the road and maintain existing offsite drainage during all construction phases. Provide documentation in the Drainage Design Documentation Report. 6a.16 Cost Estimate The CONSULTANT shall prepare cost estimates for the drainage components.The CONSULTANT shall provide the Engineer's Estimate of Probable Cost for the drainage components 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 document submittal. 6a.17 Technical Special Provisions/Modified Special Provisions—N/A 6a.18 Hydroplaning Analysis—N/A 6a.19 Existing Permit Analysis The CONSULTANT shall gather data including desktop analysis of local, state, and federal Drainage permits. This will be included in the Drainage Design Documentation Report. 6a.20 Other Drainage Analysis—N/A 6a.21 Noise Barrier Evaluation—N/A 6a.22 Field Reviews The CONSULTANT shall conduct field reviews and visually inspect and document all existing conditions of drainage structures and pipes that are to remain for erosion, safety,repair/replacement recommendations and accumulation of sediments. 6a.23 Technical Meetings Meetings with COUNTY staff, regulatory agencies, local governments, the South Florida Water Management District, Big Cypress Basin, Pelican Marsh Development, and USACE. 6a.24 Environmental Look-Around Meetings—N/A 6a.25 Quality Assurance/Quality Control 6a.26 Independent Peer Review See Section 3.0. 6a.27 Supervision 6a.28 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—N/A Page 33 of 82 Schedule A-Scope of Services 16B6 6b.3 Summary of Drainage Structures 6b.4 Optional Pipe/Culvert Material 6b.5 Drainage Structure Sheet(s) (Per Structure) 6b.6 Miscellaneous Drainage Detail Sheets 6b.6A Retention/Detention Pond Miscellaneous Drainage Detail Sheets-Additional Service 6b.6B Floodplain Compensation Pond Miscellaneous Drainage Detail Sheets-Additional Service 6b.7 Lateral Ditch Plan/Profile—N/A 6b.8 Lateral Ditch Cross Sections—N/A 6b.9 Retention/Detention Pond Detail Sheet(s) -Additional Service 6b.9A Floodplain Compensation Pond Detail Sheet(s)-Additional Service 6b.10 Retention Pond Cross Sections—Additional Service 6b.10A Floodplain Pond Cross Sections—Additional Service 6b.11 Erosion Control Plan Sheet(s) 6b.12 SWPPP Sheet(s) 6b.13 Quality Assurance/Quality Control 6b.14 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 that exist 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/utilities-standards-manual 7.1 Utility Kickoff Meeting Before any contact with the UAO(s), the CONSULTANT shall meet with COUNTY Transportation Engineering Division and Public Utilities Department 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. Page 34 of 82 Schedule A-Scope of Services 166 € From Vanderbilt Beach Road to Immokalee Road the Collier County Water and Sewer District(CCWSD) has several utility lines running through the corridor. The Consultant shall identify and track all CCWSD facilities and coordinate their disposition within this project. Some of the existing utilities within the corridor include,but are not limited to the following: • 8",16"and 20"PVC Water • 8", 12",20", and 24"PVC IQ Water • 6", 8", 16"and 24"PVC Sanitary • 12"and 20"DIP Water 7.3 Make Utility Contacts First Contact: The CONSULTANT shall send emails and electronic (pdf) sets of plans to each utility,to the utility office, and to the COUNTY Offices as required by the District. Includes contact by phone for meeting coordination. Request type, size, location, easements, and cost for relocation 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 4 weeks advance notice. Second Contact: At a minimum of 4 weeks prior to the meeting,the CONSULTANT shall send complete sets of Phase II 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 email one set to the COUNTY Offices as required by the District. 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 an electronic set of plans to the UAO(s)including all component sets,to the utility office and 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 Resurfacing, Restoration and Rehabilitation (RRR) report, Preliminary Engineering Report, Project Scope and/or the Concept Report(if applicable)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 the processing of 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 for the purpose of presenting the project,reviewing the current design schedule evaluating the utility information collected,provide follow- up information on compensable property rights from the FDOT Legal Office, discuss the utility work by highway contractor option with each utility, and discuss any future design issues that may impact utilities. Page 35 of 82 Schedule A-Scope of Services CA() 16EE 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. 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. 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—N/A 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 have an effect on existing or proposed utility facilities with particular emphasis on drainage and TTCP with each UAO. The intent of this meeting shall be to 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 resolutions 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 3 days. See Task 4.5 (Horizontal/Vertical 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 District Traffic Operations for review and comment if required by the District. Coordinate with the District 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 Page 36 of 82 Schedule A-Scope of Services C. t� I6 6 The CONSULTANT shall provide utility coordination and follow up.This includes follow-up,interpreting plans, and assisting the UAOs with completion of their work schedules and agreements. Includes phone calls, face-to-face meetings, etc., to motivate and ensure the UAO(s) complete and return the required documents in accordance with the project schedule. 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. Coordinate with and obtain written concurrence from the construction office. See Task 4.5 (Horizontal/Vertical Master Design File) and Task 4.9 (Cross Section Design Files) for utility conflict identification and adjustments. 7.13 Additional Utility Services The CONSULTANT shall provide additional utility services. The CONSULTANT shall, via soft-dig, potholing,or other non-destructive method,physically obtain the horizontal and vertical location,size,type, material, and condition, of all underground utilities within and surrounding all proposed foundations for signal poles, light poles, retaining walls, piles, piers, culverts, tunnels, air release valves or other critical locations where foundation construction is proposed, or as directed by the COUNTY'S Construction Project Manager. Refer to Section 27.10 for SUE services. •County Utility Analysis—The CONSULTANT shall review the existing Collier County utilities within the project area and evaluate potential impacts caused by the proposed project improvements. The CONSULTANT will obtain County GIS data to assist with evaluating water, wastewater, and irrigation quality assets that will conflict with the proposed road work. The CONSULTANT will survey above-ground utility infrastructure. The CONSULTANT shall perform an SUE investigation at"Tie-in"points and said impacted utilities should be documented per a conflict matrix. For the 0 to 60% design phase, the CONSULTANT will be responsible for identifying all those utilities impacted by the roadway improvements and determining whether additional right-of-way will be required for their relocation. 7.14 Processing Utility Work by Highway Contractor(UWHC)—N/A 7.15 Contract Plans to UAO(s) If requested by the District, the CONSULTANT shall transmit the contract plans as processed for letting to the UAO(s). Transmittals to UAO(s) may be by email (certified mail upon request), return receipt requested. 7.16 Certification/Close-Out—N/A 7.17 Other Utilities 8 ENVIRONMENTAL PERMITS and ENVIRONMENTAL CLEARANCES The CONSULTANT shall notify the COUNTY Project Manager,Environmental Permit Coordinator,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 in the Project Manager and Page 37 of 82 Schedule A-Scope of Services 16B6 the Environmental Permit Coordinator 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 shall be responsible for regulatory agency coordination to assure that design efforts are properly directed toward permit requirements. 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 review of available: federal, state, and local permit files and databases; and local government information including COUNTY and property appraiser data. 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: -N/A 8.2.2 Establish Wetland Jurisdictional Lines and Assessments: The CONSULTANT shall be responsible for,but not limited to,the following activities: • Determine the 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.; United States Army Corps of Engineers (USACE) Wetland Delineation Manual (Technical Report Y-87-1); Regional Supplement to the Corps of Engineers Wetland Delineation Manual:Atlantic and Gulf Coastal Plain Region(ERD/EL TR-10-20). • 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. • 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 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 USACE"Wetland Determination Data Form—Atlantic and Gulf Coastal Plain Region";the USACE"Approved Jurisdictional Determination Form";Uniform Mitigation Assessment Method forms and/or project specific data forms. Page 38 of 82 Schedule A-Scope of Services CA.0 1666 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. Species specific survey included for gopher tortoise burrows and Florida bonneted bat(roost and acoustic survey— assume no emergence survey required). No species-specific survey for red-cockaded woodpecker and Florida scrub jay. The CONSULTANT shall conduct a field review of the project site and document existing conditions with regard to habitats and potential presence of listed species. The above scope and corresponding fees include consultation with the Florida Fish and Wildlife Conservation Commission(FWC)and the U.S. Fish and Wildlife Service(FWS). 8.3 Agency Verification of Wetland Data The CONSULTANT shall be responsible for verification of wetland and other surface water data identified in Section 8.2 and coordinating regulatory agency field reviews,including finalization of 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 and FDOT prior to submittal to regulatory agencies. The CONSULTANT will submit all permit applications, as directed by the COUNTY. The COUNTY will be responsible for payment of all permit fees. The CONSULTANT is to coordinate with the SFWMD and USACE and any other regulatory agencies having jurisdiction to assure that design efforts are properly directed toward permit requirements. The CONSULTANT will prepare a complete permit package necessary to construct the project, including site and system design information required by and acceptable to the District and all other regulatory agencies. The CONSULTANT will professionally endorse the permit package(s)for District permitting and any regulatory agency exercising jurisdiction. The CONSULTANT is responsible for permit package submittal, agency coordination and for all the information necessary to secure permits from these regulatory agencies. 8.4.1 Complete and Submit all Required Wetland Permit Applications: The CONSULTANT shall prepare, complete, and submit required wetland permit (i.e., ERP, Section 404)application packages to the appropriate regulatory agencies.The project is anticipated to have permits submitted to the SFWMD and USACE. The application package may include but is not limited to attachments (i.e., project location map, aerials, affidavit of ownership, pictures, Page 39 of 82 Schedule A-Scope of Services CA Q 1666 additional technical analysis, etc.), a cover letter with project description as well as completion of applicable agency forms. The CONSULTANT shall prepare and respond to agency Requests for Additional Information (RAIs), including necessary revisions to the application package. All responses and completed application packages must be approved by the COUNTY prior to submittal to the regulatory agencies. Geotechnical permitting should also be prepared, submitted, and obtained. 