Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Backup Documents 03/10/2026 Item #16B 3
ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP 6 B 3 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 Attorne Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. Risk Risk Management • 2. County Attorney Office County Attorney Office /Q-T 3)2.94 4. BCC Office Board of County Commissioners 1k h' 3//l 4. Minutes and Records Clerk of Court's Office ////ge0 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 missinigormation. Name of Primary Staff Cole Chandler/Procurement Contact Information 239-252-8987 Contact/Department Agenda Date Item was March 10th,2026 Agenda Item Number 16.B.3 Approved by the BCC Type of Document Agreement Number of Original 1 Attached Documents Attached PO number or account N/A 24-8310"Design Services 24-8310 number if document is for Four-Point Kimley-Horn& to be recorded Roundabout" Associates,Inc. INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A"in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature STAMP OK N/A 2. Does the document need to be sent to another agency for additional signatures? If yes, N/A provide the Contact Information(Name;Agency;Address;Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be cc signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's N/A Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the cc document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's cc signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip N/A should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on March 10th,and all changes made N/A is not during the meeting have been incorporated in the attached document. The County1(A� an option for Attorney's Office has reviewed the changes,if applicable. s line. 9. Initials of attorney verifying that the attached document is the version approved by the 4_ IT/A is not BCC,all changes directed by the BCC have been made,and the document is ready for the yf,�in an option for Chairman's signature. art'` this line. 1663 PROFESSIONAL SERVICES AGREEMENT Contract# 24-8310 for "Design Services for Four-Point Roundabout-Immokalee Rd.at Camp Keais Rd. l ftn THIS AGREEMENT is made and entered into this fit) day of 1?16.. , 20 11 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 KIMLEY-HORN AND ASSOCIATES, INC. authorized to do business in the State of Florida, whose business address is 421 Fayetteville Street Suite 600 Raleigh,NC 27601 (hereinafter referred to as the "CONSULTANT" and/or "CONTRACTOR"). WITNESSETH: WHEREAS, the COUNTY desires to obtain the professional services of the CONSULTANT concerning Design Services for Four-Point Roundabout-Immokalee Rd.at Camp Keais 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 31 PSA_CCNA Single Project Agreement[2025 ver.2] CAO 1 6E33 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 Gary Nadeau a qualified licensed professional to serve as the CONSULTANT's project coordinator (hereinafter referred to as the "Project Coordinator"). The Project Coordinator is authorized and responsible to act on behalf of the CONSULTANT with respect to directing, coordinating and administering all aspects of the services to be provided and performed under this Agreement. Further, the Project Coordinator has full authority to bind and obligate the CONSULTANT on all matters arising out of or relating to this Agreement. The CONSULTANT agrees that the Project Coordinator shall devote whatever time is required to satisfactorily manage the services to be provided and performed by the CONSULTANT hereunder. The Project Coordinator shall not be removed by CONSULTANT from the Project without the COUNTY's prior written approval, and if so removed must be immediately replaced with a person acceptable to the COUNTY. 1.6. CONSULTANT agrees, within fourteen (14) calendar days of receipt of a written request from the COUNTY to promptly remove and replace the Project Coordinator, or any other personnel employed or retained by the CONSULTANT, or any subconsultants or subcontractors or any personnel of any such subconsultants or subcontractors engaged by the CONSULTANT to provide and perform services or work pursuant to the requirements of this Agreement, said request may be made with or without cause. Any personnel so removed must be immediately replaced with a person acceptable to the COUNTY. 1.7. The CONSULTANT represents to the COUNTY that it has expertise in the type of professional services that will be performed pursuant to this Agreement and has extensive experience with projects similar to the Project required hereunder. The CONSULTANT agrees that all services to be provided by CONSULTANT pursuant to this Agreement shall be subject to the COUNTY's review and approval and shall be in accordance with the generally accepted standards of professional practice in the State of Florida, as well as in accordance with all applicable laws, statutes, including but not limited to ordinances, codes, rules, regulations and requirements of any governmental agencies, and the Florida Building Code where applicable, which regulate or have jurisdiction over the Services to be provided and performed by CONSULTANT hereunder, the Local Government Prompt Payment Act (218.735 and 218.76 F.S.), as amended, and the Florida Public Records Law Chapter 119, including specifically those contractual requirements at F.S. § 119.0701(2)(a)-(b) as stated as follows: IT IS THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, IT SHOULD CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communications, Government and Public Affairs Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8999 Email: PublicRecordRequest(acolliercountyfl.gov The Contractor must specifically comply with the Florida Public Records Law to: Page 2 of 31 PSA_CCNA Single Project Agreement[2025_ver.2] CAO 16B3 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 31 PSA_CCNA Single Project Agreement[2025 ver.2] 16B3 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 31 PSA_CCNA Single Project Agreement[2025_ver.2] CAO! 16B3 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 31 PSA_CCNA Single Project Agreement[2025 ver.2] CAO1 16B3 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 31 PSA_CCNA Single Project Agreement[2025_ver.2] CAO 16B3 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. ❑■ Grant Funded: The hourly rates as set forth and identified in Schedule B, which is attached hereto, are for purposes of providing estimate(s), as required by the grantor agency. 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 7of31 PSA_CCNA Single Project Agreement[2025 ver.2] CAO 1683 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 31 PSA_CCNA Single Project Agreement[2025 ver2] CAO 16E33 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 31 PSA_CCNA Single Project Agreement[2025 ver.2] CAO 16B3 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 31 PSA CCNA Single Project Agreement[2025_ver.2] CAO 1 6E33 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 31 PSA_CCNA Single Project Agreement[2025 ver.2] CAO 16B3 Agreement price and any additions thereto shall be adjusted to exclude any significant sums by which the COUNTY determines the Agreement price was increased due to inaccurate, incomplete, or non- current wage rates and other factual unit costs. All such adjustments shall be made within one (1) year following the end of this Agreement. ARTICLE FOURTEEN CONFLICT OF INTEREST 14.1. CONSULTANT represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder. CONSULTANT further represents that no persons having any such interest shall be employed to perform those services. ARTICLE FIFTEEN MODIFICATION 15.1. No modification or change in this Agreement shall be valid or binding upon either party unless in writing and executed by the party or parties intended to be bound by it. ARTICLE SIXTEEN NOTICES AND ADDRESS OF RECORD 16.1. All notices required or made pursuant to this Agreement to be given by the CONSULTANT to the COUNTY shall be in writing and shall be delivered by hand, email, or by United States Postal Service Department, first class mail service, postage prepaid, addressed to the following the COUNTY's address of record: Board of County Commissioners for Collier County, Florida Division Name: Transportation Engineering Division Director: Jay Ahmad Address: 2885 South Horseshoe Drive Naples,FL 31404 Administrative Agent/PM: Robert White Telephone: 239-252-5762 E-Mail(s): robert.white@collier.gov 16.2. All notices required or made pursuant to this Agreement to be given by the COUNTY to the CONSULTANT shall be made in writing and shall be delivered by hand, email or by the United States Postal Service Department, first class mail service, postage prepaid, addressed to the following CONSULTANT's address of record: Company Name: KIMLEY-HORN AND ASSOCIATES,INC. Address: 421 Fayetteville Street Suite 600 Raleigh,NC 27601 Page 12 of 31 PSA_CCNA Single Project Agreement[2025 ver.2] CAO 1683 Attention Name & Title: Gary Nadeau Telephone: 239-999-3187 E-Mail(s): gary.nadeau@kimley-horn.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 Schedule H Other:STATE CONTRACT PROVISIONS AND ASSURANCES Solicitation# 24-8310 , including all Attachment(s), Exhibit(s) &Addendum Consultant's Proposal Page 13 of 31 PSA_CCNA Single Project Agreement[2025 ver.2] CAO` 16B3 17.10. Grant Funded Projects (only applicable to Grant funded projects): In the event of any conflict between or among the terms of any of the Contract Documents and/or the COUNTY's Board approved Executive Summary, the terms of the Agreement shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Grant Conditions shall take precedence over the Agreement. To the extent any conflict in the terms of the Contract Documents cannot be resolved by application of the Supplemental Conditions, if any, or the Agreement, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the CONSULTANT at the COUNTY's discretion. ARTICLE EIGHTEEN APPLICABLE LAW 18.1. This Agreement shall be governed by the laws, rules, and regulations of the State of Florida, and by such laws, rules and regulations of the United States as made applicable to services funded by the United States government. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. ARTICLE NINETEEN SECURING AGREEMENT/PUBLIC ENTITY CRIMES 19.1. CONSULTANT warrants that CONSULTANT has not employed or retained any company or person, other than a bona fide employee working solely for CONSULTANT, to solicit or secure this Agreement and that CONSULTANT has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for CONSULTANT, any fee, commission, percentage, gift or any other consideration contingent upon or resulting from the award or making of this Agreement. At the time this Agreement is executed, CONSULTANT shall sign and deliver to the COUNTY the Truth-In-Negotiation Certificate identified in Article 13 and attached hereto and made a part hereof as Schedule E. CONSULTANT's compensation shall be adjusted to exclude any sums by which the COUNTY determines the compensation was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs. 19.2. By its execution of this Agreement, CONSULTANT acknowledges that it has been informed by the COUNTY of and is in compliance with the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list." Page 14 of 31 PSA_CCNA Single Project Agreement[2025_ver2] CAO 16B3 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 31 PSA_CCNA Single Project Agreement[2025 ver.2] S 1683 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 f r By: ! b`: B y Date: � J/_., Dan Kowa! Chairman Attest as{o'CFiairman's signature only p ove a arm and Legality: County Attorney S �a oQ —re-of,/ Name Consultant: Consultant's Witnesses: KIMLEY-H AND ASSOCIATES, INC. By: itnes ff C PeoI - o7 PE .N Sit. I T Name and Title Name nd Title >L4iter. 46,91,e Name and Title Page 16 of 31 PSA_CCNA Single Project Agreement[2025_ver.2} 16B3 SCHEDULE A SCOPE OF SERVICES following this page (pages 1 through 55) Page 17 of 31 PSA_CCNA Single Project Agreement[2025_ver.2] CAO 16B3 Exhibit A—Scope of Services #24-8310 "Design Services for Four-Point Roundabout—Immokalee Rd.At Camp Keais Rd." 1 PURPOSE The purpose of this Exhibit is to describe the scope of work and the responsibilities of the CONSULTANT and the COUNTY in connection with the design and preparation of a complete set of construction contract documents and incidental engineering services,as necessary,for improvements to the transportation facility described herein. 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.At a minimum,the CONSULTANT and/or Sub-Consultant(s)must be qualified to perform the following types of work: Major work mix includes: 0235 Roundabout(Intersection Reconfigurations) Major work groups include: 2.0 PD&E(Minor—Engineering Study,Location/design alternatives,and geometrics) 3.1 Minor Highway Design 3.2 Major Highway Design Minor work groups include: 4.1.1 Miscellaneous 6.1 Traffic Engineering Studies 6.3.1 ITS Analysis&Design 7.1 Signing,Pavement Marking&Channelization 7.2 Lighting 8.1 Control Surveying 8.2 Design,Right of Way,and Construction Surveying 8.4 Right of Way Mapping 9.1 Soil Exploration 9.2 Geotechnical Classification Lab Testing 9.3 Highway Materials Testing 9.4 Foundation Studies 9.5 Geotechnical Specialty Lab Testing The Florida Department of Transportation(FDOT)is partnering with the County through a Specific Appropriation 2042A of Ch.2023-239 Laws Of Florida(L.O.F.)grant.The FDOT will provide the"earmark"funds for the design phase of the project in FDOT Fiscal Year 2024.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 2—Project Development and Environmental Studies Group 3—Highway Design—Roadway:3.2 Major Highway Design Page 1 of 55 Exhibit A—Scope of Servies CPS 1683 The general objective is for the CONSULTANT to prepare a set of contract documents including plans, specifications,supporting engineering analysis,calculations and other technical documents in accordance with FDOT and COUNTY policy,procedures and requirements.These Contract documents will be used by the contractor to build the project and test the project components.These Contract documents will be used by the COUNTY or its Construction Engineering Inspection(CEI)representatives for inspection and fmal acceptance of the project. Elements of work shall include Engineering Concept Study,roadways,intersection,geotechnical activities,surveys, drainage,signing and pavement markings,lighting,utility relocations,right-of-way legal descriptions and sketches, maintenance of traffic,cost estimates,environmental permits,environmental mitigation,all necessary incidental items for a complete 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 to specifications. The Scope of Services establishes which items of work in the 2024 FDOT Design Manual,FDOT Manual of Uniform Minimum Standards for Design,Construction and Maintenance(Florida Greenbook),Collier County Land Development Code and other pertinent manuals are specifically prescribed to accomplish the work included in this contract,and also indicate which items of work will be the responsibility of the CONSULTANT and/or the COUNTY. The CONSULTANT shall be aware that as a 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.CONSULTANTs are expected to know the laws and rules governing their professions and are 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 and FDOT standards and procedures,the duties and responsibilities assigned under the terms of this agreement.The CONSULTANT shall minimize to the 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 CONSULTANT shall investigate the status of the project and become familiar with concepts and commitments (typical sections,alignments,Developer Contribution Agreements,etc.)developed from prior studies and/or activities.The CONSULTANT shall use approved concepts as a basis for the design unless otherwise directed by the COUNTY. Immokalee Road and Camp Keais Road intersect in unincorporated Collier County approximately three miles south of the City of Immokalee,FL.The growing number of motorists from local development has fueled traffic delays and crashes.The COUNTY seeks a roundabout design for this intersection in order to improve traffic capacity and safety,lower crash severity and reduce maintenance costs. Page 2 of 55 Exhibit A—Scope of Servies 16B3 These undivided roadways consist of two 12-foot travel lanes(one in each direction),narrow shoulders(Immokalee Road has 5-ft paved shoulders),and roadside swales on both sides.There are no sidewalks or bike lanes on either side of the existing roadways.The posted speed for Immokalee Road and Camp Keais Road is 55 mph.Agricultural fields border the existing roadways.One Collier Area Transit route(CAT Route 19)passes through the project limits,providing service between Naples and Immokalee.Immokalee Road is an east-west arterial corridor that serves both urban and coastal Collier County and as a hurricane evacuation route. This project as proposed will relocate and reconstruct the Immokalee Road(CR 846)and Camp Keais Road intersection into a roundabout configuration.It also includes adding shoulders and a single 10'wide shared use path to Camp Keais Rd from Ranch 1 Road to the proposed roundabout.The design should include all the components required for a complete intersection.The sections of roadway along Immokalee Rd and Camp Keais Rd that are no longer needed due to roundabout configuration will be abandoned.Any CONSULTANT services for these sections of road will be considered an Additional Service. The CONSULTANT shall perform an Engineering Concept Study in lieu of a 30%submittal for the development and evaluation of three alternative designs.Alternatives to be evaluated are roundabout,a roundabout with bypass lanes,and a no-build.Information to be considered shall include existing and future Level of Service(LOS),turning movement counts,crash data,traffic volume projections,geometric constraints,environmental impacts,and opinion of probable construction costs in order to determine the roundabout placement and design.The CONSULTANT shall review current roundabout design guides and guidelines on operational analysis,design characteristics,and safety studies to plan the geometry of the approach lanes and the roundabout. The design shall be consistent with the Collier County Growth Management Plan and Long-Range Transportation Plan. 2.1 Project General and Roadway(Activities 3,4,and 5) Public Involvement: See Public Involvement Scope, Section 3.1 Other Agency Presentations/Meetings: South Florida Water Management District(SFWMD),Army Corp of Engineer(ACOE),US Fish and Wildlife Service(USFWS),Florida Fish and Wildlife Conservation Commission (FWC) Joint Participation Agreements:N/A(State Funded Grant Agreement) Local Agency Program Agreement:N/A Specification Package Preparation: See Specifications Package Preparation,Section 3.3 Value Engineering:N/A Engineering Concept Study: The CONSULTANT shall develop the geometric elements of the roundabout in accordance with the classifications in the Manual of Uniform Minimum Standards for Design,the Florida Design Manual,and the NCHRP Report 1043 (as a guidance).The Study includes analysis for the development and evaluation of alternative designs.Information to be considered shall include existing Level of Service(LOS),turning movement counts,crash data,traffic volume projections,geometric constraints,environmental impacts,and opinion of probable construction costs in order to determine the roundabout placement and design.The design elements shall include,the horizontal alignments,lane widths,shoulder widths,cross slopes,borders,sign distance,splitter islands,pedestrian crossing locations,entry flare,design speed,and design vehicle. Plan Type:Roadway Plans The CONSULTANT shall prepare the Roadway Plans Package for an intersection using a roundabout at the intersection of Immokalee Road(CR 846)and Camp Keais Road.The Roadway Plans Package also includes the shoulders and shared-use path improvements along Camp Keais Rd.The CONSULTANT will develop the final plans after the COUNTY approves and accepts the preferred concept developed from the Engineering Concept Study. Page 3 of 55 Exhibit A—Scope of Servies CAO 16B3 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 and Florida Greenbook in writing. Typical Section:The CONSULTANT shall develop the Typical Section Package prior to the 60%submittal and the approved package shall be incorporated in the final design. Pavement Designs:The CONSULTANT shall provide all pavement designs required for the project.The CONSULTANT shall submit a signed and sealed Pavement Design Package before the 60%plan submittal for COUNTY approval.Pavement Type Selection Report(s):N/A Cross Slope:N/A Access Management Classification:To be coordinated with the COUNTY as required. Transit Route Features:N/A Major Intersections/Interchanges:N/A Bridges:N/A Roadway Alternative Analysis:Covered under Engineering Concept Study Level of TTCP:The CONSULTANT shall provide a Level II Temporary Traffic Control Plans(TTCP)as defined by the FDOT FDM.Appropriate maintenance of traffic during construction is critical to the public,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.No pedestrian or bicycle detours shall be provided by the CONSULTANT. Temporary Lighting:N/A Temporary Signals: (Only if required for Maintenance of Traffic) 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:N/A Landscaping:The CONSULTANT will prepare landscape plan sheets,notes,and details that are limited to the center island of the proposed roundabout.Landscape design of all other areas will be considered an additional service.Also see Section 3.12. 