Loading...
Backup Documents 07/08/2014 Item #16A23 ORIGINAL DOCUMENTS CHECKLIST &-ROUTING SLII 6 A 2 3 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNAT RE Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. County Attorney Office County Attorney Office 7/c)&/ 2. BCC Office Board of County TN 1A Commissioners \rt\f/s/ —A\\A 3. Minutes and Records Clerk of Court's Office 4. PRIMARY CONTACT INFORMATION Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Anthony O. Stolts Phone Number 239.252.5835 Contact/ Department Agenda Date Item was Agenda Item Number t 6.A.20 Approved by the BCC 14 "A`Th Type of Document Work Number of Original s,) Attached Order/Purchase Order(WO/PO) Documents Attached 1-WO/PO(17 Pages) PO number or account Cc.,Arci.g r ‘zs—t" number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) 1. Does the document require the chairman's original signature? b 2. Does the document need to be sent to another agency for additional signatures? If yes, 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 signed by the Chairman,with the exception of most letters,must be reviewed and signed t _„gyp by the Office of the County Attorney. �(�(l� 4. All handwritten strike-through and revisions have been initialed by the County Attorney's Office and all other parties except the BCC Chairman and the Clerk to the Board f') 5. The Chairman's signature line date has been entered as the date of BCC approval of the document or the final negotiated contract date whichever is applicable. 0(.4C 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's p� signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip 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 NI time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on 2014-07-08 and all changes made durin the meeting have been incorporated in the attached document. The County , Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the BCC,all changes directed by the BCC have been made,and the document is ready for he Chairman's signature. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 16A23 WORK ORDER/PURCHASE ORDER Contract 13-6164-ST"Professional Services: Architect and Engineering" for Structural(ST) Contract Expiration Date: March 8.2019 This Work Order is for professional engineering services for work known as: Project Name: Design&Related Services for Replacement of Bridge#034120 on White Boulevard over Cypress Canal (Design Modifications and Inclusion of a Temporary Bridge for Maintenance of Traffic during Construction) Project No: 66066 The work is specified in the proposal dated June 12, 2014 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above, this Work Order/Purchase Order is assigned to:Agnoli Barber&Brundage,Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I Structural Plans(Includes PUED Water Main Support Design) * Task II Detour Roadway Plans * Task III Typical Sections * Task IV Maintenance of Traffic Plans * Task V Permit Modifications * Task VI Obtain Geotechnical Data * Task VII Project Management * Task VIIIa Complete Contract No.09-5262 Basic Design Services Task I * Task VIIIb Complete Contract No.09-5262 Utility Relocation(PUED Water Main)Task II * Task ViIIc Complete Contract No.09-5262 Post Design Tasks Task III * Task VIIId Complete Contract No. 09-5262 Final Deliverables Task IV Schedule of Work: Complete work within 720 days from the date of the Notice to Proceed which is accompanying this Work Order. The Consultant agrees that any Work Order that extends beyond the expiration date of Agreement # 13-6164 will survive and remain subject to the terms and conditions of that Agreement until the completion or termination of this Work Order. Compensation: In accordance with the Agreement referenced above, the County will compensate the Firm in accordance with following method(s): Negotiated Lump Sum (NLS) OLump Sum Plus Reimbursable Costs (LS+RC) Time & Material (T&M) (established hourly rate — Schedule B From