8.4.2 Complete and Submit all Required Species Permit Applications: The CONSULTANT shall prepare, complete, and submit required species permit applications to the appropriate agencies. This includes federal and state protected species permit application packages as required. The project is anticipated to have a gopher tortoise relocation permit application to the Florida Fish and Wildlife Conservation Commission (FWC) for 10 or Fewer Gopher Tortoises.The work includes completion of application package(i.e.,project location map, aerials, affidavit of ownership, pictures, additional technical analysis, etc.), and cover letter with project description as well as completion of applicable forms. 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. 8.5 Coordinate and Review Dredge and Fill Sketches The CONSULTANT shall review Dredge and Fill Detail sheets to ensure information on the sketch(es)meet the requirements of the regulatory agencies 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 -N/A 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 Prior to the development of mitigation alternatives,the CONSULTANT shall meet with the Project Manager to determine the COUNTY's policies in proposing mitigation. The CONSULTANT will be directed by the COUNTY to investigate the mitigation options that meet federal and state requirements in accordance with section 373.4137, F.S. Below is the only mitigation options: • Purchase of mitigation credits from a mitigation bank 8.11 Mitigation Coordination and Meetings The CONSULTANT shall coordinate with COUNTY personnel prior to approaching any environmental permitting or commenting agencies.Mitigation for this project is anticipated to occur at an approved Mitigation Bank. Once a mitigation bank has been selected by the COUNTY, the CONSULTANT will be responsible for coordinating the proposed mitigation bank. The Page 40 of 82 Schedule A-Scope of Services CA 1666 CONSULTANT will provide mitigation information needed to update the COUNTY Project Manager. 8.12 Other Environmental Permits-N/A Environmental Clearances and Technical Support outside the scope items explained in Sections 8.1 — 8.11 are considered Additional/Optional Service if requested by the COUNTY. Fees for these items 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. 8.13 Preparation of Environmental Clearances and Re-evaluations. The CONSULTANT shall prepare a Natural Resources Evaluation(NRE)to provide an analysis of wetlands, protected species, natural habitats, and essential fish habitat as required by the Florida Department of Transportation(FDOT)to receive state funding and complete the SEIR. 8.13.1 NEPA or State Environmental Impact Report(SEIR) : During the development of initial plans, the CONSULTANT shall be responsible for collecting the data for the CONSULTANT This task only refers to the checklist filled out in SWEPT. This task does not include supporting documentation provided as an attachment or referenced document in the SEIR. Supporting documentation will be scoped under the subject disciplines. 8.13.2 Archaeological and Historical Resources: The CONSULTANT shall determine the Area of Potential Effect for the project and conduct a Phase I Cultural Resources Survey in order to collect data necessary to analyze the impacts,due to changes in the project or project area, to all cultural and historic resources. A Cultural Resource Assessment Survey Report will be prepared by the CONSULTANT in accordance with Part 2, Chapter 8 of the PD&E Manual and provided to the COUNTY for review and comment prior to submission 8.13.3 Wetland Impact Analysis: The CONSULTANT shall analyze the impacts to wetlands due to changes to the project and complete the wetlands section of a Natural Resources Evaluation Report, in accordance with Part 2,Chapter 9 of the PD&E Manual. 8.13.4 Essential Fish Habitat Impact Analysis: The CONSULTANT shall analyze the impacts to essential fish habitat due to changes to the project and complete the Essential Fish Habitat section of a Natural Resources Evaluation Report, in accordance with Part 2, Chapter 17 of the PD&E Manual. 8.13.5 Protected Species and Habitat Impact Analysis: The CONSULTANT shall collect data necessary to prepare the protected species and habitat section of the Natural Resources Evaluation Report and analyze the impacts to protected species and habitat by the changes to the project, in accordance with Part 2, Chapter 16 of the PD&E Manual. The CONSULTANT shall perform the necessary analysis to complete agency consultation in accordance with Section 7 or Section 10 of the Endangered Species Act. Page 41 of 82 Schedule A-Scope of Services i t1 ` 1 6 6 8.14 Contamination Impact Analysis The CONSULTANT shall prepare a Level I Contamination Screening Evaluation for the project limits including offsite 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 and District Contamination Impact Coordinator. The draft Level 1 Contamination Screening Evaluation document shall be submitted to the COUNTY's Project Manager for review and final approval.The CONSULTANT shall include an evaluation of any new contamination impacts due to changes to the project from the PD&E design concept, if applicable, and any new discharges or new potential contamination impacts not evaluated in any previously completed Contamination Screening Evaluation. The project impacts, conclusions and recommendations, figures, tables, and appendices will be provided in a Level I Contamination Screening Evaluation Report. The CONSULTANT shall provide Level II assessment services. Level II testing for High and Medium rated sites identified in the Level I evaluation will be provided as an Additional Service. A site-specific Level II Scope of Services will be prepared by the CONSULTANT based on the findings and recommendations of the Level I evaluation. 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 as appropriate. 8.15 Asbestos Survey The CONSULTANT will provide testing services related to Asbestos Containing Materials (ACMs)and Metals-Based Coatings(MBCs)for two bridge structures:Goodlette-Frank Road over Pelican Marsh Boulevard and Goodlette-Frank Road over Golf Cart Path.A comprehensive survey will be performed under the guidance of a Florida Licensed Asbestos Consultant for all suspected ACMs. If ACMs or MBCs are found on either bridge structure,the CONSULTANT shall prepare an abatement plan. The CONSULTANT shall submit one electronic copy of the survey report for each bridge structure signed and sealed by a Florida Licensed Asbestos Consultant. 8.16 Noise Study(See Section 32 for additional information) .The results of noise impacts will be documented in the Noise Study Report (NSR) to support the SEIR. The summary will include locations with the predicted noise impacts that have feasible and reasonable abatement,and locations with impacts that have no feasible or reasonable noise abatement alternative. One methodology meeting with FDOT will be conducted. One field review will be conducted to determine land use with relation to noise. One field review will be conducted to obtain noise levels to validate the noise study. 8.17 Quality Assurance/Quality Control 8.18 Supervision 8.19 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 Staff Hour Estimation Handbook and within the provision defined Page 42 of 82 Schedule A-Scope of Services CAQ 1666 in Section 2.21, 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—N/A 9.3 General Notes and Bid Item Notes 9.4 Miscellaneous Common Details Miscellaneous common details shall include, but not limited to, surface finish details (concrete surface finish, Class 5 coating, etc.). 9.5 Incorporate Report of Core Borings 9.6 Standard Plans- Bridges 9.7 Existing Bridge Plans Existing bridge plans, as-built plans, will not be developed for the existing bridges, but any existing plans provided by the County will be included at the end of the proposed plans. 9.8 Assemble Plan Summary Boxes and Quantities 9.9 Cost Estimate 9.10 Technical Special Provisions and Modified Special Provisions—N/A Technical Special Provisions (TSP) and Modified Special Provisions(MSP)are not anticipated. 9.11 Field Reviews 9.12 Technical Meetings 9.13 Quality Assurance/Quality Control 9.14 Independent Peer Review—N/A Independent peer review is not included, but will be conducted by a third party through the County under a separate contract. See Section 3.0. 9.15 Supervision 9.16 Coordination Page 43 of 82 Schedule A-Scope of Services 1686 10 STRUCTURES-BRIDGE DEVELOPMENT REPORT The CONSULTANT shall prepare a Bridge Development Report(BDR). The BDR shall be submitted as part of the Phase I (30%) Submittal, General Requirements. BDR shall be an abbreviated version and includes the bridges over the golf cart path and Pelican Marsh Boulevard. General Requirements 10.1 Bridge Geometry 10.2 Ship Impact Data Collection-N/A. 10.3 Ship Impact Criteria-N/A. Superstructure Alternatives 10.4 Short-Span Concrete For the Pelican Marsh Boulevard bridge, two (2) superstructure alternatives will be considered, including a Florida Slab Beam alternative and a Cast-in-Place alternative. For the culvert over the golf cart path, culvert geometry will be similar to the existing culvert and two (2) foundation alternatives will be analyzed. 10.5 Medium-Span Concrete -N/A 10.6 Long Span Concrete—N/A 10.7 Structural Steel—N/A Foundation and Substructure Alternatives 10.8 Pier/Bent 10.9 Shallow Foundations/GRS Abutments Shallow foundations (spread footings) will be considered for abutment and pier foundations. GRS abutments will not be considered. 10.10 Deep Foundations Includes evaluation of deep foundation(prestressed concrete piles and drilled shafts)options. Movable Span-N/A 10.11 Data Collection and Design Criteria 10.12 Movable Span Geometrics and Clearances 10.13 Deck System Evaluation 10.14 Framing Plan Development 10.15 Main Girder Preliminary Design 10.16 Conceptual Span Balance/Counterweight Page 44 of 82 Schedule A-Scope of Services 16B6 10.17 Support System Development 10.18 Drive Power Calculations 10.19 Drive System Development 10.20 Power and Control Development 10.21 Conceptual Pier Design 10.22 Foundation Analysis (FL PIER) 10.23 Tender Visibility Study Other BDR Issues 10.24 Aesthetics Proposed structures aesthetics will be assumed to match existing aesthetics. 10.25 TTCP/Staged Construction Requirements 10.26 Constructability Requirements 10.27 Load Rating for Damaged/Widened Structures Load rating will be completed for the existing bridge structures. 10.28 Quantity and Cost Estimates 10.29 Quantity and Cost Estimates-Movable Span-N/A. 10.30 Wall Type Justification Report Preparation Wall type will be considered to match the existing walls, MSE walls. 10.31 Exhibits BDR Exhibits shall be included per Table 121.14.1 of the FDOT Design Manual: Plan and Elevation, Typical Section, Construction Sequence, Pier, and Temporary Critical Wall Drawings. 10.32 Exhibits-Movable Span-N/A 10.33 Report Preparation 10.34 Report Preparation- Movable Span-N/A 10.35 BDR Submittal Package 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. Page 45 of 82 Schedule A-Scope of Services 16B6 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 Miscellaneous details shall include repair details for the existing bridges over the golf cart path and over Pelican Marsh Boulevard. Repair details may include, spall/delamination repairs, crack repairs, and joint replacement/sealing. Existing bridge railing retrofits are also included. 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 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 (CIP sections to be used only if applicable after BDR phase) 12.19 Bridge Deck Design 12.20 Superstructure Plan 12.21 Superstructure Sections and Details Page 46 of 82 Schedule A-Scope of Services 16B6 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 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. General Requirements 17.1 Key Sheet 17.2 Horizontal Wall Geometry Permanent Proprietary Walls 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 Page 47 of 82 Schedule A-Scope of Services 16B6 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 N/A(Additional Services, Sections 17.11 to 17.15) (Gravity walls are an additional service and a length of 3,500 linear feet of gravity wall is assumed along the west side of Goodlette-Frank Road.) 17.11 Design (Additional Service) 17.12 Vertical Wall Geometry(Additional Service) 17.13 General Notes (Additional Service) 17.14 Wall Plan and Elevations (Control Drawings) (Additional Service) 17.15 Sections and Details (Additional Service) 17.16 Reinforcing Bar List N/A Other Retaining Walls and Bulkheads(Temporary Critical Sheet Pile Walls) 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 18 STRUCTURES-MISCELLANEOUS The CONSULTANT shall prepare plans for Miscellaneous Structure(s)as specified in Section 2.5. Concrete Box Culverts Sections 18.2 through 18.4 shall be applicable for the widening design of the existing arched culvert over the golf cart path for the Pelican Marsh community and the design of the new wingwalls. 