2.2 Drainage(Activities 6a and 6b) System Type:As required.The storm water systems shall be designed to meet the permitting requirements of all applicable permitting agencies.The stormwater system designs shall consider best management practices,open system,closed system,lateral ditches,exfiltration,etc.,or a combination thereof,within or outside the existing right- of-way. The CONSULTANT shall develop all hydraulic requirements,designs and Construction Contract Documents for all hydraulic features,such as but not limited to all storm water conveyance,storage,and treatment facilities,required for the project.All existing drainage structures and features shall be shown on the construction plans and inspected Page 4 of 55 Exhibit A—Scope of Servies CAO 16B3 for existing scour,erosion,structural integrity,and accumulation of sediments as necessary.The CONSULTANT shall coordinate all repairs or modifications with the COUNTY's Project Manager before adding them to the Construction Contract Documents. 2.3 Selective Clearing&Grubbing:N/A 2.4 Utilities Coordination(Activity 7) The CONSULTANT is responsible to certify 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 Collier 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 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. • A thorough knowledge of the FDOT plans production process and Collier County Water and Sewer District (CCWSD)coordination processes. • A thorough knowledge of COUNTY 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 is in accordance to 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 owners 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. • 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 Project Manager.Any proposed change of the approved Utility Coordination Manager shall be subject to review and approval by COUNTY Project Manager prior to any change being made in this contract. Anticipated utilities include but not limited to: Page 5 of 55 Exhibit A—Scope of Servies CAO 16B3 • CenturyLink/Lumen • Comcast • Florida Power and Light • Crown Castle • Summit Broadband,Inc. • TECO Peoples Gas • Collier County IT • Immokalee Water and Sewer District • Collier County Traffic Operations • Lee County Electric Cooperative The CONSULTANT shall identify COUNTY-owned facilities,such as CCWSD.Design,relocation,or modification to these existing facilities shall be considered an additional service,if required. 2.5 Environmental Permits and Environmental Clearances(Activity 8) The CONSULTANT is responsible for identifying and applying for all necessary permits for the project.The CONSULTANT is responsible for all permit coordination and revisions necessary to obtain the required permits. The project deliverables shall not be considered complete until a permit is issued by the regulatory agencies. Expected Permits shall include but not be limited to: • South Florida Water Management District(SFWMD)Environmental Resources Permits. • United States Army Corps of Engineers(USACE) • Florida Department of Environmental Protection(FDEP) • Florida Fish and Wildlife Conservation Commission(FWC) • United States Fish and Wildlife Service(USFWS) The CONSULTANT shall obtain COUNTY approval of the plans and applications before submitting them 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. 2.6 Structures(Activities 9- 18)—N/A Bridge:N/A Bridge Number:N/A Retaining Walls:N/A Noise Barrier Walls:N/A Miscellaneous Structures:N/A 2.7 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 Page 6 of 55 Exhibit A—Scope of Servies CAO 16B3 Markings special provision details which include but not limited to using a 2.5"x 2.5"galvanized metal square tubular signpost." 2.8 Signalization(Activities 21 &22) Intersections:Flashing yellow signal at the existing intersection of Immokalee Road and Camp Keais Road will be removed. Traffic Data Collection:Yes Traffic Studies:Yes Count Stations:N/A Traffic Monitoring Sites:N/A 2.9 Lighting(Activities 23 &24) The CONSULTANT shall include lighting design within the project limits to meet FDM minimum lighting standards for a roundabout. 2.10 Landscape(Activities 25&26) Consultant shall design minimal,low maintenance,"Florida Friendly,"landscape for the central island of the roundabout per FDM(213)recommendations.Landscape design of all other areas will be considered an additional service. 2.11 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,to include all above ground improvements,and drainage for the project limits.The project limits included are approximate. • Immokalee Rd.from 200'west of the PC before the curve to the north,just west of Camp Keais Rd. easterly following the east west right of way for approximately 2300'to the powerline easement.To include 5' beyond the existing right of way.Immokalee Rd.from 200'north of the current intersection with Camp Keais Rd., southerly following the north south right of way joining into Camp Keais Rd.for approximately 1.6 miles,to Ranch 1 Road.North of the proposed roundabout the collection will include to 5'past the right of way. South of the eastern leg of the proposed roundabout,the survey will extend to 75'past the eastern edge of pavement.On the western side collection will be to 175'past the edge of pavement southerly for 2500'.From there south the collection will extend 75'past the edge of pavement all the way to Ranch 1 Road. • An area from Camp Keais Rd.,at the dirt road at the projection of the east west right of way Immokalee Rd.,easterly approximately 1700'to accommodate the eastern leg of the proposed roundabout.From 100'north of the dirt road heading east,southerly for 350'then easterly for the 1700'to 100'north of the dirt road to 150'south of the dirt road. • Survey for the sections of roadway along Immokalee Rd and Camp Keais Rd to be abandoned due to roundabout configuration will be considered an Additional Service. Horizontal control will be established on the NAD83(2011)State Plane Florida East Coordinate System by employing static GPS observations.Vertical control will be established by differential leveling on the NAVD 88 Datum from published NGS Monumentation.Aerial and mobile LIDAR scanning will be used to collect the roadways and maintained areas that are able to be collected.Checks and ground truthing will be performed to verify the LIDAR data.The remainder of the topography required for the project will be surveyed conventionally on the ground.For the portion of roadway to be removed,cross sectionswill be provided at 500'intervals to model the obscured areas.The CONSULTANT will collect 8+/-Drainage structures and provide inventory(size,material, inverts).The CONSULTANT will provide 10 boring locations for Geotech support. Subsurface Utility Exploration:Additional Service Page 7 of 55 Exhibit A—Scope of Servies CAO 16B3 Right of Way Survey:The CONSULTANT is responsible for all Right of Way Surveys and defining all official Collier County maintained right of ways necessary for the project. Pond Site and Floodplain Compensation Area:The CONSULTANT shall perform a topographic survey of identified pond sites,up to a total of 6 acres,within the project limits.The CONSULTANT shall provide horizontal location of the jurisdictional and environmental lines and points identified. Vegetation Survey:N/A Bathymetric Survey:N/A 2.12 Photogrammetry(Activity 28)N/A 2.13 Mapping(Activity 29) Project Control Sheet(s):The CONSULTANT will perform the necessary field work and research to provide project control sheets for the project limits. Right of Way Map:The CONSULTANT is responsible for all Right of Way Maps or Sketches for right of way acquisitions necessary for the project.Obtaining any Title Searches that may be required is the responsibility of the COUNTY.The CONSULTANT will locate up to 4 Section Corners in support of Mapping,traverse up to 3 miles to locate said corners.The CONSULTANT will recover and or monument all right of way within the project.The COUNTY acknowledges a Right of Way Control Survey will not be generated for this project. Legal Descriptions and Sketches:The CONSULTANT is responsible for all Legal Descriptions and Sketches and for Technical Memorandums for right-of-way acquisitions necessary for the project.Obtaining any Title Searches that may be required is the responsibility of the COUNTY.The CONSULTANT will recover the existing alignments of Immokalee Rd and Camp Keais Rd.and calculate and reference the alignments for the new sections of roadway. Maintenance Map:N/A Miscellaneous Items:N/A 2.14 Terrestrial Mobile LiDAR(Activity 30) The CONSULTANT will use drone and mobile LIDAR to collect a majority of the information required or the topographic survey.Areas to be collected include the roadways and maintained areas within the right of way that are not overgrown or under water.The obscured and underwater areas will be collected via conventional survey means. 2.15 Architecture(Activity 31)N/A 2.16 Noise Barriers(Activity 32)N/A 2.17 Intelligent Transportation Systems(Activities 33&34)N/A 2.18 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,storm pipe,lighting,and signals.This includes the survey of up to 10 boring locations. 2.19 Project Schedule The anticipated schedule for the project is 1,320 calendar days(approx.44 months)from the date of Notice to Proceed(NTP).This will consist of a design phase(600 days),a construction bid phase(270 days),and a post- design phase(450 days).A separate NTP will be issued for the post-design services phase.In no event shall the total contract time exceed 1,320 days(44 months).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,Engineering Concept Study,60%plans,90%plans,Final plan(100%),and SFWMD submittal packages.The schedule shall allow for a minimum of 30 calendar days for FDOT and/or COUNTY reviews of the Engineering Concept Study,60%plans,90%plans and Final plans.The schedule shall Page 8 of 55 Exhibit A—Scope of Servies CAO 16B3 also include the right-of-way documents(sketches and descriptions)submittal at the 60%phase and must allow a minimum of 12-months from the date of submittal to acquire all the right-of-way. All fees and price proposals are to be based on a contract schedule of 1058 calendar days for final construction contract documents and post design services. The Bid Plans shall be submitted after obtaining a notice of intent to permit from the governing permitting agencies, which may include FDEP,USACE,and SFWMD. The CONSULTANT shall submit a project status report when the monthly invoice is submitted to the Clerk of Courts(bccapclerk@collierclerk.com).Before submitting the invoice package to the Clerk of Courts,the CONSULTANT shall provide a pencil copy to the COUNTY Project Manager for approval. 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. 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 staff(and other independent Consultants)as identified by COUNTY 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 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 first 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. Drawing files shall be provided in most current versions of a fully functional OpenRoads Designer(.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. Page 9 of 55 Exhibit A—Scope of Servies CA.O 16B3 2.21 Provisions for Work 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 and/or Greenbook in writing. All work shall be prepared with English units(unless otherwise specified)in accordance with the latest editions of standards and requirements utilized by the COUNTY. 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 including the 2050 AUIR and/or LRTP traffic model. • Available As-Built construction plans within the project limits • 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. Page 10 of 55 Exhibit A—Scope of Servies CP.O 16B3 o Appropriate signatures on application forms. 3 PROJECT COMMON AND PROJECT GENERAL TASKS Project Common Tasks Project Common Tasks,as listed below,are work efforts that are applicable to many project activities,4(Roadway Analysis)through 35(Geotechnical).These tasks are to be included in the project scope in each applicable activity when the work described 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(Engineering Concept Study), 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"xl1"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:The CONSULTANT shall make as many trips to the project site as required to obtain necessary data for all elements of the project. Technical Meetings:The CONSULTANT shall attend all technical meetings necessary to execute the Scope of Services of this contract.This includes meetings with COUNTY and FDOT or other Agency staff,Adjacent Property Owner,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 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 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, Page 11 of 55 Exhibit A—Scope of Servies CAO/ 16B3 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. The CONSULTANT shall,without additional compensation,correct all errors or deficiencies in the designs,maps, drawings,specifications and/or other products and services. Independent Peer Review:The COUNTY will furnish the Independent Peer Review tasks under a separate contract at 60%,and 90%design submittal phases and occur concurrently with 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 FDOT Manual of Uniform Minimum Standards for Design,Construction and Maintenance for Streets and Highways("Florida Greenbook"),Standard Plans and FDOT CADD Manual. 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 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 one(1)public meeting after the Engineering Concept Study with an Optional Service for another public meeting after the 60%Phase if directed by the COUNTY.Public involvement includes communicating to all interested persons,groups,and government organizations information regarding the development of the project.The CONSULTANT shall provide to the COUNTY drafts of all Public Involvement documents(i.e.,newsletters,property owner letters,advertisements,etc.)associated with the following tasks for review and approval at least five(5)business days prior to printing and/or distribution.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 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,sign-in sheets,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 Workshops.Input will be gathered during the Public Workshops 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 workshops,agency coordination,etc. 3.1.1 Community Awareness Plan Prepare a Community Awareness Plan(CAP)for review and approval by the COUNTY within 30 calendar days after receiving Notice to Proceed.The objective of the plan is to notify local governments,affected property owners, tenants,and the public of the COUNTY'S proposed construction and the anticipated impact of that construction. The CAP shall address timeframes for each review and shall include tentative dates for each public involvement requirement for the project.The CAP will also document all public involvement activities conducted throughout the Page 12 of 55 Exhibit A—Scope of Servies CAO 16B3 project's duration.In addition to the benefits of advance notification,the process should allow the COUNTY to resolve controversial issues during the design phase.This item shall be reviewed and updated periodically as directed by the COUNTY throughout the life of the project. 3.1.2 Notifications In addition to public involvement data collection,the CONSULTANT shall assist the COUNTY or prepare notifications,flyers,and/or letters to elected officials and other public officials,private property owners,and tenants at intervals during plans production as identified by the COUNTY.All letters and notices shall be reviewed by the COUNTY and CONSULTANT to ensure that they are addressed to the correct and current public officials. 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 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 3.1.5 Driveway Modification Letters—N/A 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. 3.1.7 Renderings The CONSULTANT shall prepare renderings for use in public meetings. 3.1.8 PowerPoint Presentations-N/A The CONSULTANT shall prepare PowerPoint presentations for use in public meetings. 3.1.9 Public Meeting Preparations 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.No COUNTY meetings will be held on public school system properties. 3.1.10 Public Meeting Attendance and Follow-up The CONSULTANT shall attend the public meetings,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 one public information meeting with an Optional Service for a second public information meeting,if requested during the design process. 3.1.11 Other Agency Meetings In addition to scheduled public meetings the CONSULTANT may be required to participate in meetings with local governing authorities,Metropolitan Planning Organization(MPO),Homeowner's Associations,and affected property owners adjacent to the project limits.