Agreement#09-5262, Please see attached Purchase Order 4500123563 for details) ❑Cost Plus Fixed Fee(CPFF),as provided in the attached proposal and as defined below. Page 1 of 3 ' 16A23 Task I $47,240.00(NLS) ($6,000 of this amount is PUED) Task II $12,000.00(NLS) Task III $1,670.00 (NLS) Task IV $2,660.00 (NLS) Task V $2,000.00 (NLS) Task VI $1,012.00 (NLS) Task VII $3,000.00 (NLS) Task VIIIa $34,652.70 (NLS) Task VIIIb $4,417.00 (NLS)(PUED) Task VIIIc $11,270.00(T&M NTE) Task VIIId $2,000.00 (T&M NTE) TOTAL FEE $121,921.70(NTE) PREPARED BY: Lo/y-axp-I 9 ony O. Stolts, P.E.,Sr. Project Manager Date APPROVED BY: -.21>- /�'- ransportan Engin-- - g, Date Jay : . P.E., 'epartment Director APPROVED BY: a �� mss, \� Growth Manag- eck asalanguida, Date, \ Division Administrator By the signature below, the Firm (including employees, officers and/or agents) certifies, and hereby discloses,that,to the best of their knowledge and belief, all relevant facts concerning past, present, or currently planned interest or activity (financial, contractual, organizational, or otherwise) which relates to the proposed work; and bear on whether the Firm has a potential conflict have been fully disclosed. Additionally, the Firm agrees to notify the Procurement Director, in writing within 48 hours of learning of any actual or potential conflict of interest that arises during the Work Order and/or project duration. ACCEPTED BY: :. oli ndag•i. c. 60 • tb. 4- ,A&I A. iel W. Brunda r P.E. 'resident Date (Remainder of page intentionally left blank) Page 2 of 3 16A23 IN WITNESS WHEREOF,the parties hereto,have each,respectively,by an authorized person or agent,have executed this Work Order on the date and year first written below. ATTEST: BOARD OF COUNTY COMMISSIONERS Dwight E.(Brt cli;Clerk;rah'Courts COLLIER COUNTY, LORIDA / 1 = If By ,i® :.. ...i.e. l . i B, : Air Tom ennin:, Chairm Dated: *` 1 ).,h, (SE' 14 se:, y.a,`� Attest as to Chairman's Agno a :.ber : Brundage. signature only. or By: A.LO MIFIA First Witness 7r4 ature Daniel lam/. Srun••a- - Presrdent t Type/print signature and ti eT TType/print witness namel' Second Witness T`Type/print witness nameT' Approved as to FoXid,L ality: A•ssi /t-4 County Attorney < C D 1±- p .--TidteL, Print Name Page 3 of 3 . 16A23 u _. GNOLI ®N . ■ RBER& Min-- 1 'UNDAGE INC. Professional engineers,planners&land surveyors 7400 Tamiami Trail North,Suite 200,Naples,Florida 34108-(239)597-3111-FAX (239)566-2203 June 12, 2014 Anthony O. Stolts, P.E. Collier County Transportation Engineering Dept. 2885 Horseshoe Drive South Naples, FL 34104 Re:Design&Related Services for Replacement of Bridge#034120 on White Boulevard over Cypress Canal (Design Modifications and Inclusion of a Temporary Bridge for Maintenance of Traffic during Construction) ABB PN 10-0046 Dear Mr. Stolts: At your request, Agnoli, Barber&Brundage, Inc. is pleased to submit this proposal to render professional services for design on the above referenced project under a new Contract No. 13- 6461-ST. The new Contract replaces discontinued Contract No. 09-5262 and associated Work Order/Purchase Order No. 4500123563. Agnoli, Barber&Brundage, Inc., hereinafter referred to as ABB, proposes to provide Collier County the professional services outlined in Exhibit A attached. Sub-consultant services will be provided by TRC Worldwide for structural design and Ardaman&Associates for geotechnical services. 60%roadway plans and 30%bridge plans have been submitted to the County for review and comments. ABB received comments from the County regarding the 60%roadway plans. Copies of the "current status"bridge plans (60% +/-) are now available for review. Since there has been a design hiatus in the project and the County desires to do a value engineering review of the "current status"bridge plans we recommend that a meeting be scheduled to go over comments on both the bridge and roadway plans and to discuss future submittals of the roadway and bridge plans at the revised 60%, 90%and 100% stages. We trust that this proposal satisfactorily responds to your request. Sincerely, noli, Barber&Brundage, Inc.4 niel . le'e ge, PE foo,of Enclosure K:12010\l0-0046 White Blvd.