18.1 Concrete Box Culverts 18.2 Concrete Box Culverts Extensions—N/A 18.3 Concrete Box Culvert Data Table Plan Sheets 18.4 Concrete Box Culvert Special Details Plan Sheets 18.5 Steel Strain Poles—N/A 18.6 Concrete Strain Poles—N/A Page 48 of 82 Schedule A-Scope of Services 1 6 B e 18.7 Strain Pole Data Table Plan Sheets—N/A 18.8 Strain Pole Special Details Plan Sheets N/A Mast Arms—N/A 18.9 Mast Arms 18.10 Mast Arms Data Table Plan Sheets 18.11 Mast Arms Special Details Plan Sheets Overhead/Cantilever Sign Structure-N/A 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—N/A 18.19 Non-Standard High Mast Lighting Structures 18.20 High Mast Lighting Special Details Plan Sheets Noise Barrier Walls (Ground Mount) 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 18.31 Other Structures Page 49 of 82 Schedule A-Scope of Services 1686 18.32 Condition Evaluation of Signal and Sign Structures,and High Mast Light Poles 18.33 Condition Evaluation of Signal and Sign Structures, and High Mast Light Poles (No As built or Design Plans Available) 18.34 Analytical Evaluation of Signal and Sign Structures,and High Mast Light Poles 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 preliminary engineering report, typical section package, and proposed geometric design alignment to identify proposed sign placements and roadway markings. 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 Multi-Post Sign Program(s). 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—N/A(will utilize County's Special Provisions) 19.10 Other Signing and Pavement Marking Analysis 19.11 Field Reviews 19.12 Technical Meetings 19.13 Quality Assurance/Quality Control 19.14 Independent Peer Review 19.15 Supervision Page 50 of 82 Schedule A-Scope of Services 6 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 Tabulation of Quantities 20.3 General Notes/Pay Item Notes 20.4 Project Layout 20.5 Plan Sheet 20.6 Typical Details 20.7 Guide Sign Work Sheet(s) 20.8 Traffic Monitoring Site as required—N/A 20.9 Cross Sections 20.10 Special Service Point Details as required 20.11 Special Details 20.12 Interim Standards 20.13 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 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 it may be one specifically designed for this project. 20.14 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. Page D1 of 82 Schedule A-Scope of Services 16B6 21.1 Traffic Data Collection The CONSULTANT shall perform all effort required for traffic data collection, including crash reports, 24 hr. machine counts, 12 hr. turning movement counts. 21.2 Traffic Data Analysis The CONSULTANT shall determine signal operation plan, intersection geometry, local signal timings, pre-emption phasing&timings, forecasting traffic, and intersection analysis run. 21.3 Signal Warrant Study-N/A 21.4 Systems Timings (N/A) County Traffic Section will perform the signal timing determination. 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. 21.6 Reference and Master Interconnect Communication Design File—N/A 21.7 Overhead Street Name Sign Design-N/A The CONSULTANT shall design Signal Mounted Overhead Street Name signs. 21.8 Pole Elevation Analysis 21.9 Traffic Signal Operation Report—N/A 21.10 Quantities 21.11 Cost Estimate 21.12 Technical Special Provisions and Modified Special Provisions — N/A (will utilize County's Special Provisions) The CONSULTANT shall meet the latest version of the Collier COUNTY Signalization Technical Special Provisions. 21.13 Other Signalization Analysis (N/A) 21.14 Field Reviews The CONSULTANT shall collect information from the maintaining agencies and conduct a field review. 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. Page 52 of 82 Schedule A-Scope of Services 16B6 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 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 it may be one specifically designed for this project. 21.17 Independent Peer Review 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, which includes the following: 22.1 Key Sheet 22.2 Signature Sheet 22.3 Tabulation of Quantities 22.4 General Notes/Pay Item Notes 22.5 Plan Sheet 22.6 Interconnect Plans 22.7 Traffic Monitoring Site—N/A 22.8 Guide Sign Worksheet 22.9 Special Details 22.10 Special Service Point Details 22.11 Mast Arm/Monotube Tabulation Sheet—N/A 22.12 Strain Pole Schedule—N/A 22.13 TTCP Signal(Temporary) 22.14 Temporary Detection Sheet 22.15 Utility Conflict Sheet 22.16 Interim Standards-N/A 22.17 Quality Assurance/Quality Control Page 53 of 82 Schedule A-Scope of Services 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 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 it may be one specifically designed for this project. 22.18 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 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 Phase II plans submittal. After approval of the preliminary report, the CONSULTANT shall submit a revised report for each submittal. The Lighting Design Analysis Report shall include: •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 23.2 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. 23.3 FDEP Coordination and Report-N/A. 23.4 Reference and Master Design Files Page 54 of 82 t Schedule A-Scope of Services 16B6 The CONSULTANT shall prepare the Lighting Design file to include all necessary design elements and all associated reference files. 23.5 Temporary Lighting—N/A, by the CONTRACTOR if required. 23.6 Design Documentation—N/A; included in LDAR 23.7 Quantities 23.8 Cost Estimate 23.9 Technical Special Provisions and Modified Special Provisions 23.10 Other Lighting Analysis 23.11 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 • Condition of Lighting Structure(s) • Verification of horizontal clearances • Verification of breakaway requirements 23.12 Technical Meetings 23.13 Quality Assurance/Quality Control 23.14 Independent Peer Review 23.15 Supervision 23.16 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. 24.1 Key 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—N/A Page 55 of 82 Schedule A-Scope of Services 16B6 24.8 Temporary Lighting Data and Details—N/A 24.9 Temporary Traffic Control Plan Sheets—N/A 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. 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 it may be one specifically designed for this project. 24.12 Supervision 25 LANDSCAPE ANALYSIS (Additional Service) These additional services for Landscape Analyss are limited to approximately 2,000 feet along Pelican Marsh Boulevard. No landscape design or landscape architecture services are included along Goodlette-Frank Road,other than new irrigation sleeves crossing the roadway. 25.1 Initial Data Gathering and Project Coordination (Additional Service) The CONSULTANT will incorporate line work and associated data from roadway digital files to create a landscape and irrigation base plan for this project. The computer files will be in a format acceptable to the COUNTY and will become the property of the COUNTY for its use on future projects upon completion. The base plan shall be prepared in a manner that can be plotted or reproduced at a scale acceptable to the COUNTY. The base plan shall include the following roadway features: roadway geometry, centerline survey with 100 feet station marks and numbers, curbing, edge of pavement, sidewalks/bike paths, signs, pole locations for signals and lighting, retention/detention ponds, utilities,right-of-way lines,clear zones, sight lines, design and posted speeds, existing plant material, and all other pertinent elements necessary to prepare the landscape and irrigation plans. 25.2 Data Collection and Site Investigation (Additional Service) The CONSULTANT will meet with the COUNTY to review all base map information and confirm project goals, schedule, and anticipated issues. The CONSULTANT will perform a site visit and review the existing site features, adjacent land uses, and potential irrigation water and power sources. The median openings and roadway intersections shall be reviewed for sight distance and visibility compliance.Base plan will be updated as necessary to reflect field observations. The CONSULTANT will review and adhere to design guidelines pertinent to this specific project and segment of roadway. This shall include the latest edition of the following: Collier County "Landscape Page 56 of 82 Schedule A-Scope of Services 16B Beautification Master Plan"; "Florida Highway Landscape Guide"; and "Manual of Minimum Standards for Design,Construction,and Maintenance for Streets and Highways"(The Florida Greenbook)by Florida Department of Transportation (FDOT). This may also include "Roadway and Traffic Design Standards", FDOT Design Manual (FDM) and "Plan Preparation Manual" by FDOT; and "A Policy on Geometric Design of Highways and Streets, American Association of State Highway and Transportation Officials" (AASHTO). 26 LANDSCAPE PLANS(Additional Service) These additional services for Landscape Plans are limited to approximately 2,000 feet along Pelican Marsh Boulevard. No landscape design or landscape architecture services are included along Goodlette-Frank Road,other than new irrigation sleeves crossing the roadway. 26.1 Conceptual Landscape Design Plans(30%)(Additional Service) The CONSULTANT will prepare a landscape design concept for the roadway median to illustrate a typical cross section and a plan view exhibit for a typical 300 linear feet segment of the roadway. The design concept for the corridor,will be consistent with the Collier County"Landscape Beautification Master Plan" plant palette, plant spacing, and plant group spacing. Plant symbols shall be drawn to scale and sized according to the mature plant size. The CONSULTANT will prepare a detailed, itemized Order of Magnitude Cost Estimate (OMC) based upon the 30% conceptual landscape design plans. The design concept shall include a proposed plant selection,an outline of the anticipated drawing package, including proposed scale, symbol sizes,and sheet layout. The conceptual landscape design plans and the OPC will be submitted to the COUNTY for review in 11"x17"black and white hardcopy and PDF format.The CONSULTANT will meet with the COUNTY to review the concepts and respond to concerns and questions. The CONSULTANT will refine the conceptual landscape design and prepare a color rendered concept depicting plan and elevation views. Rendering will be formatted to be suitable for a PowerPoint presentation. The rendering will be provided to the COUNTY for review and discussion. 26.2 Landscape Design Development Plans(60%)(Additional Service) The CONSULTANT will prepare landscape design development plans (60%) based on the project's budgetary considerations and 30%conceptual landscape design plan review comments from the COUNTY. The landscape design development plans(60%)will consist of a refined planting layout and complete plant list including any necessary design elements for the roadway median.Plant selection and specifications will be consistent with "Grades and Standards of Nursery Plants". The planting plans will be prepared in compliance with State and local roadway landscape requirements. The CONSULTANT will prepare a detailed itemized OPC based upon the 60% landscape design development plans. The OPC will include maintenance of the site from the Notice to Proceed date for landscaping and irrigation work until one year after the substantial completion date or date shown on the executed construction contract for landscaping and irrigation. The landscape design development plans and the OPC will be submitted to the COUNTY for review in hardcopy and PDF format. Page 57 of 82 Schedule A-Scope of Services The CONSULTANT will meet with the COUNTY to review the landscape design development plans and respond to concerns and questions. 