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 at least two(2)meetings with each of the entities mentioned above. Page 13 of 55 Exhibit A—Scope of Servies CAO 16B3 3.1.12 Web Site CONSULTANT shall provide Public Involvement Graphics to the COUNTY for its Website. 3.2 Joint Project Agreements—See Section 2.1 3.3 Specifications&Estimates 3.3.1 Specifications Package Preparation The CONSULTANT shall prepare and provide a specifications package for those specifications NOT considered FDOT Standard Specifications.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 Project Manager with the 90%plans submittal.This submittal does not require signing and sealing and shall be coordinated through the COUNTY 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.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. 3.3.2 Estimated Quantities Report Preparation—N/A 3.4 Contract Maintenance and Project Documentation The CONSULTANT shall be responsible for contract maintenance including 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 is 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 the meeting task for that specific Activity. 3.7 Plans Update(Additional Services) 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'. 3.8 Post-Design Services Post Design Services may include,but not be limited to meetings,bidding assistance,construction assistance,plans revisions,shop drawing review,survey services,as-built drawings,and load ratings. The CONSULTANT will provide the COUNTY with the following limited services during the bid phase and construction phase:Pre-Bid Conference. The CONSULTANT shall: • Attend the pre-bid conference to receive oral/written questions regarding interpretation and clarification of Bid Documents. • Respond to bidders written questions regarding interpretation and clarification of Bid Documents • Assist the COUNTY with Addenda. Page 14 of 55 Exhibit A—Scope of Servies CAO 16B3 Review Bids The CONSULTANT shall: • Evaluate bidders'qualifications and ability to perform the work per the Plans and Specifications. • Evaluate bids,via Bid Analysis,to ensure all quantities and costs are consistent with the Engineers Opinion of Probable Cost.Any significant deviation shall be documented and justified. • Providing written letters of recommendation Management Engineering Services The CONSULTANT shall perform the management engineering services(as requested by the COUNTY)to help facilitate the activities of the parties involved in accomplishing completion of the project.The CONSULTANT shall provide interpretations of the plans,specifications and contract provisions;and to make recommendations to the COUNTY to resolve disputes which arise in relation to the construction contract. Services include the following: • Attend the pre-construction conference with the low bidder. • Assist the COUNTY with interpretation of the plans,specifications,and contract provisions,the CONSULTANT shall consult with the County when an interpretation involves complex issues or may impact the cost and duration of performing the work. • Assist the COUNTY with analyzing changes to the plans,specification,or contract provisions and extra work which appear to be necessary to carry out the intent of the contract when it is determined that a change or extra work is necessary and such work is within the scope and intent of the original contract.Recommend such changes to the County for approval. • Assist the COUNTY with monitoring the project to the extent necessary to determine whether construction activities violate the requirements of the permits.Notify the contractor of any violations or potential violations and request his immediate resolution of the problem. • The CONSULTANT shall receive,review,reject and/or approve shop drawings,product data and test results to be submitted by the contractor for all pertinent items needed in construction.The CONSULTANT shall review the submittals to determine satisfactory compliance with the project plans and specifications,noting his approval or stipulations.Determine the acceptability,subject to County approval,of substitute materials and equipment proposed by the contractor. • The CONSULTANT shall attend,up to 18,COUNTY monthly construction conferences with the contractor,COUNTY,and Utility Companies to discuss in detail the requirements and responsibilities for such items as contractor's responsibilities for shop drawings submittal,maintenance of traffic,safety,etc. • Upon completion of construction and upon preparing the record drawings from as-built drawings provided by the contractor,the CONSULTANT shall prepare the required certification of completion letters to SFWMD, Florida Department of Environmental Protection(FDEP),and other permitting agencies as required. • The CONSULTANT shall conduct the necessary site visits to address any design related questions that may arise during construction. • Upon Substantial Completion of construction and establishment of the Final Punchlist items,the County may request the Consultant to provide a cost estimate for the Final Punchlist items.The Consultant shall conduct a site walkthrough to have a better understanding of the Final Punchlist items to properly estimate the Final Punchlist cost. • 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)permit certification,including reviewing contractor's as-built plans,preparing certification form and submittal to the agency. Page 15 of 55 Exhibit A—Scope of Servies CAO 1 6 B 3 • 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. • 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 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 Project Manager during the Quality Control submittal/review to establish the anticipated stages of construction. The CONSULTANT must notify the COUNTY 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. 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.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 The CONSULTANT shall coordinate with the COUNTY Project Manager and Transit Coordinator to include any features needed by the Collier Area Transit(CAT) 3.12 .Landscape and Existing Vegetation Coordination Coordinate with the COUNTY 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 Page 16 of 55 Exhibit A—Scope of Servies CAO 16B3 preserved and conflicts with drainage,utilities,ITS,and signage should be minimized.Coordination with the COUNTY Landscape Architect(Pamela.Lulich@colliercountyfl.gov)may be necessary. 3.13 Other Project General Tasks—N/A 4 ROADWAY ANALYSIS The CONSULTANT shall analyze and document Roadway Tasks in accordance with all applicable manuals, guidelines,standards,handbooks,procedures,and current design memorandums. 4.1 Typical Section Package The CONSULTANT shall provide a Typical Section Package prior to the 60%plan submittal. 4.2 Pavement Type Selection Report—N/A 4.3 Pavement Design Package The CONSULTANT shall provide a Pavement Design Package prior to the 60%plan submittal. 4.4 Cross-Slope Correction—N/A 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 Road Maintenance to help identify any known locations which may be deficient. 4.5 Safety Analysis—N/A The CONSULTANT shall perform all safety analysis required for roadway and roundabout design.This includes safety analysis(justification/mitigation)required for Highway Safety Manual(HSM)assessments,and crash analysis of crash reports. 4.6 Design Analysis Monitoring Existing Structures:N/A 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).Includes design of access for LCEC maintenance within project limits. 4.7 Operational Analysis-Roundabout Evaluation 4.7.1 Roundabout Evaluation The CONSULTANT shall provide all effort required for Engineering Concept Study for two alternative layouts and a no-build alternative in accordance with all applicable manuals,guidelines,standards,handbooks,and procedures. Includes conceptual design layout of two alternatives with consideration of pedestrian access,drainage,construction estimate,right of way impacts,environmental impacts,utility adjustments and/or relocation.From the evaluation of the three alternatives,the CONSULTANT shall recommend a final functional geometric layout that is cost effective, safe,and meets the needs of the community. 4.7.2 Traffic Counts The CONSULTANT will conduct 48-hour vehicle classification counts on each leg of the study intersection.Based on the 48-hour counts,the CONSULTANT will conduct an eight-hour turning movement count at the Immokalee Road at Camp Keais Road intersection for the 8 hours identified as having the highest intersection volumes.The intersection count will include trucks,pedestrians,and bicyclists with the data provided in 15-minute increments. 4.7.3 Existing Traffic Operational Analysis Page 17 of 55 Exhibit A—Scope of Servies CAO 1 663 The CONSULTANT will conduct an existing(base year)traffic operational analysis and report the operational performance measures as agreed upon in the analysis methodology.The analysis must include bicycle,pedestrian, and transit(if applicable)operations.The manual count data will be used to obtain the existing design hourly volumes using historical and seasonal adjustments as appropriate. 4.7.4 Calibration and Validation Based on field observations conducted,the existing conditions operational model from section 4.7.3 will be calibrated such that the operational output reflects field conditions. 4.7.5 Future Demand Forecasting No Build Model Forecast Daily Traffic:The COUNTY will provide an Annual Update and Inventory Report for use by the CONSULTANT in developing Average Annual Daily Traffic(AADT)forecast volumes for the No Build Alternative.Build Model Forecast Daily Traffic:A 2050 Build alternative model(s)is not anticipated for this project. Future No Build and Build Alternatives Forecasts:The CONSULTANT will verify the reasonableness of the travel demand model forecasts for the No Build using growth rates from historical traffic trends analysis and population projections from the Bureau of Economic and Business Research(BEBR).Based on this comparison,the CONSULTANT shall develop No Build traffic growth for the study area 4.7.6 Design Hour Traffic Development No Build Volumes:Based on No Build growth rates developed above,the CONSULTANT will develop opening year,interim year,and design year design hourly volumes for the No Build Alternative in accordance with the Project Traffic Forecasting Procedure,Topic No.525-030-120. Build Alternatives Volumes:Based on Build Alternative growth rates developed above,the CONSULTANT will develop opening year,interim year,and design year design hour volumes only for viable or feasible Build Alternatives.The CONSULTANT will make sure the future year turning movement volumes are reasonably balanced at each intersection. 4.7.7 No Build Analysis The CONSULTANT will analyze the operational performance of the No Build Alternative for the analysis years to identify deficiencies related to the purpose and need for the project.The CONSULTANT will evaluate the operational effectiveness of the No Build Alternative using agreed upon performance measures of effectiveness (MOEs).The analysis should include multimodal evaluation for pedestrian,bicycle,freight,and transit modes,as appropriate. 4.7.8 Development and Screening of Alternatives—N/A 4.7.9 Operational Evaluation of Build Alternatives The CONSULTANT will analyze the operational performance of viable or feasible alternative(s)for opening,and design years.The analysis must include multimodal evaluation for pedestrian,bicycle,and transit modes as appropriate.The CONSULTANT will evaluate the operational effectiveness of Build Alternatives using agreed upon performance MOEs. 4.7.10 Project Traffic Analysis Report The CONSULTANT will prepare the Project Traffic Analysis Report(PTAR)to document development of design traffic volumes and results of the traffic analysis for No Build and Build Alternatives,which includes the transit, bicycle,and pedestrian analysis,as appropriate.The results must be shown on diagrams for each alternative and discussed in the report.The PTAR will also summarize the comparison of the operational and safety performance of all alternatives evaluated in detail and how they perform against each other.The COUNTY will prepare a Project Traffic Forecasting Technical Memorandum that documents the development of the future year No-Build Alternative daily traffic volumes(including the subarea travel demand model validation).This Project Traffic Forecasting Technical Memorandum will be provided to the CONSULTANT for inclusion in the PTAR. 4.7.11 Preliminary Signal Warrant Volume Analysis—N/A Page 18 of 55 Exhibit A—Scope of Servies CAO 16133 The CONSULTANT will evaluate the existing traffic volumes collected as part of task 4.7.2 and determine whether the existing volumes satisfy any of the volume based traffic signal warrants(i.e.,eight-hour volume warrant,four- hour The CONSULTANT shall finalize the design of the roundabout in accordance with all applicable manuals, guidelines,standards,handbooks,procedures,and current design memorandums. The CONSULTANT shall perform a final roundabout operational analysis that recommends a functional geometric layout that is cost effective,safe and meets the needs of the community.A final roundabout design will be recommended for implementation,and all geometric and operational analysis will be documented in a final roundabout report. 4.8 Design Report—(N/A) 4.9 Design Variations and Exceptions The CONSULTANT shall prepare the documentation necessary to gain County approval for Design Variation Memorandums as necessary. 4.10 Master Design File Setup&Maintenance,Model Management Plan The CONSULTANT shall setup the horizontal/vertical master design file and maintain the design file throughout the life of the design.The CONSULTANT shall create a model management plan when necessary. 4.11 HorizontalNertical Master Design Files The CONSULTANT shall design the geometries 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.Upon approval of the final design location of the roundabout,the portions of Immokalee Road and Camp Keais Rd no longer in use shall be designed and documented for removal. 3D Model Development:When the project includes a 3D Model,the CONSULTANT shall design elements in a 3D Model in accordance with the FDOT CADD Manual and FDM. 4.12 Temporary Traffic Control Plan(TTCP)Analysis The CONSULTANT shall design a safe and effective TTCP to move vehicular traffic during all phases of construction.The design shall include general notes,phasing notes,and typical sections for major construction phases.Detailed plan sheets and master TTCP files shall be included.This includes all work necessary for designing lane configurations,diversions,lane shifts,signing and pavement markings,temporary and traffic control devices.It is anticipated there will be four major construction phases.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 and traffic control devices. 4.13 Utility Data Collection and Analysis The CONSULTANT shall collect,analyze,and coordinate utility data.This includes reviewing the Utility Work Schedule(UWS)and developing and coordinating utility conflict information. Quantities Roadway Quantities: The CONSULTANT shall determine roadway pay items and quantities and the supporting documentation. TTCP Quantities: The CONSULTANT shall determine temporary traffic control pay items and quantities and the supporting documentation. 4.14 Cost Estimate Page 19 of 55 Exhibit A—Scope of Servies CCAO 16B3 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. 4.15 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). 4.16 Other Roadway Analyses Anticipated extra coordination required for FDOT ERC Reviews including required Central Office review of roundabout at each phase. 4.17 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. 4.18 Supervision Includes all efforts required to supervise all technical design activities. 4.19 Roadway 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 4.20 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 Coordination Includes all efforts to coordinate all elements of the roadway analysis to produce a fmal set of construction documents. 6 ROADWAY PLANS The CONSULTANT shall prepare Roadway,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&Signature Sheet 5.2 Typical Section Sheets 5.3 Cross Slope Correction Details 5.4 General Notes/Pay Item Notes Page 20 of 55 Exhibit A—Scope of Servies CAO _16B3 5.5 Project Layout/Model Management 5.6 Plan View(Plan Sheets) 5.7 Profile View(Profile Sheets) 5.8 Special Profile 5.9 Sidewalk Profiles—N/A 5.10 Interchange Layout Sheet—N/A 5.11 Details 5.12 Soil Survey Sheets 5.13 Cross Sections(50'for mainline, 100'for obliterated roadway) 5.14 Temporary Traffic Control Plan 5.15 Utility Adjustment Sheets 5.16 Project Control Sheets 5.17 Utility Verification Sheets(SUE Data) 5.18 Quality Assurance/Quality Control 5.19 Supervision 5a 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 drainage and stormwater management system.All design work shall comply with the requirements of the appropriate regulatory agencies and the FDOT Drainage Manual. The CONSULTANT shall coordinate fully with the appropriate permitting agencies and the COUNTY staff.All activities and submittals should be coordinated through the COUNTY Project Manager.The work will include the engineering analyses for any or all of the following: 5a.1 Base Clearance Analysis Analyze,determine,and document high water elevations per basin which will be used to set roadway profile grade and roadway materials.Determine surface water elevations at cross drains,floodplains,outfalls and adjacent stormwater ponds.Determine groundwater elevations at intervals between the above-mentioned surface waters. Document findings in the Drainage Design Documentation Report. 5a.2 Hydroplaning Analysis—N/A 6a.3 Existing Permit Analysis Data gathering includes desktop analysis of local,state and federal Drainage permits. 5a.4 Utility Conflict Matrix(for drainage structures) Populating and coordination of the utility conflict matrix for all drainage structures. 5a.5 Noise Barrier Drainage Analysis—N/A 6a.6 Temporary Drainage Analysis Evaluate and address drainage to adequately drain the road and maintain existing offsite drainage during all construction phases. Provide documentation. Page 21 of 55 Exhibit A—Scope of Servies CAO 16B3 5a.7 Pond Siting Analysis and Report Evaluate pond sites using a preliminary hydrologic analysis.Document the results and coordination for all the project's pond site analyses.The FDOT Drainage Manual provides specific documentation requirements. 5a.8 Analysis of Pipe Video Inspection Report—N/A 6a.9 Bridge Hydraulic Report—N/A 5a.10 Design of Cross Drains Analyze the hydraulic design and performance of proposed cross drains.We anticipate a minimum of two cross drains,one under the west leg and one under the north leg of the roundabout.The need for more cross drains will not be an additional service.Document the design as required. 5a.11 Design of Ditches and Side Drains 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.We anticipate roadside swales along all four legs of the project outside the roundabout.We understand the southern leg will have approximately 5,000 linear feet of shoulder improvements on both sides of the road and will require drainage swale improvements.