@ Cypress Canal Bridge Replacement Correspondences\Proposal\Additional Services Proposal 6-2- 14\Proposal White Blvd Temporary Bridge Additional Services.doc 16A23 EXHIBIT A SCOPE OF SERVICES (CONTRACT# 13-6461-ST) DESIGN&RELATED SERVICES FOR REPLACEMENT OF BRIDGE#034120 ON WHITE BOULEVARD OVER CYPRESS CANAL (DESIGN MODIFICATIONS AND INCLUSION OF A TEMPORARY BRIDGE FOR MAINTENANCE OF TRAFFIC DURING CONSTRUCTION) I. OVERVIEW The Collier County Transportation Engineering Department (TED) is seeking engineering design and construction services for construction of a temporary bridge to maintain the flow of traffic while a permanent bridge is being constructed at White Boulevard and Cypress Canal in Collier County Florida. TED is also seeking to revise the current bridge plans to reduce construction costs by implementing value engineering designs from lessons learned during construction of the first Accelerated Bridge Construction(ABC) projects in Collier County. The current design for the White Boulevard Bridge is based upon the ABC method. Its design had progressed to the 60% stage before a stop work order was issued. During this design process a post-completion meeting was held with the design team, contractor and Collier County. The discussion and findings from that meeting included: • The Design dictated mandatory prefabrication which limits Contractor innovation • Construction costs were higher than average • Constructability problems arose including the foundation installation requiring significant modifications in the field and finding that prefabricated elements did not align or fit correctly due to field conditions affecting the alignment. Based on these results TED wishes to move forward in a more open and competitive manner by applying the lessons learned from the first structure. The following is recommended: • Develop revised 60% drawings and update the design to allow contractor innovation and competitive pricing by allowing Cast-In-Place or Precast construction • Develop 90%Plans • Develop 100%Plans By executing the proposed value engineering the County will realize a cost savings in excess of 10%of the construction cost valued at approximately$125,000. K:\2010\10-0046 White Blvd.@ Cypress Canal Bridge Replacement\Correspondences\Proposal\Additional Services Proposal 6-2- 14\Proposal White Blvd Temporary Bridge Additional Services.doc 16A23 II. TASK DESCRIPTIONS The project task descriptions are as follows: 1. Provide structural plans showing foundation details and temporary bridge details. The temporary bridge design plans will specify a prefabricated bridge superstructure and will include foundation design details required to support that prefabricated bridge structure during construction of the White Boulevard replacement. The temporary Bridge will provide no less hydraulic opening than the existing bridge. Also, revise the current permanent bridge plans to incorporate value engineering designs to reduce construction costs. 2. Prepare approach detour roadway plans including horizontal and vertical alignment. 3. Prepare the detour roadway and temporary bridge typical sections. Provide additional utility coordination to accommodate temporary bridge and detour roadway. 4. Prepare maintenance of traffic plans for the detour roadway and temporary bridge construction including barricades and required signage and striping. 5. Prepare an application to the South Florida Water Management District (SFWMD) for modification of the R/W and ERP permits to provide for the temporary construction. 6. Obtain Geotechnical data required for the detour bridge foundations. 7. Provide Project Management to coordinate the design and permitting activities of the various design team sub-consultants to accomplish the above tasks. 