26.3 Preliminary Landscape and Irrigation Construction Plans(90%) (Additional Service) The CONSULTANT will prepare preliminary landscape and irrigation construction plans(90%)based on consideration of the project budget and the review of the 60%plan comments from the COUNTY. The preliminary landscape and irrigation construction plans will consist of the following: • Cover Sheet: With project name and limits,location map, and sheet index. • Planting Plan: Showing planting locations,complete plant schedule with a tabulation of sizes, and species of plants. • Irrigation Plans: It is assumed that the proposed irrigation water source for this project will be provided via an existing reclaim service line within the new roadway construction area.The design of reuse distribution line is not included in this scope. Should the design of a reuse water line be required,these services and the associated fees will be negotiated. • The irrigation plans will show potential water and electrical sources and connections, proposed irrigation head layout, pipe sizes, proposed and existing sleeves and directional bores, irrigation bubblers, heads, valves, quick couplers, controllers, and other components necessary for a fully functional automatic irrigation system.The irrigation system will be designed in a manner that will avoid wetting the adjacent pavement and plans shall incorporate any manufacture specific brand or irrigation components preferred by the COUNTY. • Standard specifications and technical details will be provided by the COUNTY. The CONSULTANT shall prepare all non-standard landscape and irrigation details and technical specifications necessary for project construction. The non-standard specifications will be prepared by the CONSULTANT and inserted into the standard specifications in a format acceptable to the COUNTY. The preliminary landscape and irrigation construction plans and the OPC will be submitted to the COUNTY for review in hardcopy and PDF format. The CONSULTANT will meet with the COUNTY to review the preliminary landscape and irrigation construction plans(90%)and respond to concerns and questions. 26.4 Final Landscape and Irrigation Construction Plans(100%)(Additional Service) The CONSULTANT will prepare the final landscape and irrigation construction plans (100%) based on consideration of the project budget and 90% Preliminary Landscape and Irrigation Construction Plans review comments from the COUNTY. The plans package will consist of the following: • Cover sheet • Key Sheet • General Notes • Tabulation of Quantities(landscape and irrigation) • Landscaping plans,notes,details, and plan specifications. • Irrigation plans,notes, details and plan specifications. • Final Opinion of Probable Cost and itemized Bid Schedule in a format acceptable to the COUNTY. Bid items, such as mowing the median and roadsides will be included as separate alternate line items.The COUNTY may furnish a sample bid schedule for the CONSULTANT's use. Page 58 of 82 Schedule A-Scope of Services CAO 16B6 The CONSULTANT will provide one hardcopy,PDF,and one disk(if requested)of the computer files of the final landscape and irrigation Construction Plans(100%)to the COUNTY in the approved format. The CONSULTANT will meet with the COUNTY to review the final landscape and irrigation construction plans and respond to concerns and questions. If needed,the CONSULTANT will provide one(1)round of final plan revisions and provide one hardcopy and one disk of updated final landscape and irrigation construction plans for bidding and construction purposes. 26.5 Landscape Architectural Bidding Assistance(Additional Service) The CONSULTANT will attend one pre-bid conference at the COUNTY office. After the pre-bid meeting,the CONSULTANT will answer all applicable addendum questions,and consult with the COUNTY on appropriate response to bidders. The CONSULTANT will prepare all addendums and furnish them to the COUNTY following receipt of the questions. 26.6 Landscape Architectural Construction Assistance(Per Phase)(Additional Service) The CONSULTANT will attend one pre-construction conference to review the proposed landscape and irrigation design and plans with the awarded contractor. The CONSULTANT will, as requested by the COUNTY, conduct up to four(4) site visits and attend up to a maximum of four (4) construction progress meetings to observe compliance with the construction documents as follows: • Project beginning: to review proposed planting and irrigation equipment locations and resolve conflicts, includes one meeting. • Midway through installation: to review construction progress, quality of materials, workmanship, and compliance with construction documents, includes one meeting. • At substantial completion: to review compliance with construction documents, construction installation, quality of materials and workmanship, performance of irrigation system, and prepare punch list items, includes one meeting. • At final completion: Upon receipt of the contractor's formal request for final completion, the CONSULTANT will prepare a Letter of Landscape Certification. Observed discrepancies with the contract documents and punch list items will be noted by the CONSULTANT and sent to the COUNTY within five(5)business days of each site visit. If additional site visits are required beyond those identified,additional scope and fee will be considered an additional service at a negotiated fee 27 SURVEY The CONSULTANT shall perform survey tasks in accordance with applicable statutes, manuals, guidelines, standards,handbooks,procedures,and current design memoranda. The CONSULTANT shall submit survey notes and computations to document the surveys.All 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. Page 59 of 82 Schedule A-Scope of Services 16 6 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 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,ramp,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, 1/4 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. 1000 Ft East/West of Pelican Marsh Boulevard within Project Limits. Page 60 of 82 Schedule A-Scope of Services CA.O 16B € 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 (if possible), 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 eight foot"X"shaped trenches at new underground infrastructure or earthwork excavation (i.e., drilled shafts, sheet piles, strain poles, mast arms, miscellaneous foundations, drainage structures, pipe culverts, new ditches, etc.) in areas that work will be performed. CONSULTANT shall provide electronic depths with the designates. This scope of services is limited to up to seventy-two (72) pothole locations. Proposed SUE locations must be approved by the COUNTY prior to authorization of this task. 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. 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. 27.14 Channel Survey N/A 27.15 Pond Site Survey—(Additional Service) Refer to tasks of this document as applicable. • Assumes 2 Pond Locations 27.16 Mitigation Survey-N/A Refer to tasks of this document as applicable. 27.17 Jurisdiction Line Survey Page 61 of 82 Schedule A-Scope of Services Cr\.0 16B6 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—N/A 27.20 Subdivision Location Survey all existing recorded subdivision/condominium boundaries,tracts, units,phases,blocks,street R/W lines, common areas. Includes analysis and processing of all field collected data and/or reports. If unrecorded subdivision is on file in the public records of the subject COUNTY,tie existing monumentation of the beginning and end of unrecorded subdivision. 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—N/A 27.23 Water Boundary Survey—N/A 27.24 Right of Way Staking,Parcel/Right of Way Line -N/A 27.25 Right of Way Monumentation—N/A 27.26 Line Cutting Perform all efforts required to clear vegetation from the line of sight. 27.27 Work Zone Safety Provide work zone as required by COUNTY standards. 27.28 Vegetation Survey 27.29 Tree Survey 27.30 Miscellaneous Surveys N/A 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 N/A 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. Page 62 of 82 Schedule A-Scope of Services 16B6 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(N/A) 29 MAPPING The CONSULTANT will be responsible for the preparation of control survey maps, sketches and legal descriptions as required for this project in accordance with all applicable COUNTY Manuals, Procedures, 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. This scope of services assumes that no right-way-acquisitions is likely to occur to construct the project. It is assumed that up to ten (10) sketch & description are included in this scope of services for potential construction easement adjacent to Goodlette-Fank Road. 29.31 Field Reviews 29.32 Technical Meetings 29.33 Quality Assurance/Quality Control 29.34 Supervision 29.35 Coordination 29.36 Supplemental Mapping—N/A Page 63 of 82 =t�Schedule A-Scope of Services 16B6 30 TERRESTRIAL MOBILE LiDAR-N/A. 31 ARCHITECTURE DEVELOPMENT—N/A 32 NOISE BARRIERS IMPACT DESIGN ASSESSMENT- The CONSULTANT shall perform the noise analysis and noise abatement evaluation as required by in accordance with the latest version of the FDOT Noise Policy and the FDOT's Traffic Noise Modeling and Analysis Guidelines. The CONSULTANT shall attend a methodology meeting/teleconference with the DEPARTMENT and COUNTY prior to the initiation of activities. Traffic Data Collection Traffic Data Required for the Noise Analysis will be provided by the(CONSULTANT or COUNTY) and will include the following data for each road segment (i.e. intersection to intersection), access ramp,cross street,frontage road and other nearby important roadways for the existing year and the design year with and without the proposed improvements: •Level of Service C (LOS C) directional volumes •Demand peak hour volumes(peak and off-peak directions) •Proposed posted speed • Percentage of heavy trucks (HT) in the design hour •Percentage of medium trucks(MT) in the design hour •Percentage of buses in the design hour •Percentage of motorcycles(MC)in the design hour The traffic data is included in the approved Traffic Technical Memorandum and will be documented on standard forms provided by the COUNTY. The completed forms must be reviewed by the COUNTY before proceeding with the noise analysis. Elevation Data The CONSULTANT shall determine the availability and accuracy of elevation data needed to perform the noise analysis and noise abatement evaluation. The CONSULTANT shall review available elevation data and the elevation data to be provided per Section 2.2 (Survey Coordination) to determine if elevations of the roadways, existing berms/walls, receptor points and ground levels where changes in terrain occur or where noise barriers may be evaluated can be established within +/- one(1)foot of the actual field conditions observed during a field review. In coordination with the DEPARTMENT, the CONSULTANT shall determine the additional spot elevations needed to adequately simulate project conditions in the traffic noise model. Land Use Field Review/Outdoor Advertising Identification The CONSULTANT shall conduct a field review at the beginning of the noise study to identify existing land uses that may be noise sensitive as well as any potential future development areas for Page 64 of 82 Schedule A-Scope of Services 16B6 which land uses that are noise sensitive that could have building permits prior to the approval of the environmental document (i.e., the Date of Public Knowledge, or DPK) associated with the project. This review should also identify any potential circumstances that would hinder the construction of a noise barrier (e.g. utilities, access issues, drainage features, etc.), if readily apparent. A follow up field review should be conducted prior to the finalization of the noise study report to determine if any unanticipated land use changes have occurred that will change the results of the noise study. The CONSULTANT shall document the date of the field review used to establish receptor points in the Noise Study Report(NSR). Public Involvement If noise barriers are determined to be feasible and cost reasonable,the CONSULTANT may,at the request of the COUNTY, carry out the public involvement and