(Design of linear stormwater management facilities in separate task.) 5a.12 Design of Stormwater Management Facility Offsite or Infield Pond:Design stormwater management facilities to meet requirements for stormwater quality treatment,attenuation and aesthetics.Develop proposed pond layout(contributing drainage basin,shape,contours, slopes,volumes,tie-ins,aesthetics,etc.),perform routing,pollutant/nutrient loading calculations,recovery calculations,and design the outlet control structure. 5a.13 Design of Floodplain Compensation Determine floodplain encroachments,coordinate with regulatory agencies,and develop proposed compensation area layout(shape,contours,slopes,volumes,etc.).Document the design following the requirements of the regulatory agency.We anticipate utilizing the cup for cup methodology and that the portion of Immokalee Road between the west leg and north leg will be removed to provide floodplain compensation as well as the portion of Camp Keais Road between the east leg and north leg will be removed for floodplain compensation. 5a.14 Design of Storm Drains Delineate contributing drainage areas,determine runoff,inlet locations,and spread.Calculate hydraulic losses (friction,utility conflict and,if necessary,minor losses).Determine design tailwater and,if necessary,outlet scour protection. 5a.15 Optional Culvert Material Determine acceptable options for pipe materials using the Culvert Service Life Estimator. 5a.16 Design of Trench Drains—N/A 6a.17 French Drain Systems—N/A Design of French Drain Systems:N/A Evaluation of Existing French Drain Systems:N/A 6a.18 Drainage Wells—N/A 5a.19 Stormwater Runoff Control Concept Includes analysis and design of the Stormwater Runoff Control Concept.Includes creating the design file. 5a.20 Other Drainage Tasks—N/A 5a.21 Drainage Design Documentation Report Page 22 of 55 Exhibit A—Scope of Servies CAO 16B3 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. 5a.22 Drainage Quantities for EQ Report—N/A The CONSULTANT shall determine drainage pay items and quantities and the supporting documentation. 5a.23 Cost Estimate Prepare cost estimates for the drainage components.6a.24 Technical Special Provisions/Modified Special Provisions 6a.25 Quality Assurance/Quality Control 5a.26 Supervision 5a.27 Technical Meetings Meetings with COUNTY staff,regulatory agencies,and the Water Management District. 5a.28 Field Reviews 6a.29 Coordination 5b 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. 5b.1 Drainage Map 5b.2 Bridge Hydraulics Recommendation Sheets—N/A 5b.3 Drainage Structures 5b.4 Lateral Ditch Plan/Profile&Cross Sections 5b.5 Retention/Detention/Floodplain Compensation Ponds 5b.6 Quality Assurance/Quality Control 5b.7 Supervision 6c SELECTIVE CLEARING AND GRUBBING—N/A 6 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. 6.1 Utility Kickoff Meeting Before any contact with the UAO(s),the CONSULTANT shall meet with the 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.The CONSULTANT shall be prepared to discuss the project's applied utility schedule logic and current UAO contact information. 6.2 Identify Existing Utility Agency Owner(s) Page 23 of 55 Exhibit A—Scope of Servies CAO 16B3 The CONSULTANT shall identify all Utility Agency Owners(UAOs)in the corridor and within and adjacent to the project limits that may be impacted by the project.Identification shall include the updates UAO contact information. The CONSULTANT shall contact Sunshine 811,perform a field visit,and review prior COUNTY utility permits, reports,existing plans,and surveys provided. 6.3 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 Department.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.When scheduling a meeting,the CONSULTANT shall 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 Department.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. 6.4 Exception Processing—N/A 6.5 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 COUNTY Transportation ROW office,discuss the utility work by highway contractor option with each utility,and discuss any future design issues that may impact utilities.This is also an opportunity for the UAO(s)to present proposed facilities.The CONSULTANT shall keep accurate minutes and distribute a copy to all attendees. 6.6 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)marked/RGB 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. 6.7 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. 6.8 Subordination of Easements Coordination—N/A 6.9 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 Page 24 of 55 Exhibit A—Scope of Servies CA,O 16B3 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 4.11 (HorizontalNertical Master Design File)and Task 4.13 Utility Data Collection and Analysis for utility conflict location identification and adjustments. 6.10 Review Utility Markups&Work Schedules and Processing of Schedules&Agreements The CONSULTANT shall review utility marked-up plans and work schedules as they are received for content and coordinate review with the designer.Send color markups and schedules to the appropriate COUNTY office(s)such as survey geotechnical,drainage,structures,lighting,roadway,signals,utilities,landscape architecture, municipalities,maintaining agency,and COUNTY Traffic Operations for review and comment.Coordinate with the COUNTY Project Manager for execution. Distribute Executed Final Documents.Prepare Work Order for UAO(s).The CONSULTANT shall coordinate with the Collier County PUD the programming of necessary Work Program funds. 6.11 Utility Coordination/Follow-up The CONSULTANT shall provide utility coordination and follow-up.This includes follow-up,interpreting plans, and assisting the UAOs with 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 identified 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. 6.12 Utility Constructability Review—N/A 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 4.11 (HorizontalNertical Master Design File)and Task 4.13 Utility Data Collection and Analysis for utility conflict identification and adjustments. 6.13 Additional Utility Services County Utility Analysis—The CONSULTANT shall review the existing Collier County utilities within the project area and evaluate potential impacts cause 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.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. County Utility Design—The CONSULTANT will not be responsible for any Utility Upgrade Designs for the COUNTY utilities.Utility upgrade design will be considered an Additional Service. 6.14 Processing Utility Work by Highway Contractor(UWHC)—N/A 6.15 Contract Plans to UAO(s) If requested by the COUNTY,the CONSULTANT shall transmit the contract plans as processed for letting to the UAO(s).Transmittals to UAO(s)via electronic delivery or another agreeable format. 6.16 Certification/Close-Out This includes hours for transmitting utility files to the COUNTY and preparation of the Utility Certification Letter. The CONSULTANT shall certify to the COUNTY Project Manager the following:All utility negotiations(Full execution of each agreement,approved Utility Work Schedules,Technical Special Provisions or Modified Special Provisions written,etc.)have been completed with arrangements made for utility work to be undertaken and completed as required for proper coordination with the physical construction schedule. OR Page 25 of 55 Exhibit A—Scope of Servies CA,O An on-site inspection was made,and no utility work will be involved.OR Plans were sent to the Utility Companies/Agencies;no utility work is required.OR A No Response letter on COUNTY letter,delivered to the UAO via certified mail,return receipt requested, documenting all failed attempts to obtain RGBs,UWS or No Conflict letter from any non-responsive UAO. 6.17 Other Utilities-N/A 7 ENVIRONMENTAL PERMITS and ENVIRONMENTAL CLEARANCES The CONSULTANT is responsible for preparing,submitting,and obtaining all permits,compliances,and clearances required for the construction of this project prior to the completion of 100%plans.This includes the preparation, submittal,and acquisition of all applicable stormwater and environmental permits in accordance with Chapter 62-25, Regulation of Stormwater Discharge,Florida Administrative Code;Chapter 373 and 403,Florida Statutes;Chapters 40 and 62,Florida Administrative Code;Rivers and Harbors Act of 1899; Section 404 of the Clean Water Act;and parts 114 and 115,Title 33,Code of Federal Regulations.In addition,permitting required by local agencies shall be prepared in accordance with their specific regulations.Permit fees will be the responsibility of the COUNTY. The CONSULTANT shall notify the COUNTY Project Manager,and other appropriate COUNTY personnel in advance of all scheduled meetings with the regulatory agencies to allow a COUNTY representative to attend.The CONSULTANT shall copy in the Project Manager on all permit related correspondence and meetings.The CONSULTANT shall use current regulatory guidelines and policies for all permits required as identified in Section 2.4. 7.1 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 research shall include but should not be limited to a review of the project's PD&E documents including the Environmental Document,Natural Resources Evaluation Report,and Cultural Resources Assessment Survey Report. 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. 7.2 Field Work 7.2.1 Pond Site Alternatives: The CONSULTANT shall review alternative pond sites as directed by the COUNTY. 7.2.2 Establish Wetland Jurisdictional Lines and Assessments: The CONSULTANT shall be responsible for,but not limited to,the following activities: • Determine landward extent of wetlands and other surface waters as detailed in Rule Chapter 62-340, F.A.C.,as ratified in Section 373.4211,F.S..;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. Page 26 of 55 Exhibit A—Scope of Servies CP.O 1 6B3 • 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 professional 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 USAGE "Wetland Determination Data Form—Atlantic and Gulf Coastal Plain Region";the USAGE"Request for Corps Jurisdictional Determination";Uniform Mitigation Assessment Method forms and/or project specific data forms. 7.2.3 Species Surveys: 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.CONSULTANT will prepare the required supplemental environmental technical memorandum necessary to facilitate FDOT review and support for a Type 2,Categorical Exclusion Re-evaluation to meet National Environmental Policy Act(NEPA)compliance.CONSULTANT will prepare the required documentation to support the Type 2 CE Re-evaluation and will submit the required information for the Type 2 CE Re-evaluation to the COUNTY and FDOT to achieve the required Environmental Certification. 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.A species-specific survey for the Florida bonneted bat (FBB),a federally listed species,is anticipated to be required and the results provided as part of the permit application. Since the project is a linear project greater than 5 acres and located within the USFWS Consultation Area for the FBB an acoustic survey will be required per Consultation Key for the Florida bonneted bat(USFWS 2024).Since the project is within the USFWS Consultation Area for the Audubon's crested caracara,a federally listed species,a species-specific survey is anticipated to be required and the results provided as part of the permit application.A 15%FWC gopher tortoise survey per FWC gopher tortoise permitting guidelines,will be conducted within the project limits.A species-specific survey per FWC Big Cypress Fox Squirrel Species Conservation Measures and Permitting Guidelines will be conducted within the project limits.All required species-specific surveys are included as part of this scope. 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). The CONSULTANT is to coordinate with the SFWMD 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 SFWMD and all other regulatory agencies. The CONSULTANT will professionally endorse the permit package(s)for SFWMD 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. 7.3 Agency Verification of Wetland Data The CONSULTANT shall be responsible for verification of wetland and other surface water data identified in Section 8.2and coordinating regulatory agency field reviews,including finalization of assessments and jurisdictional determinations with applicable agencies. 7.4 Complete and Submit All Required Permit Applications Page 27 of 55 Exhibit A—Scope of Servies CA.O f 116B3 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. 7.4.1 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.This includes,but is not limited to,applications submitted to WMDs and/or DEP and USACE.The application package may include but is not limited to attachments(i.e.,project location map,aerials,affidavit of ownership,pictures,additional technical analysis,etc.),a cover letter with project description 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. 7.4.2 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 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. 7.5 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. 7.6 Complete and Submit Documentation for Coordination and/or USCG Bridge Permit Application—N/A 7.7 Prepare Water Management District or Local Water Control District Right of Way Occupancy Permit Application—N/A 7.8 Prepare Coastal Construction Control Line(CCCL)Permit Application—N/A 7.9 Prepare USACE Section 408 Application to Alter a Civil Works Project—N/A 7.10 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 • Payment to DEP/WMD for mitigation services • Monetary participation in offsite regional mitigation plans • Creation/restoration of wetlands Page 28 of 55 Exhibit A—Scope of Servies CPO 16B3 In the event that physical creation or restoration is the only feasible alternative to offset wetland impacts,the CONSULTANT shall collect all of the data and information necessary to prepare mitigation plans acceptable to all permitting agencies and commenting agencies who are processing or reviewing a permit application for a COUNTY project. Prior to selection of a final creation/restoration mitigation site,the CONSULTANT will provide the following services in the development of a mitigation plan: • Preliminary jurisdictional determination for each proposed site • Selection of alternative sites • Coordination of alternative sites with the COUNTY/all environmental agencies • Written narrative listing potential sites with justifications for both recommended and non-recommended sites. 7.11 Mitigation Coordination and Meetings The CONSULTANT shall coordinate with COUNTY personnel prior to approaching any environmental permitting or commenting agencies.Once a mitigation plan has been reviewed and approved by the COUNTY,the CONSULTANT will be responsible for coordinating the proposed mitigation plan with the environmental agencies. The CONSULTANT will provide mitigation information needed to update the COUNTY Project Manager. 7.12 Regulatory Agency Support The CONSULTANT shall provide regulatory agency support which may include but is not limited to preparing: a Statement of Findings or Memorandum for the Record;Public Notice;Findings of Fact;and Biological Opinion. 7.13 Other Environmental Permits—(N/A) 7.14 Technical Support to the COUNTY for Environmental Clearances and Re-evaluations(use when CONSULTANT provides technical support only)—N/A 7.15 Preparation of Environmental Clearances(ADDITIONAL SERVICE to be negotiated later,if required) The CONSULTANT will verify with the FDOT Environmental Management Office if the Grant funding requires applicability of the tasks within this section before commencing as an ADDITIONAL SERVICE(to be negotiated later,if required).Tasks described within this section are work efforts applicable to the environmental analysis and documentation for this Project.The CONSULTANT will analyze all viable Build Alternatives and the No-Build Alternative with respect to impacts to natural,cultural,social and physical resources and document all analyses. Wherever appropriate the CONSULTANT will describe proposed measures to avoid,minimize,or mitigate project impacts on environmental resources.Additionally,the CONSULTANT will summarize results of the environmental analysis in the Project Environmental Impact Report(PEIR) 7.15.1 Preparation of Project Environmental Impact Report(PER) The CONSULTANT shall prepare a Project Environmental Impact Report(PEIR)as referenced in the Project Development and Environment Manual(PD&E Manual),Part 1,Chapter 10,Section 10.2.2.The PER will document the project purpose&need,existing conditions,safety analysis,comparative alternatives evaluation,and the preferred alternative. 7.15.2 Archaeological and Historical Resources—N/A see Section 8.17 7.15.3 Section 4(f),6(f),and Acquisition and Restoration Council Resources(ARC) The CONSULTANT shall provide necessary information to analyze and document the impacts to Section 4(f),6(f), and ARC resources due to the changes in the project or project area in accordance with Part 2,Chapters 7 and 23 of the PD&E Manual.The CONSULTANT shall prepare all 4(f)documentation necessary to obtain Section 4(f) approval. 7.15.4 Wetland Impact Analysis Page 29 of 55 Exhibit A—Scope of Servies CPO 16B3 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. 7.15.5 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. 7.15.6 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 resulting from 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. 7.16 Contamination Screening The CONSULTANT shall conduct Contamination Screening Evaluation for the project limits including stormwater ponds and floodplain compensation sites as described in Part 2,Chapter 20,of the PD&E Manual.This will include a review of historic aerial photos,other readily available historic resources,if available,and contamination database information to identify potential contaminated sites,including regulated facilities within a 500-foot radius of the PROJECT,non-landfill solid waste sites within 1,000 feet,and solid waste landfills,Comprehensive Environmental Response,Compensation,and Liability Act(CERCLA)or National Priorities List(NPL)sites within a half mile. Site reconnaissance will be performed to verify the database information and identify other potential contaminated sites,if any.Files maintained by Florida Department of Environmental Protection or other regulatory Agencies will be reviewed for identified sites.The purpose of this report is to identify and evaluate known or potential contamination sites,present recommendations concerning any found issues,and discuss potential impacts to the PROJECT.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 draft Level 1 Contamination Screening Report shall be submitted to the COUNTY Project Manager for review and final approval. Level II assessment services,if warranted,are not included in this scope and would be considered Additional Services. 