8. Complete the remaining tasks under the discontinued Contract No. 09-5262, Work Order/Purchase Order No. 4500123563. The remaining tasks and fees consisted of the following items. Basic Design Services $34,652.70 remaining fee Utility Relocation $ 4,417.00 remaining fee Post Design Services $11,270.00 remaining fee Final Deliverables $ 2,000.00 remaining fee TOTAL $52,339.70 total remaining fee K:\2010\l0-0046 White Blvd.@ Cypress Canal Bridge Replacement\Correspondences\Proposal\Additional Services Proposal 6-2- 14\Proposal White Blvd Temporary Bridge Additional Services.doc 16A23 III. FEES A. Fees for Tasks I. and II. above will be as follows: TASK 1. Structural Plans $ 47,240.00 (NLS) TASK 2. Detour Roadway Plans $ 12,000.00 (NLS) TASK 3. Typical sections $ 1,670.00 (NLS) TASK 4. Maintenance of Traffic Plans $ 2,660.00 (NLS) TASK 5. Permit Modifications $ 2,000.00 (NLS) TASK 6. Obtain Geotechnical Data $ 1,012.00 (NLS) TASK 7. Project Management $ 3,000.00 (NLS) TASK 8a. Complete Contract No. 09-5262 Basic Design Services Task I $34,652.70 (NLS) TASK 8b. Complete Contract No. 09-5262 Utility Relocation(PUED Water Main) Task II $4,417.00 (NLS) TASK 8c. Complete Contract No. 09-5262 Post Design Tasks-Task III $11,270.00 (T&M NTE) TASK 8d. Complete Contract No. 09-5262 Final Deliverables Task IV $2,000.00 (T&M NTE) Project Total Not to Exceed $121,921.70 VI. SCHEDULE Calendar Days 60% Submittal 90 County Review 30 90% Submittal 60 County Review 30 Final Submittal 60 Post Design Services 450 TOTAL 720 K:\2010\10-0046 White Blvd.@ Cypress Canal Bridge Replacement\Correspondences\Proposal\Additional Services Proposal 6-2- 14\Proposal White Blvd Temporary Bridge Additional Services.doc Y t►YltiE t 2(For Reference Only) f iI< e'3 • i 6 ,A 2 3 This Attachment is from the Previous Work Order/Purchase Order(4500123563), 111!.......4 executed under Agreement#09-5262. WORK ORDER/PURCHASE ORDER# Agreement for County-Wide Engineering Services Dated:March 9,2010(RFP/Bid 09-5262) This Work Order is for professional Civil-Transportation Bridge Services services for work known as: Design & Related Services for Replacement of Bridge #034120 on White Boulevard over Cypress Canal Project Name:Replacement of Bridge#0340120 White Boulevard over Cypress Canal Project No:66066 The work is specified in the Scope of Services proposal dated September 7, 2010, 2010 which is attached hereto and made a part of this Work Order. In accordance with Terms and Conditions of the Agreement referenced above,Work Order/Purchase Order# is assigned to: Agnoli,Barber& Brundage,Inc. Scope of Work: As detailed in the attached proposal and the following: * Task I Basic Design Services * Task II Utility Relocation * Task III Post Design Services Schedule of Work: Complete Tasks I and II within 270 days from receipt of the Notice to Proceed. Complete Task III within the following 360 days for a total of 630 days. Compensation: In accordance with Article Five of the Agreement,the County will compensate the Firm in accordance with following method(s): Negotiated Lump Sum ®Lump Sum Plus Reimbursable Costs Time &Material(established hourly rate-Schedule A) DCost Plus Fixed Fee,(define which method will be used for which tasks)as provided in the attached proposal. Task I $ 130,359.00 Task II $ 5,502.00 Task III $ $ 11,270.00(T&M) Expenses $ 2,000.00(T&M) TOTAL FEE $ 149,131.00 Any change made subsequent to final department approval will be considered an additional service and charged according to Schedule"A"of the original Contract Agreement. PREPARED BY: .{.� ee-yi ,- -- 9= t-/a Gary R.Putaansuu,P.E.,Principal Project Manager Date / v t APPROVED BY: it/1 `J! 13 //o .y• �. • : tor TECM / Date APPROVED BY: Li./ '1. /4)// o .13.o .. F - ,A.I.C.P.,Division Administrator ate r , ACCEPTED BY: -- - _ lli, :: piage c. A..,.. �� -7 vgnature of: 47' ed Company Officer Date B I t/ ..,Alit r . Sru✓d4'e P25lc n Type or Print Name and Title i6Ai3 (For Reference Only) This Attachment is from the Previous Work o Order/Purchase Order (4500123563), a OD executed under Agreement#09-5262. 