surveys necessary to report to the COUNTY whether or not the majority of the impacted and/or benefited receptors desire the construction of a noise barrier. Input may also be obtained from the public regarding barrier aesthetics(color and texture) on one or both sides of the barrier. The CONSULTANT shall be responsible for coordinating with local government officials. As requested by the COUNTY, the following tasks may be completed by the CONSULTANT for public involvement purposes: 1. Identification of impacted and/or benefited property owners 2. Identification of renters and non-residing property owners(for a property that may be rented)3. Preparation of a mailing list(property owners, renters and non-residing property owners)4. Preparation of a summary package(including an information letter,aerial showing the noise barrier location and a survey form to document the recipients position to be sent to property owners,and occupants/non-residing property owners informing them of the proposed noise barrier 5. If necessary, preparation of additional mailings and/or door-to-door/telephone surveys until a majority decision is obtained or until directed by the District Noise Specialist tallying of survey results ❑ Noise barrier aesthetics coordination ❑ Public meetings coordination (including arranging the meeting location, advertisements, displays, etc.) ❑ Responding to public inquiries on an individual basis in coordination with the COUNTY. The CONSULTANT shall bring to the attention of the COUNTY unforeseen conditions and issues which are relevant to the project decision.Other than noise barrier length, height and location, the CONSULTANT shall abstain from indicating preferences for any of the barrier options prior to or during contact with the property owners unless specifically requested to do so by the COUNTY. Following the public involvement process, the CONSULTANT shall produce a final noise barrier recommendation that identifies the starting and ending points for all noise barriers, the top elevation(s), and may provide the COUNTY the aesthetic elements to be provided (e.g. color, texture, graphics). Noise Study Report (NSR) Addendum The results of noise barrier evaluations performed by the CONSULTANT shall be documented in the NSR Addendum and shall include the Design Changes,results of the computer modeling (electronically), public involvement activities, and fmal noise abatement commitments.At the discretion of the COUNTY,the CONSULTANT will include noise wall plan sheets in the NSR Addendum. 33 INTELLIGENT TRANSPORTATION SYSTEMS ANALYSIS—N/A 34 INTELLIGENT TRANSPORTATION SYSTEMS PLANS N/A Page 65 of 82 Schedule A-Scope of Services r , 1666 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 FDOT 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 or representative 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. 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, 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. For the roadway: The CONSULTANT shall be responsible for coordination of all geotechnical related field work 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. The CONSULTANT shall perform specialized field-testing in accordance with the FDOT Soils and Foundation Handbook and as required by project needs which may include but not be limited to: • Roadway auger borings every 100 feet to a depth of 6 feet. • LBR sampling and testing at 3 per mile. Page 66 of 82 Schedule A-Scope of Services Cr'� 16B6 • Pavement core sampling and testing at 1 sample per 1,000 feet. • Corrosion series testing at sample per abundant stratum per 500 feet • Buried storm sewer system SPT borings to a depth of 10 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 • Four double-ring infiltrometer tests along drainage swales. • Two borehole permeability tests at each wet detention pond location(optional services) • Piezometer installations at 1 per pond for Seasonal High Groundwater Level (SHGWL) determinations • Complete one Standard Penetration Test(SPT)boring for each bent/pier for the proposed bridges. • Complete one SPT boring per 150 feet along proposed walls. • Complete GPR scanning services to estimate rebar spacing and depths.Complete Rebound hammer (Swiss Hammer)tests to estimate concrete strengths. • PUD Utility Design,perform the following: o Two(2) SPT borings to a depth of 50 FT along the west side of Goodlette-Frank Rd o Ten(10) SPT borings to a depth of 10 FT along the west side of Goodlette-Frank Rd. 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 COUNTY standards,ASTM Standards or AASHTO Standards,unless otherwise specified in the Contract Documents. 35.2 Develop Detailed Boring Location Plan Develop a detailed boring location plan. Meet with COUNTY Geotechnical 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. 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 COUNTY's Standard Plans Index 102 series. 35.6 Drilling Access Permits Page 67 of 82 Schedule A-Scope of Services C 1\) 16B 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—N/A Monitor groundwater, using piezometers. 35.9 LBR/Resilient Modulus Sampling Collect appropriate samples for Limerock Bearing Ratio(LBR) or Resilient Modulus testing. 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. 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 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 Page 68 of 82 Schedule A-Scope of Services 16B6 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 as directed by the COUNTY. 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 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. • 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: Page 69 of 82 Schedule A-Scope of Services CAI,tl 1 6 B 6 • 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 Draft auger borings as directed by the COUNTY. 35.26 SPT Boring Drafting Draft SPT borings as directed by the COUNTY. 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. The CONSULTANT shall perform specialized field testing as required for 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, walls, high-mast lighting, overhead signs, mast arm signals, strain poles, buildings, and other structures include the following: 35.27 Develop Detailed Boring Location Plan Develop a detailed boring location plan. Meet with COUNTY Geotechnical 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 COUNTY's Standard Plans Index 102 series. 35.30 Drilling Access Permits Page 70 of 82 Schedule A-Scope of Services :o 0 16g6 Obtain all State, COUNTY, City, 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 COUNTY's Project Manager. 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. 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 • Drilled shafts • Foundation analyses shall be performed using approved COUNTY methods. Assist in selection of the most economical, feasible foundation alternative. 35.38 Detailed Analysis of Selected Foundation Alternate(s) 35.39 Bridge Construction and Testing Recommendations Provide construction and testing recommendations including potential constructability problems. 35.40 Lateral Load Analysis (Optional) Perform lateral load analyses as directed by the COUNTY. 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. Page 71 of 82 Schedule A-Scope of Services 16B6 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): Analyze sheet pile walls as directed by the COUNTY. 35.43 Design Soil Parameters for Signs,Signals,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: • 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. • Provide 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 COUNTY'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 structures report 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. Page 72 of 82 Cis0 Schedule A-Scope of Services 16BE • Any special provisions required for construction that are not addressed in the COUNTY'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. 35.47 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 COUNTY's Standard specification. • An Appendix that 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 checklist, 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, 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 • Two sets of record prints • Six sets of any special provisions • All reference and support documentation used in the preparation of contract plans package Additional final reports (up to four), aside from those stated above, may be needed and requested for the COUNTY's Project Manager and other disciplines. 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 Page 73 of 82 Schedule A-Scope of Services {' N () 1 6 8 6 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 COUNTY of Transportation Soils and Foundations Handbook. 35.49 Other Geotechnical—Optional Services Other geotechnical efforts specifically required for the project as determined by the COUNTY and included in the geotechnical upset limit. 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 36.1 Phase I 3D Design Model-N/A 36.2 Phase II 3D Design Model-N/A 36.3 Phase III 3D Design Model-N/A 36.4 Final 3D Model Design-N/A 36.5 Cross Section Design Files The CONSULTANT shall establish and develop cross section design files in accordance with DEPARTMENT's CADD manual and FDOT Design Manual. 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. 36.6 Template and Assembly Development The CONSULTANT shall prepare for approval by DEPARTMENT, project specific templates/assemblies needed to develop the features required to deliver the 3D model. 36.7 Quality Assurance/Quality Control 36.8 Supervision 36.9 Coordination 37 PROJECT REQUIREMENTS 37.1 Liaison Office Page 74 of 82 Schedule A-Scope of Services 16B6 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 at least 30 days in advance of the proposed change. 37.3 Progress Reporting The CONSULTANT shall meet with the COUNTY as required and shall provide a written monthly progress report with approved schedule, schedule status, and payout curve or by using the earned value method that describe the work performed on each task.The report will include assessing project risk through monthly documentation of identifying and updating the risk category and approach for monitoring those tasks.Invoices shall be submitted after the COUNTY approves the monthly progress report and the payout curve or with earned value analysis.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. 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. The CONSULTANT shall submit all required plan submittals(60%,90%& 100%) in CADD format. 