7.17 Archaeological and Historic Resources The CONSULTANT shall collect data necessary to completely analyze the impacts,due to the proposed undertaking,to all cultural and historic resources,and prepare a Cultural Resource Assessment Survey Report,in accordance with Part 2,Chapter 8 of the PD&E Manual and the FDOT's Cultural Resource Management Handbook. All work shall be conducted by a professional qualified under the provisions of 36 CFR 61 and in compliance with the provisions contained in Chapter 267,Florida Statutes,as appropriate for compliance with a Phase I Cultural Resource Survey.This includes background research,archaeological and historical field surveys,preparation of Florida Master Site File(FMSF)forms as needed,along with the preparation of appropriate documentation. The archaeological survey will consist of a visual reconnaissance and excavate the appropriate number of test pits. The historic survey will identify historic resources within the project APE,both previously recorded and newly identified.A FMSF form shall be prepared for all newly identified and an updated form prepared for previously recorded resources that have not been evaluated by the SHPO or that have been substantially altered since they were recorded.Enough data shall be collected to document the significance of each in terms of eligibility for listing in the NRHP.The CRAS shall be prepared with appropriate documentation detailing the results of the survey and final assessments of resource significance. 7.18 Technical Meetings 7.19 Quality Assurance/Quality Control Page 30 of 55 Exhibit A—Scope of Servies CAO 1 6B3 7.20 Supervision 7.21 Coordination 8 STRUCTURES-SUMMARY AND MISCELLANEOUS TASKS AND DRAWINGS—N/A 8.1 Key Sheet and Index of Drawings—N/A 8.2 Project Layout—N/A 8.3 General Notes and Bid Item Notes—N/A 8.4 Miscellaneous Common Details—N/A 8.5 Incorporate Report of Core Borings—N/A 8.6 Standard Plans-Bridges—N/A 8.7 Existing Bridge Plans—N/A 8.8 Structures Quantities—N/A 8.9 Cost Estimate—N/A 8.10 Technical Special Provisions and Modified Special Provisions—N/A 8.11 Field Reviews—N/A 8.12 Technical Meetings—N/A 8.13 Quality Assurance/Quality Control—N/A 8.14 Independent Peer Review—N/A 8.15 Supervision—N/A 8.16 Coordination—N/A 19 STRUCTURES-BRIDGE DEVELOPMENT REPORT—N/A 10 STRUCTURES-TEMPORARY BRIDGE—N/A 11 STRUCTURES-SHORT SPAN CONCRETE BRIDGE—N/A 12 STRUCTURES-MEDIUM SPAN CONCRETE BRIDGE—N/A 13 STRUCTURES-STRUCTURAL STEEL BRIDGE—N/A 14 STRUCTURES-SEGMENTAL CONCRETE BRIDGE—N/A 15 STRUCTURES-MOVABLE SPAN—N/A 16 STRUCTURES—RETAINING WALLS-N/A 16.1 Key Sheet—N/A 16.2 Horizontal Wall Geometry-N/A 16.3 Permanent Proprietary Walls—N/A 16.4 Vertical Wall Geometry—N/A 16.5 Semi-Standard Drawings—N/A 16.6 Wall Plan and Elevations(Control Drawings)—N/A Page 31 of 55 Exhibit A—Scope of Servies GAO 16.7 Details-N/A 16.8 Temporary Proprietary Walls-N/A 16.9 Vertical Wall Geometry-N/A 16.10 Semi-Standard Drawings-N/A 16.11 Wall Plan and Elevations(Control Drawings)-N/A 16.12 Details-N/A 16.13 Cast-In-Place Retaining Walls 16.14 Design-N/A 16.15 Vertical Wall Geometry-N/A 16.16 General Notes-N/A 16.17 Wall Plan and Elevations(Control Drawings)-N/A 16.18 Sections and Details-N/A 16.19 Reinforcing Bar List-N/A 16.20 Other Retaining Walls and Bulkheads-N/A 16.21 Design-N/A 16.22 Vertical Wall Geometry-N/A 16.23 General Notes,Tables and Miscellaneous Details-N/A 16.24 Wall Plan and Elevations-N/A 16.25 Details-N/A 17 STRUCTURES-MISCELLANEOUS-N/A The CONSULTANT shall prepare plans for Miscellaneous Structure(s)as specified in Section 2.6. 17.1 Concrete Box Culverts-N/A 17.2 Concrete Box Culverts-N/A 17.3 Concrete Box Culverts Extensions-N/A 17.4 Concrete Box Culvert Data Table Plan Sheets-N/A 17.5 Concrete Box Culvert Special Details Plan Sheets-N/A 17.6 Strain Poles-N/A 17.7 Steel Strain Poles-N/A 17.8 Concrete Strain Poles-N/A 17.9 Strain Pole Data Table Plan Sheets-N/A 17.10 Strain Pole Special Details Plan Sheets-N/A 17.11 Mast Arms-N/A 17.12 Mast Arms-N/A Page 32 of 55 Exhibit A-Scope of Servies CAO 16 B3 17.13 Mast Arms Data Table Plan Sheets-N/A 17.14 Mast Arms Special Details Plan Sheets-N/A 17.15 Overhead/Cantilever Sign Structure-N/A 17.16 Cantilever Sign Structures-N/A 17.17 Overhead Span Sign Structures-N/A 17.18 Special(Long Span)Overhead Sign Structures-N/A 17.19 Monotube Overhead Sign Structure-N/A 17.20 Bridge Mounted Signs(Attached to Superstructure)-N/A 17.21 Overhead/Cantilever Sign Structures Data Table Plan Sheets-N/A 17.22 Overhead/Cantilever Sign Structures Special Details Plan Sheets-N/A 17.23 High Mast Lighting-N/A 17.24 Non-Standard High Mast Lighting Structures-N/A 17.24 High Mast Lighting Special Details Plan Sheets-N/A 17.25 Noise Barrier Walls(Ground Mount)-N/A 17.26 Horizontal Wall Geometry-N/A 17.27 Vertical Wall Geometry-N/A 17.28 Summary of Quantities-Aesthetic Requirements 17.29 Control Drawings-N/A 17.30 Design of Noise Barrier Walls Covered by Standards-N/A 17.31 Design of Noise Barrier Walls not Covered by Standards-N/A 17.32 Aesthetic Details-N/A 17.33 Special Structures-N/A 17.34 Fender System-N/A 17.35 Fender System Access-N/A 17.36 Special Structures-N/A 17.37 Other Structures-N/A 17.38 Ancillary Structures Report-N/A 17.39 Condition Evaluation of Signal and Sign Structures,and High Mast Light Poles-N/A 17.40 Condition Evaluation of Signal and Sign Structures,and High Mast Light Poles(No As-Builts)-N/A 17.41 Analytical Evaluation of Signal and Sign Structures,and High Mast Light Poles-N/A 17.42 Ancillary Structures Report-N/A 18 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. Page 33 of 55 Exhibit A-Scope of Servies CA 16B3 18.1 Traffic Data Analysis—N/A See Section 4.7 18.2 No Passing Zone Study—N/A The CONSULTANT shall perform all effort required for field data collection,and investigation in accordance with the FDOT Manual on Uniform Traffic Studies. The CONSULTANT shall submit the signed and sealed report to the COUNTY for review and approval. 18.3 Signing and Pavement Marking Master Design File The CONSULTANT shall prepare the Signing&Marking Design file to include all necessary design elements and all associated reference files. 18.4 Multi-Post Sign Support Calculations The CONSULTANT shall determine the appropriate column size from the FDOT's Multi-Post Sign Program(s). 18.5 Sign Panel Design Analysis Establish sign layout,letter size and series for non-standard signs. 18.6 Sign Lighting/Electrical Calculations—(N/A) The CONSULTANT shall analyze and document Lighting/Electrical Tasks in accordance with all applicable manuals,guidelines,standards,handbooks,procedures,and current design memorandums.The CONSULTANT shall prepare a photometric analysis to be submitted as part of the Lighting Design Analysis Report.An analysis shall be provided for each new and/or modified sign panel which requires lighting. The CONSULTANT shall submit voltage drop calculations and load analysis for each new and/or modified sign panel which requires lighting. 18.7 S&PM Quantities The CONSULTANT shall determine signing and pavement marking pay items and quantities and the supporting documentation. 18.8 Cost Estimate 18.9 Technical Special Provisions and Modified Special Provisions 18.10 Other Signing and Pavement Marking Analysis 18.11 Field Reviews 18.12 Technical Meetings 18.13 Quality Assurance/Quality Control 18.14 Independent Peer Review—N/A 18.15 Supervision 18.16 Coordination 19 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: 19.1 Key Sheet&Signature Sheet Page 34 of 55 Exhibit A—Scope of Servies CAO 16B3 19.2 General Notes/Pay Item Notes 19.3 Project Layout—N/A 19.4 Plan Sheet 19.5 Special Details 19.6 Service Point Details—(N/A) 19.7 Guide Sign Data 19.8 Cross Sections(Sign Installations) 19.9 Quality Assurance/Quality Control 19.10 Supervision 20 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. 20.1 Traffic Data Collection—N/A See Section 4.7 20.2 Traffic Data Analysis—N/A See Section 4.7 20.3 Signal Warrant Study—N/A 20.4 Systems Timings—N/A The Collier County Traffic Operations will perform the signal timing determination. 20.5 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. 20.6 Reference and Master Interconnect Communication Design File • The CONSULTANT shall prepare Fiber Optic Design file to include all necessary design elements and all associated reference files. 20.7 Overhead Street Name Sign Design—N/A 20.8 Pole Elevation Analysis • The CONSULTANT shall analyze up to 4 Incident Management Camera(IMC)poles. 20.9 Traffic Signal Operation Report—N/A 20.10 Signalization Quantities The CONSULTANT shall determine signalization pay items and quantities and the supporting documentation. 20.11 Cost Estimate 20.12 Technical Special Provisions and Modified Special Provisions • The CONSULTANT shall meet the latest version of the Collier County Signalization Technical Special Provisions.Any additional Technical Special Provisions(must be approved by Traffic Operations Engineers) Page 35 of 55 Exhibit A—Scope of Servies GPD 16B3 20.13 Other Signalization Analysis—The CONSULTANT shall analyze up to 4 IMC locations for roundabout video coverage. 20.14 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 Signal and Pedestrian Phasing • Controller Make,Model,Capabilities and Condition/Age • Condition of Signal Structure(s) • Type of Detection as Compared with Current District Standards • Interconnect Media • Controller Timing Data 20.15 Technical Meetings 20.16 Quality Assurance/Quality Control The CONSULTANT shall be responsible for the professional quality,technical accuracy and coordination of traffic design drawings,specifications and other services furnished by the CONSULTANT under this contract. The CONSULTANT shall provide a Quality Control Plan that describes the procedures to be utilized to verify, independently check,and review all design drawings,specifications and other services prepared as a part of the contract.The CONSULTANT shall describe how the checking and review processes are to be documented 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. 20.17 Independent Peer Review—N/A 20.18 Supervision 20.19 Coordination 21 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: 21.1 Key Sheet&Signature Sheet—N/A 21.2 General Notes/Pay Item Notes 21.3 Signalization Plan Sheets 21.4 Interconnect Plans 21.5 Traffic Monitoring Site—N/A 21.6 Guide Sign Data—N/A 21.7 Special Details 21.8 Service Point Details 21.9 Mast Arm/Monotube Tabulation Sheet—N/A 21.10 Strain Pole Schedule Page 36 of 55 Exhibit A—Scope of Servies CP,O 16B3 21.11 TTCP Signal 21.12 Temporary Detection Sheet—N/A 21.13 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. 21.14 Supervision 22 LIGHTING ANALYSIS The CONSULTANT shall analyze and document Lighting Tasks in accordance with all applicable manuals, guidelines,standards,handbooks,procedures,and current design memorandums. 22.1 Lighting Justification Report—N/A 22.2 Lighting Design Analysis Report(LDAR) The CONSULTANT shall prepare a Preliminary Lighting Design Analysis Report in accordance with the requirements of the FDOT Design Manual.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.Proposed Lighting is limited to the FDOT FDM minimum lighting requirements for a roundabout. 22.3 Voltage Drop Calculations The CONSULTANT shall submit voltage drop calculations showing the equation or equations used along with the number of luminaries per circuit,the length of each circuit,the size conductor or conductors used and their ohm resistance values.The voltage drop incurred on each circuit(total volts and percentage of drop)shall be calculated, and all work necessary to calculate the voltage drop values for each circuit should be presented in such a manner as to be duplicated by the COUNTY. The Voltage Drop Calculations shall be submitted as part of the Lighting Design Analysis Report. 22.4 FDEP Coordination and Report—N/A 22.5 Reference and Master Design Files The CONSULTANT shall prepare the Lighting Design file to include all necessary design elements and all associated reference files. 22.6 Temporary Highway Lighting—N/A The CONSULTANT shall develop a Temporary Highway Lighting design and,when required,a Temporary Highway Lighting design file.The Temporary Highway Lighting design must account for all phases of the TTCP and includes the analysis,calculations,and placement of luminaires,supports,conductors,conduits,pull boxes,and electrical power service. 22.7 Design Documentation—N/A • Included in 23.2 22.8 Lighting Quantities The CONSULTANT shall determine lighting pay items and quantities and the supporting documentation. Page 37 of 55 Exhibit A—Scope of Servies CRO 16B3 22.9 Cost Estimate 22.10 Technical Special Provisions and Modified Special Provisions—N/A 22.11 Other Lighting Analysis—N/A 22.12 Field Reviews The CONSULTANT shall collect information from the maintaining agencies and conduct a field review.The review should include but is not limited to the following: • Existing Lighting Equipment • Load Center,Capabilities and Condition/Age • Condition of Lighting Structure(s) • Verification of horizontal clearances • Verification of breakaway requirements 22.13 Technical Meetings 22.14 Quality Assurance/Quality Control 22.15 Independent Peer Review—N/A 22.16 Supervision 22.17 Coordination 23 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. 23.1 Key Sheet&Signature Sheet 23.2 General Notes/Pay Item Notes 23.3 Pole Data,Legend&Criteria 23.4 Project Layout—N/A 23.5 Plan Sheets 23.6 Special Details 23.7 Service Point Details 23.8 Temporary Highway Lighting Plan Sheets—N/A 23.9 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. 23.10 Supervision Page 38 of 55 Exhibit A—Scope of Servies CAO 1683 24 LANDSCAPE ANALYSIS The CONSULTANT shall analyze and document Landscape Architecture Tasks in accordance with all applicable manuals,guidelines,standards,handbooks,procedures,and current design memorandums. 24.1 Data Collection—N/A 24.2 Outdoor Advertising Assessment—N/A 24.3 Master Design File Setup(Base Files)—N/A 24.4 Site Inventory and Analysis—N/A 24.5 Landscape Opportunity Plan—N/A 24.6 Conceptual Planting Design—N/A 24.7 Final Planting Design—N/A 24.8 Conceptual Irrigation Design—N/A 24.9 Final Irrigation Design—N/A 24.10 Conceptual Hardscape Design—N/A 24.11 Final Hardscape Design—N/A 24.12 Landscape Quantities for EQ Report 24.13 Cost Estimates—N/A 24.14 Technical or Modified Special Provisions—N/A 24.15 Other Landscape Services—Roundabout center island minimum design(no irrigation) 24.16 Quality Assurance/Quality Control 24.17 Supervision 24.18 Landscape Meetings—N/A 24.19 Field Reviews—N/A 24.20 Coordination 25 LANDSCAPE PLANS The CONSULTANT shall prepare a set of Landscape Plan Sheets,Details&Notes to be included in the Roadway Plan Set. 25.1 Key Sheet&Signature Sheet—N/A 25.2 Plant Schedule(Sheet no longer produced)—N/A 25.3 General Notes/Pay Item Notes 25.4 Planting Plans for Linear Areas—N/A 25.5 Planting Plans for Non-Linear Areas 25.6 Planting Details 25.7 Irrigation Plans for Linear Areas—N/A Page 39 of 55 Exhibit A—Scope of Servies CAO 16B3 25.8 Irrigation Plans for Non-Linear Areas(Stormwater Facilities,Rest Areas,Interchange and Toll Plazas)— N/A 25.9 Irrigation Details—N/A 25.10 Hardscape Plans and Details 25.11 Maintenance Plan—N/A 25.12 Quality Assurance/Quality Control 25.13 Supervision 26 SURVEY The CONSULTANT shall perform survey tasks in accordance with all applicable statutes,manuals,guidelines, standards,handbooks,procedures,and current design memoranda. The CONSULTANT shall submit all 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. 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) methods. 26.1 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. 26.2 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. 26.3 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. 26.4 Aerial Targets Place,locate,and maintain required aerial targets and/or photo identifiable points.Includes analysis and processing of all field collected data,existing maps,and/or reports.Placement of the targets will be at the discretion of the aerial firm. 26.5 Reference Points Reference Horizontal Project Control(HPC)points,project alignment,vertical control points,section, '/4 section, center of section corners and General Land Office(G.L.O.)corners as required. 26.6 Topography/Digital Terrain Model(DTM)(3D) Page 40 of 55 Exhibit A—Scope of Servies CP.O 16B3 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. 26.7 Planimetric(2D)—N/A 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. 26.8 Roadway Cross Sections/Profiles Perform cross sections or profiles.May include analysis and processing of all field-collected data for comparison with DTM. 26.9 Side Street Surveys—N/A Refer to tasks of this document as applicable. 26.10 Underground Utilities—N/A Designation includes 2-dimensional collection of existing utilities and selected 3-dimensional verification as needed for designation.Location includes non-destructive excavation to determine size,type and location of existing utility, as necessary for final 3-dimensional verification. Survey includes collection of data on points as needed for designates and locates.Includes analysis and processing of all field collected data,and delivery of all appropriate electronic files. 26.11 Outfall Survey Locate all 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. 26.12 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. 26.13 Bridge Survey(Minor/Major)—N/A 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. 26.14 Channel Survey—N/A Locate all topographic features and improvements for the limits of the project by collecting the required data. Includes field edits,analysis and processing of all field collected data,maps,and/or reports. 26.15 Pond Site Survey Refer to tasks of this document as applicable. 26.16 Mitigation Survey—N/A Refer to tasks of this document as applicable. 26.17 Jurisdiction Line Survey Perform field location(2-dimensional)of jurisdiction limits as defined by respective authorities,also includes field edits,analysis and processing of all field collected data,preparation of reports. 26.18 Geotechnical Support Page 41 of 55 Exhibit A—Scope of Servies CAO 16B3 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. 26.19 SectionaUGrant Survey Perform field location/placement of section corners, 1/4 section corners,and fractional corners where pertinent. Includes analysis and processing of all field-collected data and/or reports. 26.20 Subdivision Location—N/A 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. 26.21 Maintained R/W—N/A 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. 26.22 Boundary Survey—N/A Perform boundary survey as defined by COUNTY standards.Includes analysis and processing of all field-collected data,preparation of reports. 26.23 Water Boundary Survey—N/A Perform Mean High Water,Ordinary High Water and Safe Upland Line surveys as required by COUNTY standards. 26.24 Right of Way Staking,Parcel/Right of Way Line—N/A-ADDITIONAL SERVICE Perform field staking and calculations of existing/proposed R/W lines for on-site review purposes. 26.25 Right of Way Monumentation—N/A-ADDITIONAL SERVICE Set R/W monumentation as depicted on final RAY maps for corridor and water retention areas. 26.26 Line Cutting Perform all efforts required to clear vegetation from the line of sight. 26.27 Work Zone Safety Provide work zone as required by COUNTY standards. 26.28 Vegetation Survey—N/A Locate vegetation within the project limits. 26.29 Tree Survey—N/A Locate individual trees or palms within the project limits. 26.30 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 or their representative. 26.31 Supplemental Surveys—N/A Supplemental survey days and hours are to be approved in advance by DS or DLS.Refer to tasks of this document, as applicable,to perform surveys not described herein. Page 42 of 55 Exhibit A—Scope of Servies CAO 16B3 26.32 Document Research Perform research of documentation to support field and office efforts involving surveying and mapping. 