6 c at N C 2 r 0 3 .o a a a 0 0 0 0 0 0 0 0 0 0 Q- 0000000000 CO O r4 LI O O a-I 6 N 01 c4 O O co M N 1.0 l0 lA O N O M T L M 1-4 00 d' In m V1 N 0 r1 .0 a' J M i 00 ci N O U) ci N 01 73 Q t1 Ln N ri 111 H f0 CL 0 in V? 1/). V? V? in in in in in L) a 00 00 0 00 00 0 0 O O O " 0 0 0 ' O 00 O O 00 O N 0 O 01 M til 01 CO 3• I-: N co- O M i M e-I u1 M 7 in in. V? i/? V? i/} t/? t/? tn. V? V? ei 1-i M Y Y Y 0 O ncV CV 14 ri N M O O O O To Si 0 0 H I- N N y 0 O O m ' CO M c0 C▪ N (/1 to N 1 to N .1-, CO C C F l- a) M a-1 in (/1 z m m co o O1 m m m C C X Q Q Q m s E to co co O W e--I N M Q Ca ate+ LO O` V U 5 Q O Y Y Y m0 C V? i/1- in in- tn. 4J) in t/? V? 4J co (0 (0 X O) c c aL-' aU+ Y 0 N W E- I- I- W 0 W W (n V) VI I- m m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ei -, MO J O O 0 e 1 ∎ q_. 00000000000 4O■ V • M o rn am Oi O N o o Oi 0 0 0 0 0 .1 Q o u to V1 N 0 In 0 to 0 0 00 0 N Kf ri C Z t1J L N 1-I 00 CO 01 O 00 0 03 N LA M lf) Cl e1 y 00 T I N t0 l0 tD 10 I/') t0 Ni l0' tA' in 0 M d 01 'p • O 0 m N) 0 V? V? V? V? V? V? V? V? V? V? i/? V? V? V? i/} i!} i/? if? i/? V? i/? D Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O m < 0 a-4 r-i lD N O N O O N Cl N O O c-I J 0 n t V d' to 01 0 00 0 r-- M 0 N 0 e--I li O I� e1 N N t!'1 lD N a-i O u1 r-i N 01 H Z N N c-i l0 co 0o M . m- w e-i '-I O m Q V? V? V, V, V, V? V? VT VT V? 12 V? V? V? i/? V? N 0 H `O 0 O F- •Vf VI .-V, .N V1 .-V/ V) W CO a) *al—0 0 0 0 0 N 0 V ei N M Ln U U U U U U 4.+ .• •V1 •V1 .Vf .V1 .VI — U) O N VI V) C1 CO CV me m meC m 00. _ H H F-- w t9 G C U C i Y M en 0 ut Y Ln E a a N c ~ Q. N 02� CO V) N ~ LL CD' OD Q M CO v 0 0 0- O ~ L = O C LL A L( O O J 0. CO N i 0 • d a 0 t A v 01 16A23 (For Reference Only) This Attachment is from the Previous Work Order/Purchase Order (4500123563), executed under Agreement#09-5262. EXHIBIT A SCOPE OF SERVICES FOR ENGINEERING SERVICES This Exhibit forms an integral part of the County Wide Engineering Services Agreement(Contract#09- 5262)between the Collier County Government(thereinafter referred to as the COUNTY)and Agnoli, Barber&Brundage, Inc.(hereinafter referred to as the CONSULTANT)relative to the proposed replacement of county bridge 034120 on White Boulevard at the Cypress Canal. PURPOSE The purpose of the Exhibit is to describe the Scope of Work and the responsibilities of the CONSULTANT and the COUNTY. The first objective for the CONSULTANT is to determine if the county's decision to replace the bridge is proper and to document their findings. The general objective is to prepare plans,specifications and estimate to replace existing bridge No.034120.This project is to be constructed in concert with the replacement of bridge no.034021 and a new bridge on 23rd Avenue over the Golden Gate Canal which are pilot projects utilizing Accelerated Bridge Construction(ABC)concepts he design of this bridge is to utilize these same concepts and if possible be advertised together wi A ' one et project. The Scope of Services establishes which items of work described are specifically included in this contract,and also which of the items of work will be the responsibility of the CONSULTANT or the COUNTY. PROJECT DESCRIPTION COUNTY is the owner of Bridge 034120 which carries White Boulevard over the Cypress Canal.The bridge is located on White Boulevard two miles east of Collier Boulevard. The bridge was built in 1965. It was given a Sufficiency Rating of 44.2 and a Health Index of 84.38 in the most recent FDOT Bridge Inspection Report dated March 16, 2010. Both ratings are below acceptable levels,indicating the need for repair or replacement. Replacement provides the opportunity for 4-foot bike lanes and 6-foot sidewalks consistent with the replacement of Bridge 034021. Replacement with a wider bridge necessitates the relocation of a Collier County Raw Water Main just north of and adjacent to the bridge on