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 Services/Additional Services/Exclusions The fee for these services shall be negotiated in accordance with the terms in the resultant contract, for a fair, competitive, and reasonable cost, considering the scope and complexity of the project(s). Additional services may be authorized by Change Order or supplemental amendment in accordance with the COUNTY's Procurement Policy. The additional services may include other Services as required. Page 75 of 82 Schedule A-Scope of Services 16B6 At the COUNTY's option, the CONSULTANT may be requested to provide optional services. Fees for this item are not included in the negotiated contract fees. If this item is determined necessary and is 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 other Services as required. Task 38—Utility Design for Goodlette-Frank Bridge Utility Design Project Background: Collier County Growth Management Department (GMD) is proposing roadway improvements along Goodlette-Frank Road, from the intersection with Vanderbilt Beach Road to the intersection with Creekside Boulevard.These improvements generally include widening the existing bridge, or replacing the existing bridge with a wider footprint,that crosses over Pelican Marsh Boulevard,as well as widening the existing roadway north and south of the existing bridge. Collier County Public Utilities Department(PUD) owns and operates water, sewer, and irrigation quality (IQ) water utility infrastructure along the project corridor. These facilities are anticipated to conflict with the proposed bridge and roadway improvements. The existing Collier County North County Water Reclamation Facility (NCWRF) is located directly adjacent to the project corridor. Although the actual limits of the utility conflicts are unknown at this time,this scope is based on the replacement of up to 2,500 linear feet of potable water main pipeline and up to 5,100 linear feet of wastewater force main and/or IQ water main pipeline within the project corridor. If the amount of potable water main and / or wastewater force main and/or IQ water main exceeds these amounts, a change order may be processed if additional work is requested by the County. The intent of the utility design is to design only the necessary replacement of PUD's existing utilities that will be in conflict with the roadway improvements,with the below two(2)exceptions. The actual limits of the utility replacements will be identified during the preliminary stages of the project. Exceptions: 1. The existing 8"PVC water main that crosses Goodlette-Frank Road that provides water service to the existing Collier County Recycling Center will be replaced with new 8"DIP water main. 2. The existing 2" water service line located along the west side of Goodlette-Frank Road that provides water service to the existing Pelican Marsh Maintenance Facility will be replaced with a new water service. For reference only, the Collier County PUD Facilities within the project corridor per GIS information include,but are not limited to the following: • 20"PVC Water Main • 12"Cast Iron and DIP Water Mains • Three(3)parallel 24"PVC Force Mains • 8"PVC Force Main • 20"PVC IQ Main • 20 PVC and 24"PVC IQ Mains • 16"PVC IQ Main • 12"PVC IQ Main • 8"PVC IQ Main Page 76 of 82 Schedule A-Scope of Services 16B6 This scope of work includes Subtask A and Subtask B for Tasks 38.1,38.2,38.3,and 38.4.For these Tasks, Subtask A includes the work associated with the water system improvements, and Subtask B includes the work associated with the wastewater system and/or IQ water system improvements. The CONSULTANT will provide the following scope of services for the design of the utility adjustments and relocations of Collier County PUD's facilities associated with the Goodlette-Frank Road roadway project. Task 38.1 —Utility Design The CONSULTANT will provide the following design services for the water system(Task 38.1A)and the wastewater system and/or IQ water system(Task 38.1B)within the project corridor. • Prepare preliminary drawings or exhibits showing the utility design concepts as a result of the proposed roadway improvements in plan view. • Incorporate all record drawings within the project area and the soft dig investigation into the 60% construction plans. • Incorporate the topographic survey into the 60%construction plans. • Prepare 60%construction plans(in AutoCAD Civil 3D format)detailing the proposed running lines within the project area. Include on these plans the survey work, soft dig investigation work, the proposed roadway work, any pertinent geotechnical information and the aerial photo in the background. The 60%utility design will be based on the improvements proposed in 60%roadway design. The 60%utility design plans will include plan and profile views. • Prepare and submit an engineer's opinion of probable construction cost based on the 60% utility design plans. • Submit one(1)full size and one(1)half size of the 60%construction plans at least two(2)weeks prior to the meeting with COUNTY Staff. The 60% utility design submittal will be a separate submittal from the 60% roadway design. The 60% utility design will be submitted after the 60% roadway design submittal. • Organize and conduct a 60% plan review meeting with COUNTY Public Utilities Department (PUD) staff to discuss the preliminary construction plans. Revise construction plans as required to reflect COUNTY comments. • Based on the accepted 60% utility design plans, the CONSULTANT will prepare final drawings (in AutoCAD Civil 3D format) and specifications, which provide the general scope, extent and character of the utility work to be furnished and performed by the Contractor.The CONSULTANT will prepare and submit drawings and specifications at the 90-and 100-percent complete stages for review and approval. An engineer's opinion of probable construction cost will accompany each submittal. The CONSULTANT will organize and conduct plan review meetings with COUNTY Public Utilities Department (PUD) staff to discuss the 90- and 100- percent plans. Revise construction plans as required to reflect COUNTY comments. • Technical specifications will be based on the 16-Division format of the Construction Specifications Institute (CSI) in MS Word format. In addition to technical specifications, the CONSULTANT will coordinate with COUNTY staff to develop necessary General Conditions, Supplemental Conditions, and Special Provisions Specifications specifically for the project being constructed. Current Collier County Technical Specifications will be utilized for this project. The CONSULTANT will provide Supplemental Specifications and Special Project Provisions necessary to convey the utility project parameters and criteria to complete the project. Current County Right-of-Way construction specifications and applicable FDOT standards and Page 77 of 82 Schedule A-Scope of Services CA 0 16B6 specifications shall be utilized. Documents shall include drawings and project specifications ready for bidding, consistent with Collier County standards, including, but not limited to, the following or as approved by the Project Manager: • Cover sheet, index and key map • Utility Alignments • Existing Conditions map • Utility Details • Demolition Plan • Erosion Control Plan • Infrastructure Plan and Profile • Details • Operational Contingency Plans • Furnish copies of Contract Documents related to the utility design that include engineering drawings and specifications. Present and review them in person with COUNTY staff at the agreed upon completion stages in the project and make appropriate changes requested. Task 38.2—Permitting The CONSULTANT will provide the following permitting services for the water system(Task 38.2A)and the wastewater system and/or IQ water system (Task 38.2B)within the project corridor. • Prepare permit applications for submittal to the Florida Department of Environmental Protection (FDEP)and provide backup documentation including drawings and specifications. Respond to all requests for additional information (RAI) from the FDEP. Permitting fees will be paid by the CONSULTANT team and reimbursed by COUNTY. It is recognized by the COUNTY that permitting is a regulatory function and the CONSULTANT does not guarantee issuance of any permit. • The CONSULTANT will prepare the applications for Collier County GMD's Right of Way permits, Insubstantial Change to a Site Improvement Plan when required from Collier County Growth Management Division and respond to requests for additional information related to the utility design. Permitting fees will be paid by Collier County. It is recognized by the COUNTY that permitting is a regulatory function and the CONSULTANT does not guarantee issuance of any permit. Task 38.3—Bidding Assistance for Utility Improvements With the exceptions of the following items listed below, bidding services will be performed by Collier County Procurement Department. The CONSULTANT will assist the COUNTY with the following bidding assistance and award phase services related to the utility design of the water system(Task 38.3A) and the wastewater system and/or IQ water system(Task 38.3B)for one(1)public bid. • Assist in preparing addenda, as required, to interpret, clarify, or expand the Bidding Documents related to Utility Design. • Prepare Utility Contractor's qualifications for this project. • Attend a pre-bid/quote conference. • Provide information related to the Utility Design for the purposes of preparing the Design Entity Letter of Recommended Award(DELORA)along with a"Reference Log"showing date,time,and comments of all contacted references provided by the prospective utility contractor. Task 38.4—Utility Construction Administration Page 78 of 82 Schedule A-Scope of Services 1613 6 The CONSULTANT will provide Construction Administration Services related to the Utility Design of the water system(Task 38.4A)and the wastewater system and/or IQ water system(Task 38.4B)under this task. The construction observation services included in this scope of work are limited to critical Utility tasks required to complete the project and necessary for permit certification, which may include connections or adjustments to large diameter water mains, force mains, or IQ mains, water main and force main outage work,major roadway crossings,time sensitive activities, pressure tests and other clearance procedures, or when requested by the COUNTY . The CONSULTANT anticipates a full-time Construction Engineering and Inspection (CEI) team (not included in this contract)will provide daily inspections reports,photos, and materials testing logs daily. • Pre-Construction Meeting:The CONSULTANT will attend and participate in the pre-construction meeting. The CONSULTANT will prepare and provide necessary agenda items related to the Utility Design. The CONSULTANT will prepare and provide meeting notes related to the Utility agenda items that can be included with the pre-construction meeting minutes. • Construction Progress Meeting: The CONSULTANT will attend and participate in progress meeting when Utility items are on the agenda, or at the direction of the Collier County Project Manager. Progress meetings are anticipated to be held weekly. The CONSULTANT will prepare and provide necessary agenda items related to the Utility Design prior to each meeting that can be included in the progress meeting minutes. Progress meetings will be either in person or via virtual conference. • Utility Shop Drawing Review: The CONSULTANT shall review and approve (or take other appropriate action in respect of) Shop Drawings, Samples and other data which Contractor is required to submit, but only for conformance with the design information given in the Contract Documents and compatibility with the design concept of the completed project as a functioning whole as indicated in the Contract Documents. Such reviews and approvals or other action will not extend to means, methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto. Review of a specific item shall not indicate the CONSULTANT has reviewed the entire assembly of which the item is a component. The CONSULTANT shall not be required to review partial submissions or those for which submissions of correlated items have not been received. The CONSULTANT shall maintain a complete log of all submittals of shop drawings, noting the dates of first submittal and subsequent reviews and resubmittals, approval,etc. • As-Equal Materials: The CONSULTANT shall evaluate and determine the acceptability of substitute or"or-equal"materials and equipment proposed by Contractor. • Utility Project Pay Applications:The CONSULTANT shall review and approval/rejection of any payment requested by the contractor related to the utility design in an Application for Payment before the pay application is submitted to the Clerk' s office. Payment shall constitute a representation by the CONSULTANT to COUNTY based on the CEI Team's onsite observations of the work in progress as an experienced and qualified construction professional and on The CONSULTANT's review of the applications for payment and the accompanying data and schedules that the utility work has progressed to the point indicated; that to the best of the CONSULTANT' s knowledge, information and belief, the quality of the work is in accordance with the Contract Documents and that the Contractor is entitled or is not entitled to the payment of Page 79 of 82 Schedule A-Scope of Services CA() 16 B 6 the amount recommended. The CONSULTANT will process pay requests in accordance with the Florida Prompt Payment Act. • Request for Information: The CONSULTANT shall review and respond to all Requests for Information (RFI's) that the Contractor submits related to the Utility Design. If required by COUNTY staff,the CONSULTANT shall revise construction plans based on response to RFI.The CONSULTANT shall maintain a complete log of all RFIs related to the utility design, noting the dates of first submittal and subsequent reviews and resubmittals, approval, etc. • Change Orders & Work Directives: The CONSULTANT shall prepare all Change Orders and Work