26.33 Field Review Perform verification of the field conditions as related to the collected survey data. 26.34 Technical Meetings Attend meetings as required and negotiated by the Surveying and Mapping Department. 26.35 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. 26.36 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. 26.37 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. 27 PHOTOGRAMMETRY—N/A 28 MAPPING The CONSULTANT will be responsible for the preparation of control survey maps,right of way maps,maintenance maps,sketches,other miscellaneous survey maps,and legal descriptions as required for this project in accordance with all applicable COUNTY and FDOT 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.The Sketch and Description shall meet the Accuracy Standards as adopted by ALTA and ACSM and the Minimum Technical Standards of the State of Florida in effect on the date of certification.A Closure Report will be certified by the licensed land surveyor and submitted with or on the Sketch and Description.All Sketches accompanying Descriptions shall include a graphical depiction of the location of all utility easements that encumber the described parcel.Sketches shall also include a reference to the Official Records Book and page number of each utility easement depicted thereon.Obtaining any Title Searches that may be required is the responsibility of the CONSULTANT. Master CADD File 28.1 Alignment 28.2 Section and 1/4 Section Lines 28.3 Subdivisions-N/A 28.4 Property Lines 28.5 Existing Right of Way 28.6 Topography Page 43 of 55 Exhibit A—Scope of Servies CA.O 16B3 28.7 Parent Tract Properties and Existing Easements—N/A 28.8 Proposed Right of Way Requirements The ENGINEER OF RECORD(EOR)will provide the proposed requirements.The PSM is responsible for calculating the final geometry.Notification of Final Right of Way Requirements along with the purpose and duration of all easements will be specified in writing. 28.9 Limits of Construction—N/A The limits of construction DGN file as provided by the EOR will be imported or referenced to the master CADD file.Additional labeling will be added as required.The PSM is required to advise the EOR of any noted discrepancies between the limits of construction line and the existing/proposed right of way lines,and for making adjustments as needed when a resolution is determined. 28.10 Jurisdictional/Agency Lines These lines may include,but are not limited to,jurisdictional,wetland,water boundaries,and city/county limit lines. Sheet Files 28.11 Control Survey Cover Sheet—N/A 28.12 Control Survey Key Sheet—N/A 28.13 Control Survey Detail Sheet—N/A 28.14 Right of Way Map Cover Sheet—N/A 28.15 Right of Way Map Key Sheet—N/A 28.16 Right of Way Map Detail Sheet—N/A 28.17 Maintenance Map Cover Sheet—N/A 28.18 Maintenance Map Key Sheet—N/A 28.19 Maintenance Map Detail Sheet—N/A 28.20 Reference Point Sheet This sheet(s)will be included with the Control Survey Map,Right of Way Map and Maintenance Map. 28.21 Project Control Sheet This sheet depicts the baseline,the benchmarks,the primary and secondary control points and their reference points including the type of material used for each point,their XYZ coordinates,scale factors and convergence angles.This sheet(s)may be included with the Control Survey Map,Right of Way Map and Maintenance Map. 28.22 Table of Ownerships Sheet—N/A Miscellaneous Surveys and Sketches 28.23 Parcel Sketches 28.24 TIITF Sketches—N/A 28.25 Other Specific Purpose Survey(s)—N/A 28.26 Boundary Survey(s)Map—N/A 28.27 Right of Way Monumentation Map—N/A 28.28 Title Search Map—N/A Page 44 of 55 Exhibit A—Scope of Servies CAO 16B3 28.29 Title Search Report—N/A 28.30 Legal Descriptions 28.31 Quality Assurance/Quality Control 28.32 Supervision 28.33 Mapping Meetings 28.34 Field Reviews 28.35 Coordination 28.36 Supplemental Mapping—N/A This task is to cover efforts resulting from major design and/or development changes after 60%map development that affect the right of way requirements/parent tract property lines and may include any number of tasks.Request and approval to utilize the Supplemental Mapping hours will be in writing and approved by the COUNTY project manager prior to any work being done under this task. 29 TERRESTRIAL MOBILE LiDAR—N/A The CONSULTANT shall perform Terrestrial Mobile LiDAR tasks in accordance with all applicable statutes, manuals,guidelines,standards,handbooks,procedures,and current design memoranda. In addition to the maps and LiDAR products,the CONSULTANT shall submit all computations and reports to support the mapping.This will include documentation of all decisions reached from meetings,telephone conversations,and site visits. 29.1 Terrestrial Mobile LiDAR Mission Planning Research and prepare materials necessary for the successful execution of the Mobile LiDAR Mission.This includes but is not limited to route and safety planning,GPS/data acquisition scheduling,weather reports,and site terrain research. 29.2 Project Control Point Coordination—N/A All efforts necessary to coordinate the proper placement of project ground control;e.g.base stations,transformation control points,and validation points,supporting the Mobile LiDAR survey. 29.3 Terrestrial Mobile LiDAR Mobilization Prepare the LiDAR sensor and vehicle for project data collection,and get specialized personnel and equipment on site. 29.4 Terrestrial Mobile LiDAR Mission Perform site calibrations of LiDAR sensor and collect laser survey data,including any simultaneous base station GPS occupations and operation of any necessary safety equipment. 29.5 Terrestrial Mobile LiDAR Processing Download and post process collected measurement data from Mobile LiDAR vehicle sensors,and any base stations occupied during mission.Analyze Mobile LiDAR measurement points and scan route overlaps. Separate any large point cloud data sets into manageable file sizes with corresponding indexes. 29.6 Terrestrial Mobile Photography Processing Process,reference,and name digital photographic imagery files collected during Mobile LiDAR mission. 29.7 Transformation/Adjustment Page 45 of 55 Exhibit A—Scope of Servies CIkO 16B3 Adjust LiDAR point cloud data to Project Control points.Create point cloud data file(s)in approved digital format. Prepare required reports of precision and accuracy achieved.If this task is performed by separate firm,or is the final product to be delivered, include effort for Survey Report. 29.8 Classification/Editing Identify and attribute(classify)point cloud data into requested groups.Classify or remove erroneous points. 29.9 Specific Surface Reporting—N/A Prepare reports,data and/or graphics of specific surface details such as,but not limited to pavement rutting,bridge structure clearance to roadway surface. 29.10 Topographic(3D)Mapping Produce three dimensional(3D)topographic survey map(s)from collected Mobile LiDAR data.This includes final preparation of Construction Information Management(CIM)deliverable,if applicable. 29.11 Topographic(2D)Planimetric Mapping—N/A Produce two dimensional(2D)planimetric map(s)from collected Mobile LiDAR data. 29.12 CADD Edits Perform final edit of graphics for delivery of required CADD files.This includes final presentation of CIM deliverable,if applicable. 29.13 Data Merging Merge Mobile LiDAR survey and mapping files,with other field survey files,and data from other sources. 29.14 Miscellaneous Survey Report. 29.15 Field Reviews—N/A Perform on site review of maps 29.16 Technical Meetings Attend meetings as required. 29.17 Quality Assurance/Quality Control Establish and implement a QA/QC plan. 29.18 Supervision Supervise all Terrestrial Mobile LiDAR activities.This task must be performed by the project supervisor,a Florida P.S.M. 29.19 Coordination Coordinate with all elements of the project to produce a final product. 30 ARCHITECTURE DEVELOPMENT—N/A 31 NOISE BARRIERS IMPACT DESIGN ASSESSMENT IN THEDESIGN PHASE—N/A 32 IN 1'ELLIGENT TRANSPORTATION SYSTEMS ANALYSIS—N/A ITS analysis is included in Section 21. Signalization Analysis. 33 INTELLIGENT TRANSPORTATION SYSTEMS PLANS—N/A Page 46 of 55 Exhibit A—Scope of Servies CAO 16B3 ITS plan components are included in Section 22. Signalization Plans. 34 GEOTECHNICAL The CONSULTANT shall,for each project,be responsible for a complete geotechnical investigation.All work performed by the CONSULTANT shall be in accordance with COUNTY and FDOT standards,or as otherwise directed by the COUNTY Project Manager.The COUNTY Project Manager will make interpretations and changes regarding geotechnical standards,policies and procedures and provide guidance to the CONSULTANT. Before beginning each phase of investigation and after the Notice to Proceed is given,the CONSULTANT shall submit an investigation plan for approval and meet with the COUNTY Project Manager 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. 34.1 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. Roadway The CONSULTANT shall be responsible for coordination of all geotechnical related field work activities.The CONSULTANT shall retain all samples until acceptance of Phase IV plans. Obtain pavement cores as directed in writing by the COUNTY Project Manager. If required by the COUNTY Project Manager,a preliminary roadway exploration shall be performed before the Phase I 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. 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 and shared-use path auger borings every 100 feet to a depth of 5 feet. • Bulk soil sampling and testing at 3 per mile. • Pavement core sampling and testing per 1,000 feet. • Corrosion series testing per 500 feet • Buried storm sewer system SPT borings to a depth of 10 feet every 500 feet • Hand augers and Standard Penetration Test(SPT)borings at pond locations. • SPT borings for all new CCTV poles to a depth of 25 feet. • Three permeability tests within linear swale along Camp Keais Road • Piezometer installations at 1 per pond for Seasonal High Groundwater Level(SHGWL)determinations Page 47 of 55 Exhibit A—Scope of Servies GAO 16B3 All laboratory testing and classification will be performed in accordance with applicable COUNTY and FDOT standards,ASTM Standards or AASHTO Standards,unless otherwise specified in the Contract Documents. 34.2 Develop Detailed Boring Location Plan Develop a detailed boring location plan.Meet with COUNTY Project Manager for boring plan approval.If the drilling program expects to encounter artesian conditions,the CONSULTANT shall submit a methodology(s)for plugging the borehole to the COUNTY for approval prior to commencing with the boring program. 34.3 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. 34.4 Muck Probing Probe standing water and surficial muck in a detailed pattern sufficient for determining removal limits to be shown in the Plans. 34.5 Coordinate and Develop TTCP for Field Investigation Coordinate and develop Temporary Traffic Control Plan(TTCP).All work zone traffic control will be performed in accordance with the FDOT Standard Plans Index 102 series. 34.6 Drilling Access Permits Obtain all State,County,City,and Water Management District permits for performing geotechnical borings,as needed. 34.7 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 COUNTY'S Project Manager.A standardized letter shall be prepared by the COUNTY. 34.8 Groundwater Monitoring Monitor groundwater,using piezometers. 34.9 LBR/Resilient Modulus Sampling Collect appropriate samples for Resilient Modulus(MR)testing. 34.10 Coordination of Field Work Coordinate all field work required to provide geotechnical data for the project. 34.11 Soil and Rock Classification-Roadway Refine soil profiles recorded in the field,based on results of laboratory testing. 34.12 Design LBR Consultant shall obtain design LBR values from FDOT. 34.13 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. 34.14 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. Page 48 of 55 Exhibit A—Scope of Servies CAO 1683 34.15 Parameters for Water Retention Areas Calculate parameters for water retention areas,exfiltration trenches,and/or swales. 34.16 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. 34.17 Electronic Files for Cross-Sections Create electronic files of boring data for cross-sections. 34.18 Embankment Settlement and Stability Estimate the total magnitude and time rate of embankment settlements.Calculate the factor of safety against slope stability failure. 34.19 Monitor Existing Structures—N/A 34.20 Stormwater Volume Recovery and/or Background Seepage Analysis—N/A 34.21 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 (e.g.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. 34.22 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. 34.23 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. 34.24 Final Report The Final Roadway Report shall include the following: • Copies of U.S.G.S.and S.C.S.maps with project limits shown. Page 49 of 55 Exhibit A—Scope of Servies CAO 1 6 B 3 • 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. 34.25 Auger Boring Drafting Draft auger borings as directed by the COUNTY. 34.26 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 Phase IV plans.CONSULTANT shall perform specialized field-testing as required by the needs of project and as directed in writing by the COUNTY Project Manager. All laboratory testing and classification will be performed in accordance with applicable COUNTY and 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 through 35.48): 34.27 Develop Detailed Boring Location Plan Develop a detailed boring location plan.Meet with COUNTY Project Manager for boring plan approval.If the drilling program expects to encounter artesian conditions,the CONSULTANT shall submit a methodology(s)for plugging the borehole to the COUNTY for approval prior to commencing with the boring program. 34.28 Stake Borings/Utility Clearance Stake borings and obtain utility clearance. 34.29 Coordinate and Develop TTCP for Field Investigation—N/A 34.30 Drilling Access Permits—N/A 34.31 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. 34.32 Collection of Corrosion Samples—N/A 34.33 Coordination of Field Work Coordinate all field work required to provide geotechnical data for the project. 34.34 Soil and Rock Classification-Structures Soil profiles recorded in the field should be refined based on the results of laboratory testing. Page 50 of 55 Exhibit A—Scope of Servies CA 16B3 34.35 Tabulation of Laboratory Data Laboratory test results should be tabulated for inclusion in the geotechnical report and for the necessary calculations and analyses. 34.36 Estimate Design Groundwater Level for Structures Review encountered groundwater levels,estimate seasonal high groundwater levels,and evaluate groundwater levels for structure design. 34.37 Selection of Foundation Alternatives(BDR)—N/A 34.38 Detailed Analysis of Selected Foundation Alternate(s)—N/A 34.39 Bridge Construction and Testing Recommendations—N/A 34.40 Lateral Load Analysis-N/A 34.41 Walls-N/A 34.42 Sheet Pile Wall Analysis-N/A 34.43 Design Soil Parameters for Signs, Signals,High Mast Lights,and Strain Poles and Geotechnical Recommendations • Provide the design soil profile(s)that include the soil model/type of each layer and all soil properties required by the Engineer of Record for foundation design.Review design for geotechnical compatibility and constructability. 34.44 Box Culvert Analysis-N/A 34.45 Preliminary Report—BDR—N/A 34.46 Final Report-Bridge and Associated Walls—N/A 34.47 Final Reports-Signs,Signals,Box Culvert,and Walls The final reports shall include the following: • Copies of U.S.G.S.and S.C.S.maps with project limits shown. • Summary of structure background data,S.C.S.,U.S.G.S.,geologic and potentiometric data. • The results of all tasks discussed in all previous sections regarding data interpretation and analysis). • Recommendations for foundation installation,or other site preparation soils-related construction considerations with plan sheets as necessary. • Any special provisions required for construction that are not addressed in the FDOT's Standard Specifications. • An Appendix which includes SPT and CPT boring/sounding profiles,data from any specialized field tests, engineering analysis,notes/sample calculations,sheets showing ultimate bearing capacity curves versus elevation for piles and drilled shafts,a complete FHWA check list,pile driving records(if available),and any other pertinent information.Final reports will incorporate comments from the COUNTY and contain any additional field or laboratory test results,recommended foundation alternatives along with design parameters and special provisions for the contract plans.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 Page 51 of 55 Exhibit A—Scope of Servies CPO 16B3 • Two sets of record prints • Six sets of any special provisions • All reference and support documentation used in preparation of contract plans package Additional final reports(up to four),aside from stated above,may be needed and requested for the COUNTY 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. 34.48 SPT Boring Drafting Prepare a complete set of drawings to include all SPT borings,auger borings and other pertinent soils information in the plans.Include these drawings in the Final Geotechnical Report.Draft borings,location map,S.C.S.map and U.S.D.A.map as directed by the COUNTY. Soil symbols must be consistent with those presented in the latest Florida Department of Transportation Soils and Foundations Handbook. 34.49 Other Geotechnical—N/A 34.50 Technical Special Provisions and Modified Special Provisions—N/A 34.51 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. 34.52 Technical Meetings 34.53 Quality Assurance/Quality Control 34.54 Supervision 34.55 Coordination 35 PROJECT REQUIREMENTS 35.1 Liaison Office The COUNTY and the CONSULTANT will designate a Liaison Office and a Project Manager who shall be the representative of their respective organizations for the Project.While it is expected the CONSULTANT shall seek and receive advice from various state,regional,and local agencies,the final direction on all matters of this project remain with the COUNTY Project Manager. 35.2 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. 35.3 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 Page 52 of 55 Exhibit A—Scope of Servies CP,O 16B3 COUNTY 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. 35.4 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. 35.5 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 COUNTY standards. 35.6 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,if requested. 35.7 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. 