an independent structure. Existing residential driveways within the project limits will require reconstruction to the new elevated roadway. Stormwater treatment and retention will be required as part of the ERP process with SFWMD as well as providing canal access.The desire to minimize the impacts of right of way takes to adjacent property owners will be kept in mind when designing and permitting these facilities. Page 1 of 7 1.6 A e 3 (For Reference Only) This Attachment is from the Previous Work . Order/Purchase Order (4500123563), executed under Agreement#09-5262. Task 1—Basic Design Services 1.1 Data Collection/Site Visits The CONSULTANT will perform site visits to become familiar with the current site conditions,as well as reviewing existing documents(plans,reports and data)concerning the bridge,water main and canal. The COUNTY will provide the CONSULTANT all existing roadway plans, bridge plans,utility plans,and right of way plans of the bridge,which the COUNTY may have in its possession. The CONSULTANT will coordinate with local utility providers during the data collection in an effort to locate existing utilities and identify any design or construction concerns. 1.2 Roadway The CONSULTANT will examine access impacts to adjacent properties.A Traffic Control Plan(TCP)will be developed and included on the General Notes and Quantities sheet. The CONSULTANT will identify the existing utilities impacted by the project.The CONSULTANT will provide description of the existing utilities,a discussion of the impacts from various design considerations and the opinion of probable construction costs of relocation suitable for budgetary purposes. The CONSULTANT will prepare roadway cross sections, roadway transitions,canal access road and driveway connection plans.The CONSULTANT will design signage and pavement markings in accordance with the current editions of the FDOT Design Standards, FDOT Specifications and the Manual of Uniform Traffic Control Devices. It is anticipated that the plan set will contain the following sheet: Key Sheet Legend,Abbreviations,General Notes Bridge Plan and Elevation Structural Notes and Quantities Bridge Hydraulic Recommendations Sheet(can be omitted at County's discretion) Bridge Typical Section Construction Sequence (1-2 sheets) Foundation Layout and Pile Cap Details Superstructure Layout and Details(1-2 sheets) Page 2of7 16A2j. (For Reference Only) This Attachment is from the Previous Work Order/Purchase Order (4500123563), executed under Agreement#09-5262. Roadway Plans and Details(2 sheets) Pavement Marking Plans(2 sheets) Grading and Drainage Plans(2 sheets) Utility Relocation Plan MOT Sheets(2 sheets) 1.3 Survey The CONSULTANT will provide ground survey services for topography and existing roadway cross sections within the project limits.The survey tasks will include: o Establishing a project baseline survey,approximately 1,000 LF. o Cross sections along the road shall be a minimum of 50 feet on center. o Locate all existing plannimetric features within the project limits. o Collect elevations and break lines in the bottom of the canal to determine existing contours o Obtain water surface elevation of the canal and date elevation taken o Obtain canal bottom elevations at each of the bridge piles,as well as along the upstream and downstream side of the bridge for the length of the bridge on a 10-foot grid,or as necessary to define the contours of the bottom. 