Change Directives related to the Utility Design during the course of the project for the Project Manager's review and approval. This may also require modifications to the construction plans based on unforeseen conditions encountered during construction. • County Coordination Meetings: The CONSULTANT shall attend meetings with various Collier County departments related to the Utility Design to review and discuss the planned construction work,potential impacts to other County facilities,utility outages and impacts,road closures,detour routes, and major MOT events, and other work planned within the project corridor. Other Collier County departments are anticipated to be,but not limited to,Water,Wastewater,Irrigation Quality Water, Stormwater,Traffic Operations,Road Maintenance, and Right-of-Way. • Site Meetings: The CONSULTANT will attend site meetings related to the Utility Design as needed and at the direction of the COUNTY to review unforeseen field conditions, damage to existing utilities and facilities, and other unforeseen conditions that may arise during construction. • FDEP Certification: The CONSULTANT shall prepare and submit certification packages to the. FDEP for the completed sections of the CCWSD'S water and wastewater systems. • Utility Asset Management Record Information and Record Drawings: The CONSULTANT shall provide all information related to the utility work in the electronic format stipulated by COUNTY staff required to populate the COUNTY's GIS and Asset Management system in place at the time of project completion. The CONSULTANT will provide digital as-built record drawings for the utility work in AutoCAD Civil 3D and PDF formats based on the certified survey drawings provided by the Contractor that have been signed and sealed by a Florida licensed surveyor. • Utility Construction/Testing Observation: The CONSULTANT will conduct on-site observations and inspections of utility construction/testing activities at critical times during construction including,but not limited to,pressure tests,clearance procedures,connections,utility outage work, or when requested by the COUNTY, and will coordinate with the COUNTY 's CEI inspector, to ensure that all work is completed in accordance with the Contract Documents. The CONSULTANT will be responsible for investigating the concern or issue and resolving the same through a written directive to the construction contractor and so inform the Project Manager and the Construction Inspector in writing. This protocol will be initiated at any time the CONSULTANT becomes aware of any construction work that is unsatisfactory, faulty or defective, does not conform to the Contract Documents, does not meet the requirements of any inspections,tests or approvals, or has been damaged before final payment. • Utility Substantial Completion Inspections: The CONSULTANT will conduct substantial completion inspections related to the utility design when requested by the contractor and after the CONSULTANT confirms that the work is sufficiently complete to warrant a substantial completion inspection. During the substantial completion inspection, the CONSULTANT will prepare a punch list of utility items requiring completion or correction to the satisfaction of the CONSULTANT and the County Project Manager. The CONSULTANT will be responsible for maintaining the utility punch-list and issuing updates to the punch-list on a weekly basis. The CONSULTANT will coordinate and participate in the final walk-through related to the utility Page 80 of 82 Schedule A-Scope of Services C./,(1 16B6 design to ensure that the utility punch-list items are completed to the satisfaction of the CONSULTANT and the Project Manager.All services related to the utility Substantial Completion Inspection shall be provided in writing with pictures to the County Project Manager. • Utility Final Completion Inspection: Upon the request of the Contractor and concurrence confirmation of the CONSULTANT and the Project Manager,the CONSULTANT will conduct final inspections of the project to determine if utility construction has been completed in accordance with the Contract Documents. Based on the results of the utility final inspection, the CONSULTANT and Project Manager will determine if the utility work is complete or not complete. If the work is confirmed complete, the CONSULTANT will issue a "notice of final acceptance and recommendation for final payment" for the utility work. If the utility work is not complete, the CONSULTANT will issue written instructions to the Contractor identifying the utility work not complete. Upon confirmation by the Contractor that the deficiencies have been completed, a second final inspection will be scheduled to verify that the outstanding issues have been resolved and the CONSULTANT can issue a"notice of final acceptance and recommendation for final payment" for the utility work. All services related to the utility Final Completion Inspection shall be provided to the Project Manager. 39.Additional Services The following sections within this scope documents are additional services. Sections and Section titles are listed below. Refer to section within the document for details. • Drainage Analysis o 6a.3 Pond Siting Analysis and Report o 6a.3A Floodplain Compensation Pond Siting Analysis and Report o 6a.6A Design of Stormwater Management Facility(Offsite or Infield Pond) o 6a.8A Design of Floodplain Compensation Pond Sites o 6a.8B Floodplain Modeling o 6b.9 Retention/Detention Pond Detail Sheet(s) o 6b.9A Floodplain Compensation Pond Detail Sheet(s) o 6b.10 Retention Pond Cross Sections o 6b.10A Floodplain Pond Cross Sections • Environmental Permits and Environmental Clearances o 8.14 Contamination Impact Analysis ■ Level II testing only • Cast-in-Place Retaining Walls o 17.11 Design o 17.12 Vertical Wall Geometry o 17.13 General Notes o 17.14 Wall Plans and Elevations(Control Drawings) o 17.15 Sections and Details • Landscape Analysis(for Pelican Marsh Boulevard) o 25.1 Initial Data Gathering and Project Coordination o 25.2 Data Collection and Site Investigation • Landscape Plans(for Pelican Marsh Boulevard) o 26.1 Conceptual Landscape Design Plans(30%) o 26.2 Landscape Design Development Plans(60%) Page 81 of 82 Schedule A-Scope of Services ( !,() 16B6 o 26.3 Preliminary Landscape and Irrigation Plans(90%) o 26.4 Final Landscape and Irrigation Construction Plans(100%) o 26.5 Landscape and Architectural Bidding Assistance o 26.6 Landscape Architectural Construction Assistance(Per Phase) 40.0 Project Exclusions o The following items are excluded from this Scope of Services: o Analysis, modifications, or redesign of the Pelican Marsh community's stormwater management system. o Redesign or retrofitting of the existing bridges. Redesign and retrofitting is considered above and beyond the repairs. Page 82 of 82 Schedule A-Scope of Services 16B6 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. Tastcslitem Description Lump Sum Tune en, M�ter�ats :;. • Not-To-Exceed 1 30% Submittal $869,827 $ 2 60% Submittal $994,087 $ 3 90% Submittal $372,783 $ 4 Final Submittal $248,522 $ 5 Task 38 - Utility Relocation (Design & Post Design) $ $447,569 6 Post Design (Transportation) $ $216,910 $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ Total Lump Sum Fee $2 485,21 9 Total Time and Materials Fee $664,479 GRAND TOTAL FEE $3,149,698 Page 18 of 30 PSA_CCNA Single Project Agreement[2025_ver.I] 0 1666 B.2.2. •*Time and Material Fees: The fees noted in Section B.2.1. shall constitute the amounts to be paid to CONSULTANT for the performance of the Basic Services. Direct Labor Costs mean the actual salaries and wages (basic, premium and incentive) paid to CONSULTANT's personnel, with respect to this Project, including all indirect payroll related costs and fringe benefits, all in accordance with and not in excess of the rates set forth in the Attachment 1 to this Schedule B. With each monthly Application for Payment, CONSULTANT shall submit detailed time records, and any other documentation reasonably required by the COUNTY, regarding CONSULTANT's Direct Labor Costs incurred at the time of billing, to be reviewed and approved by the COUNTY. There shall be no overtime pay without the COUNTY's prior written approval. B.2.2.1. Notwithstanding anything herein to the contrary, in no event may CONSULTANT's monthly billings, on a cumulative basis, exceed the sum determined by multiplying the applicable not to exceed task(s) limits by the percentage the COUNTY has determined CONSULTANT has completed such task as of that particular monthly billing. B.2.3. ■* Lump Sum Fees: The fees noted in Section 2.1. shall constitute the lump sum amount to be paid to CONSULTANT for the performance of the Basic Services. There shall be no overtime pay without the COUNTY's prior written approval. B.2.3.1 CONSULTANT shall submit, with each of the monthly status reports provided for under Section B.1.1 of this Schedule B, an invoice for fees earned in the performance of Basic Services and Additional Services during the subject billing month. B.2.4. For Additional Services provided pursuant to Article 2 of the Agreement, if any, the COUNTY agrees to pay CONSULTANT a negotiated total fee and Reimbursable Expenses based on the services to be provided and as set forth in the Amendment authorizing such Additional Services. The negotiated fee shall be based upon the rates specified in Attachment 1 to this Schedule B and all Reimbursable Expenses shall comply with the provision of Section 3.4.1 below. There shall be no overtime pay on Additional Services without the COUNTY's prior written approval. B.2.5. The compensation provided for under Section B.2.1 of this Schedule B, shall be the total and complete amount payable to CONSULTANT for the Basic Services to be performed under the provisions of this Agreement, and shall include the cost of all materials, equipment, supplies and out-of-pocket expenses incurred in the performance of all such services. B.2.6. Notwithstanding anything in the Agreement to the contrary, CONSULTANT acknowledges and agrees that in the event of a dispute concerning payments for Services performed under this Agreement, CONSULTANT shall continue to perform the Services required of it under this Agreement, as directed by the COUNTY, pending resolution of the dispute provided that the COUNTY continues to pay to CONSULTANT all amounts that the COUNTY does not dispute are due and payable. 3. SCHEDULE OF PAYMENTS B.3.1. Notwithstanding anything herein to the contrary, the CONSULTANT shall submit no more than one invoice per month for all fees earned that month for both Basic Services and Additional Services. Invoices shall be reasonably substantiated, identify the services rendered and must be submitted in triplicate in a form and manner required by the COUNTY. B.3.1.1 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of"laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this Agreement. B.3.2. Invoices not properly prepared (mathematical errors, billing not reflecting actual work done, no signature, etc.) shall be returned to CONSULTANT for correction. Invoices shall be submitted on Page 19 of 30 PSA_CCNA Single Project Agreement[2025_ver.I] 16B6 CONSULTANT's letterhead and must include the Purchase Order Number and Project name and shall not be submitted more than one time monthly. B.3.3. Payments for Additional Services of CONSULTANT as defined in Article 2 hereinabove and for reimbursable expenses will be made monthly upon presentation of a detailed invoice with supporting documentation. B.3.4. Unless specific rates have been established in Attachment 1, attached to this Schedule B, CONSULTANT agrees that, with respect to any subconsultant or subcontractor to be utilized by CONSULTANT for this Agreement or Additional Services, CONSULTANT shall be limited to a maximum markup of five percent (5%) on the fees and expenses associated with such subconsultants and subcontractors. B.3.4.1 Reimbursable Expenses must comply with §112.061, Fla. Stat., or as set forth in the Agreement, be charged without mark-up by the CONSULTANT, and shall consist only of the following items: B.3.4.1.1. Cost for reproducing documents that exceed the number of documents described in this Agreement and postage and handling of Drawings and Specifications. B.3.4.1.2. Travel expenses reasonably and