35.8 Optional/Additional Services At the COUNTY'S option,the CONSULTANT may be requested to provide Optional Services.The fee for these services shall be negotiated in accordance with the terms detailed in the resultant agreement for a fair,competitive and reasonable cost,considering the scope and complexity of the project(s).Optional Services shall be identified in the Contract Documents and listed in Schedule B.Additional Services may be authorized by Change Order or supplemental amendment.Fees for Additional Services are not included in the negotiated contract fees.If these items are determined necessary and are requested by the COUNTY,scope and fee will be negotiated at that time and will be implemented via Change Order.When applicable,the staff hourly rates established in the contract shall be utilized for fee determination.Additional Services may be authorized by Change Order or supplemental amendment in accordance with the COUNTY's Procurement Policy.The additional services may include any services requested/required by the COUNTY associated with the project. OPTIONAL SERVICES: Optional Services:Include the following items which were previously mentioned in the Scope of Services: • Additional Public Meeting Attendance and Follow-up The CONSULTANT shall attend a second public meeting,assist with meeting setup,and take down.The CONSULTANT shall also prepare a summary of the second 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 meeting with an appropriate number of personnel to assist the COUNTY'S Project Manager. ADDITIONAL SERVICES: Additional Services:May include,but are not limited to the following sections: • CONSULTANT Services for Abandoned Portions of Immokalee Rd and Came Keais Rd:The sections of roadway along Immokalee Rd and Camp Keais Rd that are no longer needed due to roundabout configuration will be abandoned.Any CONSULTANT services for these sections of road will be considered an Additional Service. Page 53 of 55 Exhibit A—Scope of Servies CAO 16B3 • Subsurface Utility Exploration:The CONSULTANT is responsible for designating only the 1'bCO Gas line along Immokalee Road and Collier County Fiber Optic line along Camp Keais Road only,for an estimated 13,200 LF(2.500 miles)of designates;Verification of Vertical and Horizontal(VVH)Locates(test holes)in support of design elements(signalization,signage,lighting,misc.structures,drainage)for an estimated 20 VVH.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 any proposed mast arm foundations in an area two(2)times the proposed drilled shaft diameter prior to the final design.Proposed SUE locations must be approved by the COUNTY prior to authorization of this task. • PowerPoint Presentations The CONSULTANT shall prepare up to three(3)PowerPoint presentations if requested by the COUNTY.These activities would be considered additional services to be negotiated if needed. • Plans Update The effort needed for Plans Updates 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'. • Environmental Detail Sheets 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. • Post Permitting Drainage Revisions Once the drainage system is accepted and approved by the SFWMD,and the Notice of Intent to Permit from SFWMD is received,any changes to the system,requested by the COUNTY,shall be considered as Additional Services. • County Utility Design(New Utility Design,or Relocation of Existing Utilities) The CONSULTANT will coordinate with Collier County Water and Sewer District(CCWSD)Utilities to identify any potential new utilities.If new utility design,or relocation of existing utilities are required it shall be incorporated in this scope of services as an Additional Service to be negotiated if needed. • Contamination Impact Analysis(Level II Assessment) Level II assessment services are not included in this scope and would be considered Additional Services to be negotiated if warranted.If contamination is identified within the limits of construction,the CONSULTANT shall coordinate with the COUNTY to properly mark identified contamination areas in the plans and develop specifications as appropriate. • Right of Way Monumentation Set R/W monumentation as depicted on final R/W maps for corridor and water retention areas.These activities would be considered additional services to be negotiated if needed. • Right of Way Staking,Parcel/Right of Way Line—N/A-ADDITIONAL SERVICE Perform field staking and calculations of existing/proposed R/W lines for on-site review purposes. • Preparation of Project Environmental Impact Report(PEIR) The CONSULTANT shall prepare a Project Environmental Impact Report(PEIR)as referenced in the Project Development and Environment Manual(PD&E Manual),Part 1,Chapter 10,Section Page 54 of 55 Exhibit A—Scope of Servies CAO 16B3 10.2.2.The PEIR will document the project purpose&need,existing conditions,safety analysis,comparative alternatives evaluation,and the preferred alternative. 36 INVOICING LIMITS Payment for the work accomplished shall be in accordance with Method of Compensation of this contract.Invoices shall be submitted to the COUNTY,in a format prescribed by the COUNTY.The COUNTY Project Manager and the CONSULTANT shall monitor the cumulative invoiced billings to ensure the reasonableness of the billings compared to the project schedule and the work accomplished and accepted by the COUNTY. The CONSULTANT shall provide a list of key events and the associated total percentage of work considered to be complete at each event.This list shall be used to control invoicing.Payments will not be made that exceed the percentage of work for any event until those events have actually occurred and the results are acceptable to the COUNTY. Page 55 of 55 Exhibit A—Scope of Servies CA.O 16B3 SCHEDULE B BASIS OF COMPENSATION 1. MONTHLY STATUS REPORTS B.1.1. As a condition precedent to payment, CONSULTANT shall submit to the COUNTY as part of its monthly invoice a progress report reflecting the Project status, in terms of the total work effort estimated to be required for the completion of the Basic Services and any authorized Additional Services, as of the last day of the subject monthly billing cycle. Among other things, the report shall show all Service items and the percentage complete of each item. 2. COMPENSATION TO CONSULTANT B.2.1. For the Basic Services provided for in this Agreement, the COUNTY agrees to make the payments to CONSULTANT in accordance with the terms stated below. Payments will be made in accordance with the following Schedule; however, the payment of any particular line item noted below shall not be due until services associated with any such line item have been completed or partially completed to the COUNTY's reasonable satisfaction. Lump sum payments will be made upon the percentage complete. In no event shall such Time and Materials compensation exceed the amounts set forth in the table below. Tasks/Item Description Lump Sum Time and Materials Not-To- Exceed 1 Project Management $88,251.00 $ 2 Roadway $559,259.00 $ 3 Drainage $267,360.00 $ 4 Utilities $20,867.00 $ 5 Environmental Permitting $140,783.00 $ 6 Signing and Pavement Markings $49,365.00 $ 7 Signalization $22,537.00 $ 8 Lighting $32,462.00 $ 9 Landscape $9,504.00 $ 10 Survey $182,830.98 $ 11 Geotechnical $126,683.94 $ 12 Post Design Services $ $75,010.00 $ $ $ $ $ $ $ $ $ $ $ $ Total Lump Sum Fee $1,499,902.92 $ Total Time and Materials Fee $ $75,010.00 GRAND TOTAL FEE $1,574,912.92 $ Page 18 of 31 PSA_CCNA Single Project Agreement[2025_ver2] CA.0) 16B3 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. Page 19 of 31 PSA_CCNA Single Project Agreement[2025_ver.2] CAO 16B3 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 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. Page 20 of 31 PSA_CCNA Single Project Agreement[2025_ver.2 Ciao 1 6B3 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 21 of 31 PSA_CCNA Single Project Agreement[2025_ver.2] CA. 16B3 SCHEDULE B —ATTACHMENT 1 CONSULTANT'S HOURLY RATE SCHEDULE Title Hourly Rate Principal $282.00 Senior Project Manager $238.00 Project Manager $198.00 Senior Engineer $205.00 Project Engineer $165.00 Engineer $128.00 Senior Designer $154.00 Designer $132.00 Technician $102.00 Senior Environmental Specialist $185.00 Environmental Specialist $145.00 Clerical/Administrative $87.00 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. 0■ *Grant Funded: The above hourly rates are for purposes of providing estimate(s), as required by the grantor agency. Page 22 of 31 PSA_CCNA Single Project Agreement[2025_ver.2] CAO 16B3 SCHEDULE C PROJECT MILESTONE SCHEDULE Cumulative Number of Calendar Days Task/Item For Completion Description from Date of Notice to Proceed for Services under this Agreement 1 Engineering Concept Study 120 2 60% Submittal 240 3 90% Submittal 480 4 Final Submittal 600 5 Post Design Services 1,320 Page 23 of 31 PSA_CCNA Single Project Agreement[2025 ver.2] CAO 1653 SCHEDULE D INSURANCE COVERAGE 1. The amounts and types of insurance coverage shall conform to the following minimum requirements with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If CONSULTANT has any self-insured retentions or deductibles under any of the below listed minimum required coverages, CONSULTANT must identify on the Certificate of Insurance the nature and amount of such self-insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be CONSULTANT's sole responsibility. 2. The insurance required by this Agreement shall be written for not less than the limits specified herein or required by law, whichever is greater. 3. Coverages shall be maintained without interruption from the date of commencement of the services until the date of completion and acceptance of the Project by the COUNTY or as specified in this Agreement, whichever is longer. 4. Certificates of insurance acceptable to the COUNTY shall be filed with the COUNTY within ten (10) calendar days after Notice of Award is received by CONSULTANT evidencing the fact that CONSULTANT has acquired and put in place the insurance coverages and limits required hereunder. In addition, certified, true and exact copies of all insurance policies required shall be provided to the COUNTY, on a timely basis, if requested by the COUNTY. Such certificates shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least thirty (30) days prior written notice has been given to the COUNTY. CONSULTANT shall also notify the COUNTY, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer, and nothing contained herein shall relieve CONSULTANT of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by CONSULTANT hereunder, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. 5. All insurance coverages of the CONSULTANT shall be primary to any insurance or self- insurance program carried by the COUNTY applicable to this Project. 6. The acceptance by the COUNTY of any Certificate of Insurance does not constitute approval or agreement by the COUNTY that the insurance requirements have been satisfied or that the insurance policy shown on the Certificate of Insurance is in compliance with the requirements of this Agreement. 7. CONSULTANT shall require each of its subconsultants to procure and maintain, until the completion of the subconsultant's services, insurance of the types and to the limits specified in this Section except to the extent such insurance requirements for the subconsultant are expressly waived in writing by the COUNTY. 8. Should at any time the CONSULTANT not maintain the insurance coverages required herein, the COUNTY may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverages and charge the CONSULTANT for such coverages purchased. If CONSULTANT fails to reimburse the COUNTY for such costs within thirty (30) days after demand, the COUNTY has the right to offset these costs from any amount due CONSULTANT under this Agreement or any other agreement between the COUNTY and CONSULTANT. The COUNTY shall be under no obligation to Page 24 of 31 PSA_CCNA Single Project Agreement[2025_ver.2] CAO 16B3 purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the COUNTY to purchase such insurance coverages shall in no way be construed to be a waiver of any of its rights under the Agreement. 9. If the initial, or any subsequently issued Certificate of Insurance expires prior to the completion of the services required hereunder or termination of the Agreement, the CONSULTANT shall furnish to the COUNTY, in triplicate, renewal or replacement Certificate(s) of Insurance not later than three (3) business days after the renewal of the policy(ies). Failure of the Contractor to provide the COUNTY with such renewal certificate(s) shall be deemed a material breach by CONSULTANT and the COUNTY may terminate the Agreement for cause. Sections checked ( ) are required by this Agreement. 10. I■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 $500,000 for each accident. The insurance company shall waive all claims rights against the COUNTY and the policy shall be so endorsed. 11. ❑ Uni+edl States 1 er4nshera n!$,_atm1 rbe where—app le to the completion of the work. Coverage shall have minimum limits of $ Per Claim/Occurrence. 12. ❑ es the work. Coverage shall have minimum limits of$ Per Claim/Occurrence. 13. I11 COMMERCIAL GENERAL LIABILITY. A. Commercial General Liability Insurance, written on an "occurrence" basis, shall be maintained by the CONSULTANT. Coverage will include, but not be limited to, Bodily Injury, Property Damage, Personal Injury, Contractual Liability for this Agreement, Independent Contractors, Broad Form Property Damage including Completed Operations and Products and Completed Operations Coverage. Products and Completed Operations coverage shall be maintained for a period of not less than five (5) years following the completion and acceptance by the COUNTY of the work under this Agreement. Limits of Liability shall not be less than the following: Coverage shall have minimum limits of $1,000,000 Per Occurrence, $5,000,000 aggregate. B. The General Aggregate Limit shall apply separately to this Project and the policy shall be endorsed using the following endorsement wording. "This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part. The General Aggregate Limit under LIMITS OF INSURANCE applies separately to each of your projects away from premises owned by or rented to you." Applicable deductibles or self-insured retentions shall be the sole responsibility of CONSULTANT. Deductibles or self-insured retentions carried by the CONSULTANT shall be subject to the approval of the Risk Management Director or his/her designee. Page 25 of 31 PSA_CCNA Single Project Agreement[2025_ver.2] CAO 16B3 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. ❑ SUBCONSULTANT in limits of.not lea; than the Commercial Cenral Liability limit shown in 4-67 ❑ N SST—e —t#e SUBCONSULTANT in limits of not loss than $5,000,000 each occurrence if applicable to the 17. I■I BUSINESS AUTOMOBILE LIABILITY INSURANCE. Coverage shall have minimum limits of$500,000 Per Occurrence, Combined Single Limit for Bodily Injury Liability and Property Damage Liability. This shall include: Owned Vehicles, Hired and Non-Owned Vehicles and Employee Non-The ownership. 18. ❑ minimum limits of$ Per Occurrence. 4-97 ❑ O €R INSURANCE. Coverag Per Occurrence. ,ed as part of the liabi{ andl if ch ol•c ll h x f-th u u basis. 8- The-pel-i-ey-$I ll-Font underlying limit due to the paym, insurance. 21. ■ PROFESSIONAL LIABILITY INSURANCE. A. Professional Liability: Shall be maintained by the CONSULTANT to ensure its legal liability for claims arising out of the performance of professional services under this Agreement. CONSULTANT waives its right of recovery against COUNTY as to any claims under this insurance. Such insurance shall have limits of not less than $1,000,000 each claim and aggregate. B. Any deductible applicable to any claim shall be the sole responsibility of the CONSULTANT. Deductible amounts are subject to the approval of the COUNTY. C. The CONSULTANT shall continue this coverage for this Project for a period of not less than five (5) years following completion and acceptance of the Project by the COUNTY. D. The policy retroactive date will always be prior to the date services were first performed by CONSULTANT or the COUNTY, and the date will not be moved forward during the term of this Agreement and for five years thereafter. CONSULTANT shall promptly submit Certificates of Page 26 of 31 PSA_CCNA Single Project Agreement[2025_ver.2] CPO 16B3 Insurance providing for an unqualified written notice to the COUNTY of any cancellation of coverage or reduction in limits, other than the application of the aggregate limits provision. In addition, CONSULTANT shall also notify the COUNTY by certified mail, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non-renewal or material change in coverages or limits received by CONSULTANT from its insurer. In the event of more than a twenty percent (20%) reduction in the aggregate limit of any policy, CONSULTANT shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. CONSULTANT shall promptly submit a certified, true copy of the policy and any endorsements issued or to be issued on the policy if requested by the COUNTY. 22. VALUABLE PAPERS INSURANCE. In the sole discretion of the COUNTY, CONSULTANT may be required to purchase valuable papers and records coverage for plans, specifications, drawings, reports, maps, books, blueprints, and other printed documents in an amount sufficient to cover the cost of recreating or reconstructing valuable papers or records utilized during the term of this Agreement. 23. PROJECT PROFESSIONAL LIABILITY. A. If the COUNTY notifies CONSULTANT that a project professional liability policy will be purchased, then CONSULTANT agrees to use its best efforts in cooperation with the COUNTY and the COUNTY's insurance representative, to pursue the maximum credit available from the professional liability carrier for a reduction in the premium of CONSULTANT's professional liability policy. If no credit is available from CONSULTANT's current professional policy underwriter, then CONSULTANT agrees to pursue the maximum credit available on the next renewal policy, if a renewal occurs during the term of the project policy (and on any subsequent professional liability policies that renew during the term of the project policy). CONSULTANT agrees that any such credit will fully accrue to the COUNTY. Should no credit accrue to the COUNTY, the COUNTY and CONSULTANT, agree to negotiate in good faith a credit on behalf of the COUNTY for the provision of project-specific professional liability insurance policy in consideration for a reduction in CONSULTANT's self-insured retention and the risk of uninsured or underinsured consultants. B. The CONSULTANT agrees to provide the following information when requested by the COUNTY or the COUNTY's Project Manager: 1. The date the professional liability insurance renews. 2. Current policy limits. 3. Current deductibles/self-insured retention. 4. Current underwriter. 5. Amount (in both dollars and percent) the underwriter will give as a credit if the policy is replaced by an individual project policy. 6. Cost of professional insurance as a percent of revenue. 