1.4 Geotechnical Services The CONSULTANT will provide geotechnical services.The tasks will include: o Obtaining a Collier County Test Boring permit for the project(if required) o Set up, perform and provide report for at least two standard penetration test borings to depths necessary for bridge project(up to 95 feet below existing grade). o Grouting the SPT borings per regulatory requirements o Perform laboratory inspection and classification testing on selected samples,as necessary to develop engineering parameters o Perform two (2)FDOT corrosion series tests(one for each boring location), o Provide geotechnical engineering recommendations for the pile support for the proposed bridge replacement 1.5 Structures The CONSULTANT shall utilize information obtained from site visits,as well as existing plans and reports to prepare bridge replacement plans suitable for bidding purposes.The design of the replacement structure shall utilize the same Accelerated Bridge Construction(ABC)components used in the design of the replacement structure for bridge 034021.Tasks will include: o Review the latest FDOT Inspection Report for the existing bridge and provide a written report as to its condition. Page 3 of 7 (For Reference Only) This Attachment is from the Previous Work 16A23 • Order/Purchase Order (4500123563), executed under Agreement#09-5262. o Perform preliminary beam/structural design for single span design bridge using HL-93 live loads. o Provide structural and live loading criteria to geotechnical consultant for the purpose of geotech scope and report. o Preliminary bridge layout for permitting and coordination purposes.Coordination with Civil for road and approach dimensions and cross sections. o Preliminary opinion of cost. 1.6 Specifications The CONSULTANT shall refer all construction activities and/or bid items to the Florida Department of Transportation(FDOT)Standard Specifications for Road and Bridge Construction(latest edition).Where a bid item is not referenced in the FDOT specifications,the CONSULTANT shall provide the specification to complete the work. 1.7 Environmental Permitting and Approvals The CONSULTANT will meet with the South Florida Water Management District(SFWMD)to determine the level of permitting that is required and prepare and submit an application in accordance with District rules. The CONUSLTANT shall provide services to cover the project's design as it relates to ecological permitting,geotechnical evaluation to quantify rock excavation and handling, and hydrological evaluation needed to secure a dewatering permit.As on Bridge No.034021,the CONSTULTANT will submit a permit application for a two-foot reduction in the clearance restriction above high-water with SFWMD. The COUNTY will be responsible for all permit application fees. 1.8 Project Cost Estimates The CONSULTANT will develop an Opinion of Probable Construction Cost and the components of the construction. Estimates will include roadway,drainage, bridge structures,traffic control and utilities. The bid schedule shall include FDOT pay item numbers and descriptions to the extent possible. Special items not covered by FDOT will be preceded by the letters CC. 1.9 Project Management/Project Schedule The CONSULTANT will utilize Microsoft Project TM to develop and track schedules. Upon receiving Notice-To-Proceed the CONSULTANT will prepare a detailed project activity event schedule for required COUNTY and CONSULTANT activities.The schedule will indicate,at a minimum, review submittal dates and final submittal date.The schedule will allow fourteen days for the COUNTY'S review of the plans. For planning purposes,it is anticipated that the basic design, production and permitting(Tasks 1.1— 1.10)would require 270 calendar days,allowing the project to be advertised in mid June,2011 and be packaged for bid with the 23`d Street Bridge and Road Project. Page 4 of 7 -f- (For Reference Only) � � A C^ This Attachment is from the Previous Work .3 ' Order/Purchase Order (4500123563), executed under Agreement#09-5262. 1.10 Meetings/Reviews The CONSULTANT will participate in the following meetings: • One(1)project Kick-Off meeting with Collier County • Three(3) project Review/Comment meetings with Collier County for 30%,60%and 100%plans. • One(1) pre-application meeting with South Florida Water Management District (SFWMD)to verify permitting requirements. • Two(2) Public Information Meetings to discuss the project and construction schedule. 