necessarily incurred with respect to Project related trips, to the extent such trips are approved by the COUNTY. Such expenses, if approved by the COUNTY, may include coach airfare, standard accommodations and meals, all in accordance with §112.061, Fla. Stat. Further, such expenses, if approved by the COUNTY, may include mileage for trips that are from/to destinations outside of Collier or Lee Counties. Such trips within Collier and Lee Counties are expressly excluded. B.3.4.1.3. Permit Fees required by the Project. B.3.4.1.4. Expense of overtime work requiring higher than regular rates approved in advance and in writing by the COUNTY. B.3.4.1.5. Expense of models for the County's use. B.3.4.1.6. Other items on request and approved in writing by the COUNTY. B.3.4.1.7. The CONSULTANT shall bear and pay all overhead and other expenses, except for authorized reimbursable expenses, incurred by CONSULTANT in the performance of the Services. B.3.4.1.8. Records of Reimbursable Expenses shall be kept on a generally recognized accounting basis. B.3.5. The CONSULTANT shall obtain the prior written approval of the COUNTY before incurring any reimbursable expenses, and absent such prior approval, no expenses incurred by CONSULTANT will be deemed to be a reimbursable expense. Page 20 of 30 PSA_CCNA Single Project Agreement[2025_ver.I] l'i r 16B6 SCHEDULE B —ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Principal $238.00 Senior Project Manager $201.00 Project Manager $165.00 Senior Engineer $175.00 Engineer $136.00 Senior Designer $128.00 Designer $109.00 Senior Technician $102.00 Technician $83.00 CADD Technician $95.00 Planner $130.00 GIS Specialist $114.00 Clerical $73.00 Senior Environmental Specialist $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. For Grant Funded Projects, the above hourly rates are for purposes of providing estimate(s), as required by the grantor agency. Page 21 of 30 PSA_CCNA Single Project Agreement 12025_ver.11 1 6 B E SCHEDULE C PROJECT MILESTONE SCHEDULE Number of Calendar Days Task/Item For Completion of Task Description from Date of Notice to Proceed 1 30% Submittal 175 2 60% Submittal 303 3 90% Submittal 409 4 Final Submittal 540 5 Task 38 - Utility Relocation (Design & Post Design) 1,710 6 Post Design (Transportation) 1,710 Page 22 of 30 PSA_CCNA Single Project Agreement[2025_ver.l] 16B6 SCHEDULE D INSURANCE COVERAGE 1. The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT's sole responsibility. 2. The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. 3. Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the COUNTY or as specified in this Agreement, whichever is longer. 4. Certificates of insurance acceptable to the COUNTY shall be filed with the COUNTY within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance policies required shall be provided to the COUNTY, on a timely basis, if requested by the COUNTY. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the COUNTY. CONSULTANT shall also notify the COUNTY, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 5. All insurance coverages of the CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project. 6. The acceptance by the COUNTY of any Certificate of Insurance does not constitute approval or agreement by the COUNTY that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. 7. CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the COUNTY. 8. Should at any time the CONSULTANT not maintain the insurance coverages required herein, the COUNTY may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse the COUNTY for such costs within thirty (30) days after demand, the COUNTY has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between the COUNTY and CONSULTANT. The COUNTY shall be under no obligation to Page 23 of 30 PSA CCNA Single Project Agreement[2025_ver.1J CAO 16136 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 ( I I ) are required by this Agreement. 10. 1■I 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,o00,000.0o for each accident. The insurance company shall waive all claims rights against the COUNTY and the policy shall be so endorsed. 11. United-States-Longsh©renian's-and- arbor Work AG _GOuera sta l-be-fnain i-ned wheiic applicable—tee—the- completion of t-he--work:----Gaverag -skald---i ave—minimt tag--iir fts -ef $ ---� --tier-OlaimiGesJrrenee- 12. n Maritime-Coverage-(Jones-4ct)....sh.all be raai,n-ta+eed-where-applieable-to the-cefnpletier rf the-work:-Coverage-s a41-have- if ff tr r+ts-ef-$- Per-Claim,Oest*rrenee: 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 $ i,000,000 00 Per Occurrence, $2,000,000.00 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 24 of 30 PSA_CCNA Single Project Agreement[2025_ver.I � 6E6 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 Water•Graft--Liability. Coverage---shall--be--earned y-# ---.-CONSULTANT--ef*the SU-BerONSUL Ge ercial General Liabilify---l+ it--sbewr -in st+bparagrap pleb i er-t i gr em nt.:. 16. n ofage----shad---..be GGrriey—the---.CONSULTAN-T--er--the SUBCONSULTANT $6 g bl be e apletien-of-the-Services-tin his-Agr-eernent- 17. • BUSINESS AUTOMOBILE LIABILITY INSURANCE. Coverage shall have minimum limits of$ 1,000,000.00 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. 7 T-EC-BNBL -9-OMISSI NS-I~l*JSIJRANCE:- efage--shah-have ira+�it+t -ems► . 19. n CYBE- IAI4S-U- -AN-O€:-Oaverage--si ai -eve-mi 4FF + --limits --Per 9eeUrrenee- 20. I I UMBRELLA-LIABILITY. A:--Umbrella tamed-as-part-of the Iiab+lity4nseranee-ef-the GONS-UL---TAN-T anb;if-se-,--seela yens'-L-iability;-gemmemial-General-L-ialeility and At teme es-en---"fellowing-fer '2 basis:• efd+ng-te-t verat-ef-t#ae--ex-# aastie l any underlying-lici brel a-pelie-y-wil 2 2-4e-apply--as--primary irasaraRee. 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 $ 1,000,000.00 each claim and aggregate. B. Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the COUNTY. C. The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the COUNTY. D. The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or the COUNTY, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Page 25 of 30 PSA_CCNA Single Project Agreement 12025_ver l] 1686 Insurance providing for an unqualified written notice to the COUNTY of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify the COUNTY by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by the COUNTY. 22. VALUABLE PAPERS INSURANCE. In the sole discretion of the COUNTY, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. 23. PROJECT PROFESSIONAL LIABILITY. A. If the COUNTY notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with the COUNTY and the COUNTY's insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT's professional liability policy. If no credit is available from CONSULTANT's current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to the COUNTY. Should no credit accrue to the COUNTY, the COUNTY and CONSULTANT, agree to negotiate in good faith a credit on behalf of the COUNTY for the provision of project-specific professional liability insurance policy in consideration for a reduction in CONSULTANT's self-insured retention and the risk of uninsured or underinsured consultants. B. The CONSULTANT agrees to provide the following information when requested by the COUNTY or the COUNTY's Project Manager: 1. The date the professional liability insurance renews. 2. Current policy limits. 3. Current deductibles/self-insured retention. 4. Current underwriter. 5. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. 6. Cost of professional insurance as a percent of revenue. 7. Affirmation that the design firm will complete a timely project errors and omissions application. C. If the COUNTY elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and the COUNTY will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. [END OF SCHEDULE D] Page 26 of 30 PSA_CCNA Single Project Agreement[2025_ver,1] 1fie6 SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, BCC Engineering. LLC (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 Goodlette Frank Road - Vanderbilt Beach Road to Immokalee Rd "project" is accurate, complete and current as of the time of contracting. / tailr/ - Victor H. HerreraBY: i�i TITLE: Si-- 1tO - DATE: Page 27 of 30 PSA_CCNA Single Project Agreement[2025 ver.I I CA0 16B6 SCHEDULE F KEY PERSONNEL Name Personnel Category Percentage of Time Victor Herrera Principal 0.5% Ariel Milian Principal 0.5% Chris Bridges Senior Project Manager 10% William Junkin Senior Engineer 0.5% John Kuretski Senior Engineer 0.5% Bob Forand Principal 1% Cory Salzano Senior Engineer 2% Chuan Chen Engineer 10% Alex Manzur Senior Technican 5% Carlos Alcantara Senior Engineer 0.5% Michelle Rossi Senior Engineer 1% _ William Stahovec Engineer 15% Josue Rodriguez Designer 6.5% Rick Duran Senior Designer 2% Brett Minnie Designer 2% Dacha Quintana Senior Engineer 1% Keri-Ann Coore-Vickers Senior Engineer 3% Valentina Nakfour Designer 6% Carlos Morales Senior Designer 2% Roberto Lamazares Engineer 5% Javier Mantilla CADD Technician 10% SungRyong Han Senior Project Manager 10/0 Lorin Brissett Project Manager 2% Revanth Katta Engineer 7% Erik Spillmann Senior Engineer 1% Matthew Trzeciak Designer 5% Page 28 of 30 PSA_CCNA Single Project Agreement[2025_ver.l] +CAO 16B6 SCHEDULE G AFFIDAVIT REGARDING LABOR AND SERVICES Following this page Page 29 of 30 PSA_CCNA Single Project Agreement[2025_ver.I] CA 0 16B6 AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED Effective July 1, 2024, pursuant to § 787.06(13), Florida Statutes, when a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services. Effective January 1,2024,a governmental entity may not accept a bid on,a proposal for,or a reply to,or enter into,a contract with an entity which would grant the entity access to an individual's personal identifying information unless the entity provides the government with an affidavit signed by an officer or representative under penalty of perjury attesting that the entity does not meet any of the following criteria: (a)the entity' is owned by the government of a foreign country of concern;(b)the government of a foreign country of concern has a controlling interest in the entity;or(c)the entity is organized under the laws of or has its principal place of business in a foreign country of concern. Effective July 1,2025,when an entity extends or renews a contract with a governmental entity which would grant the entity access to an individual's personal identifying information,the entity must provide the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c),§287.138,Florida Statutes. Nongovernmental Entity's Name: BCC Engineering,LLC Address: 6401 SW 87th Ave,Suite 200,Miami,FL 33173 Phone Number: 305-670-2350 Authorized Representative's Name: Luis Rodriguez Authorized Representative's Title: Chief Financial Officer Email Address: Iodrguez@bcceng.com I Luis Rodriguez (Name of Authorized Representative), as authorized representative attest under penalty of perjury that BCC Engineering, LLC (Name of Nongovernmental Entity) does not: (1) use coercion for labor or services as defined in§787.06,Florida Statutes,and(2)the nongovernmental entity is not(a)owned by a government of a foreign country of concern,(b)that a foreign country of concern does not have a controlling interest in the entity, and (c)tha the entity is not organized under the laws of or has its principal place of business in a foreign country of concern,all as pr ibit under .138,Florida Statutes. Under penalty p ry,I d e that I have read the foregoing Affidavit and that the facts stated in it are true. June 18,2025 (Signatur of authorized representative) Date STATE OF /gvri?.)Gt COUNTY OF Pibmi—/2dc Sworn to(or affi ed)and subscribed before me by means of physical presence or 0 online notarization this /8' `day of x ,20 Lf by L..,s �vd�i S�ec�• (Name of Affiant),who produced his Florida Driver's License as identification. Notary Public VANESSA AVMERICtfi .S/1.1Fb 0 2 Notary Public _ State of Florida Commission Expires �`"' .• �►r+m#HH402823 Expires 5/24/2027 Personally Known,,OR Produced Identification 0 Type of Identification Produced: CONTRACT RENEWAL OR EXTENSION REQUEST FORM Version:2025.1 16B6 SCHEDULE H Other: (Description) following this page (pages through ) ■ this schedule is not applicable Page 30 of 30 PSA_CCNA Single Project Agreement[2025_ver.1]