7. Affirmation that the design firm will complete a timely project errors and omissions application. C. If the COUNTY elects to purchase a project professional liability policy, CONSULTANT to be insured will be notified and the COUNTY will provide professional liability insurance, naming CONSULTANT and its professional subconsultants as named insureds. [END OF SCHEDULE D] Page 27 of 31 PSA_CCNA Single Project Agreement[2025 ver.2] cpo 16B3 SCHEDULE E TRUTH IN NEGOTIATION CERTIFICATE In compliance with the Consultants' Competitive Negotiation Act, Section 287.055, Florida Statutes, k►rnit2y -HOVn Cold Associates, ►nc . (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 24 -S3►0 and Design 5ervicles for' Fcx-Pon-l- Rounviaboot "project" is accurate, complete and current as of the time of contracting. BY: / TI S2 Y t LC: PJ2e5 1 D DATE: ZO 12(,p Page 28 of 31 PSA_CCNA Single Project Agreement[2025_ver.2] CAO 1663 SCHEDULE F KEY PERSONNEL Name Personnel Category Percentage of Time Gary Nadeau,P.E. Principal 1.0% Jacob Lennertz,P.E.,IMSA II Project Manager 15.0% Richard Arico,P.E. Senior Engineer 10.0% Ian Rairden,P.E. Senior Engineer 8.0% Victor Gallo,P.E. Senior Engineer 6.0% Brian Rose,P.E. Senior Engineer 6.0% Mitch Hudson,P.E. Project Engineer 10.0% Tomas Acuna,E.I. Engineer 10.0% Drew Brady,E.I. Engineer 10.0% Jeff Hemphill,PWS,CNRP Senior Environmental Specialist 3.0% Christopher Wild,PSM Surveyor and Mapper 12.0% Marc Novack,PHD,P.E. Principal 4.0% Thomas Musgrave,P.E. Senior Engineer 5.0% Page 29 of 31 PSA_CCNA Single Project Agreement[2025_ver.2] CAO 16B3 SCHEDULE G AFFIDAVIT REGARDING LABOR AND SERVICES Following this page Page 30 of 31 PSA_CCNA Single Project Agreement[2025 ver.2 CPO 16B3 AFFIDAVIT REGARDING LABOR AND SERVICES AND CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN PROHIBITED Effective July I, 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: Kt&A — I•1t N Ora 0 A 5S A rE5, INC. Address: 2lD IO GoLDEW &� tagoov f Sams 201 I�49 34/6 Phone Number: 2.39 -999 —.3I 87 Authorized Representative's Name: Gov ., J , n irstA Authorized Representative's Title: s¢ tifte Peal» / Pea�'1C pia L Email Address: GA¢y.nl�iAQ KsMt..try—140e.4. eo I, (Name of Authorized Representative), as authorized representative attest under penalty of erjury that ViµLEv—) N4D kat, /C. (Name of Nongovernmental Entity) does not: (I) use coercion for labor or services as defined in § 787.06,Florida Statutes,and(2)the nongovernmental entity is not(a)owned by a government of a foreign country of concern,(b)that a foreign country of concern does not have a controlling interest in the entity, and (c) that the entity is not organized under the laws of or has its principal place of business in a foreign country of concern,all as prohibited under§ 287.138,Florida Statutes. Under .Ity of perjury,I • • are it I have read the foregoing Affidavit and that the facts stated in it are true. 4 A__ Al 1126 I20ZCo (Si, ratur•e" aut .rized representative) Date STATE OF FIDVidq COUNTY OF Hi I 15 t:/O VO ug 1 1 Sworn to(or affirmed)and subscribed before me,by means of G'physical presence or O online notarization this 20 day of J'(,�17UG✓y ,20 210,by (A OVtj Nadeau (Name of Affiant),who produced his Florida Driver's License as identification. dine 14 Notary Public 4 Notary Public State of Florida I /� q Caroline Piro I H N (p(p5 I'g -. 15, 2 02 I um My 5/2HH 029 5178 EXp Commission Expires Personally Known OR Produced Identification 0 Type of Identification Produced: CAO 16B3 SCHEDULE H Other: STATE CONTRACT PROVISIONS AND ASSURANCES (Description) JO following this page (pages 1 through 8 ) this schedule is not applicable Page 31 of 31 PSA_CCNA Single Project Agreement[2025 ver.2] cao 16B3 STATE CONTRACT PROVISIONS AND ASSURANCES FLORIDA DEPARTMENT OF TRANSPORTATION CSFA 55.039 The supplemental conditions contained in this section are intended to cooperate with, to supplement, and to modify the general conditions and other specifications. In cases of disagreement with any other section of this contract, the Supplemental Conditions shall govern. This is an acknowledgement that the Florida Department of Transportation will be used to fund all or a portion of the contract. Pursuant uniform requirements of grant awards the definition of CONTRACTOR is an entity that receives a Contract/Purchase Order. The services performed by the awarded Contractor shall be in compliance with all applicable grantor regulations/requirements, and additional requirements specified in this document. It shall be the awarded Contractor's responsibility to acquire and utilize the necessary manuals and guidelines that apply to the work required to complete this project. In general the contractor, must insert or reference these contract provisions in each lower tier contracts (e.g., subcontract or sub-agreement); (2) must incorporate the applicable requirements of these contract provisions by reference for work done under any purchase orders, rental agreements and other agreements for supplies or services;and(3)is responsible for compliance with these contract provisions by any subcontractor, lower-tier subcontractor or service provider. Restrictions,Prohibitions,Controls and Labor Provisions: a.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 on a contract to provide any goods or services to a public entity;may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids 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 Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. b. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids 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. c. An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied or have further been determined by the FDOT to be a non-responsible contractor may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the Recipient. d. No funds received pursuant to this Agreement may be expended for lobbying the Florida Legislature, judicial branch, or any state agency, in accordance with Section 216.347,Florida Statutes. e. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e)of the Immigration and Nationality Act.If the contractor knowingly employs unauthorized aliens,such violation will be cause for unilateral cancellation of this Agreement. f. The Contractor shall: Page 1 of 8 CAO 1 6B3 STATE CONTRACT PROVISIONS AND ASSURANCES i. Utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Recipient during the term of the contract; and ii. Expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S.Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. g. The contractors and subcontractors shall comply with all federal, state, and local laws and regulations applicable to this Project. Conflict of Interest FDOT Conflict of Interest procedure 375-030-006 are applicable to this contract. Miscellaneous Provisions The County's contractors,subcontractors,consultants, and subconsultants are not agents of The Florida Department of Transportation as a result of this contract Indemnification—To the extent provided by law,the CONTRACTOR shall indemnify, defend, and hold harmless the COUNTY and the State of Florida, Department of Transportation, including the Department' s officers, agents, and employees, against any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s)of CONTRACTOR,or any of its officers,agents,or employees, acting within the scope of their office or employment,in connection with the rights granted to or exercised by CONTRACTOR. The foregoing indemnification shall not constitute a waiver of the State of Florida, Department of Transportation's or COUNTY's sovereign immunity beyond the limits set forth in Florida Statutes,Section 768. 28. Nor shall the same be construed to constitute agreement by CONTRACTOR to indemnify COUNTY for the negligent acts or omissions of COUNTY, its officers, agents, or employees, or third parties. Nor shall the same be construed to constitute agreement by CONTRACTOR to indemnify the Department for the negligent acts or omissions of the Department, its officers, agents, or employees, or third parties. This indemnification shall survive the termination of this Agreement. Inspector General Cooperation — Contractor and subcontractors are obligated to comply with Section 20.055(5), Florida Statutes which states, "It is the duty of every state officer, employee, agency, special district, board, commission, contractor, and subcontractor to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing pursuant to this section. Beginning July 1, 2015, each contract, bid, proposal, and application or solicitation for a contract shall contain a statement that the corporation,partnership,or person understands and will comply with this subsection." Record Retention — The contractor and all subcontractors shall maintain and retain sufficient records demonstrating its compliance with the terms of the Agreement for a period of at least five (5)years after final payment is made and shall allow the County, State of Florida, or its designee's access to such records upon request. Trafficking in Persons — Human trafficking is a form of modern-day slavery which involves the transporting, soliciting, recruiting, harboring, providing, enticing, maintaining, purchasing, patronizing, procuring,or obtaining of another person for the purpose of exploiting that person. House Bill 7063 amends s. 787.06, F.S., to require a nongovernmental entity (Contractor) to provide an affidavit attesting that the nongovernmental entity does not use coercion for labor or services,when executing,renewing,or extending a contract with a governmental entity (County). Prior to contract execution, extension or renewal, the Contractor shall sign and notarize FDOT Form No. 375-030-31 for submittal to the County. Page 2 of 8 CAO 16B3 STATE CONTRACT PROVISIONS AND ASSURANCES GRANT CERTIFICATIONS AND ASSURANCES THE FOLLOWING DOCUMENTS NEED TO BE RETURNED WITH SOLICIATION DOCUMENTS BY THE DEADLINE 1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions 2. Conflict of Interest 3. Anticipated DBE,M/WBE or VETERAN Participation Statement 4. Opportunity List for Commodities and Contractual Services and Professional Consultant Services 5. Acknowledgement of Grant Terms and Conditions Page 3 of 8 CAO 16B3 STATE CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY Certification Regarding Debarment, Suspension,and Other Responsibility Matters Primary Covered Transactions (1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred,suspended,proposed for debarment,declared ineligible,or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction;violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local)with commission of any of the offenses enumerated in paragraph(1)(b) of this certification;and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions(Federal, State or local)terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this • certification,such prospective participant shall attach an explanation to this proposal. Gary Nadeau, PE Design Services for Four-Point Roundabout-Immokalee Rd at Camp Keais Name Project Name Senior Vice President 24-8310 Title Project Number Kimley-Horn and Associates, Inc. 56-0885615 Firm Tax ID Number V8PKGG6NLKV6 V8PKGG6NLKV6 DUNS Number Unique Entity Identification Number(SAM.gov) 1800 2nd Street, Suite 900, Sarasota, FL 34236 Street ddress,City, State,Zip • n• r= Page 4 of 8 16B3 STATE CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY Conflict of Interest Certification 24-8310 Collier County Solicitation No. I, Kimley-Horn and Associates, Inc. , hereby certify that to the best of my knowledge, neither I nor my spouse,dependent child,general partner,or any organization for which I am serving as an officer, director, trustee, general partner or employee, or any person or organization with whom I am negotiating or have an arrangement concerning prospective employment has a financial interest in this matter. I further certify to the best of my knowledge that this matter will not affect the financial interests of any member of my household. Also, to the best of my knowledge, no member of my household; no relative with whom I have a close relationship; no one with whom my spouse, parent or dependent child has or seeks employment; and no organization with which I am seeking a business relationship nor which I now serve actively or have served within the last year are parties or represent a party to the matter. I also acknowledge my responsibility to disclose the acquisition of any financial or personal interest as described above that would be affected by the matter,and to disclose any interest I,or anyone noted above, has in any person or organization that does become involved in,or is affected at a later date by,the conduct of this matter. Gary Nadeau, PE Name signarure Senior Vice President 3/7/2025 Position Date Privacy Act Statement Title I of the Ethics in Government Act of 1978 (5 U.S.C. App.), Executive Order 12674 and 5 CFR Part 2634, Subpart I require the reporting of this information. The primary use of the information on this form is for review by officials of The Justice Department to determine compliance with applicable federal conflict of interest laws and regulations. Additional disclosures of the information on this report may be made:(1)to a federal,state or local law enforcement agency if the Justice Department becomes aware of a violation or potential violation of law or regulations; (2) to a court or party in a court or federal administrative proceeding if the government is a party or in order to comply with a judge-issued subpoena; (3) to a source when necessary to obtain information relevant to a conflict of interest investigation or decision;(4)to the National Archives and Records Administration or the General Services Administration in records management inspections; (5) to the Office of Management and Budget during legislative coordination on private relief legislation;and(6)in response to a request for discovery or for the appearance of a witness in a judicial or administrative proceeding, if the information is relevant to the subject matter. This confidential certification will not be disclosed to any requesting person unless authorized by law. See also the OGE/GOVT-2 executive branch-wide Privacy Act system of records. Page 5 of 8 CAO 16B3 STATE CONTRACT PROVISIONS AND ASSURANCES COWER COUNTY ANTICIPATED DISADVANTAGED, MINORITY, WOMEN OR VETERAN PARTICIPATION STATEMENT Status will be verified. Unverfable statuses will require the PR-ME to either proivde a revised statement or pro.fde source documentation that validates a status. IIIIIIPIMIII A. PRIME VENDOR/CONTRACTOR INFORMATION PRIME NAME PRIME FE 0 NUMBER CONTRACT DOLLAR AMOUNT Kimley-Horn and Associates, Inc. 56-0885615 15 THE PRIME A FLORIDA-CERTIFIED DISADVANTAGED, VETERAN y 8 S THE ACTIVITY OF THIS CONTRACT._ MINORITY OR WOMEN BUSINESS ENTERPRISE? DBE? Y N CONSTRUCTION? v td IDBEiMBf/WBE)DR HAVE A5MAL.LDISADVANTAGED BUSINESS RA CERTIFICATION FROM THE SMALL BUSINESS MBE? V ON CUNSULTATiONT O N ADMINISTRATION? A SERVICE DISABLED VETERAN? WBE? r pN OTHER?. N SOB SA? Y N IS TIPSSUBMISSSON A REVISION? N F YES,REV SIGN NUMBER B. IF PRIME HAS SUBCONTRACTOR OR SUPPLIER WHO IS A DISADVANTAGED MINORITY,WOMEN-OWNED,SMALL BUSINESS CONCERN OR SERVICE DISABLED VETERAN,PRIME IS TO COMPLETE THIS NEXT SECTION DBE NI/ HE SUBCONTRACTOR OR SUPPLIER TYPE OF WORK OR ETHNICITY CODE SUB/SUPPLIER PERCENT OF CONTRACT VETERAN NAME SPECIALTY See ecbwi DOLLAR AMOUNT DOLLARS r., C. SECTION TO BE COMPLETED BY PRIME VENDOR/CONTRACTOR NAME OF SUBMIT-TER DATE TITLE OF SUBMTTTER Gary Nadeau, PE 3/7/2025 Senior Vice President EMAIL ADDRESS OF PRIME(SUBMITiER) TELEPHONE NUMBER FAX NUMBER gary.nadeau@kimley-horn.com 941-379-7600 N/A NOTE:This information is used to track and report anticipated DBE or MBE participation in federally-funded contracts_ The anticipated DBE or MBE amount is voluntary and Will not become part of the contractual terms. This form must be submitted at time of response to a solicitation_ tf and when awarded a County contract,the prime will be asked to update the information for the grant compliance files. unman, coot Black American BA Hispanic American HA Native American NA Submit.;.ran A merican SAA Asian-Pacific American APA Non-Minorny Women NMW Other not of any other group listed 0 MBD. SECTION TO BE COMPLETED BY COLLIER COUNTY DEPARTMENT NAME COLLIER CONTRACT a lIFBlRFP o.?0.PEG: GRANT PROD RANI/CONTRACT AOTPTED BY: DATE Page 6 of 8 OCAO 16B3 STATE CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY GRANT COMPLIANCE FORM ID OPPORTUNITY UST FOR COMMOO ES AND CONTRACTUAL SERVICES AND PROFESSIONAL CONSULTANT SERVICES et is the policy of Gopher County that disadvantaged businesses and minority vendors,as defined in the Code of Federal Regulations(CM)or 'bride Statutes(FS),must leave the opportunity to participate on contracts with federal and/or state grant assistance PrimeContractor/Prime Consultant: Kimley-Horn and Associates, Inc. address and Phone Number. 1800 2nd Street,Suite 900,Sarasota,FL 34236 941-379-7600 Procurement Nurr ier/AtMertisement Number: 24-8310 The list below is intended to be a listing of firms that are,or attempting to,participate on the Project numbered above. The list must include the Cmn bidding or quoting as prime,as well as subs and suppliers quoting for participation.Prime contractors and consultants must provide information for Numbers 1,2,3,and 4;and,should pmwide any information they have for Numbers 5,5,7,and S.This form must be submitted with the bid package. 1-Federal Tax ID Nundeer: 56-0885615 5.El DBE & Annual Glass Receipts 2. Firm Name: Kimley-Horn and Associates,Inc. © Non-DBE Less than 51 r ton 3-Phone Number_ 941-379-7600 Between$1-5 minion 4. Address 1800 2nd Street,Suite 900 Between$5-10 minion Sarasota,FL 34236 7. Subcontractor Between$1:A)-15 million Subconsultant More than$15 million 5.Year Firm Established: 1967 1.Federal Tax ID Number: 59-3154723 5_E DBE s. annual Gross Receipts 2. Ferro Name: Tierra, Inc. Nan-DBE Lou than$1 natal 3. Phone Number 813-989-1354 Between 51-5 minion 4-Address 7351 Temple Terrace Hwy Between S 5-10 minion Tampa,FL 33637 7.E Subcontractor _Between$10-15 million 5ubcons+rttamt More than$15 milion 5.Year Finn Established: 1992 1_ Federal Tax ID Number: 59-1791174 6.Lam. DBE & Annual Grass Receipts 2. Firm Name: DRMP, Inc. Non-DBE Less than$1 mi5on 3.Rhone Mother 407-896-0594 Between$1-5 million 4-Address 941 Lake Baldwin Lane _Between 55-1Dmrlion Orlando FL 32814 7.E subcontractor Between$10-15 million Subconsultant _More than$15 milion 5.Year Firm Established: 1977 1_ Federal Tax ID Number: 93-4495089 6. DBE a Annual Gross Receipts 2. Firm Name: Rose Consulting, Inc. © Non-DBE Less than 51 milion 3.Phone Number. 954-986-9899 Between$1-5 minion 4-Address 2699 Stirling Road,Ste C202 Between 55-10minion Ft.Lauderdale,FL 33321 7.I Subcontractor Between$10-15million Subconsuitant More than$15 mien 5.Year Firm Established: 1998 CAO 16B3 STATE CONTRACT PROVISIONS AND ASSURANCES COLLIER COUNTY Acknowledgement of Terms,Conditions and Grant Clauses Flow Down of Terms and Conditions from the Grant Agreement Subcontracts: If the vendor subcontracts any of the work required under this Agreement, a copy of the signed subcontract must be available to the Department for review and approval. The vendor agrees to include in the subcontract that (1) the subcontractor is bound by the terms of this Agreement, (ii) the subcontractor is bound by all applicable state and federal laws and regulations, and (iii) the subcontractor shall hold the Department and Recipient harmless against all claims of whatever nature arising out of the subcontractor's performance of work under this Agreement, to the extent allowed and required by law. The recipient shall document in the quarterly report the subcontractor's progress in performing its work under this agreement. For each subcontract,the Recipient shall provide a written statement to the Department as to whether the subcontractor is a minority vendor as defined in Section 288.703,Fla. Stat. Certification On behalf of my firm, I acknowledge, and agree to perform all of the specifications and grant requirements identified in this solicitation document(s). Vendor/Contractor Name Kimley-Horn and Associates, Inc. Date 3/7/2025 Authorized Signature ,,, /��__ Address 1800 2nd Street, Suite 900, Sarasota, FL 34236 Solicitation/Contract# 24-8310 Page 8 of 8 CAO