1.11 Bidding Services The CONSULTANT will provide the COUNTY assistance in the bidding process by: • Attending one(1)pre-bid meeting with COUNTY and potential bidders • Responding to bidders questions prior to bid opening • Attending one (1)bid opening meeting and • Preparing bid tabulation spreadsheet. 1.12 Deliverables The CONSULTANT shall furnish documents as required by the COUNTY to adequately control, coordinate,and approve the construction documents.The CONSULTANT shall provide the COUNTY copies of the documents for distribution,as follows: • 30%complete documents: 6 sets of 11" by 17" plans • 60%complete documents:6 sets of 11" by 17" plans • Final documents:6 signed and sealed hardcopies of 11" by 17" plans,Adobe Acrobat (.pdf)files on CD,CADD files on CD and technical provisions(if required). 1.13 Services to be Performed by the COUNTY When appropriate,the COUNTY will provide those services and materials as set forth below: • Provide timely reviews of document preparation within schedule • All future information that may come to the COUNTY during the term of the CONSULTANT'S Agreement and which, in the opinion of the COUNTY, is necessary to the prosecution of the work. • Project data currently on file. • Most recent bridge inspection report • Existing right-of-way maps • Payment of permit applications and review fees, if applicable. • Signatures of permit applications • Collier County will provide authorization to work within all County rights-of-way. Page 5 of 7 16A23 (For Reference Only) This Attachment is from the Previous Work - it Pe d03 , executedOrder ur under has Agreement Orer (45 012 #09-5262.563) Task 2—Utility Relocation The CONSULTANT will develop and permit Utility Relocation Plans for the existing raw water main that is adjacent to the existing bridge on an independent structure. Relocation will need to be coordinated and permitted with the local utility per current standards and FDEP criteria.The cost of utility work will be tracked separately from the road and bridge work. Task 3—Post Design Services The CONSULTANT will provide construction engineering, inspections and/or observations services on an as-needed basis during bridge construction.Other services during construction may include the following: • Shop Drawing submittal reviews. • Responses to Contractor's Requests for Information • • Periodic site visits if requested by the COUNTY. • Certification of the permits with SFWMD Page 6 of 7 (For Reference Only) This Attachment is from the Previous Work 16A2 Order/Purchase Order (4500123563), executed under Agreement#09-5262. Exhibit B BASIS OF COMPENSATION Collier County Bridge 034120 Replacement 1. TASK 1-BASIC DESIGN SERVICES Lump Sum $67,920.00 2. TASK 2-UTILITY RELOCATION Lump Sum $ 5,002.00 3. TASK 3—POST DESIGN SERVICES Not-to Exceed $ 6,850.00 4. EXPENSES Not-to Exceed $ 2,000.00 5. SUBCONSULTANTS a. Geotechnical Lump Sum $ 6,859.00 b. Environmental—Task 1 Lump Sum $ 5,200.00 c. Environmental—Task 3 Not-to Exceed $ 500.00 d. Structural—Task 1 Lump Sum $ 50,380.00 e. Structural—Task 2 Lump Sum $ 500.00 f. Structural—Task 3 Not-to Exceed $ 3,920.00 Page 7 of 7 16 23 (For Reference Only) This Attachment is from the Previous Work Order/Purchase Order(4500123563), executed under Agreement#09-5262. 11 1 111 B ° € i1I $ iiI t1i $ I it i / lifiii ? Ili ' I I i f I 1 ! t 1 I 1 i ' , i. 1 t ti t i e II I i e la 1 i I ! 1 1! I 1 I luill I . , ! i I i ; I g �. x ;- •. . i " -I ° ° 8 i k I 1I I11 . I isg x . x '1 x x 11 .1 f aA �m 5. I I if i x ik i » • • • g xl • !• 'g a • x 1s#R "i 1 I I I I 1 i . . » P. 1. i » I. » ° » » x ° x/811 1 11 i F. a g! ,I i x I• 1 'L » „ a la - c xl . . s » ° . - c . » x 1S i » i i x i 'r i f I l $ = 8 x "E l i a l i i s 3 a g 8, r 1 !s a 8I i s s s E s a li s 's s 8 81 s g § 8 $ El B 8, 8 g Is ril I O z * ; t,6 , r ?gym t. t Tt $ 1 , a a is s x g a s s, I a a g g g , I s I 11 1 1 1 , g I I iii ; li ii i xl .. WWI Ix x x » T x I xI fi s ! ':. is s g g g °g , 's s a 81 g s a g g E s g g a g 1 1 1 i ■ 1 1